Loading...
HomeMy WebLinkAboutC-3375 - Balboa Island Bridge BeautificationL 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC November 26, 2003 Pima Corporation 2001 Barrington Avenue, Suite 204 Los Angeles, CA 90025 Subject: Balboa Island Bridge Beautification (C -3375) To Whom It May Concern: On November 26, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City CIerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on January 27, 2003. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08082579. Enclosed is the Faithful Performance Bond. Sinc ely, / La o Harks, CMC City Clerk cc: Public Works Department R. Gunther, P. E., Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 PAGE 16 EXECUTED IN FU COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAiLBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 BOND NO. OW579 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is S. 2,626•DC being at the rate of $10.00>IST $100,000. $8.00 REMAINDER thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Plrria Corporation, hereinafter designated as the "Principal ", a Contract for construction of BALBOA7SLAND BRIDGE BEAUTIFICATION, Contract No. 3375 in the City of Newport Beach, in strict:Conformity with the plans, drawings, specifications, and other Contract Documents maintained in. the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Princpal has executed or is about to execute Contract No, 3375 and the terms thereof require the.furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MRYI AND , duly authorized to transact business under the laws of the State . of California as Surety (hereinafter "Surety" ), are held and firmly bound unto the City of Newport Beach, in the sum of three hundred three thousand, three hundred and 001100 Dollars ($303,300.00) lawful money of the United States of America, said sum being equal to 1DD% of the estimated amount of tt4.iGontract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION, OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or alt; the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein speed, and in all respects according to its true intent and meaning, or faits to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amouni specified in this Performance Bond;; there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required, to bring an action in law or equity against Surety to enforce the obligations of this Bond. 0 0 PAGE 57 Surety, for value ., mceived, stipulates and agrees that no change, extension of time, alterations or additions to he terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work: or to the specifications. This Faithful Perfdtmance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. VII W1Ttdl =aR WI itR[Or, thin inctrumant has Surety abovo named, on the 23RD day of JANJARY boon duly aYarjifi rd by the Principal and Pima Co poration (Pli-incip 19 Authort ed 'ignat 7/7itle FIDELITY AND DEPOSIT CffANY`0F MARYLAND Name of Surety Authdrized nt Signature 225 S. LAKE AVE #700 PASADEM, CA 91101 KELLY A. SAITMAN ATTORNEY -IN -FACT Address of Surety Print Name and Title 626/792 -2311 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - PURPOSE ACI* `LEDGEMENT 0 State of California ` County of San (Bernardino On (a�IO2 before me, _ Janet L. Miller, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") Personally appeared Name(s) of Signer(s) i OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer Title ❑ Partner — ❑ Limited ❑ X Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: General Top ofthumb here ❑ personally known to me x proved to me on the basis of satisfactory evidence to be the personnKwhose namefl is /�,4 subscribed to the within instrument and acknowledged to me thatJWe/sheljWy executed the same inpis /her /tWir authorized capacity(iEs), and that by,pis /her /tptr signatureX on the instrument the ,,�T t . ealu.ER Commissicn913i1028 persona), or the entity upon behalf of which the person( acted, executed the instrument. '� 14'osry Public - Cafifomie i San f3emaroino County ki;�— Omm.ExOm Jul 20,2005 WITNESS my hand and official seal. (� j Signature o Notary Public i OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer Title ❑ Partner — ❑ Limited ❑ X Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: General Top ofthumb here CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of – \Q County of On y before me, �C'� personally Neme antl Title of Officer {e.g.,'Jane Doe, Notary Public") appeared ` \\ \-\ Name {sjol Signer(y- C+-pe"rsonally known to me– OR –❑ proved to me on the basis of satisfactory evidence to be the person(< whose name(g) issubscribed to the within instrument and acknowledged to me that he /sWthWexecuted the same his /ber /tf� authorized capacity(ie� and that by GISOU BANI -AHMAD hisl er /their signature,(&}on the instrument the perso ConrmisBANI -1HMAD or the entity upon behalf of which the person.(Kacted, Notary Ptt�lfc _ Caffan-io executed the instrument. gas Angeles County WCwMEvkmMar31.4ID4 WITNESS my hand and official seal. r Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Corporate Officer Title(s): Partner — ❑ Limited Attorney -in -Fact Trustee C i ❑ General Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER C 1995 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913097194 Prod. No 5907 Fears., Cell Toll -Free 1- 800 - 876 6827 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC January 27, 2003 Pima Corporation 2001 Barrington Avenue, Suite 204 Los Angeles, CA 90025 Subject: Balboa Island Bridge Beautification (C -3375) To Whom It May Concern: On November 26, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 23, 2002, Reference No. 2002001175719. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08082579. Enclosed is the Labor & Materials Payment Bond. Since ely, 0t6 GkYV- -/"Vorme M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, P.E., Construction Engineer encl. 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 21ALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO, 3375 BOND NO. OM579 PREMILM INCLUDED IN PERFORMANCE BOND RAGE 14 WHEREAS, the qty Council of the City of Newport Beach, State of California, by motion adopted, has awarded to pima Corporation, hereinafter designated as the "Principal." a contract for construction of BALBOA ISLAND BRIDGE BEAUTIFICATION, Contract No. 3375 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office bf the Public Works Department of the City of Newport Beach, all of which are incorporated heirein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3375 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall failto pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the 41 urety on this bond will pay the same to the extent hereinafter set forth: NOW, THEF�EFORE, We the undersigned Principal, and, FIDELITY AND DEPOSIT COhPANY OF hWRYLAND duty authorized to transact business under the laws :of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto thib City of Newport Beach, in the sum of three hundred three thousand, three hundred and 001100 Dollars ($303,300.00) lawful money of the United States of America, said sum being equal to100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION, OF THIS OBLIGATION IS SUCH, that N the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon for, or about the performance of the work contracted to be done, or for any other work or labor!: thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over; to the Employment Development Department from the wages of employees of the Princtipel and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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. PAGE 15 The 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 this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received. hereby stipulates and agrees that no change, extension of time. alterations or additions to the terms of the Contract or to the work to be performed thereunder 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 ofany such principal shall not exonerate the Surety from its obligations under this Bond_ IN WITNESS WWREOF, this instrument has been duly executed Principal and Surety, on the 23RD day of JANUARY 2002. r Pima C rporation (Princip* —� FIDELITY AND DEPOSIT COMPANY OF MARYIlUID Name of Surety 225 S. LAKE AVE #700 ? PASADENA, CA 91101 '; : KELLY A. SAITMAN Address of Surety Print Name and Title by the above named ATTORNEY -IN -FACT 626/792 -2311 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED is ALIFORNIA ALL- PURPOSE ACKPO rLEDGEMENT State of California ` 1) ss. County of San Bernardino I On I �Ill2 before me, Janet L. Miller, NotaU Public Name and Title of Officer (e.g., "Jane Doe, Notary Public') Personally appeared Kelly A. Saitman Name(s) of Signer(s) OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer Title O Partner -- O Limited O General X Attorney -in -Fact C3 Trustee O Guardian or Conservator O Other: Signer is Representing: Number of Pages: Top of thumb here 17 personally known to me x proved to me on the basis of satisfactory evidence to be the personXf whose nameX is19,4 subscribed to the within instrument and acknowledged to me thaty(elshe4k6y executed the same in_.ris( her /tXir authorized capacityXs), and that by_*fherftWir signatureA on the instrument the iWlLLER person ), or the entity upon behalf of which the personA _ Commission@ 13f1028 acted, executed the instrument. Notary Public - California Ban Bernardino county �'fi :�"mrn WITNESS my hand and official seal. Eayin�JU120,2005 i Sign5ture of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer Title O Partner -- O Limited O General X Attorney -in -Fact C3 Trustee O Guardian or Conservator O Other: Signer is Representing: Number of Pages: Top of thumb here 0 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the corporation of the State of Maryland, by W. B. WALBR in pursuance of authority granted by Article VI, Section reverse side hereof and are hereby certified to be in rce and on the date hereof, does hereby nominate, constitute and appoint Kelly ve A. SA r, and of On make, execute, seal and deliver, for, and on its undertakings and the execution of such bonds _-, -UP rt urpo in Bal , Md., in their own proper persons. AND T COMPANY OF MARYLAND, a ;e -Pr , and T. E. SMITH, Assistant Secretary, L said Company, which are set forth on the said Company, as fully and amply, to all regularly elected officers of the Company The said Assistant Secretary does hero Article VI, Section 2, of the By -Laws 9fG aliforni rue and lawful agent and Attorney -in -Fact, to as sure as its act and deed: any and all bonds and aking rsuance of these presents, shall be as binding upon ses, a hey had been duly executed and acknowledged by the xtract set forth on the reverse side hereof is a true copy of now in force. IN WITNESS WHEREOF, the said mice -Press d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Sea] of the said FIDELITY DEPOSIT COMPANY OF MARYLAND, this 25th day of March, A.D. 1999. ATTEST: ;FIDELITY AN OSIT COMPANY OF MARYLAND • ,. By: T. E. Smith Assistant Secretary W A Walbrecher Vice - President State of Maryland SS: County of Baltimore 33} - On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Carol J. Fa X, Notary Public My Commissi ` Expires: August 1, 2000 1,142"12 -7170A • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT 0 State of County of 1 On before me, Date �j Name aM Title of Officer (e.g.,'Jam Doe, Notary Public") ` personally appeared \ 7��� I personally known tome –OR –❑ proved tome on the basis of satisfactory evidence to be the personn whose name(s) is /subscribed to the within instrum nt and acknowledged to me that heoKe7the xecuted the same in his /tt7e authorized capacit�, and that by GISOU BANIAHMAD ? hisAt& r signature, 4on the instrument the perso� or the entity upon behalf of which the perso LW' acted, W, Ktk cabMic executed the instrument. LM hVeim County WCornrn- EVrmMor31.2)134 WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer Title(s): • Partner — ❑ Limited n General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Top of thumb here Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other; Top of thumb here Signer Is Representing 0 1995 National Notary Association • 8236 Remmet Ave., P.O. box 71 84 - Canoga Park, CA 91309 -7186 Prod. No. 507 Reorder. Cell Toll-Free 1- 800 - 876 -6827 RECORDING R )€STE, BY -.AND WHEN RECORDED RETURN TO: City Clerk '03 J,4':d ) 0 �,10 :25 City of Newport Beach 3300 Newport Boulevard Newport Beaghjq_A92663. • 1 -E •r ;ca Recorded in Official Records, County of Orange Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIl IIIIIIIIIIIIUIIIiiIIiIIIIIIIIIIIIIIIUIIIINO FEE 200200117571912:17pm 12123102 107 23 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Iv Newport Beach, California, 92663, as Owner, and Pima Corporation of Los Angeles, California, as Contractor, entered into a Contract on January 22, 2002. Said Contract set forth certain improvements, as follows: Balboa Island Bridge Beautification (C -3375) Work on said Contract was completed on October 31, 2002, and was found to be acceptable on November 26, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is NW Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executedon a7, acr' -_ City Clerk , at Newport Beach, California. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 27, 2002 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Balboa Pier and Washington Street Restroom Replacement (C -3367) Notice of Completion for the Balboa Island Bridge Beautification (C -3375) Notice of Completion for the Balboa Boulevard Reconstruction and Drainage Improvements from Medina Way to 12th Street (C -3428) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, �� %,�� �. VO4e;, LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 " xempt rom reco ing lees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Pima Corporation of Los Angeles, California, as Contractor, entered into a Contract on January 22, 2002. Said Contract set forth certain improvements, as follows: Balboa Island Bridge Beautification (C -3375) Work on said Contract was completed on October 31, 2002, and was found to be acceptable on November 26, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is f37 Director ort Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �m a7, a OQ �– at Newport Beach, California. BY 4db-AIAI- City Clerk i CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 0 Agenda Item No. 13 November 26, 2002 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: BALBOA ISLAND BRIDGE BEAUTIFICATION, CONTRACT NO. 3375 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On January 22, 2002, the City Council authorized the award of the Balboa Island Bridge Beautification contract to Pima Corporation. The contract provided the installation of stone veneer and cap block on the Balboa Island Bridge entrance walls and the roadway sides of the bridge railing bases. It also provided eight new double - luminaires light poles with brackets to support plant baskets below each luminaire. A water system was installed to automatically irrigate the plant baskets. Bridge railings were replaced with new black anodized aluminum railings including pole holders. The North Bay Front stairway handrails were also replaced. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $303,300 Actual amount of bid items constructed: 303,300 Total amount of change orders: 17,388 Final contract cost: $320,688 216 (3�� SUBJECT: BALBOA ISLAND BR BEAUTIFICATION, CONTRACT NO. 3375 — CO TION AND ACCEPTANCE November 26, 2002 Page 2 The final overall construction cost including change orders was 5.73 percent over the original bid amount. Three change orders were issued for the project as follows: 1. A Change Order in the amount of $10,519 provided for modifications to electrical circuits in parapet walls, installation of expansion and isolation joints, and a rain sensor conduit. 2. A Change Order in the amount of $3,419 provided increased wire length in poles and installation of copper water pipe connections. 3. A Change Order number in the amount of $3,450 provided for revised wiring for a 110 -volt circuit. Funds for the project were expended in the following account: Description Account No. Amount Balboa Island Bridge and Walkway Improvements 7013- C5100506 $320,688.00 The original completion date was May 24, 2002, which was extended to June 10, 2002. All traffic lanes and sidewalks were accessible by that date. All work except for punch list items was completed by July 11, 2002. These final items as well as coordination items related to the separate bridge planters were completed by October 31, 2002. Environmental Review: (Not applicable) Prepared by: R. Gunther, P.E. Construction Engineer Submitted by: Badum s Director • • CITY OF NEWPORT BEACH NOTICE INVITING BIDS CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 9`" day of January, 2002, at which time such bids shall be opened and read for: BALBOA ISLAND BRIDGE BEAUTIFICATION Title of Project Contract No. 3375 $288,000 Engineer's Estimate by Stelihen G. Badum ,Public Works Director Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. Contractor License Classification required for this project: "A" For further information, call Lloyd Dalton, P.E., Project Manager at(949)644-3328. r • PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DUPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashiers check (sum not less than 10 percent of the total bid price', may be received in lieu of the BIDDER'S BOND. The title of the project and the word: "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Document's listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. r' . • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR(S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL....... ........................................................................................................ PR-1 SPECIAL PROVISIONS... ..... _ ......... ....... .... __ ..... ............... ...... ...... _ ............. SP-1 PAGE 2 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 6f 5- Fs9 A;/3, X17 Contractor's License No. & Classification Pr �a (36rrp��s� rre c /4/a ��7vA��ce =D `gciJT2ucTiea Bidder Authorized Signature/Title O/ - B rl - z r) y L Date PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of _ Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA ISLAND BRIDGE BEAUTIFICATION, Contract No. 3375 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this day of Name of Contractor (Principal Name of Surety Address of Surety Telephone 2002. Authorized Signature/Title Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) M CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3§75 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and as., and administrators, agree to be jointly and severally held and firmly Newport Beach, a charter city, in the principal sum of TIN PERCENT OF F Dollars (g 10% OF BID* ), to be paid ar of Newport Beach if the bid proposal of the undersigned Principal fc BALBOA ISLAND BRIDGE BEAUTIFICATION, Contract No. 3375 in Beach, is accepted by the City Council of the City of Newport Beach and is awarded to the Principal, and the Principal fails to duly enter into and Documents for the construction of the project in the form required with including Saturday. Sunday, and federal holidays) after the date of the Award otherwise this obligation shall become null and void ns, executors, heirs and to the City of )UNT BID forfeited to the City the construction of ie City of Newport proposed contract Kecute the Contract ten days (10) (not nailing of Notice of if the undersigned Principal executing this Bond is executing this Bbnd as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 3RD day of JANUARY 2002, PIMA CORPORATION DBA ADVANCED CONSTRUCTION Name of Contractor (Principal FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 225 S LAKE AVE., #700 PASADENA, CA 91101 Address of Surety (626) 792 -2311 KELLY A. SAITMAN,;'ATTORNEY -IN FACT Print Name and Title Telephone (Notary acknowledgment of Principal & Surety must be attached) •CALIFORNIA ALL- PURPOSE State of California ss. County of San Bernardino I On JANUARY 3, 2002 before me, Janet L. Miller, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public ") Personally appeared Kelly A. Saitman Name(s) of Signer(s) 0 personally known to me x proved to me on the basis of satisfactory evidence to be the personXwhose name is /3r6 subscribed to the within instrument and acknowledged to me that"y(e /she /pilry executed the same in Pa s /her /tXir authorized capacity�s), and that by jbi5 /her /ter signature ,W on the instrument the person), or the entity upon behalf of which the personA acted, executed the instrument. ".!:ET L. 4ILLER Comnussion #1311028 Notary Public- California ; WITNESS my hand and official seal. K srl Cernardino County Iaycomm. EViresJul2unty of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer Title ❑ X O Partner -- ❑ Limited ❑ Attorney -in -Fact Trustee Guardian or Conservator Other: Signer is Representing: General Number of Pages: Top of thumb here 0 0 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FII corporation of the State of Maryland, by W. B. WALBREC in pursuance of authority granted by Article VI, Section reverse side hereof and are hereby certified to be in constitute and appoint Kelly A. SAITMAN, of Ont make, execute, seal and deliver, for, and on its as undertakings and the execution of such bonds a rtaki, said Company, as fully and amply, to all inten urposes regularly elected officers of the Company at ' ice in Ball fylZjzrsuance T COMPANY OF MARYLAND, a and T. E. SMITH, Assistant Secretary, She id Company, which are set forth on the ice he date hereof, does hereby nominate, lifod lawful agent and Attorney -in -Fact, to sure ct and deed: any and all bonds and hese presents, shall be as binding upon a hey had bee n duly executed and acknowledged by the Md., in their own proper persons. The said Assistant Secretary does her certify thattract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws �ompany� is now in force. IN WITNESS WHEREOF, the said �1ce -Presi d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY DEPOSIT COMPANY OF MARYLAND, this 25th day of March, A.D. 1999. ATTEST: FIDELITY AN 63OSIT COMPANY OF MARYLAND SEAL ? - ^� &7�r..tiGZC ca By: T. E. Smith Assistant Secretary PV B. Walbrecher Vice- Pros iden! State of Maryland ss: County of Baltimore J On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. L1428- 012 -7170A Carol J. Fo5le r Notary Public My Commissi d Expires: August 1, 2000 0 0 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomevs -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.-and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duty called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seat of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 3RD day of JANUARY , 2002 Assistant Secretary 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of On _A —���� before me�� Date Name and Title of Officer (e.g.. 'Jane Doe, Notary Public ") personally appeared NarnoXol Signor ersonally known to me - OR -❑ proved to me on the basis of satisfactory evidence to be the person(s� whose name s /subscribed to the within instrument and acknowled ed to me that he /executed the same in his/ r /Petr authorized capacity(ipo, and that by his /t 91,ftho- slgnaturej(,% on the instrument the persons' 03011 SAM AIYAM or {he entity upon b half of which the pers�DW acted, cawmddm113� executed the instrument. "*WF4"C- O4Oa1ft to I WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _. Individual Corporate Officer Title(s): Partner — _ Limited ❑ General _= Attorney-in- Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: n u G L7 Individual Corporate Officer Title(s): Partner — ❑ Limited 0 General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMRINT OF SIGN BP ER Z 1995 Na"c al Nolary Association • 8236 Pannn Ave.. P.O. Sox 718e • Canoga Park, CA 91309.7184 Prcd. No 5907 Reorder: Call Toll -Free 1 800 876 -6827 dqAK44MO UOVO 4 • ~ vow rr 0 vinLm:) mim lai - - pr fan'tc-tw"t 0 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address �A- ILI.,ic, VAYpL. TAC)'/ WORK 379 ,2 5 6TH. 9 id3c5 2. PA(-M C).4L` , CA 93�'s 3. ELCCf4ZtCAC 4-r p %Z (CECikecAC 46995 8A-(-L1C t:qi 57_ d7AR T'1 ALCy O,✓ 7_44 C:ro R 4. r/6 ArN4l1U.S, c 4 Q /3y3 5. 7, 8. 9. 10. r} Pit -rat 191.JnP' Bidder Authorized Signature/Title 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency Person Telephone To Contact Number d-® 0/ 1-4 5 J of a9f 4 Ey, 0-/ w 1 L S C, ^, ( c, 5;-) 3 F i, S 7�;- D /� n,17 i T/!e FT Qr- Fc'N7irIHrIE n,T I _ L- 0 C i3 a niA ✓ Xri� �ij.wHV�ir Y A,-i Iv 7-1 P &v2E Z t3-9 3/ 7 7 3 / 'i 96 Q1 r y c .1 , . 0 MID cir/ STACC7 C, /4c D,-U,�c (31 (�)wsgF- 733 if ( c f r y d F SA.v rA /`tC 164 l 9 99 4K 5s1441^1 MA(- 4A^1J1 (626J 333_0 33C 7 M PR O Gle 44 > J c t r o f /ter vuj> plM/ -1 �R9vRAr,�,.. Bidder 13iJP --y PIROOZ Authorized Signature/Title PtZL ST . i:n: "" �r�� l 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of L A ) PAGE 6 S iJ A--✓ Or o2 u y i being first duly sworn, deposes and says that he or she is VV- C -fine- N r of u'i^1.4 CeReoR,4�i i e-1 , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. FfMA Q-06(Pe)941 'ri 0 Bidder p'iJ6a^ U f�CC�Cr L - PoZE` S"I V(- ;7 Authorized Signature/Title Subscribed and sworn to before me this � day of � w\ , 2002. [SE Notary Public GISOU BANI,ANMAD Conwdulon A 12"m L= A w0m County MyC9M66;#66 Mor31,7fp4 My Commission Expires�' -("\ 1m� 0 0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT LABOR AND MATERIALS PAYMENT BOND FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner. to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. p, .1 V<AA WOO MI Y 1. rw' Ti'1"�1N' PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA.ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 CONTRACT THIS AGREEMENT, entered into this 26th day of October, 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Pima Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BALBOA ISLAND BRIDGE BEAUTIFICATION Project Description 3375 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3375, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. i • PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of three hundred three thousand, three hundred and 001100 Dollars ($303,300.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY PIMA CORPORATION City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: 2001 Barrington Ave., # 204 Los Angeles, CA 90025 (310) 231 -7060 (310) 231 -0411 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) .which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4, To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. E PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day CITY CLERK APP 0 FORM: CITY OF NEWPORT BEACH A Municipal Corporation � MAYOR Pima Corporation CALIFORNIA ALL- PURPORACKNOWLEDGMENT • State of County of Of —bZ before me, Cate personally appeared Name and Title of Officer (e.g., "Jane Doe, Notary Public') rsonally known to me — OR — u proved to me on the basis of satisfactory evidence to be the person(s`) whose name(s)is /,tcEsubscribed to the within instrument and acknowledged to me that he /styefthe5rexecuted the same in his /lwt fr authorized capacity(ie*9), and that by GISOU SANi -AHMAD his /her /thi6ir signature(s)'on the instrument the person(i`), i0CWM*jsiw# 17555M or the entity upon behalf of which the person acted, .� NOtOIy public - CaAfartfa executed the instrument. us Angeles County Wccmm.EVftW4ar31,Z04— WITNESS my hand and official seal. a Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer Title(s): Partner — _ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator ..-. Other. Top of rhumb here Signer Is Representing Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of thumb here Signer Is Representing: C 1995 National Notary Association • 8236 Remmet Ave., PO, Box 7184 • Canoga Park, CA 91309 -7184 Prod. No, 5907 Reorder: Call Toll Free 1 -800- 876 -6827 f'licnl -ik. 7"I '7'1 "3 AT1VTTT1 1 ACORM - CERTIFICA*E OF LIABILITY INS CE 02/ 5/0 PRODUCER r- ... .. .� Driver- Averb6ck Company 3270 Inland Empire Blvd # 00, � Ontario, CA 91764 909 941- 6 6 9 9 FEB 1 9 2Z THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION —15NLV AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Advanced Construction DBA` PinTlla -... _ F�, 2001 S. Barrington Ave. u t�,• `' g k4 �tt.r Los Angeles, CA 90025 INSURER A RLI Insurance CO STL wsuRERe: Golden Eagle Insurance Corporation INSURER Constitution Insurance Co. INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED O MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUC POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TA I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE p POLICY EXPIRATION LIMITS A GIENERAL LIABILITY CGLOO11120 07/20/01 07/20/02 EACH OCCURRENCE $1,000,000 ORE DAMAGE (A, ore fire) S50 OOO XX!COMMERCIALGENER�ALLIA1HIMJ FTICLAIMS MADE x OCCUR MED EXP (Any one I r—) s5 O 0 O PERSONAL &ADVIN)URY $1 OOO 000 X BI /PD Ded:2 r 500 GENERAL AGGREGATE s2 000 0 0 0 GENL AGGR EG ATE LIMIT APPLMS PER PRODUCTS - COMP /OPAGG $1 000 OOO POLICY PRO- 1 LOC JFCT B AUTOMOSaEuABU.ITY ANY AUTO ICBP9500574 j 07/20/01 07/20/02 COM�BIW.M)SINGLE LIMIT S1,000,000 BODILY INJURY (tr arm') S j ALL OWNED AUTOS SCHEDULEDAUTOS J BODILY INJURY N) I X HIRED AUTOS wI x NON -OWNED AUTOS I I PROPERTY DAMAGE (Per=i&m) I j GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG I S ANY AUTO I E C EXCESS LIABILITY �. OCCUR CLAIMS MADE CUL41241 09/25/01 07/20/02 EACxoccuaxervcE 1 SS OOO OOO AGGREGATE i S 5 O O 0 0 0 0 5 $ I DEDUCTIBLE $ X RETENTION $10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC STATU- OTH- FR ~ + i E.L. EACH ACCIDENT I E.L.DISEASE - EAEMPLOYEE I E.L. DISEASE - POLICY LIMIT S 11 OTHER i I DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLFS/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Contract No. 3375 - Balboa Island Bridge Beautification. The City, its officers, officials, employees and volunteers are additional insureds as per the forms attached. Primary wording is included as per the attached. (See Attached Descriptions) I City of Newport Beach Public Works Department Attn: Shauna Lyn Oyler Administrative Assistant 3300 Newport Bvld. Newport Beach. CA 92663 ACORD 25-S (7197) 1 of 3 #79968 CANCELLATION SHOULD ANYOFTRE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLKBBRXXWAIL *3n DAYS WRITTEN N0I10E TOTHE CER'IWICATE HOIDERNAMED TOTHE IEFT.MIKIYAL&IIYffiCHIMO 8EW, ACORD CORPORATION DESOPTIONS (Continued from Pael) Primary Wording and Waiver of Subrogation applies to Automobile Liability as per the form attached. The cancellation clause has been amended to delete the "endeavor to,, and "but failure to... "wording. * 10 Day Notice of Cancellation for Non - Payment of Premium. This certificate of insurance cancels and replaces the certificate issued on 01/24/02. AAB 25.3 (07/97) 3 of 3 # 7 9 9 6 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25- S(7/97)2 of 3 #79968 CG 2010 POLICY NUMBER: CGL0011120 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Project or Location: The City, its officers, officials, employees and Re: Contract No. 3375 — Balboa Island Bridge volunteers Beautification. 3300 Newport Blvd, Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non - contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured. CG 20 10 (11/85) Copyright, Insurance Services Office, Inc., 1984 GOLDEN EA& INSURANCE COMPANY V _ P.O. BOX 85826 - SAN DIEGO, CA 921865826 ADDITIONAL INSURED (Person or Organization) Policy No; CBP9500574 This endorsement applies to: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM The person or orgmumtien shown in the Schedule ie an insured to the sztent of their liability for the conduct of an insured ' under Section II- Liability Coverage of this policy. GECA91 1001961 SCHEDULE City of Newport Beach, its officers, officials, employees and volunteers 3300 Newport Blvd. Newport Beach, CA 92663 Coverage is Primary, Waiver of Subrogation applies.. e 2 -12 -2002 11 :41AM FROM GENERAL SERVICES 949 650 0747 P.2 I B- 12-2002 TUE 1121 AM • FAX N0. • F. 02 ;\6 31 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED AHY THE CITY OF NEWPORT BEACH. DATERECEIVED: 0211-2/0-2 DEPARTMENUCONTACTRECEIVEDFROM. LLnA� DATE COMPLETED: 09;O 7. SENT TO:/ BY:I COWANYTERSON REQUIRED TO HAVE CERTIFICATE:-�(�7�� GENERAL LIABILrrY: A. INSURANCE COMPANY:_ A B. AM BEST RATING (A VIl or greater): A '- /X C. ADMITTED COMPANY: ( Muss be Califomia Admitted) Ts comPanY a slued m CeHfania? Yes No_ D. LIMITS: (Must be s ow.o00 or greaer) Whit is limit psovidedT QQ�,�_ E. PRODUCTS AND COMPLETED OPERATIONS: (Must lachndc) Is it irtoluded? Yes ✓ No F. ADDITIONAL INSURDP.D WORDING TO INCLTE (Tw Ciry its off cars, agents, officiuls, employees and volunteers). Is it included? Yea_ No..— G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) hit zrJuded? Yes No_ ! H. CAUTION! (Confirm that loss or liability of the Named insured a not limited solely by their negligeoccc.) Does endorsamew iaolude "solely by negligence" evading? Yes, _ No_ I. NOTIFICATION OF CANCELLATION: Alftvgh there is a pravisioo that requires notification of eaacalbtioe by certified maul: per Lateen Farley the City will ocaopt the endeavor wording. Ii AUTOMOBILE LL4811=: /J, ,�/ '� A. INSURANCE COMPANY: 1fLIf � &d B. AM HEST RATING (A VR cc ATCaxrl: I C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yea ✓ No D. LIMITS: (Mud be $1,000,000 minimum BI & PD and $500,000 UM) What is iimia mvided? OnIT E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,ageaa, officials. employers and volunteers). Is it included? Yes _ No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (Fa Waste Houlm ONy)• Is 4 included? Yes_ No_ G. NOTIFICATION OF CANCELLATION: Although dwre a a pwvmw that requacs notifuaaon of cancellation by certified mail; pa Lasrm Farley the City wM accept the cadeavor wordiu& M. WORKERS COMPENSATION: e''A e A. INSURANCE COMPANY: �ja& 1 B. AM BEST RATING (A v7I or greater) of J C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes n✓ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No ✓ IF NO, WHICH ITEMS NEED TO BE COMPLETED? Ni J'EA99k7i to w A txpr*v if,*O E C4p afxgleRJ rAtzwEic o-Air evr# foclGy NUR400?'5 f>'RE *1vWN bN 7#r EAM09,07WNT• CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA ISLAND BRIDGE BEAUTIFICATION CONTRACT NO. 3375 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: PR1of4 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3375 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Cents Per Lump Sum 2. Lump Sum Traffic Control S @� Dollars and and /Cents Per Lump Sum 3. 160 S. F. Remove and Reconstruct Veneer at Entrance Walls @ ah Ty Dollars and /kYCents Per Square Foot $ T5D, rk= -Z� $ G, Vim. _ 9 5. 7 L-1 L �'Ij PR2of4 8 Each Demolish Parapet Wall and Construct Pilaster with Cap Dollars and �e —Cents $_ 0, Per Each 1790 S.F. Prepare Parapet Walls and Construct Veneer @ -cT Dollars and Cents $ 30, — $ s 3, 7oc? Per Square Foot Lump Sum Install Irrigation and Electrical Conduits in Parapets @ Yd-t4_14_u� Dollars and -cr Cents $ `f e, Oee, _ Per Lump Sum 830 L.F. Construct Cap on Entrance Walls and Parapet Walls @ Tw e 77 Dollars and AAe—Cents $A0.' $ 16,400: Per Linear Foot Lump Sum Install Lighting Circuits from Ex. Controller to Poles @ Dollars and Cents $ 3 Per Lump Lump Sum Lump Sum Install Irrigation System from Ex. Controller to Poles @ Dollars and ^� Cents $ 5 `" Per Lump Sum 10. 5 Each 11. 790 L.F 12. . Lump Sum Remove Light Poles and Corbels and Patch Bridge @ Dollars and .-r Cents Per Each Remove Railings and Portions of End Walls and Install Railings with Flag Holders @ Dollars and Cents Per Linear Foot Remove Handrails and Install Handrails @ F �l t tGc� �./ Dollars and Cents Per Lump Sum 13. Lump Sum Patch, Prepare, and Paint Bridge and Stairways Dollars and 'y Cents Per Lump Sum 14. Lump Sum Remove and reinstall entrance signs @ T�,sl eu awe S Dollars and .'Cents Per Lump Sum PR3of4 $ sJ 'q'e — C9 cf. $ $ 01 0 00, ZJ+Q4L�� $ j "a' — $ 3r✓3 �G`� — TOTAL PRICE IN FIGURES (BASE BID) TOTAL PRICE IN WRITTEN WORDS (BASE BID): and 0 ADDITIONAL BID ITEMS Lump Sum ABI #1--- RAILING SPEARS ollars 'j and ^u Cents Per Lump Sum 0 PR4of4 Lump Sum ABI #2 - -- RAILING & HANDRAIL SCROLL WORK and Cents Per Lump Sum .� Lump Sum r/- Or- Zoc Z Date ABI #3 - -- STAMPED CONCRETE SIDEWALK Per Lump Sum 7 (3io1.9 3/ Bidder's Telephone and Fax Numbers 6 4 ?,? S9 41 !3, C 7 Bidder's License No(s). and Classification(s) and $ 2,C %,0 -tzi� 6N/LJ^��oRe7�a ✓ _ Bidder 13 Ft o0- ©d z � 14 Bidder's Authorized Signature nd Titl Bidder's Address 0 0 1 1 1 1 2 7 2 2 2 2 2 2 2 3 3 3 �j 3 3 3 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA ISLAND BEACH RESTORATION CONTRACT NO. 3491 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1,3.4 Inspection and Testing SECTION 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 1 1 1 1 2 7 2 2 2 2 2 2 2 3 3 3 �j 3 3 3 3 0 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 6 7 -10.6 Street Sweeping Signs 6 7 -10.7 Notice to Residents and Temp Parking Permits 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDWAS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 9 -3.2 Partial and Final Payment 7 PART 2 - -- CONSTRUCTION MATERIALS SECTION 207 PIPE 14 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 14 207 -9.2.3 Fittings 14 207 -9.2.4 Lining and Coating 14 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 15 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 7 300 -1 CLEARING AND GRUBBING 7 300 -1.3 Removal and Disposal of Materials 7 300 -1.3.1 General 7 300 -1.3.2 Requirements 7 300 -1.5 Solid Waste Diversion 7 SECTION 302 ROADWAY SURFACING 8 302 -5 ASPHALT CONCRETE PAVEMENT 8 302 -5.1 General 8 302 -5.4 Tack Coat 8 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 8 302 -6.6 Curing 8 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 8 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 8 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 8 303 -5.1 Requirements 8 303 -5.1.1 General 8 303 -5.4 Joints 8 303 -5.4.1 General 8 303 -5.5 Finishing 9 303 -5.5.1 General 9 303 -5.5.2 Curb 9 303 -5,5.4 Gutter 9 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 9 308 -1 GENERAL 9 SECTION 310 PAINTING 10 310 -5 PAINTING VARIOUS SURFACES 10 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 10 310 -5.6.7 Layout, Alignment and Spotting 10 310 -5.6.8 Application of Paint 10 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 11 312 -1 PLACEMENT 11 Last saved by mlocey0l /17/2002 9:25 AM f.\ users \pbw\ shared \contracts\masters\masters for contract set up\master specs index.doc • • SP 1 OF 23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS — MASTER 3 -28 -01 BALBOA ISLAND BEACH RESTORATION CONTRACT NO. 3491 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. INSERT); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of (INSERT). 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section, "The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." • • SP2OF23 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. • • SP 3 OF 23 The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award. The Contractor shall furnish City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." • • SP4OF23 The term "work" as used herein shall include all removal of P.C.C. curb and gutter, cross gutters, and asphalt base and pavement, grinding asphalt roadway, construction of P.C.C. curb and gutter, cross gutters, roadway base material, and asphalt concrete roadway, restoration of existing improvements impacted by the work, and construction of other incidental items of work." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "After City Council award, the Contractor shall complete all work under the Contract within (INSERT] consecutive working days. This schedule includes ten days for processing of contract, bonds and insurance documents. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the forty five consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." • • SP 5 OF 23 The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7-8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the bay, or the ocean." 7-8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY • SP6OF23 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas. Contractor may store equipment and materials [INSERT]. Contractor will restore [INSERT] to its preconstruction condition." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. [sample for one -way streets] 4. Vehicle access to and from one -way streets may be limited or closed during working hours to the extent that not all of the same direction one -way streets are closed at the same time. One -way streets shall not be closed during non - work hours. On Via Lido Soud and Nord, two -way traffic shall be open during non - working hours. The contractor shall cover all ONE WAY type signs adjacent to the paving operation to allow better access and parking during the construction. These signs must be uncovered immediately after Via Lido Nord and Via Lido Soud have been reopened to vehicular traffic. [sample] 5. No two consecutive adjacent streets shall be concurrently closed to vehicular traffic during construction. Via Lido Nord must be fully open to traffic when Via Lido Soud is closed for paving and vice versa. Full vehicular access to any garage on Lido Isle shall not be prohibited for longer than 24 consecutive hours under any circumstances. 0 SP7OF23 6. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a 4 ' /d' x 8 '/2" construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent residents a written notice stating when construction operations will start and what disruptions may occur and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. • • SP8OF23 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor [insert] License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: [example items] Item No. X Mobilization: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the contract work. Item No. X Traffic Control: Work under this item shall include providing the required traffic control including, but not limited to, preparation of traffic control plans, signs, delineators, traffic cones, barricades, arrowboards, steel plates, and all other work necessary to comply with the WATCH and the City of Newport Beach requirements. This item shall also include the delivery of all required notices, posting of signs, and all other costs incurred in notifying the residents. • • SP9OF23 Item No. X Remove Existing and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include the removal and disposal of the existing curb and gutter, subgrade compaction, reconstruction of curb openings for existing curb drains, construction of P.C.C. curb and gutter, re- chiseling of curb face for existing underground utilities, restoration of all existing improvements damaged by the work, and all other work items as required to complete the work in place. Gutter width shall be 18 inches. Item No. X Remove Existing and Construct P.C.C. Rolled Curb and Gutter: Work under this item shall include the removal and disposal of the existing curb and gutter, subgrade compaction, reconstruction of curb openings for existing curb drains, construction of P.C.C. rolled curb and gutter, re- chiseling the curb face for existing underground utilities, restoration of all existing improvements damaged by the work, and all other work items as required to complete the work in place. Gutter width shall be 18 inches. Item No. X Remove Existing and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include the removal and disposal of the existing cross gutter and spandrels, subgrade compaction, aggregate base, aggregate base compaction, construction of 8 -inch thick P.C.C. cross gutter, adjustment of City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. X Remove Existing and Construct Modified Curb Inlet Type OL -A, 10 foot Length: Work under this item shall include the removal and disposal of the existing curb inlet, salvage of existing frame and cover for reuse, subgrade compaction, construction of a new modified curb inlet per applicable portions of C.N.B. Std. 305 -L., reinstallation of the salvaged frame and cover, installation of storm drain stub out (where applicable), reconnection of existing storm drain, installation of storm drain filters, and all other work items as required to complete the work in place. Item No. X Remove Existing and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include the removal and disposal of the existing sidewalk, subgrade compaction, construction of new 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. X Cold Mill Existing Asphalt Pavement: Work under this item shall include the cold milling of the existing asphalt roadway, as shown on the drawings, to a depth below existing finished grade as shown on the drawings and all other work necessary to cold mill the existing asphalt roadway in the project limits complete and in place. Item No. X Crack Seal: Work under this item shall include routing out the crack, applying a soil sterileant, crack sealing of the existing asphalt roadway to be resurfaced with a hot - applied crack sealant and the application of an asphaltic tack coat to the roadway and all other work necessary to crack seal the existing asphalt roadway and apply asphaltic tack coat complete and in place. Ll • SP 10 OF 23 Item No. X Remove Existing and Construct 8 -Inch Thick Crushed Aggregate Base: Work under this item shall include removing existing street, disposal of excess material, grading, compaction, construction of the alley with 8 -inch crushed aggregate base and all other work necessary to construct the street base complete and in place. Minimum dig out width shall be 3 feet. Item No. X Construct 2'/2 -Inch Thick Asphalt Pavement Base Course: Work under this item shall include the construction of 2'/2 -inch thick asphalt pavement base course and all other work necessary to construct 2'/2 -inch thick asphalt pavement base course complete and in place. Item No. X Construct 1Y2-inch Thick Asphalt Pavement Overlay: Work under this item shall include the construction of 1' /s -inch thick asphalt pavement overlay and all other work necessary to construct 1'/2 -inch thick asphalt pavement overlay complete and in place. Item No. X Adjust Water Valve Covers to Grade: Work under this item shall = include adjusting all water valve frames and covers to grade and any equipment necessary to complete the work under this contract. Item No. X Adjust Manholes to Grade: Work under this item shall include adjusting all manholes to grade and any equipment necessary to complete the work under this contract. Item No. X Adjust Sewer Main Cleanouts to Grade: Work under this item shall include adjusting all sewer main cleanouts to grade and any equipment necessary to complete the work under this contract. Item No. X Traffic Striping: Work under this item shall include traffic striping, pavement markers, and all work necessary to install traffic striping complete and in place. Item No. X Crack Seal and Construct Asphalt- Rubber and Aggregate membrane Interlayer (A.R.A.M.I): Work under this item shall include crack sealing of the existing asphalt roadway, constructing the A.R.M.I. and all other work necessary to crack seal and construct the A.R.A.M.I. and in place. Item No. X Construct 2 -Inch Thick Asphalt Rubber Overlay: Work under this item shall include constructing 2 -inch thick asphalt rubber overlay and all other work necessary to construct 2 -inch thick asphalt rubber overlay complete and in place. Item No. X Remove Existing and Construct 10 -Inch Thick Crushed Aggregate Base: Work under this item shall include the removal of existing pavement, base and sub base, construction of 10 -Inch thick crushed aggregate base and all other work necessary to construct 10 -Inch thick crushed aggregate base complete and in place. 0 • SP 11 OF 23 Item No. X Remove Existing and Construct P.C.C. Driveway Approach: Work under this item shall include the removal of existing improvements and the construction of P.C.C. driveway approach and all other work necessary to remove the existing improvements and construct the driveway approach complete and in place. Item No. X Remove Existing and Construct P.C.C. Curb and Gutter, Type "A ", With 2 -foot Gutter: Work under this item shall include the removal of existing improvements and the construction of P.C.C. curb and gutter, type "A ", with 2 -foot gutter and all other work necessary to remove the existing improvements and construct the P.C.C. curb and gutter complete and in place. Item No. X Remove Existing and Construct P.C.C. Alley Approach: Work under this item shall include the removal of existing improvements and the construction of P.C.C. alley approach and all other work necessary to remove the existing improvements and construct the alley approach complete and in place. Item No. X Remove Existing and Construct P.C.C. Street: Work under this item shall include the removal of existing improvements and the construction of P.C.C. street and all other work necessary to remove the existing improvements and construct the street complete and in place. Item No. X Remove Existing and Construct P.C.C. Access Ramps: Work under this item shall include the removal of existing improvements and the construction of P.C.C. access ramps, and all other work necessary to remove the existing improvements and construct the access ramps complete and in place. Item No. X Traffic Signal Modifications: Work under this item shall include, but not be limited to, providing and installing traffic signal loops, pull boxes, conduit, and wiring and all other work necessary to install traffic signal loops, pull boxes, and conduit complete and in place. Item No.X Traffic Striping: Work under this item shall include traffic striping and all work necessary to install traffic striping complete and in place. Item No. X Remove and Reinstall Existing Curb Drains: Work under this item shall include removing and reinstalling existing curb drains and all other work necessary to remove and reinstall existing curb drains complete and in place. Item No. X Remove Existing and Install Electrical Pull Box: Work under this item shall include removing existing electrical boxes, furnishing and installing electrical pullboxes, per City of Newport Beach standards and all other work necessary to install electrical pull boxes complete and in place. Item No. X Install 1 '14 -Inch Diameter P.V.C. Electrical Conduit With 3 Conductors and 12 -Inch Sweeps: Work under this item shall include the furnishing and installation • • SP 12 OF 23 of a 1 1/4-Inch diameter P.V.C. electrical conduit with 3 conductors and 12 -inch sweeps, per city standards, and all other work necessary to install a 1 '/4 -Inch diameter P.V.C. electrical conduit with 3 conductors and12 -inch sweeps complete and in place. Item No. X Install 1 '/4 -Inch Diameter P.V.C. Electrical Conduit With 7 Conductors and 12 -Inch Sweeps: Work under this item shall include the furnishing and installation of a 1 '/4 -inch diameter P.V.C. electrical conduit with 7 conductors and 12 -inch sweeps, per city standards, and all other work necessary to install a 1 '/4 -Inch diameter P.V.C. electrical conduit with 7 conductors and 12-inch sweeps complete and in place. Item No. X Install Meyers Stainless Steel Cabinet/Base and Electrical Components: Work under this item shall include furnishing and installing Meyers Stainless Steel Cabinet/Base and Electrical Components, but not be limited to, pavement removal, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, and all other work necessary to adjust sewer install Meyers Stainless Steel Cabinet/Base and electrical components, per CNB STD -206 -L complete and in place. Item No. X Adjust all Sewer Cleanouts to Grade: Work under this item shall include, but not be limited to, pavement removal, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, and all other work necessary to adjust sewer cleanouts to grade complete and in place. Item No. X Construct P.C.C. Catch Basin: Work under this item shall include the construction of P.C.C. Catch Basins per CNB Std -300 -L including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the P.C.C. Catch Basins complete and in place. Item No. X Construct P.C.C. Junction Structures: Work under this item shall include, the construction of P.C.C. junction structures per CNB Std -310 -L including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the P.C.C. junction structure complete and in place. Item No. X Install 12 -inch RCP Storm Drain D -2000 with Concrete Encasement: Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities • • SP 13 OF 23 in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, installation of external joint sealer, placement of bedding, and crushed aggregate base, encasement, compaction, fittings, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. X Install 18 -inch RCP Storm Drain D -2000: Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, installation of external joint sealer, placement of bedding, and crushed aggregate base, compaction, fittings, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. X Install 16 -inch PVC, C -905, Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. X Install 12 -inch PVC, C -900, Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. X Install 16 -inch Ductile Iron Butterfly Valve: Work under this item shall include furnishing and installing a 16 -inch Ductile Iron Butterfly Valve including but not limited to, valve box and cover and valve extension all other work necessary to install 16 -inch Ductile Iron Butterfly Valve complete and in place. Item No. X Install 6 -inch Ductile Iron Resilient Wedge Valve: Work under this item shall include furnishing and installing a 6 -inch Ductile Iron Resilient Wedge Valve • • SP 14 OF 23 including, but not limited to, valve box and cover and valve extension all other work necessary to install 6 -inch Ductile Iron Resilient Wedge Valve complete and in place. Item No. X Install New Fire Hydrant Assembly: Work under this item shall include furnishing and installing a new fire hydrant assembly in accord with City of Newport Beach STD - 500 -L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, removal and replacement of existing sidewalk per CNB STD-1 80-L and all other work necessary to install a new fire hydrant assembly complete and in place. Item No. X Temporary Water Main Bypass: Work under this item shall include the installation and removal of a temporary water main bypass and all other work necessary to install and remove of a temporary water main bypass complete and in place. Item No. X Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: 'The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SP 15 OF 23 SECTION 207 -- -PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap' or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845 - 6962." 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and a shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." 207 -9.4 AWWA Butterfly Valves 207 -9.4.1 General. All butterfly valves shall be of the tight - closing, rubber - seat type, conforming to the design standards of ANSI /AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and /or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be, K -FLO Wolverine Fig. 506 (Class 150), or approved equal. N • • SP 16 OF 23 All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI 816.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion - resistant, sleeve type. Bearings shall be designed for horizontal and /or vertical shaft loading. Shaft packing shall be self- adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." SECTION 215 -- -STORM DRAIN FILTERS 215 -1 GENERAL Filters shall be installed across inlets to four new catch basins and across inlets to eight existing catch basins that drain into new storm drain systems. Filters shall be SP 17 OF 23 prefabricated Model FFCI -VAR Dual Stage "Fossil Filter Catch Basin Inserts" as manufactured by Kri Star Enterprises, Inc., Phone No. (800) 579 -8819. See attached catalog detail sheet. Insert widths shall match the curb opening widths of catch basins; shall be secured to catch basin walls at 12 -inch maximum on center spacing with 3/8 -inch minimum diameter fasteners that have been approved by the Engineer; and shall be fitted with trash and debris screens. Screens, braces and fasteners shall be fabricated from Type 304 stainless steel. Filter medium shall be installed in accordance with the manufacturer's recommendations. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Approximate area of removal and replacement is [INSERT] square feet." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 '/I inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. ' SP 18 OF 23 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks % -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." r. • 303 -5.4 Joints • SP 19 OF 23 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -5B and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (949) 644- r.- • 0 SP 20 OF 23 3083, a minimum of five workdays prior to beginning work. Method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 0 • SP 21 OF 23 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: 'The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: 'Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SP 22 OF 23 SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed aggregate base as base materials." PART 6 SECTION 600 - -- MODIFIED ASPHALTS. PAVEMENTS AND PROCESSES 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600 -2.1 Asphalt- Rubber 600 -2.1.1 General. Add to this section: "Asphalt- rubber shall be type B." 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 600 -2.6.3 Rolling. Add to this section: "Asphalt- Rubber Hot Mix Gap Graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self - propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as a stand -by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less that the required 95 percent compaction the unit price for Item No. 6, Construct 2 -Inch Thick Asphalt Rubber Overlay, will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled and properly compacted at the Contract's sole expense." 600 -2.7 Asphalt- Rubber and Aggregate Membrane (ARAM) Interlayer. Add to this section: "Asphalt- rubber and aggregate surfacing or interlayer shall be applied to the project." Last saved by srooks0l /17/2002 9:25 AM SP 23 OF 23 Surfacing or membrane (ARAM) JAN 2 2 2002 TO: Mayor and Members of the City Council 0 X30 January 22, 2002 CITY COUNCIL AGENDA ITEM NO. 18 FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE BEAUTIFICATION — AWARD OF CONTRACT NO. 3375 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3375 to Pima Corporation for the total base bid amount of $303,300, and authorize the Mayor and the City Clerk to execute the contract 3. Establish an amount of $21,200 to cover the cost of testing and unforeseen work. DISCUSSION: At 11:00 a.m. on January 9, 2002, the City Clerk opened and read the following base bid amounts for this project: The low base bid amount is 5 percent above the Engineer's Estimate of $288,000. The low bidder, Pima Corporation, possesses a General Engineering Class A Contractor's license as required by the project specifications. Pima has not performed previous contract work for the City; however, a check with their references and the Contractors State License Board indicates that Pima has satisfactorily completed similar projects for other Southern California agencies and has no pending actions that could be detrimental to their contractor's license, respectively. PROJECT DESCRIPTION: This project provides for the following enhancements to the appearance of the Balboa Island Bridge: 1. Balboa Island Bridge entrance walls will be stripped of their existing veneer. The walls and the roadway sides of bridge railing bases will be covered with stone BIDDER TOTAL BASE BID AMOUNT Low Pima Corporation $303,300 2 Green Giant Landscape 317,420 3 Construction Systems, Inc. 339,100 4 Beador Construction Company, Inc. 365,000 5 4 -Con Engineering, Inc. 379,570 6 Griffith Company 382,235 7 Peterson -Chase General Engineering Construction Inc. 386,160 The low base bid amount is 5 percent above the Engineer's Estimate of $288,000. The low bidder, Pima Corporation, possesses a General Engineering Class A Contractor's license as required by the project specifications. Pima has not performed previous contract work for the City; however, a check with their references and the Contractors State License Board indicates that Pima has satisfactorily completed similar projects for other Southern California agencies and has no pending actions that could be detrimental to their contractor's license, respectively. PROJECT DESCRIPTION: This project provides for the following enhancements to the appearance of the Balboa Island Bridge: 1. Balboa Island Bridge entrance walls will be stripped of their existing veneer. The walls and the roadway sides of bridge railing bases will be covered with stone � 4 Subject: Balboa Island Bridge Beautification — Award of Contract No. 3375 January 22, 2002 Page: 2 veneer and cap block that matches the newly- constructed walls located at: the intersection of Bayside Drive and Jamboree Road. Please note that the veneer /cap thickness will reduce the sidewalk width by approximately six inches. 2. Five single - luminaire aluminum streetlight poles and their brackets will be removed from the bridge and replaced with eight double - luminaire concrete poles. Each new pole will have a duplex outlet to provide power for decorative lighting. In the future, the poles may be fitted with a bracket to support plant baskets below each luminaire. 3. The new poles will be mounted atop new concrete pilasters. The pilasters will be finished to match the newly- constructed walls located at the intersection of Bayside Drive and Jamboree Road. 4. Water conduits will be installed in the bridge railing bases to bring water from an existing controller, located behind the Balboa Island entrance wall, to the base of each streetlight pole. The water system will automatically irrigate the future plant baskets. 5. Bridge railings will be replaced with new black anodized aluminum railings that span between the new pilasters. The railings will include pole holders similar to those that are on the existing bridge railings. North Bay Front stairway handrails will also be replaced. Railing picket spears, scrollwork between the pickets, and stamped concrete sidewalk panel replacements were listed as additional bid items in the bid package. These items were to be included in the award if adequate funds were available. Unfortunately, the balance is only sufficient to award the contract and provide for a small construction contingency. Upon completion of the project, Staff recommends that any balance in the contingency be unencumbered to fund the plant basket installation. Adequate funds are available for award and unforeseen work in the following account: Account Description Account Number Amount Balboa Island Bridge and Walkway Improvements 7013- C5100506 $324,555 Respectfully submitted , PUBL 7' KS DEPARTMENT Stephen n G. Badum, Director M Lloydlton, P.E. Projedt Manager Attachment: Bid Summary r Z W a W Y O 3 U J m a Z U W m O a 3 W Z LL O m x l u vi Y H Q g� Y VFc V O N o� o z d t�d Ci °a O f. O � M S G M � O N Y N � Z G" w W W H 7 o w r--1 Aft 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 00000000o0oo0g °00o • O O N O O� O M 0 0 0 M V1 O O G S O O E a P eel N O � U C H o S S S 0 0 0 S 0 0 ° O 0 0 0 0 S S O O p S O 0 0 0 p S O O O O O N 0 �n 0 0 0 0 0 0 d 0 0 0 6� O O O N O N M O O S O b .^i O O O O O O Z O O O O O O N ti In 0 0 O O C Z Y1 O M N N In .ti N .y V m W .. V pp 0 0 pp 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 S S S S S S S S S S o S 0 O ,C. pp O O W O O O O O O N O 0 G 0 O 0 O 0 G 0 O 0 g o O 0 O 0 O 0 O d 0 8p W ui V P p P N m (+') W P C; O N N O .y O O m N O C O .-i O m p 0 0 vi � tJ 0 n 0Fd � c N V SSSSSSSSSSS0 SSS N O O m In V O Vi 0 0 0 0 0 0 0 0 0 0 O (•J C O O O N� o P O aD N O N O O O O n 0 �O 0 O 0 O 0 0 0 0 0 ut m W Q M O O .-i OD .-i O� O P M t° V' Z Y1 � N V1 n rl 01 O N IT W O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° O O p C j 0 0 0 0 0 0 0 0 0 0 0 0 0 0° A o� O 0 O O O O O O O O O O O O O O° G O O CC Q O O Q O N O b O O N O O O � O O i3 f M ti N In P ti N N rj .y M N a S 0o S �J O o 0 0 0 oo S S S m E 0 o 0 o 0 Q 0 o 0 M 0 o 0$ N M N N M + Z Zo O O o O O in S o 0 o 0 0 �n 0 0 o 00 0 0 0 o 000 O O d 0 o 0 d o�n 6 0 o�n 0 S V1 0 00000° 0 W W N 0 W In O V 00 QM O O C Q N N b O N 0 O 0 O O O 0 O O O 0 O 0 N O O O PC o°° o 0 000 0 °00 0 0 0 ° o S m rvC o oO o U In n Q N Q Vf A M M 1f1 O N ltl N 0 0 0 N b 0 0 0 o S S O S °o S S S S C a 0 O 0 O 0 O 0 o 0 t!1 O 0 v1 0 O O p O O� p p p O O R Z in O O O 0 0 0 .y O O O O O mO M tQQl O O O .-� Vi R� O w z S S S o S S 0o S oo O S S O O 00 S o U' O S ui O V1 0 0 0 0 0 0 0 0 0 0 0 O Z Z � of O P O O M O O M O O O O I� N tD O O O O O O O O O O O O W = Ill V1 l+l Ilf t/1 Ui In O N Ui vt N � v r J N W N J J J J W J J J J J J J O .+ .r N D mm m 3> b c - u w �n rn N 0 n V N N N N m ° O 0 L �` . OH u 3 c C o d N- `— L 0 c > o 6 c o c m a` 3 x ?m p N— in C t; x�� C D m O L ` d 18 u m d E N 4 S] C 3 Y c O u D c d o" It- m 9 c u > d m o c U c m m oU 3 p c O C C C 0 W U 2 N C D N W in V a _ ._ vi m D E E 3 w m vOi 1� -= 10 d o �° pp v D a O D d 0 76 CO C o jp L C C T D N m L u 0 C O �C p q O_ L ._ = L 4�1 T G i0 V d d 11pp = d d 0 d d vi N D E 0 0 IO (O y t; __ 10 O O O L O a C d o�° E E v o E E E iuo E 3 Cr as Aft 0 0 0 0 0 0 0 0 0 0 0 0 O g g 0 0 0 0 0 0 0 o O O O o O O O M �d PT O N O M O O o O O O O q a eel N � U C d o S S S 0 0 0 S 0 0 0 0 0 0 o o o 0 0 o o o O O O N 0 �n 0 0 0 0 0 0 0 pp O O 6� O O O N O N M O O S O b .^i O O O O O O Z 0 N '+ N 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O G O O C Ui O G O O o 0 0 O O O O Q O O O O O� Of a O N C O= 0Fd � 0 V SSSSSSSSSSSSSS 0 0 O V 0 o 0 0 o o o O o o V P o m 0 in o o vi n o 0 0 Op 00 S g In p7 O O .-i OD .-i O� O P M t° Z Y1 � N V1 n rl 01 O N IT W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 O 0 A 0 O 0 O pp ° 0 0 C j Vt O Q O N O Vl �/1 V1 O M O V� O A O O C O C Q � C S 0o S M m N M N N M + O O S O O O O S 0 O 0 o S 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 p O O d 0 o 0 d o�n 6 0 o�n 0 S 0 o 0 00000° 0 0 0 0 0 0 0 0 V 00 QM O C Q N N b O N M O ti O ti Vf O� h vl N V- N O N PC U 0 0 0 0 0 0 0 0 o S S O S °o S S S S C 0 O 0 O 0 O 0 o 0 t!1 O 0 v1 0 O O p O O� p p p O O R Z in O O O 0 0 0 .y O O O O O mO M tQQl O O O .-� Vi R� O {OP//�� {/N� {/ O � v D 3> b c u �n rn m V OH C d d N- `— L 0 6 E D a` 3 x Eu C D m N vii d D d m o c t= c m m L c O C C L L W T _ ._ vi m D E E 3 E E ELU E -= o �° pp y G a a a ,l r November 27, 2001 i. CITY COUNCIL AGENDA WfO10 AN. 05 ITEM NO. 5 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE BEAUTIFICATION - CONTRACT NO. 3375, REJECT ALL BIDS RECOMMENDATIONS: 1. Reject all bids. 2. Direct Staff to modify the plans and specifications as needed and put the project out to bid again. DISCUSSION: At 11:00 a.m. on October 26, 2001, the City Clerk opened and read the following base bids for this project: BIDDER TOTAL BASE BID AMOUNT Low Pima Corporation $342,200 2 Beador Construction Company, Inc. $400,300 3 Griffith Company $507,990 The low base bid amount is 19 percent above the Engineer's Estimate of $288,200. The low bidder, Pima Corporation, possesses a General Engineering Class A Contractor's license as required by the project specifications. Pima has not performed previous contract work for the City, however a reference check indicates they have satisfactorily completed similar projects for other southern California agencies. A check with the Contractor's State License Board shows no pending actions that could be detrimental to their contractor's license. PROJECT DESCRIPTION: This project provides for the following enhancements to the appearance of the Balboa Island Bridge: 1. Balboa Island entrance walls and bridge railing bases will be covered with an attractive stone veneer and cap block that matches the newly constructed walls located at the intersection of Bayside Drive and Jamboree Road. This veneer /cap thickness will reduce the sidewalk width by approximately 6 inches. 2. Five sing le-luminaire aluminum poles and their brackets will be removed from the bridge and replaced with eight black concrete poles. Each pole will be fitted with a double luminaire bracket and an outlet that may be used for decorative lighting. In the future, the poles may also be fitted with brackets to support plant baskets about 10 feet above the sidewalk. The new poles will be mounted atop new concrete pilasters that match those that 0 41 Subject: Balboa Island Bridge Beautification — Contract No. 3375, Reject All Bids November 27, 2001 Page: 2 were built with the newly constructed walls located at the intersection of Bayside Drive and Jamboree Road. 3. A water supply line will bring water from an existing controller located at the Balboa Island entrance wall across the bridge to the base of each pole. This water system will irrigate the future plant baskets automatically. 4. Existing railings will be replaced with new black anodized aluminum railings spanning between the pilasters. The railings will include flagpole holders similar to those on the existing bridge railings. Railing picket spears, scrollwork between the pickets, and stamped concrete sidewalk panel replacements were listed as additional bid items in the bid package. These items were to be included in the award only if adequate funds were available. Unfortunately, there is only $327,000 remaining in the budget to award the contract, provide a 10 percent construction contingency, and reserve $10,000 for the future plant basket contract. An additional $60,000 is needed to complete the project as bid. Staff discussed this funding shortfall with Councilman Bromberg and representatives of the various Balboa Island community associations and all concerned were in agreement. Because of the poor bid response, the disparity of the three bids received, and the funding shortfall,we recommend the City Council reject all bids and re -bid this project. Staff will contact the seven plan holders who did not tender bids and ask them why they did not submit bids. In addition, Staff will work with railing and veneer subcontractors to modify the plans and specifications in a manner that might result in lower subcontract prices and attract the interest of more subcontractors. Under the re-bid scenario, award could occur on January 22, 2002. Construction could commence in mid - February and would be required to be completed by Memorial Day. The Engineer's Estimate will remain unchanged. Respectfully WORKS DEPARTMENT G. Badum, Director By: L LloydJDalton, P.E. vvv Project Manager Attachment: Bid Summary 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 29, 2001 Pima Corporation 2001 Barrington Avenue, #201 -B Los Angeles, CA 90025 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 29, 2001 Beador Construction Company, Inc. 1001 Dove Street, Suite 200 Newport Beach, CA 92660 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 29, 2001 Griffith Company 12200 Bloomfield Avenue Santa Fe Springs, CA 90670 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, / LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CI?Y' OF NEWPORT MEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 21, 2002 Peterson -Chase 1792 Kaiser Avenue Irvine, CA 92614 -5706 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CIR7 OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 21, 2002 Griffith Company 12200 Bloomfield Avenue P.O. Box 2150 Santa Fe Springs, CA 90670 -0150 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 21, 2002 4 -Con Engineering, Inc. 14771 Washington Drive P.O. Box 2217 Fontana, CA 92334 -2217 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, C&ff�"' A. �� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Y.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 21, 2002 Beador Construction Company, Inc. P.O. Box 1 Corona del Mar, CA 92625 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 9265 &8915 (949) 644 -3005 February 21, 2002 Construction Systems, Inc. 7500 Topanga Canyon Boulevard, #201 Canoga Park, CA 91303 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, M, l V a'_� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CI'?�' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 21, 2002 Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 -3400 Gentlemen: Thank you for your courtesy in submitting a bid for the Balboa Island Bridge Beautification Project (Contract No. 3375) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, '; &"" m. /14" LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach PIPING INDUSTRY PROGRESS AND 4ED ..... a � "'� PIPE. UCATiON Trust Fund ��.. h FE8 1 � 4 �' .1 'j 6 February 12, 2003 City of Newport Beach City Clerk ` 3300 Newport Blvd." Newport Beach, CA 92663 -3816 RE: California Public Records Act Project: Balboa Island Bridge Beautification- Lighting (Re -Bid) 3375 Location: Balboa Island, Newport Beach, CA 92658 Contract: WPS Case M 4181 Awarding Agency: P.I.P.E. formally requests the following information on the above - mentioned project: X Contract Number X Advertisement Date X Bid Date X Length of Project calendar or working days X Estimated startup date (Notice to Proceed) X Amount of Prime Contract X Name and address of awarded Prime and Piping sub - contractors X Extract of Public Works Contract Award Form (DAS 13) This request is made pursuant to the California Public Records Act, 1968 Government Code Section 6250 et seq. The California Public Records Act provides that information is to be made available to the public. The California Public Records Act requires state agencies to make determinations of California Public Records Acts requests for records within ten working days from receipt of such requests. P.I.P -E. is a nonprofit organization formed for the purpose of maintaining high standards in the plumbing and piping industry, with an active program to assure that construction labor laws, public contract laws, and contact license laws are enforced by the public agencies charged with their enforcement. Please send all information to our office in Los Angeles. We enclose a form and a post paid envelope for your convenience. Thank you in advance for your cooperation. Sincerely, red Steiner Assistant Executive Director FS:lp Cc: 5% AAVPyJ4QFtf,,WtTE 200 — LOS ANGELES, CA 90020 -1786 — PHONE (213) 382 -5255 — FAX (213) 382 -2501 $p ?w 4 =3P� pE PIPING INDUSTRY PROGRESS AND EDUCATION Trust Fund INFORMATION REQUEST FORM W.P.S. Case #: 4181 Awarding Agency: City of Newport Beach The P.LP.E. Work Preservation System, formally requests the following information on the referenced project: Balboa Island Bridge Beautification - Lighting (Re -Bid) 3375 Complete project address including zip code: Balboa Island, Newport Beach, CA 92658 CONTRACT# BID ADVERTISEMENT DATE: BID DATE: WAGE DECISION AND MODIFICATION NUMBER: PROJECT LENGTH CALENDAR DAYS: WORKING DAYS START DATE: COMPLETION DATE: NAME & ADDRESS OF GENERAL CONTRACTOR Request for certified payroll records should by directed to Name /Title Address Phone Number My da's Alc�mmmannnquen dm 501 SHATTO PLACE, SUITE 200 — LOS ANGELES, CA 90020 -1786 — PHONE (213) 382 -5255 — FAX (213) 382 -2501 ADDRESS: LICENSE # CITY, STATE, ZIP: AMOUNT $ PHONE NO: ( ) NAME & ADDRESS OF PLUMBING SUB- CONT.: ADDRESS: LICENSE # CITY, STATE, ZIP: AMOUNT $ PHONE NO: ( ) NAME & ADDRESS OF HVAC SUB- CONT.: ADDRESS: LICENSE # CITY, STATE, ZIP: AMOUNT $ PHONE NO: ( ) NAME & ADDRESS OF IRRIGATION SUB- CONT.: ADDRESS: LICENSE # CITY, STATE, ZIP: AMOUNT $ PHONE NO: ( ) Prepared By: Title Phone #: ( 1 Extension #: Request for certified payroll records should by directed to Name /Title Address Phone Number My da's Alc�mmmannnquen dm 501 SHATTO PLACE, SUITE 200 — LOS ANGELES, CA 90020 -1786 — PHONE (213) 382 -5255 — FAX (213) 382 -2501