HomeMy WebLinkAboutC-2449 - Sidewalk & Tree Replacement on Balboa PeninsulaCITY OF NEWPORT BEACH
June 18, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
FAV Engineering
6531 Starshine Drive
Huntington Beach, CA 92647
(714) 644 -3005
Subject: Surety: Amwest Surety Insurance Company
Bonds No.: 1070910
Contract No.: C -2449
Project: Sidewalk and Tree Replacement on Balboa Peninsula
The City Council on May 13, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on May 23, 1985,
Reference No. 85- 188356. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
.. acrpRDlNp
PLEASE RETU TO cpsv
Cipy Clerk ma
City of Newpt Beh
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
85-- 188356
E.em°� ,etadirq rtqulp py
�� °, ^mmmcoe°e,m P
T
NOTICF. OF COMPLETION
PUBLIC WORKS
RECORDED IN OFFMAL Mw —
OF ORANGE CAUNTy CAIFORNIA
-11§ PM MAY 23'85
resi.. Q
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on May 13, 1985
the Public Works project consisting of Sidewalk and Tree Replacement on Balboa _
Peninsula (C -2449)
on which FAV Engineering, 6531 Starshine Drive, Huntington Beach, CA 92647
was the contractor, and Amwest Surety Insurance Company, 5405 Garden Grove Blvd., #250
was the surety, was completed. Westminster, CA 92683
VERIFICATION
I, the undersigned, say:
CITY OF NEWP />ti
Public Work Director
CITY
I am the Public Works Director of the City of Newport Beach; the fo
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 17, 1985 at Newport Beach, California.
Z�z V1,aiww„ 40. ! z'
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 13, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 17, 1985 at Newport Beach, California.
City Clerk
I" F S� ',\
Q
P�¢C'CP r � Ft I l
YAM
CITY OF NEWPORT BEACH
May 20, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
(714) 644 -3005
Attached for recordation is Notice of Completion of Public Works
project consisting of Sidewalk and Tree Replacement on Balboa
Peninsula, Contract No. 2449 on which PAV Engineering was the
Contractor and Amwest Surety Insurance Company was the Surety.
Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
C
•
TO: CITY COUNCIL
FROM: Public Works Department
n
u
BY THE CITY
CITY OF
MAY 13 1935
APPROVED
May 13, 1985
CITY COUNCIL AGENDA
ITEM NO. F -21
SUBJECT: ACCEPTANCE OF SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA
(C -2449)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the city Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the replacement of sidewalk and street trees on the
Balboa Peninsula.
The bid price was $49,945.25
Amount of unit price items constructed 63,352.05
Amount of change orders 450.00
Total Contract Cost $63,802.05
Funds were budgeted in the General Fund Account No. 02- 8097 -254.
One change order in the amount of $450 was issued to provide for
reconstruction of a small block wall which had to be removed to accommodate the
sidewalk replacement.
During construction it was found that the root systems were more
extensive than had been anticipated, requiring the replacement of additional
concrete improvements and resulting in the increase in the amount of unit price
items constructed.
The contractor is FAV of Huntington Beach, California.
The contract date of completion was April 28, 1985. The work was
completed by March 17, 1985.
'- /7
Benjamin B. Nolan /n
Public Works Director
GPD:jd
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE: February 12, 1985
Ll
CITY OF NEWPORT BEACH
SUBJECT: Contract No. C -2449
OFFICE OF THE CITY CLERK
(714) 640 -2251
z� /1lf,J
Description of Contract Sidewalk and Tree Replacement on
Balboa Peninsula
Effective date of Contract February 11 1985
Authorized by Minute Action, approved on January 28, 1985
Contract with FAV Engineering
Address 6591 Starching Drive
Amount of Contract 849.945
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
February 7, 1985
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA
(C -2449)
Attached are the original and two copies of the
subject contract documents ( the bonding company's
was not returned by the contractor).
Please have the documents executed on behalf of
the City and keep your copy and return the others
to this office.
Steve Luy
Project Engineer
SL:jd
r
• , CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 10th day of January, 1985,
at which time such bids shall be opened and read for
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA _
Tit e. of Project
2449
Contract
$50,000
Engineer's Estimate
\�
Approved by the City Council
this 10th day of December , 1984.
Wanda E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call _ Stephen Luy at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA
1984 -85
CONTRACT NO. 2449
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete Contract No. 2449 in accor-
dance with the Special Provisions, and will take in full payment therefor the following unit
prices for the work, complete in place to wit:
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
3,600
Replace sidewalk
Square Feet
@ Two
Dollars
and
Fifty
Cents
$
2.50
$
9,000.00
Per Square Foot
2.
900
Remove existing parkway concrete
Square Feet
@ No
Dollars
and
Eighty
Cents
$
.80
$
720.00
Per Square Foot
3.
725
Replace Type "B" curb
Linear Feet
@ Ten
Dollars
and
No
Cents
$
10.00
$_
7,250.00
Per Linear Foot
4. 5 Install wheel chair ramp
Each
@ Four Hundred Dollars
and
No Cents $ 400.00 $ 2,000.00
Each
• PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5
R
7
I
M
229
Linear Feet
98
Each
2,350
Square Foot
64
Each
64
Each
Sawcut concrete
@ Two Dollars
and
Twenty -Five Cents
Per Linear Foot
Tree removal
@ One Hundred Twenty Dollars
and
No Cents
Each
Replace 8" roadway pavement
3
2.25
$ 515.25
$ 120.00 $ 11,760.00
@ Three Dollars
and
Sixty Cents $ 3.60
Per Square Foot
Install new parkway tree
@ One Hundred Dollars
and
No Cents $ 100.00
Install root barriers
$ 8,460.00
$ 6,400.00
@ Sixty Dollars
and
No Cents $_ 60.00 $ 3,840.00
Each
TOTAL PRICE WRITTEN IN WORDS:
Forty -Nine Thousand Nine Hundred Forty -Five Dollars
and
Twenty -Five Cents $ 49,945.25
January 10, 1985
Date
(714) 892 -0914
Bidder's Telephone Number
4"^55696 A
Contractor's Lic. No. & Classification
FAV Engineering
Bidder
S /Francisco A. Villela, Owner
Authorized Signature /Title
6531 Starshine Drive
Huntington Beach, CA 92647
Bidder's Address
INSTRUCTIONS TO BIDDERS
Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et sec.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
435696 A FAV Engineering
Contr's Lic. No. & Classification Bidder
January 10 1985 S /Francisco A. Villela Owner
Date Authorized Signature /Title
0
DESIGNATION OF SUBCONTRACTOR(S)
Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
2918 E. Everett
1. Concrete Removal Ted Munson Orange, CA
P.O. Box 6159, Ste. 60
2. Tree Removal Vili Kilifi Santa Ana, CA
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
FAV Enaineerina
der
S /Francisco A. Villela, Owner
Authorized Signature /Title
. • Page 4
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, FAV ENGINEERING , as bidder,
and AMWEST SURETY INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
* * * * ** *Five Thousand and No /100 * * * * * * * * * * * * * * * * * * * * * * ** *Dollars ($5,000.00***
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 10th day
of January , 1985.
IA' Engineering
Bidder
(Attach acknowledgement of
Attorney -in -Fact) S /Francisco A. Villela, Owner
S /Barbara J. Burnham Authorized Signature /Title
Notary Public
AmWest Surety Insurance Company
Commission expires February 26, 1985 Surety
By Marilyn K. Carlisle
Title Attorney -in -Fact
• 0 Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
FAV Engineering
Bidder
.64 07141
S/Francisco A. Villela, Owner
Authorized Signature /Title
Subscribed and sworn to before me
this 10th day of January ,
19 85.
My commission expires:
February 26, 1985 S /Barbara J. Burnham
Notary Public
• • Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
On File With City Clerk
FAV Engineering
Bidder
t' 4� .
S /Francisco A. Villela Owner
Authorized Signature /Title
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
PLEASE SEE ATTACHED LIST, ON FILE WITH CITY CLERK
FAV Engineering
SjFrP/
anrispn
Authorized Signature /Title
•
NOTICE
• Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Resister Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating B
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property - Casualty. Coverages shall be propro ivde for a T YPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard S ecifications for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
*SSUED IN TR.FPLICATE • Page 9
Premium: $1,000.00 PAYMENT BOND Bond #1070910
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 28, 1985
has awarded to FAV ENGINEERING
hereinafter designated as the "Principal ", a contract for.
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We FAV ENGINEERING
as Principal, and AMWEST SURETY INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Fifty Thousand and No /100 Dollars ($50,000.00 - - --
said sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
Payment Bond (Continued) #1070910
0
ISSUED IN TVELLCATE
Page 10
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 31st _ day of January _ _ _, 19. 85__.
i App /oved as to f rm:
City Attor
FAV ENGINEERING (Seal)
Name of Contractor Principal
Auttr rued Signature and Title
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY(Seal)
Name of Surety
5405 Garden Grove Blvd., #250
Westminster, CA,, 92683
Address of Su
a
Signature and Title of Authorized Agent
Marcia D. Smith, Attorney in Fact
Same as above
ddress of Agent
(714) 891 -4778
Telephone No. of Agent
ƒ
! �
\!) §§
- ;77§
0. {/ /(
�
a
(
§
09
}§�
\) �
cr
\ °
i£
2(
�®I
�eE
|,2
\� \
\ \
E f
( {
\ }
k {/
2 |E
�
0
n
(
§
\
0
k
(
Premium: Incl, w/
Payment Bond
ISSUED IN TRFP.LI:.CATE
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
0
BOND NO
Page 11
1070910
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 28, 1985
has awarded
FAV ENGINEERING
hereinafter designated as the "Principal ", a contract for
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, FAV ENGINEERING
as Principal, and AMWEST SURETY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Fifty Thousand and No /100 - - - - - - - - - - - - - - - - - - - - - Dollars ($50,000.00 - - - ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
ISSUED IN TRVPLICATE
Faithful Performance Bond (Continued)
0
Page 12
BOND NO. 1070910
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 31st day of January , 19 85
FAV ENGINEERING (Seal)
Name of Contractor (Principal)
O.wNE.iC
Authorized Signature and Title
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY (Sedl)
Name of Surety
5405 Garden Grove Blvd., #250
Westminster, CA 92683
Address of Surety.
Jlgnature ana iitie OT AUtnorizea Agent
Marcia D. Smith, Attoney in Fact
gAel as to form:
Same as above
Address of Agent
City Attorney
(714) 891 -4778
Telephone No. of Agent
W
Z
a
0
w
0
N
F
z
a
O
U
a
a
O
w
a
U
u�
F
N
V
N
t_
O
9
C
A
c
s
U
a
r
A
0
z
Y
E
Y
O
O
C Y
3 v t
° E m
` 2
Y
• y Y
c E
C O
L �p
Y
'3 m
LY Y
0 0
v °
.D Y
u
m
N �
A
N
Liz
E c
NoU
. L
U
ro „z
L Y a
co $ z
d�
Y a
'O N
Y c•+
N
s3u
u w
6 y
i0 m
Sao
Y E °
a w
y O 4
u Y
.d O
a u o
>, oa
7 Y u
E
vs�
v
w
E
4) Q
�xR
W J ¢ E
�Lz :1
Jt
A1*EST SURETY INSURANCE C*
*,m P.O. Box 4500 N 9
Woodland Hills, CA 91365
`'
(818) 704 -1111
�
KNOW ALL MEN BY THESE PRESENTS, That AMWESTi ti*1114A NCROP -A .k.1•'' ORPORATION
-._. ereuSw —.au nc and esflnve LGC Ya e-rtrYA]ISF JfAt CHERYL M.
JOSEPH M. PANARISI— xrviSrery OuE— Pwcv
McCROSSON— LEE ANN CROCIFISSO— ALLANLEA— OANAROS & rPETER .••e•� rn4 - -
its true and lawful Attorney(s) in Fact with futl Power and authoFity1tk DnilnoTnitehal,�' }Eitei3Fnparly fio execute
and deliver and affix the seal of the company theieto if a-seal .ts Tet;Frtred ttottudertaf(''t" izane'`#> .written
obligations in the nature thereof, as fotf NA :., c a.,Y *a.�
CONTRACT, LICENSE, PFe#iMF9 COURT 8w'Iii1ISCE�i�`QN�S�1t)0, t
and to bind AMWEST SURETY I►�fSU,RANCE COMB% Hereby-sct3o�"h�e.rs',tfsalGk�n Fig -['p EJo
these presents, are hereby ratified -and- confirmed:- This appoint ent-rs. - �t e. r fl'pFit¢ -rRSe ( t'
ntz ,� _made,a d to au f
sions of the Bylaws of the companyr whikh are now in.fulJ torce•'an8,.ff¢'cf` y- R ;a`a,.
Article III, Section 7 oi.ihe By' Laws of AMWEST SURET7'Y,`�,t #ANC9 �P Ya tt2 may;
This Power of Attorney IS signed and sealed by:faesnnt's l,ttul85'atti9 by the air(t t+Ole fol t b
red by the board of directors of- AMWEST SURETY INsUR#1QCEtOM`PANY at a m r held $A 311
.;, .. . .. r m,4
RESOLVED that t Le` president.dr any vice - president m .
. onjunction with the rv, ot'apy
tart', may appoint attorneys to fact oEagents with atfthonty,as defined or limited in dP t e
appointment iii each case; for arnkor;=behalf of 4h}r eaMt?a£Y to execute and deliver arP',(#tt R ;tl
pany to bondi, undertakings xoco4rizanees and,sur2tygftfp obligations of all kigo�a7
any such atio net' in -i~act or agent and__revoke any.pawer 8f`aUtxniey- ¢vsoIL31 SU"
RESOLVED Fl1R7HER €hat any bond: undertaking ,;teeo{Int%_rtee,�o�P9yi^R#yy
and binding upon tfie company,,
'()_whin sidned:by the presirlent-or any vice- president aNdfittegied'ant7,i5eai -
secretaJy- or aisii6nt Secretary; or ..
( n)` wkiehsignedby` thepresident orartyyice president orsecretary -or aSSlstx '}#t^seS[e`'
seatetY Wa seal be required) by 8 diely, authorized attorne in factor= ` `; 7:-44— a ,+ »� *+ NO
I uj'whenduly executed and sealed (if a seal be required) by one,orlMRppk Al
+50`aiti to'and witfiihthe limits of rFie "authority evidenced by the power af,gttor'rteyt -i " e °
"r.i SQh.!QY Persbns�_ - - a.. ,.„' -.. :'r .rn='t.:. y °z..�. <.4xa�_w,_IV-
aN.,r z ;- RE$OLV.ED FURTHER 'that-the signature of any authorized officer.-ago ttbe4- .,pf themogf�ariy!tJ11 1 F
r IftIced bijacsimrle-io any power -of attorney or certification thereof authOF t"m` 141
n r Artyrbond,-under3akiItg,, recognizance, or other suretyship obligations of the cc $10.
`{Ctr_$1Srta£pr»Rrt '
* ,.yyhen satxed "If have the seine force and effect as though manually affixed.
IN WITNESS'WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its
proper officer, and its corporate seal to be hereunto affixed this 8th day of June 1984 .
NsvR;ti AMWEST SURETY INSURANCE COMPANY
ent
»�OPPORq F Pj / /
$ecreiary
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
On this 6th day of June A D 19 84 personally came before me Richard H. Savage
and Catherine Thompson to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM-
PANY,CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal
affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
tir OFFICIAL SEAL
PAMELA J. SCOTT
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires Apr. 28, 1987
(SEAL)
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
CERTIFICATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation,
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;
and furthermore, that the provisions of the By -Laws of the company and the Resolutions of the board of directors set forth
in the Power of Attorney, are now in force.
Signed and sealed at Westminster. CA. this 3 1St day of January 1985
rt) AW -2 5eCretary
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
Huntinqton Beach, CA 92647
• CERTIFICATE OF INSURANCE all
Page 13
TRUCK Company A I`AR fERSIISSURACCEyGROUPGOT
Letter
L ompany B FARMERS I.dS EXttf"'" °' I
Letter 'P AR r.-i: T=Q IIIUQTMA1.\Tr1 P: __T�MTD (�V
viiiN,.Ily C
etter
ompany D
etter
ompany E
COTIPAPTIES
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the- Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department
By: F. H,13RliiiigER Agency: npgYg+ :1�i Fi Cx Y6 73-0- a940
Authorized Representative -
Date / s�d
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA -24
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy ano aoes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
1
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
Ag.Products
COMPANY
TYPES OF INSURANCE
Policy
Exp.
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
14;3i
„
Bodily Injury
$ - OC,000
$ 500,000
A
x Premises - Operations
2I 1
2 6%v
Property Damage
$ ;,00 000
$
X Explosion & Collapse Hazard
500,000
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500
$ 500
x Broad Form Property Damage
X Independent Contractors
X Personal Injury
Marine
Personal Injury
$
Aviation
500
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
(2)
$
Ix
1142y
(Each Person )
100
❑x Owned
;15
/8/8:
$
Bodily Injury
B
11'154
(Each Occurrence
^oo
Property Damage
❑x Hired
762M
6/29/'
Bodily Injury and
❑x Non -owned
Property Damage
IUO
Combined
$
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutory
2,000,OGU
Accident)
C
EMPLOYER'S LIABILITY
R2556'
6/20/'
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the- Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department
By: F. H,13RliiiigER Agency: npgYg+ :1�i Fi Cx Y6 73-0- a940
Authorized Representative -
Date / s�d
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA -24
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy ano aoes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
1
• • 6 Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
(A Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ 3CG each occurrence
$ 1C0 each occurrence
$ each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
PENINSULA C -2444
e ana contract NO.).
This endorsement is effective 1/,; at 12:01 A.M. and forms a part of
Policy No. � � 4_�_ 112�,47o2c
Named Insured , A77 P Izla z: ,;RI }I Endors"ent No.
Name of Insurance Company_ FAR14ERS IJISURANCE
ve
• •
CITY OF NEWPORT BEACH.
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 15
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(r) Single Limit
Bodily Injury Liability $ 500 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
Project Title and Contract No.
This endorsement is effective — at 12:01 A.M. and forms a part of
Policy No. i4n, �] (�]
�--�
Named Insured Fi AV r Mr TJNTPi Bl,Z dorsement No. ET29
Name of Insurance Company FARMERS INSURANCE BY FY H_ 3RTtNr1H.R
Authorized Representative
0
CONTRACT
0 Page 16
THIS AGREEMENT, entered into this ay of , 19,
—AI by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
FAV ENGINEERING hereinafter "Contractor , "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA C -2449
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of * * * * * * * * * * * **
ho sand Nine Hundred Fort Five and 25/100 * * * * * * * * *($
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
• r
(f) Plans and Special Provisions for
e
(g) This Contract.
Page 17
Contract No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
City Clerk
APPROVED AS TO FORM:
tty Attorn
CITY
FAV Enaineerin
By
Its
CONTRACTOR
11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
•
FOR
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA
CONTRACT NO. 2449
SECTION PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . .
. . . . 1
II.
AWARD AND EXECUTION OF THE CONTRACT . . .
. . . . 1
III.
TIME OF COMPLETION . . . . . . . . . . .
. . . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . .
. . . . 1
V.
TRAFFIC CONTROL AND ACCESS . . . . . . .
. . . . 2
VI.
CONSTRUCTION DETAILS . . . . . . . . . .
. . . . 2
A. Sidewalk and Curb Replacement . . . .
. . . . 2
B. Sawcutting Comcrete . . . . . . . . .
. . . . 2
C. Tree Removal . . . . . . . . . . . .
. . . . 2
D. Root Removal . . . . . . . . . . . .
. . . . 2
E. Tree Wells . . . . . . . . . . . . .
. . . . 3
F. Limitations of Construction . . . . .
. . . . 3
G. Miscellaneous Construction . . . . .
. . . . 3
H. Parkway Improvements . . . . . . . . .
. . . . 3
I. Planting of Parkway Trees . . . . . .
. . . . 3
VII.
WATER . . . . . . . . . . . . . . . . . .
. . . . 4
VIII.
MAINTENANCE OF TREES . . . . . . . . . . .
. . . . 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEAPRTMENT
SPECIAL PROVISIONS
• SP 1 of 4
SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA
CONTRACT NO. 2449
I. SCOPE OF WORK
The work to be done under this contract includes (1) the removal of sections of
sidewalk and curb which have been uplifted by street tree roots, (2) the removal
and replacement of parkway trees, (3) the removal of interfering tree roots which
have been uncovered by sidewalk and curb removals, and (4) the reconstruction of
sidewalk and curb to conform with the elevations of existing improvements.
All work necessary for the completion of this contract shall be done in accordance
with (1) these Special Provisions, (2) the Plans (R- 5509 -L), (3) the City's Standard
S ecial Provisions and Standard Drawings for Public Works Construction (1982-- -
tion and 4 the Standard Specifications for Public Works Construction (1982 Edi-
tion), including 1983 and 1984 supp ements. Copies of the Standard Specifications
may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, telephone (213) 870 -9871. A copy of the Standard Special Pro-
visions and Standard Drawings may be purchased at the Engineer's office for $5.
II. AWARD AND EXECUTION OF THE CONTRACT
The bidder's attention is directed to the provisions of Section 2 -1 of the Standard
Special Provisions for requirements and conditions concerning award and execution
of the contract.
III. TIME OF COMPLETION
The Contractor shall complete all work on this contract forty -five (45) calendar
days after commencement of the specific work or within ninety (90) calendar days
after award of contract, whichever comes first. No work shall begin until a sche-
dule of work has been approved by the Engineer.
IV. PAYMENT
The unit price bid for each item of work.shown on the proposal shall be considered
as full compensation for all labor equipment, materials, and all other things
necessary to complete the work in place, and no additional allowance will be made
therefor.
Payment for all items of work not separately provided for in the proposal shall
be included in the prices bid for other items of work.
Ll
V. TRAFFIC CONTROL AND ACCESS
A. TRAFFIC CONTROL
• SP2of4
The Contractor shall furnish, install, and maintain in place "NO PARKING"
signs (even if streets have posted "NO PARKING" signs) which he shall post
at least 40 hours in advance of the need for enforcement. In addition, it
shall be the Contractor's responsibility to notify the City's Police Depart-
ment, Traffic Division at (714) 644 -3742, for verification of posting at
least 40 hours in advance of the need for enforcement.
The signs shall (1) be made of white card stock; (2) have minimum dimensions
of 12 inches wide and 18 inches high; and (3) be similar in design and color
to sign number R -38 on the CalTrans Uniform Sign Chart.
The Contractor shall print the hours, day and date of "No Parking" in 2" -high
letters and numbers. A sample of the completed sign shall be approved by
the Engineer prior to posting.
B. ACCESS
Vehicular and pedestrian access shall be maintained at all times to residences
adjacent to the project area; however, where conditions preclude such access
for reasonable periods of time (as determined by the Engineer), access shall be
restored as discussed in Section VI, F.
VI, CONSTRUCTION DETAILS
A. SIDEWALK AND CURB REPLACEMENT
Sidewalk and curb to be replaced are indicated on the Replacement Schedule.
and may be field - identified by red paint marks. Contractor shall remove and
dispose of all AC patches adjoining those sidewalk panels to be replaced.
B. SAWCUTTING CONCRETE
Approximate linear footage of concrete sawing is shown on the Replacement
Schedule. Should damage occur to the sawcut edge during or after removal, the
damaged edge shall be removed further by additional sawcutting and replaced at
no additional cost to the City.
C. TREE REMOVAL
The Contractor shall remove and dispose of those trees shown on the Replacement
Schedule and field- identified by red paint marks.
D. ROOT REMOVAL
All tree roots within the proposed tree well area shall be removed to a depth
of 36 inches below the adjacent sidewalk and curb. All exposed tree roots
attached to trees to be disposed of shall be removed to a depth of 6 inches
below the adjacent sidewalk and curb.
9 0
SP3of4
After sidewalk, curb, parkway concrete and roadway pavement have been
removed in accordance with the Replacement Schedule, exposed tree roots
shall be removed within whatever contiguous area of the above improve-
ments are to be replaced. Root removals shall not damage or increase
damage to any improvements which are not to be replaced. Any such
damage or increase of damage shall be removed by additional swacutting
and replaced at no additional cost to the City.
TREE WELLS
Tree wells shall be square. Width and depth dimensions shall be equal
to the distance from the back of curb to the front of the sidewalk.
LIMITATIONS OF CONSTRUCTION
Sidewalk shall be reopened to pedestrians only on the day following its
placement. Pavements subject to vehicle loads shall be barricaded during
cure and reopened to vehicles on the fifth day following its placement.
MISCELLANEOUS CONSTRUCTION
The Contractor shall remove and reinstall street lighting pull boxes and
water valve covers to grade at their original locations. The Contractor
shall also remove and reinstall City signs at their original locations.
The cost of removing, reinstalling and adjusting the above shall be
included in the cost to replace sidewalk.
PARKWAY IMPROVEMENTS
The Contractor shall salvage any brick and flagstone in the parkway, in
conflict with the work, and stack it neatly on the property adjacent to
the parkway. The Contractor is not required to replace or adjust any
improvements within the parkway except those previously mentioned under
Section VI G. After installing trees, curb and sidewalk, the Contractor
will grade,and fill when necessary, the unimproved areas of the parkway
to a level 2 inches below the sidewalk and curb.
PLANTING OF PARKWAY TREES
A 24 -hour notification shall be given the Parks, Beaches & Recreation
Department prior to the initial installation of parkway trees for
planting supervision.
Relative position of parkway trees shall be as shown on the Replacement
Schedule.
Magnolia Grandiflora shall be planted on Seville Avenue, Plaza del Norte,
Plaza del Sur, and Granada Avenue. Cupania shall be planted on Balboa
Boulevard and Channel Road. Metrosideros Tomentosa shall be planted
on I Street. All trees shall have a minimum container size of 15 gallons,
be symmetrical, typical for variety and species, healthy, vigorous, and
free from plant disease and insect pests. In addition, the trees shall
have healthy, normal root systems free from being root bound. Trees
shall not be pruned or topped prior to delivery. Prior to planting,
all trees shall be approved by the Park Superintendent.
SP4of4
4. All pits shall be dug with bottoms level, 36 inches square and with a depth
36 inches below the surface of the adjacent sidewalk.
5. Prepared soil mix for backfill of the pits shall consist of the following
as supplied by American Landscape Supply Co., or approved equal.
a. 60% fine sand ( #28 Conrock)
b. 40% Nitrolized fir sawdust.
c. 10lbs. agricultural gypsum /cu.yd. of mix
d. 2 lbs. iron sulphate /cu. yd. of mix
e. 5 -21 gram planting tablets per plant pit
Note: Nitrolized fir sawdust shall have a minimum nitrogen
content of .7 %.
Planting tablets shall be a commercial fertilizer in tablet
form yielding 20% nitrogen, 10% phosphorus and 5% potash.
The tablet shall be compressed and yield a slow release of
nutrient over a 12 -month period.
6. Plants shall be set in the center of the pit, in vertical position, so that
the crown of the ball will be 4" below the finished grade of the sidewalk.
Approximately 10 gallons of water shall be applied at the time of planting.
7. Each tree must be properly supported by two Lodgepole pine stakes, or ap-
proved equal, a minimum of eight feet in length. Stake all trees at the
time of planting by placing a stake in the prepared hole and driving the
stake a minimum of 30 inches into soil.
All trees shall be secured to stakes with a steel twist brace, as manufac-
tured by V.I.T. Co., Model LP 16, or approved equal.
Eight penny duplex nails shall be used to secure the brace to the stakes- -
two per side.
8. Root barrier shall be Standard Preformed Planter #22- 29 -18P as manufactured
by Deep Root Corp., or approved equal, and installed per the attached De-
tail 1.
VII. WATER
The Contractor shall obtain and apply water necessary to perform the contract.
If the Contractor desires to use City water free of charge, he shall make ar-
rangements with the City's Utilities Superintendent, Mr. Gil Gomez, at (714)
640 -2221.
VIII. MAINTENANCE OF TREES
The Contractor shall water and maintain all parkway trees replaced by him for
a period of 30 days after their installation.
After the 30 days has elapsed, maintenance and watering shall be provided by
City forces and the property owner,respectively.
w
W
>Z
J
Q W
•
oW
W
Of
o
F-F-
U
O Q
Q
Z W C
W
I
I
Z
3 •-•
W
Q F-
I
N
W
M
1
U
1
w
W
I
J
J O Q
Y
J CC
O Ln N W
Of
o
F-F-
U
N
Q
Z W C
W
I
I
U
F- CO
N
w
W
I
J
> w
Y
O Ln N W
V
o
F-F-
a
' w
W X I--•
W
I
I
I
U
N
I
I
H
W
M
1
1
1
w
¢ w
I
�
3K>
w
W
Y U O
I
U
C Z i
V
Q
I
J
a 0- U �
o.
I
I
w
1
I
I
Y•
J W
3 Q
w
W J
I
I
I--I w
N K
J Q
J S
Q U d S
N • 4 4
1-. S
3
W
�] U
0' Q LL
ZD J
U d
W
w
w as
C'
F- w
N i
Q
Z
r-I
AM
I
I
I
1
I
I
I
I
I
1
O
I
I
I
I
I
I
I
I
I
1
I
M
1
1
1
I
I
I
1
I
I
I
1
M
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
V
c
O -
O
O
N
C
>>
�
Y
Y
O
Y
Z
d
d
i
U
v
O ro
Y
J
v
J
U
m
O.
d
J
J
V1
L
J
J
m
O
m
d
0
O
2
m
i
4-
-
W
4-
i
4-
0
O
d
O
0
O
0
O
O
p
IF
O
d
O
4--
N
O
O
O
L
4-
L
L
L
v
Y
L
L
w
L
Y
O
Y
Y
Y c
v
O
i
i
i
ro c
v
O
i
O
O
O
ro
i
p
i
O
i
O
b
ro
N
N
c
c
C
� L
Y
V1
O
to
Q1
V1
v
41
N
v
O
I.()
O
c
w
I.fi
-
N
v
U
N
N
N O
O
.-
c
c
Y
Y
Y
Y
Yc
+> ro
Y
i-�
Y
Y
}+
}+
Y
ro
ro
ro
ro
ro
ro a
vl v
ro
ro
ro
ro
ro
ro
ro
L
ro u
1
�
N
I
1
I
1
I
I
I
I
1
I
1
117
r-
I
I
I
1
I
I
I
1
I
I
�n
In
O
Ol
O
l0
O
I
I
1
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i
r
I
I
I
I
1
I
I
I
t
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
M
1
co
M
co
co
1
I
I
I
M
N
I
N
I
I
I
1
t
I
r N
'
-O
m >
v�
v
roQ
v
vi
'v
>
o v
>
v
Q
o
Q
1,02
> c
v c
v
rt •>
v
v
v
N rt
v
v
r-
m>
0l U
co c
ID c
1� •�
r N
d'
O
O ro
ro
Ot
M ro
N ro
M>
M
O>
O >
N L
N L
r c
N L
N L
'-• N
O c
N
v
N
N V
N O
N V
N U
N N
N O
N N
N N
I I
1 1
I � I
I In
J
1 �
J
a
4-
0 O
O
L
Y Y
m O
N O
v �
O n
� N
ro ro
1 �1
O
M
1
I 1
I I
I I
1 I
� I r
O �I •-
N >I O>
r O
N N NN
Y L
3 E W
w
Q } n
O Q
� d
C7
+ Z
3 •--• W
Q F•-
tll F--
U
N
O F-
J O Q
J fY
Q \C 3
+n •— a
Z W lY 4
..w�
IY Q
F- m
w w
J } H W 3
� Co N W i
W W X F-• 4
S tl' W
U
N
F- W
Z > H J
W Q W Q
W Y U O
U Y Z u V
Q d O W
J
CL U d'
d
W
(r
Y.
J W
Q U
3 Q 4
W J
Cl d V
. W
N =
J [SL
J 2
Q U d 3
N • d a
Z J IY 4
rr S
`s
w
m U
0.Q 4
� J
U �-
W
CD
F- Z
W
W ••0
v~i 4
Z
I
I
I
I
I
I
I
I
I
1
I
1
I
I
I
1 f
I
1
I
I
I
1
1
I
I
1
I
1
1
I
1
I
1
1
1
1
LA
In
I
I
I
I
1
.
.
I
1
m
M
M
O
O
LI')
K
+a
d
i
• 2
d U J
J
J J
J d
0.
J
J_ J
d
d J
J
d
(U
J
Q
W
Jm d
d
0.d
n.J
J
d
d d
J
'Jd
d
J
I
O i
J
4--
i
04--
4- 4-I 4-
4-
4- 4-
4- 4-
4-
4-
4- 4-
4-
4- 4-
4-
4- W
d
d
O
00 O
O
O O
0 0
O
O
O O
O
O O
O
O c
I
4--
Y Y
Y
O
O
0 m
m m l m
m
m m
ro N
m
m
m m
N
m m
m
N
1
O R
R r0
(U
N R
16 N
N
R
v b
N
N 10
b
v m
i
Y
m t]1
3 I
O 3. v
3
3 v
0 3
3
v
3 v
3
3 v
v
a
3 v
v
m
I
N
c
3
00 to
O G 1 O
O
O O
O m
In
L2')
O O
to
In O
O
ll] In
v
Y Y
Y YI i-1
Y
i->Y
YY
Y
Y
Y Y
Y
Y Y
Y
YY
Y
Y
ro as
ro ro m
m
m r0
m m
m
to
10
rt
10 m
10
ra m
ro
10
I M
I
M
r
r-
M
N
r
N
N
0
I
1
I
1
I
I
I
I
1
I
I
1
1
�
LIB
L()
1
1
1
1
1
1
1
1
I
co
00
N
1
n
n
L9
O
O
O
O
n
O
O
O
O
O
O
N
LO
W
Co
O
�o
Cl)
LA
N
47
GY
N
N
l0
n
N
n
N'
. �
M
r
I
I
I
I
I
I
I
I
I
I
I
1
�
I 1
I
I
I
I
1
I
I
I
1
1
I
1
1
i
t
I
I
I
I
I
I
I
1
I
I
I
1
I
I
I
m
O
I
I
I
1
I
I
.-
N
-z4-
I
Ol
m
I
n
d'
I
1
1
1
I
1
LCI
^
r
N
I
1
1
1
I
I
I
I
I
1
I
O
>
>
>
>
>
N
N b
m
>
>
>
>
>
>
m
mLIJ
Y r
mW�
m
m
m
m
>
m
b
r0
rf5
OLt -
i
C.-r --
10
r6
>
>
m
ro
>
O
O
O
iOm
QI m
SCJm
O
O
d
Q
O
O
d
m
ra
1a
m
ro
o
o
m
m
m
m
m
ro
00c
Oc
ID
ID
Om
OQ
UmO
-00
co m
Oo m
m
m
m m
O m
Mm
M
ON
O
O
i
i
O .
O •
i i m
3
i i b
O
N LD
N C,9
N W
N w
N W
CL4-
Z W
4 -m
Lf) ..-I
r W
W
r W
r W
r- W
W
M
r
T Z
3 E W
O L:J
¢ ? V
O Q
cl� d
1 Z
3 LL
¢ r
vl r
U
r
J O Q
J d
Q
3 w w \ 2
r CL
N Q
ti W d' LL
Q
rm
w
w
Q
O N W CL
W
W X r LL
U
N
r
w
Z
T r J
W
Q W 4
I
1
W
Y U O
<zf v
¢
¢ow
J
d U C
d
W
I I
1
Y
I
J W
I
I
I
I
W J
I
� d V
O
w
I j
CA
N C
J R
J T
r �
(n Q Q
Z J p' LL
w
m V
� J
V d
W
Cr
rz
w
w oa
z
N :K
Q
2
ON
1
I
1
I
I
I
I
I
I
I
1
I I
1
1
I
I
I
I
I
I
I
1
O
1
I j
I
I
1
I
1
I
I
1
I
I
N
I
I 1
lD
I
I
r
r-
I
I
I
1
r
O
LO
I
O
I
I
1
U
p
m
�
�
1
Y
Y
�
d
Y
�
I
^
O d
a)
a)
al
U
a1
a)
d
Y
d
d
d
m
d
d
I J i
VI J
O
O
d
d d
d
d d
O
W
O
O
J
d
J
1
4-
S-
L
0.
I d
I
d
4-
w
W
4-4--
04-
d
W
04-
I
0 0
O
0 0
O
OO
O
O
O
0
0
O
Y Y
O
O
Y
Y Y
Y
Y Y
O
1
Y Y
O
O
Y
Y Y
I Y
O N
0
N 0
0
N U1
1
i VI
N
m ol
Y
ro a)
L
i
a)
(1) ro
ro
ro (1)
i
O a)
L
L
(U
O
a)
In
a) 3
a)
a)
3
3 v
a)
v 3
a)
3
v
a)
3
0 3I
3
ro
-
0o
a)
v
p
CD
o
0o
v
C) CD
a,
a)
o
o
0
t
r
�
U
U
V
00
Y
Y
Y
Y
Y
Y
I Y
ro ro
ro
ro
ro
ro ro
ro
ro ro
ro
ro ro
ro
ro
ro
ro ro
ro
ro
M
N
N
M
1.1)
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
1
I
I
CJ
I
O
O
I
I
I
i
I
I
I
1
I
I
I
N
N
L(1
lf)
1
�I
I
O
O
O
N
O
I
O
O
O
1
O
O
I
1p
O
to
't
1
m
to
-;zr
i
I
1
I
I
I
1
I
I
1
I
I
I
1
I
I
I
1
1
I
I
I
I
I
I
I
I I
I
a
f
I
co
t
C'
1
In
1
O
1
Ln
I
1
I
I
O
r
I
I
M
v
v
v
a)
a)
m
O
0
O
O
O
m
m
z
z
z
z
z
v)
a
W
v
L
ro
>
�
ro
a
0
0
0
>
>-
o
v
v
v
v
0
v
v
p
.D
Ij ro
I)
L
V
p
'0
p
p
p
v o
0
v o
—
ro
ro
m
m a
m
ro
E
ro
ro
ro
ro
ro
ro
ro
m
CO
m
O ro
N N
C' N
O N
C) N
V) N
N
O
O
O
CIl ro
p N
m
M
O L
I.o ro
ro
ro
ro
Oro
ro
Mro
LO
W
�
d'm
��
Np
W
J
p
W
2
U
N
r
Z
W
f
W
V
Q
J
d
W
a
r
>Z
3 f W
O W
Q 7 V
O Q
a d
U
Iz
3 •-� 4
cr
V) r
U
J O Q
Ja
r 3 w L
In a
rm
W •
? r W 3
O N W L
W X r 4
CC W
W
> r J
Q W Q
3a> u
Y U O
a Z E V
Q O W
dUa
Y
J W
Q U
3 Q u
W J
O d V
I
H W
W
J QQ
J 2
F-
V) Q 4
Z J d LL
3
W
m U
a Q 4
� J
U Q
W
d
CD
r Z
w
w .its
c
N Q
Z
O
1
I
I
I
1
I
I
I
M
1
I
I
I
N I
I
I
I
I
I,I
u7
O
I
I
N
N
a
a
I
U
U
O]
CO
K
C�
J
10 D7
16 N
O�
I
a
4w
4- L�-
w
co
O O
O
4-
O
L L
L L
C
to
O
N
o
O O c
O O
O
/0
VI C
C to
C
v
n�
�o
o
M
a
M
f co
i
m
I
n
O
I
I
I
O
I
I
O
1
I)
O
O
O
I
r"
l0
M
I
1
I
I
k
I
1
I
I
I
I
I
I
1
I
[p
I
10
I
�
1
I
EI
i
i
V)
i
i
p
p
J
Q
N
r
O
rts
E
E
r
a"
ra
L
�n v i
C) b
I
I� .-
n •�
O
n •�
PAVEMENT OR NATIVE BACKFILL MATERIAL
SIDEWALK
JAI
GROUND LEVEL
a ;7 {, - ROOT BARRIER
•I.••I::': NATIVE BACKFILL
PREPARED SOIL MIX
! 36°
DETAIL 1-
CITY OF NEWPORT BEACH DRAWN K.U. DATE Ly -d3
PUBLIC WORKS DEPARTMENT APPROVED
INSTALLATION GUIDE
DEEP ROOT CONTROL PLANTER oRAwINs No. DETAIL 1
0
V
Q
(c
a
Q�
—
�/
a Cover. ry�� ,� ,��:G. L�✓ae
4 G OrJ r 8" r#/G,(' /?C. C. /2Dauy.
P,20Y/L'E F'PEMOGDEG7 )D /Nr F /LLER 9RCU.V�J
PER /METER OF C-OM RETE. .
B.M A45 / -4 -7/ E' 5.48 (/976 DAruM)
Bzv'q Sob 5N774) _ _
-4r Z7� a
CITY OF NEWPORT BEACH DRAWN DATE Z2- -fj y!
PUBLIC WORKS DEPARTMENT APPROVED J.
C41A& ,HMO P.4VE1114ENT PUBLIC WORKS DIRECTOR
REP64G6714-7G=N7- A7' 7 ' ST. R.E. NO. j' dY
,4,A/4 ,OZ,4Z,4 ICW4 $411V DRAWING NO. ,Q- 5509 -1
SCALE
r"= 40'
<<
�_ 139.82'
9a. 8 7'
(�V�
`
/f J2.
a:. S•r
Q
, i
/ G2.7
E.lg
3 ,\
e-
£.07TG
5.70F.L.
,V/ % /,Z✓
J DiN
a
Q�
—
�/
a Cover. ry�� ,� ,��:G. L�✓ae
4 G OrJ r 8" r#/G,(' /?C. C. /2Dauy.
P,20Y/L'E F'PEMOGDEG7 )D /Nr F /LLER 9RCU.V�J
PER /METER OF C-OM RETE. .
B.M A45 / -4 -7/ E' 5.48 (/976 DAruM)
Bzv'q Sob 5N774) _ _
-4r Z7� a
CITY OF NEWPORT BEACH DRAWN DATE Z2- -fj y!
PUBLIC WORKS DEPARTMENT APPROVED J.
C41A& ,HMO P.4VE1114ENT PUBLIC WORKS DIRECTOR
REP64G6714-7G=N7- A7' 7 ' ST. R.E. NO. j' dY
,4,A/4 ,OZ,4Z,4 ICW4 $411V DRAWING NO. ,Q- 5509 -1
n
L_J
L
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
JAN 2 81°85
TO: CITY COUNCIL
FROM: Public Works Department
•
January 28, 1985
CITY COUNCIL AGENDA
ITEM NO. F -3(c)
SUBJECT: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA (C4449)
RECOMMENDATION:
01000 ftntratt No...2449, 'FAY- Eiigineeri" for the total price bid
bf $49,945.25 and authorize the Major and the City Clerk to execute
the contract.
DISCUSSION:
At 11:00 a.m. on January 10, 1985, the City Clerk opened.and read
the following bids for this project:
Total Price Bid
• Low FAV Engineering 49,945.25
2 Arm & Hammer Concrete Removal 54,373.95
3 Nobest Inc. & Nodland. R.L. 62,230.35
4 J. T. Garza Construction 69,343.50
5 Walsh Engineering Co. 72,129..25
6 Artistic Landscape 73,152.10
7 Damon Construction Co. 79,408.50
8 DeArmond Construction 84,947.00
9 Siapin Horticulture 89,098.30
10 J. Kovac's 104,804.00
11 Ryco Construction 112,981.00
The low bid is 0.1% below the Engineer's estimate of $50,000.
Adequate funds are available in the current appropriation for Street
Tree Replacement Program Account No. 02- 8097 -254.
This contract provides for the removal and replacement or repair of
approximately 3,600 square feet of sidewalk, 725 linear feet of curb and 2,350
square feet of roadway; and for the replacement of street trees as described
• below. The locations are shown on the attached drawing, "Exhibit A ". An
additional 900 square feet of parkway concrete will also be removed; and
salvageable material will be placed on the adjacent private property.
The work is necessary due to (1) the relatively high exposure to
personal injury caused by parkway tree roots uplifting and displacing public
improvements; and (2) many public complaints of nuisance water ponding in the
street as the result of root uplift.
o,0
0
January 28, 1985
SUBJECT: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA (C -2449)
Page 2
• A total of 98 street trees will be removed from the parkway. They
will be replaced by 64 15- gallon Magnolia Grandiflora, Cupania and Metrosideros
Tomentosa street trees installed within PVC root barrier boxes.
The low bidder, FAV Engineering, is a well- qualified general con-
tractor who has successfully completed similar contracts for the City.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is April 28, 1985.
c
Ben
Jamin B. Nolan
Public Works Director
SJL:jw
Att.
n
U
0
to �,,,�, e � ,,,.,, • :;.:..� -`j' =:'Y f • �`•' `�
ct
I rte•'
CL
r,
LJ
3
DVNES
a
NEIYFLXl
1
7DM•N ! a
CENTEF
SAJ
M4 Ia Z Q I
Ay,
W
yMrI O ✓ CLUB 8
CL10
Cp(/NTY
2
Q
0.
PROJECT
LOCAT ION
CITY OF NEWPORT BEACH
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SIDEWALK AND TREE REPLACEMENT
ON BALBOA PENINSULA
uq
aE�E�EaE`�o
r
a.a.l
G'— 2449
DRAWN DATE 10 28 83
APPROVED `
DRAWING NO. 61 EXHIBIT - A
I
�C•T� �:
1 �
/
a
r,
LJ
3
DVNES
a
NEIYFLXl
1
7DM•N ! a
CENTEF
SAJ
M4 Ia Z Q I
Ay,
W
yMrI O ✓ CLUB 8
CL10
Cp(/NTY
2
Q
0.
PROJECT
LOCAT ION
CITY OF NEWPORT BEACH
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SIDEWALK AND TREE REPLACEMENT
ON BALBOA PENINSULA
uq
aE�E�EaE`�o
r
a.a.l
G'— 2449
DRAWN DATE 10 28 83
APPROVED `
DRAWING NO. 61 EXHIBIT - A
• 1 1
THE NEWPORT ENSIGN
PROD F 0 -7 P U 3 L I C li-T I 0?T
(2015.5 C.C.P.)
ST., 7-E,C- CAL A
CCr.:-.,-.! Cra..qe.
T i
J'n 1.-.e aac C: veazs.
z n-� nc A
!c or in !e e< :ed In t 'I- e -ve entitled
:-e crincip-' c%2.k cl c::n!er of t-,
Ne CGTI r':.::
5: Q n c! zene.ial circu!a.
pjl-7!s - _e� Wee' 1, �n t-e cil•' of
N po:r rie�r
Ccun:v z: Orange. --c ,nich news
has
newspaPe. ci general
C.:calatzc_ Z.
Super:zr —_�Urt of the County of or-
a-c-a. S-!a,
the --:a c; May 14.
C_-Q7 I
?:MP-V that .'_a
1._:c_ annxed is a c�:ell con• ':zet in type nc!
been in eac'..
r__cu;d1 an- -
:Ssue C: sa:� a7.� lot in
an'; supplc�e7:
1 . �E:ec! C-. tc:lowi�z �-�as to wit
I certify (or u• e: ;:enahy of that the
to.- e go in q, S i:J• and csr:ec:. Datcd a! Newpc.t
Teach, ca. :7�: _. t, . nt /V . '! � �& 19 Al
S i r, na: ; re
) r?,
THE NEWIP-G-UENSKUN
(3 ij
nlia 'Pace is for tho Ccunty Clark's Filing Stamp
A
Prccf of publxat;cr, c�
Moncz Dlvrr%XG SM
S.&.d b&& m b- 1--*-d at el OOkm of fi* Cft awk SM N`VF
pod Blvd., P-0: Box 1768; N*wPbd Bnaak C'L 025" 13 UW111M"
at dw lah day 91 j=mm7,19115, ca wb" tilm small ball* *4 YA
MWMIK AND TREE RMACIRMEXT�00
Offteleall
cautmat've.
1161
Approw4ml
D6061alift,
lab an Of
Wanda K. 111011111010
chi cluk
P.,pective Wdd mmmmobbalgasatnibid doom -mb 61804 w
aam *E Ow PubBa Waft DOPOSWOOL 3900
BM 11769, K.,P=t B"A CA U65"6115.
Far call Simphan LUT, FMOd.
12/12
� 1
11
•
•
•
'17 VE CITY COUNCI!.
[it c 101984
TO: CITY COUNCIL
FROM: Public Works Department
-2�4 (' )
December 10, 1984
CITY COUNCIL AGENDA
ITEM NO. F -11
SUBJECT: SIDEWALK ANO TREE REPLACEMENT- ON BALBOA'PENINSULrA (C -2449)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 a.m. on January 10, 1985.
DISCUSSION:
This contract provides for the removal and replacement or repair of
approximately 3,600 square feet of sidewalk, 725 linear feet of curb and 2350
square feet of roadway; and for the replacement of street trees as described
below. The location of work is shown on the attached drawing, "Exhibit A ".
An additional 900 square feet of parkway concrete will also be removed, and
salvageable material will be placed on the adjacent private property.
The work is necessary due to (1) the relatively high exposure to
personal injury caused by parkway tree roots uplifting and displacing public
improvements; and (2) many public complaints of nuisance water ponding in the
street as the result of root uplift.
The destructive roots are usually from mature Ficus Nitida street
trees. Ninety -eight of these trees will be removed from the parkway. They
will be replaced by sixty -four 15- gallon Magnolia Grandiflora, Cupania, or
Metrusideros Tomentosa street trees installed within PVC root barrier boxes.
Approximately 110 of the existing trees within the work area will not be
removed in this contract.
The Balboa Peninsula Point Association had reviewed the specifica-
tion and replacement schedule and fully supports the project. The City has
sent letters informing the owners of property where parkway improvements are
to be removed about the subject project (see attachment).
The Engineer's estimate is $50,000. Adequate funds are available
in the current appropriation for Street Tree Replacement Program.
Bid documents have been prepared by the Public Works Department.
All work should be completed prior to April 29, 1985.
Benjamin B. Nolan
Public Works Director
SJL:jd
Att.
J
CJ
O \' \)y)
ku
I
N£MF►11
^`E
aC��y Bt B tA
It
CITY 01
1t` j' art. \ / Y �. '.... S•)� ,� \\
b
•.ti:4 cENTE.P '? °
jaj
i i 4
1� 4
��5r ;
✓ ctua ? ;
R
SR�x' MW
11 dn1�
Ito
rah'
� I
g
r� �_._ ice_ ,{) „%� = , ���' • '�.
9CICM
PURL
PROJECT'
LOCAT ION
CITY OF NEWPORT BEACH
E
SIDEWALK AND TREE REPLACEMENT
ON BALBOA PENINSULA
1d1
C-2449
DRAWN -MB-&- DATE 10 • 2Af
APPROVED /i-,,- z
•wr
DRAWING NO. "EXHIBIT - A”
•
November 30, 1984
• •
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
PUBLIC WORKS DEPARTMENT (714) 644 -3311
Subject: Sidewalk and Tree Replacement on Balboa Peninsula (C -2449)
Dear Property Owner:
The City of Newport Beach, at the request of residents and the Balboa Peninsula
Point Association, is preparing a contract to remove and replace parkway trees
and concrete improvements.on Peninsula Point. The parkway trees slated for
removal ( Ficus Nitida, usually) have a destructive root system which has up-
lifted and displaced sidewalks, curbs, street pavement, and parkway pavement.
Magnolia Graniflora, Cupania and Metrosideros Tomentosa will be replanted at many
locations along Balboa Boulevard, Channel Road, Seville Avenue, Plaza del Norte,
•Plaza del Sur, Granada Avenue and I Street, in lieu of the Ficus. The new trees
will be installed within root barriers, which serve to eliminate future street
tree root destruction.
The intent of the contract is to: (1) eliminate many tripping hazards and
thereby improve safety for pedestrians and reduce claims against the City;
(2) attenuate the uplift of concrete improvements to reduce ponding of drainage
water; and (3) clean up some of the unsightly broken concrete improvements on
the Point. All work is to be done at no direct cost to the adjacent property
owners.
Included in the contract is the removal of all parkway paving which constitutes
a tripping hazard according to decisions of courts of law in California. Park-
way paving in front of your property falls into this category. Your paving
will be removed and disposed of, or stockpiled on your property if salvageable,
at no direct cost to you. The parkway will not be repaved by the City, but may
be redone at your expense subject to City policies.
The City intends to advertise for bid in the near future so that
completed prior to summer. If you have any comments concerning
please contact me via telephone or letter no later than Decembe
r
• Very truly yours,
',J '-�— C/
Stephen J. Luy
Project Engineer
SJL:jw
3 3300 Newport Boulevard, Newport Beach
work may be
this project,
31, 1984.