Loading...
HomeMy WebLinkAboutC-3148 - Pacific Coast Highway Widening Cameo Shores Road to City LimitCA OF NEWPORT &ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 6443005 September 25, 2002 C.J. Construction, Inc. 13690 Imperial Highway, Suite 5 Santa Fe Springs, CA 90670 Subject: Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit (C -3148) To Whom It May Concern: On September 25, 2001, 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 Labor & Materials Bond was released on October 31, 2001. The Surety for the contract is Peerless Insurance Company, and the bond number is PC011130503. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC/ AAE City Clerk LMH:Iib cc: Public Works Department R. Gunther, P.E., Construction Engineer enclosure 3300 Newport Boulevard, Newport Beach a PAGE 76 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BOND EXECUTED IN (4) ORIGINAL PACIFIC COAST HIGHWAY SIDEWALK FROM COUNTERPARTS CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 BOND NO. PCO11130503 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 667.00 , being at the rate of $ 20.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to C.J. Construction, Inca , hereinafter designated as the "Principal ", a contract for construction of PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT , Contract No. 3148 in the City of Newport Beach, in strict conformity with the plans, drawings, specification's; 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, Principal has executed or is about to execute Contract No. 3148 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and PEERLESS INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and .firmly bound unto the City of Newport Beach, in the sum of thirty-three thousand, three hundred thirty -four and 001100 Dollars ($33,334.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, out 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 all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by 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. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder 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 Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6TH day of JUNE 2001. C.J. Construction, Inc. (Principal) `• PEERLESS INSURANCE COMPANY Name of Surety 62 MAPLE AVENUE KEENE, NEW HAMPSHIRE, 03431 Address of Sureety 909 - 279 -6533 Telephone /President JA rized Signaturerritlenn da rna2a,, Ynlf1 Authorized Agent Signature TAMARA J. PONTI, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F:Wsen\PBWShared\C0n"C1s\FY 00.01\PCH SkWwaik C- 3149CONTRACT C.3148.60c 0) CALIFORNIA 0, ALL PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA S.S. COUNTY OF LOS ANGELES On ()(Ar\ -e, 1 t a�U betf-o(e me, Sandra E. Schott. Notary Public, personally, appeared _ My) —Sarno personally known to me; or proved to the on the basis of satisfactory evidence to be the persons) whose name {s) is /at- subscribed to the within instrument and acknowledged to me that he /she4h" executed the same in his /lla44hc+k authorized capacity(ies), and that by his /ti &44teir-signature(s) on the instrument the persottks), or the entity upon behalf of which the person(A) acted, executed the instrument. w1TNESS my hand and official seal. SAMDRAE'icttOii (SEAL) Commttaton N 1195= Notary Pubk - Caltlomb UN Angeles county WCotmn.Fx wSGp812002 Si tune of Notary Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) j� _Corporate Officer() R jd e nt" and Titles and Partner(s) Limited General Attorney -in -Fact Trustee(s) Guardian/Conservator Other: Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document:`} Number of pages: _ Date of document: Signers) other than named above: rnizl �1\ THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. 0 0) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of I >° X CLS County of HaAA t A On _ l e - (p -OI before me, TI A41 _ L" Om Yt,l K DATE NAM LE OF O"ICER - E.G. 'JANC DOE NOTARY PUBLIC personally appeared 7Qt1'LURQ J. P TIT NAMEISI OF SIONERISI (personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 3 .�Y TERRI L. CESNIK WITNESS my hand and official seal. - Notary Public, State of Taxes My Commission Expires �� May 26, 2003 l A.(_ — �L• SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could preverr. fraudulent reanachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) Tmelsl ❑ LIMITED ❑ GENERAL ❑ ATTORNEWN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR DMTY(IES) SD-a UD 3/ 94 DESCRIPTION OF ATTACHED DOCUMENT" TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE *- LESS INSURANCE COMPANA i THE NETHERLANDS INSURANCE COMPANY 62 MAPLE AVENUE KEENE, NEW HAMPSHIRE, 03431 POWER OF ATTORNEY BOND # PC01 1 130503 KNOW ALL MEN BY THESE PRESENTS: That Peerless Insurance Company and/or The Netherlands Insurance Company, each being a New Hampshire Corporation having its principal office in the City of Keene, County of Cheshire. Slate of New Hampshire dodoes hereby make. constitute and appoint: 'I gram rat J. Pood of Corona in the State of Cm their /its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in their /its name, place and stead, to sign, execute, acknowledge and deliver in their /its behalf, and as their /its act and deed. without power of redelegation, as follows: Not To Exceed 533334.00 and to bind the Company(ies) making this appointment thereby w fully and to the same extent w if such bond or undertaking was signed by the duly authorized officers of the company(ies), and all the acts of said attorney(s), pursuant to the authority herein given. are hereby ratified and confirmed. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Section 7 of Article 3 of Bylaws of Peerless Insurance Company, as amended May 30, 1997, states: "The President of the Company may appoint and remove Attorneys-in -Fact and assign to them and revoke as appropriate such duties, powers and authority as may be advantageous to the Company including the execution and attestation of bonds,undertakings, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof and such documents on behalf of the Company with power to redelegate such authority.' Section 9 of Article 5 of Bylaws of The Netherlands Insurance Company, as amended May 30, 1997 and June 16, 1997, states: "The President of the Company may appoint and remove Attomeys -in -Fact, and assign to them and revoke as appropriate such duties, powers and authority as may be advantageous to the Company including the execution and attestation of bonds, undertakings, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof and such documents on behalf of the Company with power to redelegaic such authority " USE OF FACSIMILE SIGNATURES Use of facsimile signatures by Peerless Insurance Company Is made pursuant to Resolution of the Board of Directors of Peerless Insurance Company. dated April 28. 1988. Use of facsimile signatures by The Netherlands Insurance Company is made pursuant to Resolution of the Board of Directors of The Netherlands Insurance Company, dated April 28, 1988. COMPANY MAKING APPOINTMENT The company making this appointment is identified by an "X" in the box opposite its time in the space provided below. It is the intent of Peerless Insurance Company and The Netherlands Insurance Company to use this instrument for the appointment of Attorney(s)-in -Fact for either Company designated. or for both Companies, if so indicated. in Witness Whereof — PEERLESS INSURANCE COMPANY THE NETHERLANDS INSURANCE COMPANY hasrhave caused these presents to be Signed by its President, and its Corporate Seal to be hereto affixed by its Secretary, this tat day of December 2000 PEERLESS INSURANCE COMPANY THE NETHERLANDS INSURANCE IINNSURANCCEE COOMPPA.NY By: ii /�C.K /�� = a ~wruae�co By: President i Ia01 t President 1971 J+ � o fern. m Must: (/ ,,••+' Attest: Secretan Secretary STATE OF NEW HAMPSHIRE COUNTY OF CHESIRE The foregoing instrument was acknowledged before me this is! day of December 2000 , by Michael R. Christiansen President of Peerless Insurance Company and of The Netherlands Insurance Company and lane F. Taylor, Secretary of Peerless Insurance Companv and The Netherlands Insurance Company, New Hampshire Corporations, on behalf of the corporation. ( s Notary Public I, Jane F. Taylor, Secretary of Peerless Insurance Company and "Fhe Netherlands Insurance Company do hereby cenih' that the above and foregoing is a true and correct copy of Power of Attorney executed by the Cumpany(ies) designated above which is still in force and effect. In witness whereof, I have hereunto set my hand and affixed the Seal(s) of the Companyties), at Keene. New Hampshire, this 61b day of June 2001 ♦ r �x4,suW4e 1925 I{f F. Taylor I � 1501 � Secretary *fella ?' OBLIGEE: l'ITy' OF N PW'PURT ,,, I orxwm rvur, r,rn•mo no.r,rinrn nnun.rvnr. M, remmwn nPre vo o Muds 1&!W1 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 31, 2001 C. J. Construction, Inc. 13690 Imperial Highway, Suite 5 Santa Fe Springs, CA 90670 Subject: Pacific Coast Highway Sidewalk From Cameo Shores Road to City Limit (C -3148) To Whom It May Concern: On September 25, 2001, 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 September 26, 2001, Reference No. 20010679272. The Surety for the contract is Peerless Insurance Company, and the bond number is PC011130503. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach 0 0 PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 BOND NO. PCO11130503 BOND EXECUTED IN (4) ORIGINAL LABOR AND MATERIALS PAYMENT BOND COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to C.J. Construction, Inc. , hereinafter designated as the "Principal," a contract for construction of PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT, Contract No. 3148 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3148 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, PEERLESS INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of thirty-three thousand, three hundred thirty-four and 001100 Dollars ($33,334.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns; jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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 Contractor to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 6TH day of JUNE _,2001. C.J. Construction, Inc. (Principal) PEERLESS INSURANCE COMPANY Name of Surety 62 MAPLE AVENUE KEENE, NEW HAMPSHIRE, 03431 Address of Surety 909 - 279 -6533 Telephone \ 9—�- '\� /President Au orized Signaturerritle (lr�1 n2CL;2a J. ���rt� Authorized Agent Signature TAMARA J. PONTI, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 40 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT STATF. OF CALIFORNIA 6M COUNTY OF LOS ANGELES On __ I fJC before me, Sandra E. Schott. Notary Public, personally appeared lobY) - SA rn6 ✓ersonally known to me; or proved to me on the basis of satisfactory evidence to be the person(.&) whose names) is /ace• subscribed to the within instrument and acknowledged to me that he /skeAh" executed the same in his /herltheir authorized capacity(ies), and that by his /"wfMteii- signatures) on the instrument the persot ps), or the entity upon behalf of which the person(p) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) SANDRA E SCFKM 1195= q Commissbn M 1195332 Notay Pubk - C dkff *CCffMEViesS0p3D, r Signature of Notary Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) j� _ . Corporate Officer() r(2Sd en-t— and Titles Partner(s) Attorney -in -Fact Trustee(s) Guardian/Conservator Other: Signer is representing: and Limited I General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: 'mot o b6pL- Date of document: r,�.��j� Signer(s) other than named above: :Dyma L-5 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. • 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Te x Ct s County of _ Nn n a i!. On b -U -O 1 before me, T,�n t l" &),r) na K , DATE I NAME, TITLE OF OFFICES - E.C.'JANE DOE NOTARY PUBLIC- personally appeared NAMEisi OR SIGNERISI C' personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he/she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. TERR1 i . CESNI TNESS my hand and official seal, Notary Public, State of Texas Y!1 G My Commisslon Expires May 26, 2003 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevet^ fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Tr -EIS) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL C1 A7TORNEY•IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: /MME of PERSONS) OR FNmY(IES) BD- 11319/94 DESCRIPTION OF ATTACHED DOCUMENT" : TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 0 RECORDING RE9 kbUD41D WHEN RECORDED RETURN TO: City Clerk 01 OCT 12 A9 :58 MOO' Newport Beach 3300 New Newport HBpoea ��CITY CLERK ORT BEACH 0 Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder 111111111111111111111111111111111111111111111 NO FEE 2001067927212:49pm 09126101 114 59 N12 1 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 Si "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION l f NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C. J. Construction, of Santa Fe Springs, California, as Contractor, entered into a Contract on June 12, 2001. Said Contract set forth certain improvements, as follows: Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit, C -3148 Work on said Contract was completed on August 2, 2001, and was found to be acceptable on September 25, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Peerless Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on m_ t� / „� �?6” dg(-/ at Newport Beach, California. BY City Clerk �•r� 0 RECORDING t3tD AND WHEN RECORDED RETURN TO: '01 OCT -3 A 7 59 City Clerk City of Newport Beach 3300 NewpQ l cRK Newport Be�0Vy J"1 BEACH 0 Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 2001067927212-49pm 09/26101 114 59 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" CONFORMED COPY NOTICE OF COMPLETION Not Compared with Original NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C. J. Construction, of Santa Fe Springs, California, as Contractor, entered into a Contract on June 12, 2001. Said Contract set forth certain improvements, as follows: Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit, C -3148 Work on said Contract was completed on August 2, 2001, and was found to be acceptable on September 25, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Peerless Insurance Company. BY /� Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one ,,t�. .� 1C • �� < at Newport Beach, California. BY City Clerk 100"T..%, • 4CIL �I i APPROVED • i1rS Nb) September 11, 2001 CITY COUNCIL AGENDA ITEM NO. 9 TO: Mayor and Members of the City Council CGGIJCIL AGENDA FROM: Public Works Department It, 0. q q /q- �5 /fl I SUBJECT: PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT, CONTRACT NO 3148 — 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 June 12, 2001, the City Council authorized the award of the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limits, to C.J. Construction of Santa Fe Springs, California. The contract provided the construction of sidewalk, curb, and gutter on the south side of East Coast Highway between the entrance to Cameo Shores and the easterly City boundary. 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: $33,334.00 Actual amount of bid items constructed: 33,229.00 Total amount of change orders: 0.00 Final contract cost: $33,229.00 The final overall construction cost was 0.3 percent under the original bid amount. No change orders were written for the project. 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recordin fees pursuant to Government CodeV ectlon 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C. J. Construction, of Santa Fe Springs, California, as Contractor, entered into a Contract on June 12, 2001. Said Contract set forth certain improvements, as follows: Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit, C -3148 Work on said Contract was completed on August 2, 2001, and was found to be acceptable on September 25, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Peerless Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on%I 222, aoc/ at Newport Beach, California. BY L`r� City Clerk 09/24/2001 12:16 FAX 5622290011 cJ CONSTRUCTION CONDITIONAL WAIVER AND RELEASE UPON PROGRESS PAYMENT California Civil Code Section 3262(d)(2) The undersigned has been paid and has received a progress payment in the sum of $4,42236 for labor, services, material and equipment supplied to City of Newport Beach, by C. J. Construction, Inc., On the job for the, Newport Beach Street Work At locations: - _cameo Rwri:9�ad_- Pacif+e Croast diw� And does hereby release any mechanic's lien, stop notice or bond tight that the undersigned has on the above - referenced job to the following extent. This release covers a progress payment for labor, services, material and equipment supplied to C J Construction, Inc. through August 23, 2001 only and does not cover any retentions retained before or after the release date_ This release of any mechanic's lien, stop notice, or bond right shall not otherwise affect the contract rights, including rights between parties to the contract based upon a rescission, abandonment, or breach of the contract, or the right of the undersigned to recover compensation for furnished labor, services, material and equipment not compensated by this progress payment. Dated: ci - 4 — :)-a -c i (C mpany) �/,L C"¢ 't (Signature) (Title) Z002 0 4 c- 3 Ay STOP NOTICE RECEIVED CALIFORNIA CIVIL CODE SECTION 3103 *01 AUG 16 All :21 Certified #7000 1670 0011 5221 6928 NOTICE TO: City of Newport Beach OFFICE OF THE CITY CLERK 3300 Newport Blvd. CITY OF NEWPORT BEACH Newport Beach, CA 92663 (If Private Job - file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner - CALIFORNIA CIVIL CODE SECTIONS 3156 - 3175) (If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract - CALIFORNIA CIVIL CODE SECTIONS 3179 -3214) Prime Contractor: C J Construction Sub Contractor (If Any): Owner or Public Body: City of Newport Beach Improvement known as: Cameo Shores Road & Pacific Coast Hwy" "Newport Beach Street Work" in the City of Newport Beach County of Orange, State of California. Cemex/Southdown, Claimant, a Corporation furnished certain labor, service, equipment, or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or material is C J Construction. The kind of labor, service, equipment, or material furnished or agreed to be furnished by claimant was Aggregates and Ready Mixed Concrete. Total value of labor, service, equipment, or materials agreed to be furnished .. Total value of labor, service, equipment, or materials actually furnished is ........ Credit for materials returned, if any .............. .. $4,422.36 $4,422.36 $ 0.00 Amount paid on account, if any ............................................. ............................... $ 0.00 Amount due after deducting all just credits and offsets .......... ............................... $4,422.36 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount $4,422.36 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation as provided by the law. A bond (CIVIL CODE SECTION 3083) is not attached (Bond required with Stop Notice served on constructions lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs). Date: Friday, August 10, 2001 Name Of Claimant: CEMEX PO Box 4120 Ontario, CA 91761-1-Q67 By ) Lt 4CY e ti� Karen L. Wearp, Credit Repiiesentative VERIFICATION I, the undersigned, state: I am the Credit Representative, the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on Friday, August 10, 2001, at ONTARIO, State of California. 485 Karen L. Wearp, Credit CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS 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 30 " day of May 2001 at which time such bids shall be opened and read for PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT Title of Project Contract No. 3148 $40,000 Engineer's Estimate roved b Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Required Contractor License Cfassification(s) required for this project. "A" For further information, call Lloyd Dalton, Project Manager at (949) 644- 3328. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 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 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 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 cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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. • . 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. 25�-O�W Contractor's License No. & Classification Bidder t rized Sig turemtle Date 05/30/2001 06:54 FAX 5622290011 cJ CONSTRUCTION • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3148 BOND NO. PB9109000025 BIDDER'S BOND 0 002 PAGE 3 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID-- - Dollars ($ 10% J. to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT, Contract No. 3148 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 oonstruction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holiday$) 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 30Tx day of C.J. CONSTRUCTION, INC. Name of Contractor (Principal) PEERLESS INSURANCE COMPANY Name of Surety 62 MAPLE AVE., KEENE, NH- 03431 Address of Surety 909 - 279 -6533 Telephone tJainaga J. t'arZ Authorized Agent Signature TAMARA J. PONTI, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of T YaS County of Hart t) On 5-30 -(j before me, L, hdtd K DATE NAME. TIT4E O{,QFFICER - E.G. 'JANE DOE NOTARY PUBLIC' personally appeared mop NAMEIsI OF SIGNERMI personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. '"•°! SS my hand and official seal, TERRI L. CESNI Notary Commission statexprexes My Commission Expires May 26, 2003 SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prever fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER rmels) ❑ PARTNER(S) ❑ LIMITED ❑ GENE C1 ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER Is REPRESENTING: NAME OF PERSONS) OR ENrrryms) 80-1133 3/94 DESCRIPTION OF ATTACHED DOCUMENT" TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE OERLESS INSURANCE COMPANO THE NETHERLANDS INSURANCE COMPANY 62 MAPLE AVENUE KEENE, NEW HAMPSHIRE, 03431 POWER OF ATTORNEY BOND Al PB9109000025 KNOW ALL MEN BY THESE PRESENTS: That Peerless Insurance Company and/or The Netherlands Insurance Company, each being a New Hampshire Corporation having its principal office in the City of Keene, County of Cheshire, State of New Hampshire do /does hereby make, constitute and appoint: Tamara J. Ponti Of Corona in the State of Ca thew /its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in their /its name, place and stead, to sign, execute, acknowledge and deliver in their /its behalf, and as their /its act and deed, without power of redelegation, as follows: Not To Exceed $4,000.00 and to bind the Company(ies) making this appointment thereby as fully and to the seine extent as if such bond or undertaking was signed by the duly authorized officers of the company(ies), and all the acts of said anomey(s), pursuant to the authority herein given, are hereby ratified and confimred. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Section 7 of Article 3 of Bylaws of Peerless Insurance Company, as amended May 30, 1997, states: "The President of the Company may appoint and remove Attomeys -in -Fact and assign to them and revoke as appropriate such duties, powers and authority as may be advantageous to the Company including the execution and attestation of bonds,undertakings, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof and such documents on behalf of the Company with power to redelegate such authority." Section 9 of Article 5 of Bylaws of The Netherlands Insurance Company, as amended May 30, 1997 and Jane 16, 1997, states: "The President of the Company may appoint and remove Attomeys -in -Fact, and assign to them and revoke as appropriate such duties, powers and authority as may be advantageous to the Company including the execution and attestation of bonds, undertakings, necognizances, contracts of indemnity, and all other writings obligatory in the nature thereof and such documents on behalf of the Company with power to redelegate such authority." USE OF FACSIMILE SIGNATURES Use of facsimile signatures by Peerless Insurance Company is made pursuant to Resolution of the Board of Directors of Peerless Insurance Company, dated April 28, 1988. Use of facsimile signatures by The Netherlands Insurance Company is made pursuant to Resolution of the Board of Directors of The Netherlands Insurance Company, dated April 28, 1988. COMPANY MAKING APPOINTMENT The company making this appointment is identified by an "X" in the box opposite its name in the space provided below. It is the intent of Peerless Insurance Company and The Netherlands Insurance Company to use this instrument for the appointment of Attromey(s )-in -Fact for either Company designated. or for both Companies, if so indicated. In Wimeas Whereof X _ PEERLESS INSURANCE COMPANY THE NETHERLANDS INSURANCE COMPANY has/have caused these presents to be Signed by its Resident, and its Corporate Seal to be hereto affixed by its Secretary, this tat day of December 2000 PEERLESS INSURANCE COMPANY THE NETHERLANDS INSURANCE COMPANY By: /L- GL /�� %2� �,rwtUN�� By: President � 1pt President si� 10 S I�� Attest tM' �' Attest: _ ,,,•"`"'+"� Secretary Secretary STATE OF NEW HAMPSHIRE COUNTY OF CHESIRE The foregoing instrument was acknowledged before me this lst day of December 21100 , by Michael R. Uhristiarsen.PrasiOeat of Peerless Insurance Company and of The Netherlands Insurance Company and Jane F. Taylor, Secretary of Peerless Insurance Company and 1Ae N41it:rlands Insurance Company, New Hampshire Corporations, on behalf of the corporations. Notary Public I, Jane F. Taylor, Secretary of Peerless Insurance Company and The Netherlands Insurance Company do hereby certify that the above and foregoing is a true and correct copy of Power of Attorney executed by the Company(its) designated above which is still in force and effect. In witness whereof, l have hereunto set my hand and affixed the Seal(s) of the Company(ies), at Keene, New Hampshire, this 30th day of May 2001 �"" ` ga tee J. It01 J F. Taylor A Secretary ~ OBLIGEE: CITY OF NEWPORT BEACH nnvn cvoc. nun nnn,n occ, n me MY w.m uz.. uPm (30�_.71. Alan, is, Z i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 4 PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 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 �2U7 CP 2. 3. 4. 5. 6. 7. 8. 9. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 TECHNICAL ABILITY AND EXPERIENCE REFERENCES PAGE 5 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 Bidder Authoriz - re i t I e 724-98 Residential/Arterial City of Cerritos 18125 Bloomfield Cerritos, CA 90703 (562) 407 -2652 Mary Ann Wozniak Completed 02 -22 -99 Final contract price $330,732.50 With change orders, original contract price $247,733.50 Warner Ave. Median Island Improvement City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 (714) 536 -5517 Jack Miller Completed 7 -20 -98 Final contract price $341,950.00, orignal contract price $347,707.90 Landscaping, Irrigation, 5t4rnped Concrete, Curb CC8044 Curb ramps LA County Public Works Dept. 900 S. Fremont Ave. Alhambra, CA 91803 (626) 458 -3122 Ray Green Completed 02 -04 -99 Final contract price $118,564.60, original contract price $125.735.40 Ramps Rosemead Blvd City of Pico Rivera 6615 Passons Blvd Pico Rivera, Ca 90660 Completed 12 -6 -99 Final contact price $ 144, 055.30 with change orders, original contact price $114,750.00 City of Santa Fe Springs 11710 Telegraph Rd Santa Fe Springs. CA 90670 Various projects (562) 866-0511 Casey Morales Insurance Agents LPL Insurance 4811 Eureka Ave. Suite F Yorba Linda, Ca 92886 (888) 987 -9879 Southern American Insurance Agency 1101 California Ave Suite 100 Corona, Ca 92881 (909) 279 -6533 Surety • . PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of � _E ) O SGT no being first dril�r swqrn, deposesand says that he orahe is f"-e-3 L of G? Ali i �7i / hc- , 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. Ivy Bidder Auth ignature itle Subscri d and swom to before me this day of I 2001. [SEAL] Notary Public My Commission Expires: Ynia ;nty Xe Zx i • • PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 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 Ratinq Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT CONTRACT NO. 3148 NOTICE TO SUCCESSFUL BIDDER :7_MMA 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. f� U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 8 PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMITS CONTRACT NO. 3148 CONTRACT THIS AGREEMENT, entered into this 30th day of May, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and C.J. Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO EAST CITY LIMIT Project Description 3148 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. 3148, 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. • • 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 thirty -three thousand, three hundred thirty-four and 00/100 Dollars ($33,334.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 C.J. Construction, Inc. 13690 Imperial Highway Suite 5 Santa Fe Springs, CA 90670 (562) 229 -0011 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with 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. 0 4. Other Insurance Provisions • PAGE 11 The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages 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. 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 or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 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 and year first written above. 1.,._. (till CITY OF NEWPORT BEACH A Municipal Corporation Garold B. Adams, Mayor C.J. Construction, Inc. By: � 9-� \X�' - Aut ri ed Signature and Title president :4�ORD I+E ° "'� ""°" ~ LiABLY INSURACERTI"ICAT PRODUCE/ - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Andreini & Co License 0208825 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2737 Campus Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine, CA 92612 COMPANIES AFFORDING COVERAGE 949- 474 -0210 FAX 949- 474 -0510 COMPANY A NAVIGATORS INSURANCE.CO INSURED _ . -. COMPANY C.J. CONSTRUCTION, INC. B HUDSON INSURANCE CO COMPANY 13600 IMPERIAL HWY, STE 5 C SANTA FE SPRINGS CA 90670 COMPANY D s J THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THCANSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (M WDWVY) POLICY EXPIRATION DATE (MM WAY) LAMS A GENERAL LIABILITY GLTOGM 04/03/01 04 / 0 3/ 0 2 GENERAL AGGREGATE_ S PRODUCTS - COMP/OP AGO $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ® OCCUR PERSONALS ADV INJURY S EACH OCCURRENCE $ OWNERS S CONTRACTORS PROT FIFE DAMAGE (My "fire) $ S1, 000 DED MED EXP (Any we Person) S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS I (Per peroon) BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per eccidenQ PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESSUABGRY HFF00589 04/03/01 04/03/02 EACH OCCURRENCE $ AGGREGATE S B UMBRELLA FORM S OTHER THAN UMBRELLA FORM WC SLIM OTH- EN WORKERS COMPENSATION AND T IM ER EL EACH ACCIDENT S - - - -- EMPLOYERS? LIABILITY _ _ EL DISEASE - POLICY LIMB -- Q - -- THE PROPRIETOR/ INCL EL DISEASE - EA EMPLOYEE $ PARINERSA ECUTNE OFFICERS ARE EXCL OTHER DEBCRIPTON OF OPE kTION&LOCATION&SEIICLEWSPECIA. ITEMS CERTIFICATE HOLDER, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED PER BLANKET ADDITIONAL INSURED EMT. ATTACHED. RE: JOB: PCH SIDEWALK FROM CAMEO SHORES RD. TO CITY LIMITS. *EXCEPT 10 DAYS NOTICE FOR NON - PAYMENT OF PREMIUM. C.#i�CfFICt41`� NU,OER CANC6i,LAiIOM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANAL BEFORE ME CITY OF NEWPORT BEACH EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL PUBLIC WORKS DEPARTMENT '30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 NEWPORT BLVD BUT FAILURE TO MAIL SUCH NOTICE SHALL (POSE NO DEFAMATION OR LIABILITY NEWPORT BEACH CA 92663 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUiIIBS®REPPI . 7�ATNE /� W.h � POLICY NUMBER: GL 106080 INSURED: C.J. CONSTRUCTION, INC. 0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket — as required by contract JOB: as shown on certificate (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. PRIMARY WORDING — AS REQUIRED BY CONTRACT This insurance is primary for 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. Other insurance afforded to that insured will apply as excess and not contribute as primary to the insurance afforded by this endorsement. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 JUL -19 -2001 10:01R FROM: r1 70:9518219496443318 P:3,4 ACORD,. CERTIFICATE OF LIABILITY INSURANCE 6/6/01 DATE M VY) PRODUCER SOUTHERN AMERICAN INSURANCE AGENCY, INC. 1101 CALIFORNIA AVENUE, /1100 CORONA, CA 92881 6 ., y. , _. � • THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 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 C.J. CONSTRUCTION, INC. 13600 IMPERIAL HWY., #5 SANTA FE SPRINGS, CA 90670 INSURER QBE INSURANCE CORPORATION _ INSURER B: _ INSURERC' INSURER D: _ INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR rypE OF INSURANCE POLICY NUMBER POUCYEFFECTIVE POLICY EXPIRATION UNITS LTR D/YY GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE El OCCUR EACH OCCURRENCE S FIRE DAMAGE (Any one fire) MED EEP(Any One Person) S S PERSONAL 8 ADV INIURY $ GENERALAGGREGATE S GENL AGGREGATE LIMIT APPLIES PER POLICY PRO- LOC PRODUCTS - COMPKIP AGG 5 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS 0710004704 4/10/01 4/10102 COMBINED SINGLE UMIT (EAaccolenT) S 1 000 000 _ BODILY INJURY (Per Person) S X X BODILY INJURY (Per ¢oCi�enl) S X PROPERTY DAMAGE (Per avitleN) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -FA ACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGO S S EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION S EACH OCCURRENCE S AOOREGATE S _ S S S WORKERS COMPENSATION AND EMPLOYERS LIABILITY I WC STATU OTH. TORY LIMITS Efl EA. EACH ACCIDENT S E.L. DISEASE • EA EMPLOYEE S E.L. DISEASE - POLICY UMIT S OTHER DESCRIPTION OF OPERATIONSJLOCATIONE EMICLE:JE1fCLUSIONS ADDED BY ENOORSEMENTAIPECIAL PROVISIONS RE: PCH SIDEWALK FROM CAMEO SHORES TD. TO EAST CITY LIMIT; 03148; CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSUREDS; COVERAGE IS CONSIDERED PRIMARY; *10 DAYS NOTICE OF CANCELLATION APPLIES FOR NONPAYMENT OF PREMIUM. CITY OF NEWPORT BEACH SHOULD ANY OF ME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION P.O. BOX 1768 DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAI00* DAYS WRITTEN NEWPORT BEACH, CA 92658 -8915 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE 0 ACORD CORPORATION 1980 JUG -19 -2001 10:02A FROM: TO :9518219496443310 T= ENDORSEMTN r CHANGES M lOXJCY. PRASE RV" ri' C:AREBMLY ADDITIONAL INSURED - BUSINESS AUTO rW. C Numam- ENDORJG4w COW ANY.' IQBE 0710004704 EPFECIIV$ 7/19/01 INSURANCE CORP. NAMIM 1NSURSD: AUMORMD ! 1'ATTM C.J. CONSTRUCTION, INC. TAMRA PONTI COVERACM PARTS AFFELTIDY, BUSINESS AUTO TI18 =MY UNDEPWOUD AND AORMT'AAT THE FOLLOWBW Al dMNDMP ' TOTEM DEFII=M OF'R4VAtEW UW1I NaA=THE ENCBY DEMitTED WOW Ma MCY TO THE MENT If FALLS WMEN SHE AMBMXD DEFIIi11'jOR AIRWRONAL INSEM20 NAKL CITY OF NEWPORT BEACH P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 THE DEFiN1 GN OF'DiMJRS 19 AMhr� TO Dux m - 'ANY PERSON OR ORGAKWAT7O:N WHO 15 L IX141SY RRSPOl SN" FOR71M *U Ti" OF TAB 9MLVWD AUTOROWU BY TO NAND Dom, IT'S HMPLOYM. OR ANY PERSON LwMO THE UiMWM ALI MOLIR.E W1TB TE M NAMED INSURER'S PPRMSM 7 THE TERM "UW WHEN APPLIED TO A?AUM VMUCLS SHALL MCY MEAN OFMATMG, MAWAINWO, LOADING OR UNLOADM A MOTOR VM=JL dLL!,,, &,7t AmUmbod 81Aare z 9 9 JUL -19 -2001 12:02P FROM: ACORD CERTIFICATC"3F LIABILITY INSU PRODUCER SOUTHERN AMERICAN INSURANCE AGENCY 1101 CALIFORNIA AVENUE, 11100 CORONA, CA 92881 INSURED C.J. CONSTRUCTION,INC. 13600 IMPERIAL HWY., #5 SANTA FE SPRINGS, CA 90670 COVERAGES 70:9518219496443318 P:2/2 ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMENC ALTER THE COVERAGE AFFORDED BY THE POL INSURERS AFFORDING COVERAGE DATE I OR THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lLTR TYPE OF INSURANCE POLICY NUMBER I POD CY EFFDECTIVE LICY PDATE M/D EXPIRATION LIMITS GENERAL LIABILITY I EACH OCCURRENCE S FIRE DAMAGE (Any w MP) 'S COMMERCIAL GENERAL LIABILITY MED EXP (Any one pmw) S CLAIMS MADE OCCUR I I PERSONAL & AOV INJURY S GENERAL AGGREGATE IS GEWL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP ASS I S POLICY r PRO- 17 LOC JFCT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE UNIT (Ea a=deN) S BODILY INJURY S (PU pvsRn) ALL OWNED AUTOS SCHEDULED AUTOS i BODILY INJURY (Pe, Mml.n) B HIRED AUTOS NON -OWNED AUTOS I PROPERTY DAMAGE S l i(Per=ident) AGE LIABILITY f AUTO ONLY -EA ACCIDENT S OTHER THAN EA ACC S ANY AUTO I AUTO ONLY ADD S EXCESS LIABILITY EACH OCCURRENCE 5 OCCUR CLAWS MADE l l - AGGREGATE S 5 DEDUCTIBLE S I S I RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY .I I W LI C S TITS ER E.L. EACH ACCIDENT 5 A 1 1576650 1 I/1/Q1 11102 �E.L DISEASE -EA EMPLOYEE 51 _QQQ_ EL OISEASE-POLICYLIMIT Si 000 000 I OTHER I(I I I DESCRIPTION OF OPERAnONS OCATIONWVEHICLES•EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: INSURANCE VERIFICATION. CITY OF DOWNEY CASH CONTRACT $620. *10 DAYS NOTICE OF CANCELLATION FOR NONPAYMENT. L.CH I IrH_A I C nVLUCFI I ADDITIONAL INSURED: INSURER LETTER:_ L.ANUIZLLq I IUN SHOULD ANY OFTME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION LOS ANGELES ENGINEERING, INC. DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MALL 30 DAYS WRITTEN ATTN : TOM CROSBY NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SMALL 4134 TEMPLE CITY BLVD. IMPOSE NO OBLIGATION OR LIABILITY Of ANY KIND UPON THE INSURER, ITS AGENTS OR ROSEMEAD, CA 91770 RFFAESENTAnVES_ 0 m JUL -19 -2001 10:01A FROM: l COMA V UDISLATION I Nt}vaat+a6 FUND it ILL, sL, '-V0% 4J� 70:9516219496443318 P:2,4 ....__ • vU"v r.VVI /VVI P.O. SM 420807, SAN FRANCISCO. CA 0414248V CEMIRCATE OF WORKERS COMPENSAMON INWRANCE ujTT 01: P 0 BOX IIl.( NEST Ci. FaijoY NUL48ER: CERTIFICATE EXPIRES: i•�r[: P(H `T(-LYr iL {: '.ttuS t, ilit C zit Litf t it'r;'f L TP is Is to cart fy that we have tmued 8 valid WorlWry Compensation imu anoe policy M a form mm red by Cte CeltboMla lnsuMrog COmMlesionar to the employer named below for the POW parlod lndlcated. Tttis ponoy is na subject to cancellation by the Fund MOW u00111 ten days' adTanee Writtee nodoe b the emplane- We wsl also give you 11EK days' advance notlm 0MId tAfs policy tW canoelled Prior to"rtnrinei a ofeldOm This macaW of Insurance is not an Inst Mr= Policy and does not *Mend. eft[end or ai>Iar the WmWS daxiitror by the policies llsW herein. NOArhhstandht9 any tequkemnt temt. or oonditbm of " omAract or o0w descobsdher6nnIssubJ90toto81 d Wualed Woes &WpoWm.Itwx*nce afforded by the P01Idsa AUT}IORr�REPREa TAT(VE EI4PLOVER'S LIA..HL?TY Ut-IT i(- 0S.U3U%'G i-XNr r i`�:•'�' "t,".Q. ?p PER GGi.E1S1RENCE4 k.'RIf assiEti :75 ?4 ENT.ii -EP t AVE -fi 17 sr J; = [l::liitta t:t r' 1 ftA 0A 120Aj1 1S faT+.SilLrD FO Amp F-Wfac— A 1'::`1 EW Felt,fc.. THIRD P&f1TY f HF; CITY OF I- SWPW%T VC- *1 1 EMPLOYER F- C S CONSTRpf:11W4 7w 1360C 1W.T .R i f.L cmY h 5 JUL -24 -2001 TUE 11:24 AM FAX N0, P. 02/27 QCAL -SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH, DATE RECEIVED: 1l ME DEPARTNT /CONTACT RECEIVED FROM: VANUNA DyC�irZ DATE COMPLETED: &7124 SENTTO: SHAUN BY: CE41A COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: J CMhUZ JG%7DI1I GENERAL LIABILITY: A. INSURANCE COMPANY: WS-MMIUM N, B. AM BEST RATING (A VII or greater): A: Vill C. ADMITTED COMPANY: ( Must be California Admitted) Is company tted in California? Yes V" No_ D. LIMITS: (Must be $1,000,000 or greater) What is limit provided ?7 / E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? Yes_ No_ F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it included? Yes No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes ✓ No H CAUTION! ( Confirm that loss or liability of the Named insured is not limited soley by their negligence.) Does endorsement include "solely by negligence" wording? Yes No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: 0& /�/J6f U21,809AZOIJ B. AM BEST RATING (A VII or t7eTater)er) VV I C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes PNo D. LIMITS: ( Must be 51.000,000 minimum BI & PD and S500,000 UM) What is limits provided ?.T _ E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included? Yes ✓ No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes ✓ ✓ No_ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION: A. INSURANCE COMPANY: Ma omffw rUND B. AM BEST RATING (A VR or greater) - X ll1 C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes­/ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes v' No IF NO, WHICH ITEMS NEED TO BE COMPLETED? 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT CONTRACT NO. 3148 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: PR1of1 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. 3148 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @To aijkf - (t V-e 64dii4 Dollars and h v Cents Per Lump Sum 2. Lump Sum. Clearing and Grubbing @:14, do &a-Sir, r?,,,- Dollars and —ncr Cents Per Lump Sum 3. 200 C.Y. Compacted Fill' @ //i Dollars and Cents Per Cubic Yard $ .GO $ oZSOO.oy $ $ '& O2 L 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 310 L.F. PCC Curb and Gutter @ - / Dollars and Cents Per Lineal Foot 2730 S.F. PCC Sidewalk @ Dollars and Cents $ 3�G� Per Lineal oot 6. 45 Tons Asphalt Concrete Paving @ v Z Dollars and } Cents $ _`< ,,Od Per Ton 7. Lump Sum Caltrans Requirements and Traffic Control / @� SG O"ollars and %%6 Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS: - (vo'KI� and /%a Cents 5 3e) t)/ Date Bidder's Telephone and Fax Numbers Bidder's License No. and Classification Bidder Bidder's a $ TOTAL PRICE (FIGURES) 0 0 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT CONTRACT NO. 3148 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 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 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 6 -7.4 Working Hours 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 0 0 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water 7 -8.6 Water Pollution Control 7 -9 PROTECTION AND RESTORATION OF EXISTING SECTION 302 IMPROVEMENTS 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access 7 -10.2 Storage of Equipment and Materials in Public Streets 7 -10.3 Street Closures, Detours, Barricades 7 -10.4 Public Safety 7- 10.41 Safety Orders 7 -10.5 "No Parking" Signs 7 -15 CONTRACTOR LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General PART 3--- CONSTRUCTION METHODS 4 4 4 4 4 4 5 5 5 5 5 5 5 6 6 6 6 6 SECTION 300 EARTHWORK 6 300 -1 CLEARING AND GRUBBING 6 300 -1.3 Removal and Disposal of Materials 6 300 -1.3.1 General 6 300 -1.5 Solid Waste Diversion 7 SECTION 302 ROADWAY SURFACING 7 302 -5 ASPHALT CONCRETE PAVEMENT 7 302 -5.1 General 7 302 -5.4 Tack Coat 7 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 7 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 7 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 7 303 -5.1.1 General 7 303 -5.5.4 Gutter 7 CALTRANS ENCROACHMENT PERMIT E • SP 1 OF 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT CONTRACT NO. 3148 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R- 5717 -S); (3) the City's (1994 edition), including Supplements; (4) the Standard Specifications for Public Works Construction (1997 edition), including supplements; and (5) the attached Encroachment Permit issued by the State of California ( Caltrans). 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., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. 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 obtaining and complying with the provisions of a Caltrans "DP" permit; removing and replacing signs; removing vegetation and asphalt pavement; capping sprinkler systems; constructing fill, curb and gutter, sidewalk, and pavement patchback; coordinating work by utility companies; etc.; along the southerly side of Pacific Coast Highway easterly of Cameo Shores Road in Corona del Mar." 9 2 -9 SURVEYING 0 SP2OF7 2 -9.3 Survey Service. Add to this section, "The Engineer 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." 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 0 SP3OF7 work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. 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 coordinate the adjustment of Southern California Edison, Gas Company, Pacific Bell, and cable television facilities to finish grade with the appropriate utility company. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, '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. No work shall begin until all contract documents have been approved by the City, a preconstruction conference has been held with the Engineer, and a schedule of work has been approved by the Engineer. 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 constructed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include complying with provisions contained in the attached State of California Encroachment Permit and providing all traffic controls, demolition, removals, construction, adjustments, cleanup, etc., needed to complete the work shown on the plans and specified herein." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, 'The Contractor shall complete all work under this contract within 50 consecutive working days from the date of award of contract. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." • SP4OF7 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st, 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 7:00 a.m. to 4:30 p.m. Monday through Thursday and 7:00 a.m. to 3:30 p.m. on Fridays. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. 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. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section, "The Contractor shall pay fees for and obtain a Caltrans "DP" permit and comply with all provisions contained in said permit and in the attached State of California Encroachment Permit. The Engineer will reimburse the Contractor for Caltrans' "DP" permit fees, in addition to payment for Bid Item 7." 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 a $750 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 or the bay. The Contractor shall prepare, submit, accordance with provisions contained Encroachment Permit." and obtain approval of a WPCP in in the attached State of California 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to this section, "The Contractor shall salvage, straighten the posts of, and reinstall signs in portland cement concrete foundations as directed by the Engineer. The Contractor • SP5O1`7 shall cut, cap and mark out the irrigation system and make every effort to preserve and minimize removal of turf within the construction zone. The turf and irrigation system will be restored by others." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accordance with the attached Caltrans Encroachment Permit, Section 7 -10 of the Standard Specifications, and the Work Area Traffic Control Handbook (WATCH) published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add to this section, "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Contractor's attention is directed to the public traffic provisions contained in the attached State of California Encroachment Permit." 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 PCH has 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. 0 • SP6OF7 7 -15 CONTRACTOR LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by 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 verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 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 proposed 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." 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 shall be at full depth saw cuts. The Engineer shall approve the Contractor's method of final removal. • • SP7OF7 The Contractor is responsible for clearing and grubbing, including removing and disposing of interfering vegetation, irrigation system, wooden fence, signs, etc. See Section 7 -9 for further detail. 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 work day." 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, 'The asphalt concrete used shall be Type B- AR- 4000." 302 -5.4 Tack Coat. Add to this section, 'Prior to placing 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." 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." 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." ENCROACHMENT PERMIT • TR -0120 (REV. 2/98) In compliance with (Check one): X Your application of 11/22/00 ❑ Utility Notice No. nAgreement No. of of I LUU -IVL a -U841 Dist/Co/Rte/PM 12 -ORA -1 -14.84 Date March 21, 2001 Fee Paid Deposit EXEMPT $ R/W Contract No. of $ Bond Company Bond Number (1) TO: CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 LLOYD DALTON 949/644 -3328 I I PERMITTEE And subject to the following, PERMISSION IS HEREBY GRANTED to: SAWCUT EDGE OF AC ROADWAY AND CLEAR AC, VEGETATION, DEBRIS, SPRINKLER SYSTEM, ETC. WITHIN STATE RIGHT OF WAY ALONG SR -1 AT CAMEO SHORES ROAD IN NEWPORT BEACH. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 500 (Specific Permits) of the Encroachment Permits Manual, the attached Provisions and Permit Plans dated 11122/2000 Permittee shall contact Rahim Monajemi, Permit Inspector 949/440 -4480 between 7 AM and 9 AM a minimum of two working days prior to the date of the pre- construction meeting. Failure to comply with this requirement will result in suspension of this permit. Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way on Permittee's behalf. i ne touowing anacnments are (Check applicable): X Yes F] No ❑ Yes X No X Yes F] No ❑ Yes F—] No as part General Provisions Utility Maintenance Provisions Special Provisions A Cal -OSHA permit required prior to beginning work: actual costs for: Yes X NO Review Yes X No Inspection Yes X No Field Work (If any Caltrans effort expended) u u permit. This permit is void unless the work is complete before 6128101 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced unfit all other necessary permits and environmental clearances have been obtained. Mtce (2) Ong — Permittee Ken Nelson, Acting District Director Danh Phan 7h My�y4blohlw Paee 1 of 2 Permit Eng CITY OF NEWPORT BEACH • 1200 NCS 0841 March 21, 2001 In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: • Permittee shall contact California Highway Patrol Officer Barksdale at 714/5676000 at least 48 hours prior to implementing traffic control which requires lane closures. • Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. • Orange vests and hard hats shall be worn at all times while working within State right -of -way. • The full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. • Unless otherwise approved by the State Permit Inspector no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. • Unless otherwise approved by these Permit Special Provisions or by the State Permit Inspector no lane, ramp or shoulder closure is permitted. • A COPY OF WPCP SHALL BE SUBMITTED FOR REVIEW PRIOR TO CONSTRUCTION. • Immediately following completion of the work permitted herein, Permittee shall fax to 949/724 -2265 the Work Completion Notice and Customer Service Questionnaire to facilitate final permit processing. WATER POLLUTION CONTROL PROVISIONS • Permittee shall fully conform to the requirements of the Caltrans statewide NPDES Storm Water Permit, Order No. 99- 06-DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control Board on July 15, 1999. When applicable, the Permittee shall also conform to the requirements of the General NPDES Permit for Construction Activities, Order No. 92-08 -DWQ, NPDES No. CAS 00002, and any subsequent General Permit in effect at the time of issuance of this Encroachment Permit. These permits regulate storm water and non -storm water discharges associated with year -round construction activities Please note that the Santa Ana Regional water Quality Control Board has designate October 1" through April 30" as the "Rainy Season." • For all projects of 2 hectares (5 acres) or more the Permittee shall develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWPPP) conforming to the requirements of Caltrans statewide Permit, the General NPDES Permit for Construction Activities, and the "Caltrans Storm Water Qualin Handbook, Construction Contractor's guide and Specifications," effective August 30, 1997, and subsequent revisions. • For all projects less than 2 hectares (5 acres) , the Permittee shall develop, implement, and maintain a Water Pollution Control Program (WPCP) conforming to the requirements of Caltrans Specification Section 7 -1.01 G, "Water Pollution Control', and the "Caltrans Storm Water Quality Handbook, Construction Contractor's Guide and Specifications ", effective April 30, 1997, and subsequent revisions. A copy of the WPCP must be submitted to Encroachment Permits prior to proceeding with any soil disturbing activities. • Copies of the Permits and the Construction Contractor's guide and Specifications of the Caltrans Storm Water Quality Handbook may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, telephone: 916/445 -3520. Copies of the Permits and Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100, Irvine, California 92612 -0667, Telephone: 949/724 -2260. Page 2 of 2 26. 27. 28. 29. 30. work on the highway. The permittee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request. ARCHAEOLOGICALIHISTORICAL: If any archaeological or historical resources are revealed in the work vicinity, the permittee shall immediately stop work, notify the Department's representative, retain a qualified archaeologist who shall evaluate the site, and make recommendations to the Department representative regarding the continuance of work. PREVAILING WAGES: Work performed by or under a permit may require penmittee's contractors and subcontractors to pay appropriate prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements we directed to State of California Department of Industrial Relations, 525 Golden Gale Avenue, San Francisco, California 94102. RESPONSIBILITY FOR DAMAGE: The Stale of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property from any cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permiiaee, or for damage to property arising out of work, or other activity permitted and done by the permittee under a permit, or arising out of the failure on the permiuce's pan to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit. The permittee shall indemnify and save harmless the State of California, all officers, employees, and State's contractors, thereof, including but not limited to the Director of Transportation and the Deputy Director , from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or other activity under the permit, or arising out of the failure on the permiuce's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The permittee waives any and all rights to any type of expressed or implied indemnity against the State, its officers, employees, and State contractors. It is the intent of the parties that the permittee will indemnify and hold harmless the State, its officers, employees, and State's contractors, from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, on the part of the State, the permittee, persons employed by the permittee. or acting on behalf of the permittee. For the purpose of this section, "State's contractors' shall include contractors and their subcontractors under contract to die State of California Performing work within the limits of this permit. NO PRECEDENT ESTABLISHED: This permit is issued with the understanding that it does not establish a precedent. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION: A. The permittee, for himself, his personal representative, successors in interest, and assigns as pan of the consideration hereof, does hereby covenant and agree that: L No person on the grounds of race, color, or national origin shall be excluded from participation in, be denied the benefits of. or be otherwise subjected to discrimination in the use of said facilities. 2. That in connection with the construction of any improvements on said lands and the furnishings of services thereon, no discrimination shall be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. 3. That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for 41 public accommodations (such as eating, sleeping, rest, recreation), and operation on, over, or under the space of the right of way. 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Pan 8 (15 C.F.R. Pan 8) and as said Regulations may be amended. B. That in the event of breach of any of the above nondiscrimination covenants, the Stale shall have the right to terminate the permit and to re -enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: The permittee agrees, by acceptance of a permit, to property maintain any encroachment. This assurance requires the permittee to provide inspection and repair any damage, at permittee's expense, to State facilities resulting from the encroachment. 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5, the Department of Transportation shall not he responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Perminee understands and agrees that it will comply with the obligations of Titles II and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save harmless the State of California, all officers and employees thereof, including but not limited to the Director of Transportation. from any claims or liability arising out of or by value of said Act. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and therefore public funds is prohibited under the California Constitution, Article i6. 34. FIELD WORE REIMBURSEMENT: Permittee shall reimburse State for field work performed on perntittee's behalf to correct or remedy ha=ds or damaged facilities, or clear debris not attended to by the permittee. 35. Notification of Department and TMC: The permittee shall notify the Department's representative and the Traffic Management Center (TMC) at least 7 days before initiating a lane closure or conducting an activity that may cause a traffic impact. A confirmation notification should occur 3 days before closure or other potential traffic impacts. In emergency situations when the corrective work or the emergency itself may affect traffic, TMC and the Department's representative shall be notified as soon as possible. 36. Underground Service Alert (USA) Notification: Any excavation requires compliance with the provisions of Government Code Section 4216 et. seq., including , but not limited to notice to a regional notification center, such as Underground Service Alen (USA). The permittee shall provide notification at least 48 hours before performing any excavation work within the right of way. ATTACHMENT ENCROACHMENT PERMIT CALTRANS DISTRICT 12 WATER POLLUTION CONTROL PROVISIONS Permittee shall fully conform to the requirements of the Caltrans Statewide National Pollutant Discharge Elimination System (NPDES) Storm Water Permit, Order No. 99 -06 -DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control Board on July 15, 1999. When applicable, the Permittee shall also conform to the requirements of the General NPDES Permit for Construction Activities, Order No. 92 -08 -DWQ, NPDES No. CAS000002, and any subsequent General Permit in effect at the time of issuance of this Encroachment Permit. These permits regulate storm water and non -storm water discharges associated with year -round construction activities. Please note that the Santa Ana Regional Water Quality Control Board has designated October 15t through April 301h as the "Rainy Season ". For all projects resulting in 2 hectares (5 acres) or more of soil disturbance or otherwise subject to the NPDES program, the Permittee shall develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWPPP) conforming to the requirements of the Caltrans Statewide NPDES Permit, the General NPDES Permit for Construction Activities, and the "Caltrans Storm Water Quality Handbook, Construction Contractor's Guide and Specifications ", effective August 30, 1997, and subsequent revisions. A copy of the (SWPPP) must be submitted to Encroachment Permits prior to proceeding with any soil disturbing activities. For all projects resulting in less than 2 hectares (5 acres) of soil disturbance or not otherwise subject to the requirements of the NPDES program, the Permittee shall develop, implement, and maintain a Water Pollution Control Program (WPCP) conforming to the requirements of Caltrans Specifications Section 7- 1 -.01G, "Water Pollution Control ", and the "Caltrans Storm Water Quality Handbook, Construction Contractor's .Guide and Specifications ", effective August 30, 1997, and subsequent revisions. A copy of the (WPCP) must be submitted to Encroachment Permits prior to proceeding with any soil disturbing activities. Copies of the Permits and the Construction Contractor's Guide and Specifications of the Caltrans Storm Water Quality Handbook may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445 -3520. Copies of the Permits and Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100, Irvine, California 92612 -0661, Telephone: (949) 724 -2260. Revised 02/00 • JUN I TO: Mayor and Members of the City Council FROM: Public Works Department June 12, 2001 CITY COUNCIL AGENDA ITEM NO. 11 SUBJECT: PACIFIC COAST HIGHWAY SIDEWALK FROM CAMEO SHORES ROAD TO CITY LIMIT —AWARD OF CONTRACT NO. 3148 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize a Budget Amendment in the amount of $36,634 from the unappropriated Transportation and Circulation Fund Balance to Account No. 7261- C5100606. 3. Award Contract No. 3148 to C.J. Construction, Inc., for the Total Bid Price of $33,334, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $3,300 to cover the cost of unforeseen work. DISCUSSION: At 11:00 A.M on May 30, 2001, the City Clerk opened and read the following bids for this project: BIDDER Low C.J. Construction, Inc. 2 Eagle Asphalt Construction, Inc. 3 Southland Construction 4 S. Parker Engineering, Inc. 5 Civil Works Corp. 6 Damon Const. Company 7 Nobest, Inc. TOTAL BID AMOUNT $33,334.00 37,522.50 37,890.00 40,255.00 42,050.00 53,390.00 56,140.00 The low total bid amount is 17 percent below the Engineer's Estimate of $40,000. The low bidder, C.J. Construction, possesses a General "A" contractor's license as required by the project specifications. C.J. Construction has not performed previous contract work for the City. However, C.J. Construction has satisfactorily completed similar projects for numerous other Southern California agencies. IRSUBJECT: PACIFIC COAST HIGHG7AY WIDENING FROM CAMEO SHORES ROAD TST CITY LIMITS -AWARD OF CONTRACT NO. 3148 June 12, 2001 Page: 2 This project provides for constructing sidewalk, curb, and gutter between the entrance to Cameo Shores and the easterly City boundary. This 300 -foot long segment will be the first piece of "missing" sidewalk to be constructed along the southerly side of Coast Highway. Other segments of the missing sidewalk, located between Seaward Road and Cameo Shores Road, may be constructed in future years as funds are available. There are no construction funds budgeted for this project and Staff recommends the City Council appropriate $36,634 from the Transportation and Circulation Fund for contract award and unforeseen work on this project. Since most of the work will be performed within State's Right -of -Way, Caltrans directed staff to prepare and submit a "Historic Survey Property Report" for the site. The report identifies the presence or absence of historical resources /historical properties within a one -mile radius of the project area and states whether the project has the potential to impact those resources /properties. In our case, such resources /properties are absent within the one -mile radius. Staff has obtained a Caltrans' Encroachment Permit. The Coastal Commission has acknowledged the "de minimis" nature of the work by waiving their requirement for a Coastal Development Permit for the project. The contract specifies that all work shall be completed within fifty consecutive working days from award of contract. Liquidated damages are $250 per calendar day. Respectfully submitted, (0, l "�� L PUBLIC WORKS DEPARTMENT Don Webb, Director By: l Lloyd alton, P.E. Design Engineer Attachment: Project Location Map Bid Summary Z U W m O a 3 W Z O f U Z W a W Y 3 U MJ W a E W da �o W _M U v u E: O 0 O Y � Y N � W U E 2 O U _ M U O F' 8� O m y Oi C W O x y W Q�Q U G a LL O Q O � 0 O ?�g0 a a 3 x u x w F u f w O H O w z M Z (II Q w w O Z a H V w a 0 d m a YI �d f s 0 m m n g0 i N a C 0 0 0 0 0 0 0 0 Zgg0 oom 0 0 0 ono 0 0 0 = n O ci O Vln moo moo in v w Q � N N 2 M Zo O N N 0 �oog000g o CO � O O O N H v) O �O v1 N �O c0 C M m t Q c 0 0 0 0 0 0 o g 0 E mZog.� °o °o °O r°rvM OO °o o M D Lr M D o ° °o °o C F o o O O C o o S 3 Z 0 0 0O inl �bS o? �N n O O M N tg l rg M 1 C E Q v i� x o 0 0 0 0 0 0 o 0 g g 3 pR — Z Z Vl Vf ew N V r r 0 0$ 0 0$ 0 F O Z000vi000 4 o 0 o w m n N M 1C W O v vi N C _Q o C W � 0 0 0 0 0 0 0 y o 0 ovi 000 � g oo x i�OOOOMN V z N M P d m a YI �d f s 0 m m n g0 i N a C 0 0 0 FgST \AON DRIVE y9�ApFN9ST �P��o Oolpr,)Z. Xel Sjoy�gY co�nq F� �Pp Np ep r Fq�'QFF p ,Po ROq o 90 ° /P,Q�NcTON O o Lu F N,T,S, LOCATION PLAN Qry of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: NO. BA- 056 AMOUNT: 538,334.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To appropriate $36,334 from the Transportation and Circulation Fund Balance. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (360 1) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit Description Transportation & Circulation Fund Balance $36,334.00 Description Description Increase Revenue Estimates Number X Account Increase Expenditure Appropriations C5100606 Pacific Coast Highway Sidewalk $36,334.00 Division Number Transfer Budget Appropriations SOURCE: Number Division Number from existing budget appropriations Account Number from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 056 AMOUNT: 538,334.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To appropriate $36,334 from the Transportation and Circulation Fund Balance. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (360 1) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit Description Transportation & Circulation Fund Balance $36,334.00 Description Division Number Account Number ///7 • Automadc System Entry. Signed: / r vat: A 6- Fi c pproval: Administrative Services Director Date Signed: `L✓� , �— jf Administrative ApprovaVCity Manager ate Signed: City Council Approval: City Clerk Date Description Division Number 7261 Transportation & Circulation Fund Account Number C5100606 Pacific Coast Highway Sidewalk $36,334.00 Division Number Account Number Division Number Account Number Division Number Account Number ///7 • Automadc System Entry. Signed: / r vat: A 6- Fi c pproval: Administrative Services Director Date Signed: `L✓� , �— jf Administrative ApprovaVCity Manager ate Signed: City Council Approval: City Clerk Date Wy of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following To appropriate $36,334 from the Transportation and Circulation Fund Balance. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Transportation & Circulation Fund Balance Description NO. BA- 056 AMOUNT: 136,334.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance AFFRUV I 4 Amount Debit Credit $36,334.00 Description Division Number 7261 Transportation & Circulation Fund Account Number C5100606 Pacific Coast Highway Sidewalk $36,334.00 Division Number Account Number Division Number Account Number Division Number Account Number Automaflc System Entry. Signed: / i��._ ro C>/ Fi f provali Administrative Services Director Date Signed: ,0N , fj Administrative Approval/City Man ger ate Signed: (' / 11 V <r i',.� 1 / 7 I . �� -�l VC / City Council Approval: City Clerk Date I 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 6443005 June 15, 2001 Damon Construction Co. 455 Carson Plaza Drive, Unit F Carson, CA 90746 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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 June 15, 2001 Civil Works Corp. 9348 Oak Street Bellflower, CA 90706 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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 June 15, 2001 S. Parker Engineering, Inc. 10059 Whippoorwill Avenue Fountain Valley, CA 92708 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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) 6443005 June 15, 2001 Southland Construction P.O. Box 1629 Anaheim, CA 92815 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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 June 15, 2001 Eagle Asphalt Construction, Inc. 1126 Clorinda Drive Diamond Bar, CA 91789 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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, i . 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 June 15, 2001 Nobest, Incorporated P.O. Box 874 Westminster. CA 92684 -0874 Gentlemen: Thank you for your courtesy in submitting a bid for the Pacific Coast Highway Sidewalk from Cameo Shores Road to City Limit Project (Contract No. 3148) 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