Loading...
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.