Loading...
HomeMy WebLinkAboutC-3345 - Corona Highlands Water Main Replacement and Street Rehabilitation ProjectCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVorme M. Harkless, CMC June 25, 2003 Majich Bros., Inc. P.O. Box 337 Altadena, CA 91003 Subject: Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements (C -3345) To Whom It May Concern: On June 25, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on August 14, 2002. The Surety for the contract is First National Insurance Company of America, and the bond number is 6121580. Enclosed is the Faithful Performance Bond. Sincerely, nn cep .� 2?otteM.OHa ess, CMC City Clerk LMH:Iib cc: Public Works Department Michael J. Sinacori, Project Manager enclosure 3300 Newport Boulevard Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us EXECUTED IN FOUR COUNTERPARTS PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 BOND NO. 6121580 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 18,250.00 being at the rate of $ 25/M; 15/M and 10 /M thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Majich Bros., Inc., hereinafter designated as the "Principal ", a contract for construction of CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS, Contract No. 3345 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3345 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA , 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 one million, four hundred seventy -five thousand, seven hundred and 00/100 Dollars ($1,475,700.00) lawful money of the United States of America, said sum being equal to 100 percent 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, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or 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. 0 0 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 11th day of July , 2001. Majie Bros., Inc. ( Principal) FIRST NATIONAL INSURANCE COMPANY OF Name of Surety 2677 N. Main St., Ste. 600 Santa Ana, CA 92705 Address of Surety 714 - 437 -3011 Telephone Agent Signature Lourdes Landa, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED f: \users\pbMshared \contracts \fy 00 -01 \corona highlands water main replacement c- 3345 \contract o3345.doc 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles 0 / (P �dyf before me, Linda E. Hughes, Notary Public On Date Name and Tole of Officer (e.g., -Jane Doe. Notary Public-) personally appeared Paul Majich Names) of sigrer(s) Ccnr T ,:n n8 fa y z z C1ca.c;5 Los An ^c!ss County Tun 19 Place Notary Seal Above IN personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /fit subscribed to the within instrument and acknowledged to me that he /61UPW executed the same in his /13161F authorized capacity(ies), and that by his /hl signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of 71clk OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacfty(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner —Cl Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTHUMBPRINT OF SIGNER O 1997 National Notary Assaciation • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 Prod. No. 5907 Reorder: Call Toll -Free 1- 800 - 916682] CALIFORNIA ALL - PURPOSE A &OWLEDGMENT State of Califomia County of ORANGE On July 112001 DATE personally appeared LOURDES before me, ROSA E. RIVAS, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC" ® personally known to me - OR - ❑ No. 5907 NAME(S) OF SIGNERS) 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 acknowledged 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. WITNESS my hand and official seal., 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 01993 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CA 91309 -7184 %' �s�c CGicnr:IL'£;C�; = '.233179 � f ix` _ Nu }f' I OiaN FJ�IICt �ZII:JRII� �r SiCti ::Jti ` JGL� ", No. 5907 NAME(S) OF SIGNERS) 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 acknowledged 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. WITNESS my hand and official seal., 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 01993 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CA 91309 -7184 . A • . POWER OF ATTORNEY 4333 Brooklyn Avenue N.E. Seattle, WA 98105 KNOW ALL BY THESE PRESENTS: WST NATIONAL INSURANCE COMPANY OF AMERICA j33 BROOKLYN AVE NE SEATTLE, WASHINGTON 98105 No. 9934 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint rr» us rr»»»* r- rrr»»* r»* rrr »rrrrrrrrrrrrrn»******** * * *-r* »*»**»-»LOURDES LANDA; Irvine, Cafifontia"* r* r* rrrr-**»»*»* u* m*** *•» *a »» ** * *rr-rr »r »rrr » « *r• its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duty executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 28th day of July 1999 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power- of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are We and coned, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect, IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL 1928 S•10491FNEF 7198 this 11th day of Jul 2001 R.A. PIERSON, SECRETARY 7128199 PDF August 14, 2002 CI4PY OF NEWPORTtEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Majich Bros., Inc. P. O. Box 337 Altadena, CA 91003 Subject: Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements (C -3345) To Whom It May Concern: On June 25, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 10, 2002, Reference No. 20020572190. The Surety for the contract is First National Insurance Company of America, and the bond number is 6121580. Enclosed is the Labor & Materials Payment Bond. Sincerely, , A'q M. LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P. E., Construction Engineer encl. 3300 Newport Boulevard, Newport Beach EXECUTED IN FOUR COUNTEkii -,;,rS 11 PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 BOND NO. 6121580 Premium included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Majich Bros., Inc., hereinafter designated as the "Principal," a contract for construction of CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS, Contract No. 3345 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. 3345 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 FIRST NATIONAL INSURANCE COMPANY OF AMERICA undersigned Principal, and, 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 one million, four hundred seventy-five thousand, seven hundred and 00/100 Dollars ($1,475,700.00) lawful money of the United States of America, said sum being equal to 100 percent 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. 0 PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death 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 11th day of Jul y , 2001. PA ICW Fww s. -Vx) C- Majieli Bros., Inc. (Print al) FIRST NATIONAL INSURANCE COMPANY OF AMERICF Name of Surety 2677 N. Main St., Ste. 600 Address of Surety Santa Ana, CA 92705 714 - 437 -3011 Telephone Lourdes Landa, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 7}CAs 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles On I�,�, before me, Linda E. Hughes, Notary Public , t D to Name and Title of Off"r (e.g., 'Jane Doe, Ndary PuWk*) personally appeared Paul Majich Name(s) of Signers) NQMyCLINDA E HUGHES Commission # 1184558 crnm.Bq*esJun19,= otary Publtc - California Los Angeles County 7 Place NIN , seal AEOVe A personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /MR subscribed to the within instrument and acknowledged to me that he /sue executed the same in his /lid authorized capacity(ies), and that by his /007M signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SignawAa of N Puaic OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual • Corporate Officer — Title(s): _ • Partner — ❑ Limited ❑ General • Attorney in Fact ❑ Trustee • Guardian or Conservator • Other. Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER 0 107 Na0onel NM" Aeaoca • 9350 De Salo Am. P.O. B= 2402 • ChMWOM, CA 91313 -2402 Pme. No. 5907 Reolden Call Tc4Flee 14K"796927 CALIFORNIA ALL - PURPOSE AM,OWLEDGMENT No. 5907 State of California County of ORANGE On July 11 2001 before me, ROSA E. RIVAS, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared LOURDES LANDA ------------------------------------------------------------------ NAME(S) OF SIGNER(S) ® 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 acknowledged 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. WITNESS my hand and official seal. 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-4087 /GEEF 2198 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park. 11 C: 1 °. i;:Z ")N ;'233179 '.:Iaa 4 .:- r,p,y ._tuc- Canfornlo = ,:' � Y. 6 \ ^;.rnv.isicn cxcires acknowledged 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. WITNESS my hand and official seal. 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-4087 /GEEF 2198 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park. RECORDPIUGQlf�SiD BY AND Recorded in Official Records, County of Orange WHEN RECORDED RETURN TO: Darlene Bloom, Interim Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINOFEE City Clerkk 9 A 9 :14 20020572190 08:03am 07110102 City of Newport Beach 100 73 N12 1 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 NewpcftBcb6h,'3AQ266 Bi; CITY CF :,PIFl1RT BEACH "Exempt from recording fees pursuant to Government Code Section 6103" i NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Majich Bros. Construction, of Altadena, California, as Contractor, entered into a Contract on July 10, 2001. Said Contract set forth certain improvements, as follows: Corona Highlands Water Main Replacement (C -3345) Work on said Contract was completed on May 21, 2002, and was found to be acceptable on June 25, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. r, B li� % - -- .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 on 'I", BY 6;�Mb11mC . R) - 11al —" City Clerk at Newport Beach, California. June 26, 2002 CITE4 . ' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Main Beach Sewer Force Main Replacement Project (C -3296) Notice of Completion for the Corona Highlands Water Main Replacement Project (C -3345) Notice of Completion for the West Newport Sewer Main Replacement Project (C -3453) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Majich Bros. Construction, of Altadena, California, as Contractor, entered into a Contract on July 10, 2001. Said Contract set forth certain improvements, as follows: Corona Highlands Water Main Replacement (C -3345) Work on said Contract was completed on May 21, 2002, and was found to be acceptable on June 25, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. B blic 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 on Aire, at Newport Beach, California. BY " 02, ♦ i . City Clerk 0 TO: Mayor and Members of the City Council FROM: Public Works Department June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 9 SUBJECT: CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS, CONTRACT NO. 3345 – COMPLETION AND ACCEPTANCE RECOMMENDATIONS: uttv&— vrdo r a 1. Accept the work. JUN L 5 2902 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. 5. Approve a Budget Amendment transferring $194,181.43 from 7181- C5100643 to Account No. 7181- C5100595 and approve the appropriation of an additional $26,228.46 from Water Account No. 7501- C5500578 for this project. 6. Authorize the Public Works Director to approve Change Order No. 4 in the amount of $3,674.52 provided for the installation of new water meter boxes and adjustment of boxes on Shorecrest Lane and also approve Change Order No. 5 in the amount of $3,277.00 provided for downtime and an extra move -in for the asphalt subcontractor. DISCUSSION: On July 10, 2001, the City Council authorized the award of the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements contract to Majich Bros. Construction of Altadena, California. The contract provided the replacement of 9,370 feet of aging water mains throughout the tract and new water service connections to each residence. In addition to the water main replacement, the streets were resurfaced throughout the tract and a number of homeowners also took the opportunity to make driveway improvements. A storm drain extension was also constructed on Seaward to improve drainage in the area. 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: $1,475,700.00 Actual amount of bid items constructed: 1,486,671.75 Total amount of change orders: 170,808.13 Final contract cost: $1,657,479.88 3b76 MA7 (00) 0 • SUBJECT: CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS, CONTRACT NO. 3345 — COMPLETION AND ACCEPTANCE June 25, 2002 Page 2 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional roadway over - excavation and additional asphalt exceeding the bid item quantities. The final overall construction cost including change orders was 12.32 percent over the original bid amount. A total of five change orders totaling $170,808.13 were issued to complete the project. They were as follows: 1. A change order in the amount of $57,195.93 provided for excavation of unforeseen rock materials during construction of the watermain. 2. A change order in the amount of $93,570.68 provided for digout over - excavation of unsuitable materials and import/compaction of new materials for roadway subgrade. 3. A change order in the amount of $13,090.00 provided for the installation of a petromat layer beneath the asphalt surface course on parts of Seaward Drive, Morning Canyon, and DeAnza. 4. A change order in the amount of $3,674.52 provided for the installation of new water meter boxes and adjustment of boxes on Shorecrest Lane. 5. A change order in the amount of $3,277.00 provided for downtime and an extra move -in for the asphalt subcontractor. There are funds available in a Gas Tax Account No. 7181- C5100643 for pavement reconstruction and this project is an appropriate use of these funds. Staff requests the transfer of these funds into the existing Gas Tax account used for this project so the total costs can be reflected in one Gas Tax project account. An additional $36,228.46 will be needed from Water funds to accommodate the extra work for this project. Funds for the project were budgeted in the following accounts: Account Description Account Number Amount Corona Highlands Water Main Replacement 7501- C5500578 $1,070,048.45 Corona Highlands Street Improvements 7281- C5100595 188,539.00 Corona Highlands Street Improvements 7181- C5100595 276,092.43 Storm Drain Improvement Program 7012- C5100008 115,000.00 Contribution from Homeowners for Driveways 7251- C5100595 7,800.00 Total $1,657,479.88 The original scheduled completion date was December 14, 2001. Due to unforeseen rock excavation for the watermain, over- excavation of unsuitable roadway subgrade, SUBJECT: CORONA HIG DS WATER MAIN REPLACEMENT, STRE HABILITATION AND STORM DRAIN PROVEMENTS, CONTRACT NO. 3345—CO LETION AND ACCEPTANCE June 25, 2002 Page 3 recompaction and import of suitable backfill materials, additional asphalt grinding, additional thickened asphalt base course required for roadway construction, and the addition of Shorecrest Lane to the street repaving work, the completion date was extended to May 21, 2002. All work was completed by the revised completion date. Respectfully submitted, PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: ole'l -/ R. Gunther, P.E. �v Construction Engineer Attachment: Change Order Nos. 4 and 5 CITY OF NEWIWRT BEACH CONTRACT CHANGE ORDER PROJECT TITLE: CONTRACTOR: ENCUMBRANCE NO.: ORIGINAL CONTRACT: COMPLETION DATE: CONTRACT NO. 3345 Corona Highlands Water Main and Drive Drive Approach Replacemtents Majich Bros. $1,475,700.00 • Q SEW ART O @� u >d i �OFOR %V1 CHANGE ORDER: 4 PAGE: 1 OF 1 CCO SUMMARY COST: 167,531.13 CCO TOTAL IN % 11.35% CHANGE REQUESTED BY: City of Newport Beach CO. TYPE: LS DESCRIPTION: Install/adjust new water meter boxes in Shorecrest Ln The following changes are hereby incorporated into the project plans and specifications: INCREASE DECREASE Install new water meter boxes and adjust meter boxes in Shorecrest Lane $3,674.52 CHANGE IN CONTRACT TIME 2 - WORKING DAY NET CHANGE $3,674.52 We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this is approved, that we will provide all equipment, furnish all material, except as may otherwise be noted above, and perform all services necessary for the above specified work, including field and home office expense and will accept as full payment therefor the prices shown above. ACCEPTED, DATE: CONTRACTOR: Majich Bros. BY: TITLE: APPROVAL RECOMMENDED: DATE: CONSTRUCTION ENGINEER APPROVED: DATE: PUBLIC WORKS DIRECTOR CITY OF NEWPORT BEACH a���WPOR CONTRACT CHANGE ORDER i a GClF00.N' CONTRACT NO. 3345 PROJECT TITLE: Corona Highlands Water Main and Drive CHANGE ORDER: 5 Drive Approach Replacemtents CONTRACTOR: Majich Bros. PAGE: 1 OF 1 ENCUMBRANCE NO.: CCO SUMMARY COST: 170,808.63 ORIGINAL CONTRACT: $1,475,700.00 CCO TOTAL IN % 11.57% COMPLETION DATE: CHANGE REQUESTED BY: City of Newport Beach CO. TYPE: LS DESCRIPTION: Addn move -in for AC sub The following changes are hereby incorporated into the project plans and specifications: INCREASE DECREASE Downtime and additional move -in for AC subcontractor $3,277.50 CHANGE IN CONTRACT TIME 1- WORKING DAY NET CHANGE $3,277.50 We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this is approved, that we will provide all equipment, furnish all material, except as may otherwise be noted above, and perform all services necessary for the above specified work, including field and home office expense and will accept as full payment therefor the prices shown above. ACCEPTED, DATE: 1:349 APPROVAL APPROVED: CONTRACTOR Majich Bros. TITLE: CONSTRUCTION ENGINEER PUBLIC WORKS DIRECTOR DATE: 101.14 0* 6ity of Newport Beaci6 BUDGETAMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations X Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 047 AMOUNT: $220,409.89 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 transfer and increase expenditure appropriations related to the Corona Highlands Water Main Replacement Project ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 500 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Water Fund Balance Description Amount Debit Credit $26,228.46 . Description Division Number 7501 Distribution and Piping Account Number C5500578 Corona Highlands Water Main $26,228.46 Division Number 7181 Gas Tax Account Number C5100643 PMP Major Pavement Reconctruction $194,181.43 Division Number 7181 Gas Tax Account Number C5100595 Corona Highlands Street Rehabilitation $194,181.43 Division Number Account Number Division Number Account Number Automatic System Entry. / Signed: ` /JGX��i �t� CO�417—z:2—Z Financial Approval: AdminisVative ervices Director Date Signed: '�Z Administrative Appr al: City Manager p Signed: City Council Approval: City Clerk Date (dry of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 047 AMOUNT: $220,409.89 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: PIN :C Milli To transfer and increase expenditure appropriations related to the Corona Highlands Water Main Replacement Project, ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Accoun t 500 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Water Fund Balance Description Amount Debit Credit $26,228.46 Description Division Number 7501 Distribution and Piping Account Number C5500578 Corona Highlands Water Main $26,228.46 Division Number 7181 Gas Tax Account Number C5100643 PMP Major Pavement Reconctruction $194,181.43 Division Number 7181 Gas Tax Account Number C5100595 Corona Highlands Street Rehabilitation $194,181.43 Division Number Account Number Division Number Account Number ' Aulom tfc System Entry. Signed: Financial Approval: Administrative ervices Dlredor Date Signed: Z Adminis five App 1: City Manager D �-7� M Signed: !L&, Oa City Council Approval: City Clerk Date 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 28th day of June 2001, at which time such bids shall be opened and read for CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS Contract No. 3345 $1,700,000 Engineer's Estimate Approved by 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. General "A" Contractor License Classification required for this project For further information, call Michael J. Sinacori, Project Manager at (949) 644- 3342. "1 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 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 CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 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 word: "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract 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. lJ PAGE 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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 Califomia 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. 62-e-101 A Contractor's License No. & Classification �s rc.N �s, mac• Bidde sr-c -Tnt�1 S Authorized Signature le % /28 /O / Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3345 BIDDER'S BOND L 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 TOTAL ANOOUNT BID - -- ----------------- --- - - -- Dollars ($10 %-------- - - - -1, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CORONA HIGHLANDS WATER' MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS; Contract No. 3345 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, .and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project-in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 26th day of June 2001 MAJICH BROS., INC. Name of Contractor (Principal) FIRST NATIONAL INSURANCE COMPANY OF AMERICA Name of Surety 2677 N. Main St., Ste. 600 Address of Surety Santa Ana, CA 92705 714- 437 -3011 Telephone Lourdes Landa, Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) '* POWER OF ATTORNEY 4333 Brooklyn Avenue N.E. Seattle, WA 98105 KNOW ALL BY THESE PRESENTS: 4ST NATIONAL INSURANCE COMPANY OF AMERICA 3 BROOKLYN AVE NE SEATTLE, WASHINGTON 98105 No. 9934 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint rrrrrrnnrrrrrrrrrrrr ar arrrr. rrrrtr ... rrr rrrrrrrrrrrr.rrrrrrrrrr-LOURDES LANDA: Irvine. Cahfrxniarrrrrrarrrraarrrrrrrrrw ..cur... +..o.....vorrr..rrrro• its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 28th day of 1999 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said powerof- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this C;R day of r�OC7 SEAL s OP 1m; r RA. PIERSON, SECRETARY S- 1049 1FNEF 7/98 7/28199 PDF CALIFORNIA ALL- PURPOSE- State of Califomia County of ORANGE No. 5907 On June 26 2001 before me, ROSA E. RIVAS, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC' personally appeared LOURDES LANDA ------------------------------------------------------------------ NAME(S) OF SIGNER(S) ® 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 acknowledged 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. WITNESS my hand and official seal. 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER PARTNER(S) LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN RTY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT ❑ NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S -4067 /GEEF 2/98 O 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P • • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California �`� County of L-05 �n Y — � � ss. On jLAj1(.- }&)-001, before me, L. ttpwL'Lz� Date Name abd Tale of officer (e.g.. "Jana Doe, Notary Public-) personally appeared k 1;. Piece Notary Seal Above personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name,( is /ai j subscribed to the within f strument and acknowledged to me that he /t)6y executed the same// in his /h�r /t Ir authorVep capacity(iti and that by his /h)(MP.Oir signature ((^il on the instrument the erso or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. ('ct�1(.( -en Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing --- -- -- -- -- -- -- -- -- - -- --- O 1997 National Notary Association • 9350 be We Ave., P.O. Box 2602 • ChetsauM, CA 91313.2402 Prod. No. 5907 Reorder. Call Toll -Free 14800 - 878.6827 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 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. A a 10... // Nla l'itW &V S . LnlC. �� i�z 7nEp s Bidder Authorized Signature itle Su�bcontracttoorr Address rSuub�c�ontracct�Workl 1. Vlr[4 1EJ U1:ltlA, ^ - FYI Xl Y�il16a �I'i�12 mYGlr7�, ` 1 W"vrr. �7� . �A 2. c�@nc2t �rrx ucxu✓�S //n[`Bt ¢aA C_OA -v 2. 't •o. Pau>< 113 El j1��y (iA: 3. �yt iYFF[//c �� ar.. s �n oci�i[ CWT" t 4. (49a CW&-5cv,_T1s x00a . C*ILS „ CA. 5. 6. A a 10... // Nla l'itW &V S . LnlC. �� i�z 7nEp s Bidder Authorized Signature itle 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency Person Telephone To Contact Number celr7naCr Awl- , 2111 2-VWf XAA- MWAW41,4J (an7nacr : 2 37Scoo ma /5tyCt1 N;,b A� Aj+ly ff I. Pfc "rev_ 2ooG a,. �loS'f -7Ff2/ Y' 2 I41-7 a -- aw / Bidd@V Authorized Signatur it e C c. 9 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 NON - COLLUSION AFFIDAVIT State of California ) )Ss. County of mss being first duly sworn, deposes and says that he or she is c crrtnex� /r'.eospvg.- of �d/ 6w 9nos, J-wc. the party making the foregoing bid; that the bid is not made in the ' rest 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. Biddtrj ture tle Subscribed and sworn to before me this ). 6 day of _ 1 Win (I 2001. [SEAL] 1-fbu-�"� CmHL�J L HOUSHt M Commission Expires: Commission #k t 186989 Y P Nofcry Public - Califomia Los Angeles County MyComm. BP6es Jun l4,�DD2 � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PAGE 7 CORONA HIGHLAND_ S WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 CONTRACT THIS AGREEMENT, entered into this 28th day of June, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Majich Bros., Inc., hereinafter "Contractor,' is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS Project Description 3345 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. 3345, 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. 0 • 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 one million, four hundred seventy-five thousand, seven hundred and 00/100 Dollars ($1,475,700.00). 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: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Majich Bros., Inc. P.O. Box 337 Altadena, CA 91003 (626) 398 -9992 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that v , 11 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 projectllocation or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 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 PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the 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 nnri vear first written nhnve CITY CLERK APPROVED AS TO FORK: ��� A " CITY ATTORNEY CITY OF NEWPORT BEACH A Municipal Corporation WK� By: - Garold B. Adams, Mayor Majich Bros., Inc. Authorized Si ature a d Title AC-010- CERTIFICAIF OF LIABILITY INSU I" DATE(MMIDDIYY) IJ C IC- -1 07/19/01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Marrs Maddocks S Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1903 Wright Place, Suite #280 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3300 Newport Boulevard Carlsbad CA 92008 Phone:760 -804 -0402 Fax:760 -804 -0942 INSURERS AFFORDING COVERAGE INSURED _ f� �� :JIIf I' Mr. Paul Brothers, Mr. Pa Brothers, Inc. INSURER A: Evanston Ins. Company INSURER B: Safeco Insurance Company INSURER C: State Compensation Ins. Fund INSURER D: General Security Ins. Co. P.O. Box 334 Altadena CA 91003 -0337 INSURER E: Golden Eagle Insurance Co 02/24/02 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 MAYBE 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 LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDM% E DATE(MMID� Y N LIMITS 3300 Newport Boulevard GENERAL LIABILITY newport Beach CA 92663 I EACH OCCURRENCE $ 1,000,000 A X COMMERCIpLGENERALLIABILITY OIGLP1004452 02/24/01 02/24/02 FIRE DAMAGE (Any one fire) $ 50,000 CLAIMS MADE N OCCUR MED EXP(Any one person) $ X Ded $2,500 PERSONALdAOVINJURY S1,000,000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS -COMPIOPAGG $1,000,000 17 POLICY }{ PRO LOC JET B AUTOMOBILE LIABILITY ANY AUTO BA8159753B 02/24/01 02/24/02 COMBINED SINGLE LIMIT (Ea CO accident) S1, DOD DDD r X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILYINJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE $4,000,000 D X OCCUR EICLAIMSMADE CE9000500 02/24/01 02/24/02 AGGREGATE 54,000,000 S $ DEDUCTIBLE X RETENTION 510,000 1 Is `, WORKERS COMPENSATION AND EMPLOYERS'LIABILITY 1553334 -00 10/15/00 10/15/01 C D TA TH X I TORY LITU ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE, $ 1 , 000 , 000 E.L. DISEASE- POLICYLIMIT 51,000 000 OTHER E Builders Risk CCP- 641799 -01 02/24/01 02/24/02 $1000 ded $1,866,320 "All Risk" DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIE XCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS The City of Newport Beach, its officers, officials, employees and volunteers are named as Additional Insured per attached Endt CG2010 with respects to Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements - Contract No. 3345.Waiver of Subrogation on W/C included Blanket Auto Endt BA7241 attached. *10 day notice for non - payment of premium. CERTIFICATE HOLDER I Y I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITYOFN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN City of Newport Beach NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Public Works Department Attn: Shauna Oyler IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 3300 Newport Boulevard REPRES xnVES. newport Beach CA 92663 I Daniel E. Marrs CIC ACORD 25-S (7197) © ACORD CORPORATION 1988 PAD CODE IC -1 2 N OTE : NHOLDER SUREDSNAM�jinhNBrothers, Inc. CD DATE 07/PAGE 19/01 Revised Certificate supersedes prior Certificate dated 7/11/01. 0 0 POLICY NUMBER: 01 GLP 1004452 INSURANCE COMPANY: Evanston Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE City of Newport Beach, its officers, officials, employees and volunteers Public Works Department 3300 Newport Boulevard Newport Beach CA 92663 WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your work' for that insured by or for you. It is further agreed that such insurance as is afforded by this policy for the benefit of the additional insured shall be primary insurance. But only as respect any claim, loss or liability arising out of the operations of the named insured in conjuction with above described project and any insurance maintained by the additional insured shall be non- contributing. Copyright, Insurance Services Office, Inc. 1984 A SAFECO" POLICY NUMBER: 0 9 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURED CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. BLANKET WAIVER OF SUBROGATION Section IV- BUSINESS AUTO CONDITIONS A.5 is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodity injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodity injury" or "property damage" under an insured contract." 2 BLANKET PRIMARY INSURANCE This insurance Is considered primary and we will not seek contribution from any other insurance available to you for any person or organization for whom you are required under an'Snsured contract to provide insurance, but only to the extent that this is provided under Section IV — BUSINESS AUTO CONDITIONS B.5. Other Insurance. 3. BLANKET ADDITIONAL INSURED Any person or organization for whom you are required under an "insured contract" to provide insurance is considered an °insured" for Liability Coverage, but only to the extent that person or organization qualifies as an insured" underthe Who Is An Insured provision contained in Section II of the Coverage Form. 4. PRIOR NOTICE OF CANCELLATION In the event of cancellation or reduction in the Limits of Insurance of the Coverage Form, we will mail at least thirty (30) days prior written notice to any person or organization for whom you are required to provide such notice under an `insured contract," provided you notify us of such contract requirement at least forty-five (45) days prior to the cancellation or reduction. 9A7241 1GW ORIPWW Udwnuk d sAFECO CwwaOw STATE COMPENSATION INSURANCE Funk JULY 12, 2001 0 0 P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE r CITY OF NEWPORT BEACH PUBLIC WORKS DEPT 3300 NEWPORT BEACH NEWPORT BEACH CA 92663 L POLICY NUMBER: CERTIFICATE EXPIRES: 1553334 - 00 10-15 -01 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below forthe policy period indicated. 30 This policy is not subject to cancellation by the Fund except upon tkRdays' advance written notice to the employer. We will also give you I days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10/15/00 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 07/12/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY, THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER F- MAJICH BROTHERS INC P 0 BOX 337 AI_TADENA CA 91003 cam.. L _=- r"' �iIXdI1�CG6�1e� :1�q��_ \i1d7.fx�7i:L1N (e3:blUci���nli:,r:�••:�� = � -_ JUL -24 -2001 TUE 11:30 AM FAX N0. 0 ,(S�CAL-SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH F, 22/27 THIS CHECKLIST 1S COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH, DATE RECEIVED: —� - DEPARTMENT /CONTACT RECEIVED FROM. SMWA W -9 DATE COMPLETED: jJ! SENT To: BHAUAI!! —BY: MIA COMPANYIPERSON REQUIRED TO HAVE CERTIFICATE: MAJ70H ,EROS GENERAL LIABILITY: A. INSURANCE COMPANY: 41/ 0 • R B. AM BEST RATING (.A VII or greater): C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes_ Na D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? flmfmm 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 solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes No 1. 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: .9 / B. AM BEST RATING (A VII or greater): C. ADMrrTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes �No D. LD IIT'S: ( Must be 51,000,000 minimum BI dt PD and $500,000 UM) What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE: (rhe City its officers ,agents, officials, employees and volunteers). Is it included? Yes I 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 trail; per Lauren Farley the City will accept the endeavor wording. III WORKERS COMPENSATION: A. INSURANCE COMPANY: S% B. AM BEST RATING (.A VII or greater) : i» f C. LDvIlTS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes ✓ No_ HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes_ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? PR1of15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHAB9LITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: 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. 3345 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ 1/zrlmfw- �Ilars and �t Ra As kwr;, No Cents Per Lump Sum 2. Lump Sum Traffic Control @ w lwuskip Dollars and crre� Uv Cents Per Lump Sum 550 L.F. Install 6" PVC Water Main @ Dollars and Al-b Aro Cents Per Linear Foot $ K�0• $ 1G.000.-- $ o0 $ Z7 feel 0 PR2of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 8,800 L.F. Install 8" PVC Water Main @ 1��� Dollars and &A/P fly Cents $ 'AP3--' $ �. Per Linear Foot 5. 20 L.F. Install 12" PVC Water Main 7 91 ti @ / Dollars and ,4W-Z� .yd Cents Per Linear Foot 26 EA Install 6" R.W. Gate Valve $ 40 • — $ @ Dollars and /' A�v� /iro Cents $ L—w $ Per Each 55 EA Install 8" R.W.'' /Gate Valve @yam,✓ f4zsn�yicnDollars and A3v�;, Mo Cents Per Each 2 EA Install 12" R.W. Gate Valve @ ar- Dollars and Per Each 23 EA Remove Existing and Install New Fire Hydrant Assembly @ Dollars and Cents Per Each $ 1200. ' $ 2-41OO. - $ 1�O $ 35; coo. PR3of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 195 EA Remove Existing and Install 1" Meter Service Dollars and %7�2mt s Cents Per Each 11. 8 EA Remove Existing and Install Multiple Service Manifold @�icrrs/D fives Dollars and /6 -wtee 47v2�>.yo Cents $ /5aD_ ' $ Per Each 12. Lump Sum Temporary Water Main Bypass @ 7u his -osA& Dollars and l�ND �b Cents $ AooD. Per Lump Sum 13. Lump Sum Pressure Test, Disinfect and Flush Water Main @ / °71evru2,Dollars and AAli2 n/ Cents Per Lump Sum 14. 3 EA Construct Storm Drain Manhole @ rzw., -15w .4wz> Dollars AII// and _ flll mYr�*,�;,ACents $ $ Per Each 15. 4 EA Construct Curb Inlet Type -OL @ '�7x 72ho-drs,4,✓DDollars and A-A/D No Cents Per Each $ (Qdov. $ • • PR4of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 775 L.F. Construct 18 -inch RCP Storm Drain (D -2000) @ I:VLjV 71,11,0,,s Dollars and / ,,t7v D Cents $ go.— $ 4�2�01�0 Per Linear Foot 17. 90 C.Y. Roadway Removal @ Dollars and Cents $ Per Cubic Yard 18. 110,000 S.F. Variable Thickness AC Pavement Cold Mill @ Dollars and Tdfi/L 77av C�-TS Cents Per Sq are Foott 19. 3,800 TN Construct AC Pavement @ �b/ ?,,s Dollars and AN�7 Nv Cents Per Ton 20. 300 S.F. Reconstruct 4" Thick PCC Sidewalk @ ;rwar —k>P1k,,s Dollars and A?V c7 No Cents Per Square Foot 21, 850 L.F. Construct 4 -foot wide PCC V- Gutter @ i2 ` / /a,s Dollars and 40D AID Cents Per Linear Foot $ 32J $ $ /Z-0-9— $ 30 . $ 0 • FIR 5of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 3 EA Construct PCC Curb Access Ramp @ 6L - (%&W5 Li2Dollars and Ax/�> WV Cents Per Each 23. 2,800 S.F. Reconstruct PCC Cross Gutter @ kJ/w,s Dollars and Cents Per Square Foot 24. 2,800 L.F 25. 75 EA Reconstruct PCC Rolled Curb and Gutter Dollars and /;%tars AW/>ya Cents Per Linear Foot Adjust Manhole to Grade $ 6 @ / & o HzloJ> Dollars and A-IY'e;, No Cents $ &0 • $ zone, — Per Each 26. 12 EA Adjust Survey Monument to Grade @ luso /�iint?rtrb Dollars and ADD f7 lfre' ents Per Each 27. 14 EA Root Prune Parkway Tree @ )�;� )"/tom Dollars and grub Nv Cents Per Each $ ZSo, �- $ $ Jao. — $ 7oor. PR6of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Install Traffic Striping, Markings, and Markers @ — Q,Aj&jZj2DoIIars and �1® Cents Per Lump Sum 29. 30 EA Remove gutter obstructions such as A.C., Concrete and pipes or steel plates and repair any damaged rolled curb and gutter caused by the removal of obstruction $ 10.000, — @ 6& 111,+wwO Dollars and Arb Jk Cents c5co .0 p $ I Per Each 30. Lump Sum Reconstruct Driveway at 511 Seaward Road @ Iwv'aev,4" -o Dollars and "VT A,"s AVT;) No Cents $ 000 Lump Sum 31. Lump Sum Reconstruct Driveway at 515 Seaward Road and A-wl> My Cents $ 0oo. Lump Sum 32. Lump Sum Reconstruct Driveway at 520 Seaward Road Dollars and An+� tJo Cents Lump Sum PR7of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 33. Lump Sum Reconstruct Driveway at 524 Seaward Road oree�°C�euSa Dollars and .ii-r w Cents $ 3600. L p Sum 34. Lump Sum Reconstruct Driveway at 541 Seaward Road Dollars / ,II and + ",.y,tcV APo�Cents $ Z�ioo Lump Sum 35. Lump Sum Reconstruct Driveway at 544 Seaward Road - Thyys•-p Dollars and -plc �Uvcraa -T>, mop ents Lump Sum 36. Lump Sum Reconstruct Driveway at 548 Seaward Road CI -r6r, - ,"4'P Dollars 1I and dE ,,�k"D�hlCents $ 2 soo. Lump Sum 37. Lump Sum Reconstruct Driveway at 549 Seaward Road @ l he14 -. �J ,C- Dollars and 11xwr7vLyv A:jj� No Cents $ %00. Lump Sum a 0 PR8of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. Lump Sum Reconstruct Driveway at 564 Seaward Road @ � � " b 6i"5* "Dollars � and � Vaj(er5 AjW A{o Cents $ 2000.' Lump Sum 39. Lump Sum Reconstruct Driveway at 604 Seaward Road @Okc' I�+ -4v*�v Dollars and t/''IV., Awza�kwnlyCents $ 1600,— Lump Sum 40. Lump Sum Reconstruct Driveway at 456 Mendoza Terrace Dollars 1I and n�Cents $ 'moo Lump Sum 41. Lump Sum Reconstruct Driveway at 420 Mendoza Terrace @ Dollars and '- e -A+s W-o kb Cents $ —!& 00 . Lump Sum 42. Lump Sum Reconstruct Driveway at 400 De Solo Terrace usr�72 Dollars and L�" r24#gkents Lump Sum Ll 9 PR9of15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 43. Lump Sum Reconstruct Driveway at 536 De Anza Drive 6ED 1 V" I h"O."PDollars and 2 No Cents Lump Sum 44. Lump Sum Reconstruct Driveway at 524 De Anza Drive tw e nre� t b�o�scw.`� Dollars and A*yp 0,0 Cents Lump Sum 45. ump Sum Reconstruct Driveway at 428 Cabrillo Terrace @ 1 _ Dollars and �j "-p No Cents $ 25aoo . Lump Sum 46. Lump Sum Reconstruct Driveway at 421 Cabrillo Terrace @ Dollars and fkrr;. No Cents $ _10,000. Lump Sum 47. Lump Sum Reconstruct Driveway at 420 Serra Drive and AW r> No Cents $ 3000.— Lump Sum 1 l • • PR 10 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 48. Lump Sum Reconstruct Driveway at 416 Serra Drive @�ve -e jJ ym;1<m-P Dollars and orvjT.7 rJo Cents $oo Lump Sum 49. Lump Sum Reconstruct Driveway at 400 Cortez Circle @ i u- AcSA�yDollars and A-wy ND Cents $ -4000.— Lump Sum 50. Lump Sum Reconstruct Driveway at 400 Serra Drive 1lnQ�as�,�Dollars and �ollays tw-p rJo Cents $ Avc, o ' Lump Sum 51. Lump Sum Reconstruct Driveway at 425 Morning Canyon .• – • and "rV No Cents $ A000, Lump Sum 52. Lump Sum Reconstruct Driveway at 432 Morning Canyon @ Dollars and QrtpkCents Lump Sum PR 11 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 53. Lump Sum Reconstruct Driveway at 436 Morning Canyon @i`x i lae�rse�7 Dollars and A-Al 5 AW Cents $ CQyoo a =- Lump Sum 54. Lump Sum Reconstruct Driveway at 456 Morning Canyon Dollars and AA&;> A/o Cents $ Z000. Lump Sum 55. Lump Sum Reconstruct Driveway at 465 Seaward Road @ x Dollars and // AVV Ato Cents $ (.p000. Lump Sum 56. Lump Sum Reconstruct Driveway at 449 Seaward Road @ /�wSA p Dollars and ,4wTj A/o Cents Lump Sum 57. Lump Sum Reconstruct Driveway at 532 De Anza Drive @ l //�e7f5"2>Dollars and —PP114,-5 40b Ado Cents Lump Sum • • PR 12 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 58. Lump Sum Reconstruct Driveway at 557 Seaward Road @ 5;7v" /Ls6T�;Dollars and AV'C> Nv Cents $ o00 Lump Sum 59. Lump Sum Reconstruct Driveway at 609 Seaward Road @vent io,e:rsaxrDDollars and A-An;, A/o Cents $ l Lump Sum 60. Lump Sum Reconstruct Driveway at 448 Mendoza Terrace @ Dollars and , / _ Awr, A10 Cents $ /OOO Lump Sum 61. Lump Sum Reconstruct Driveway at 405 Serra Drive @ 1�;X 1/ 07f&AW7> Dollars and dAlb AID Cents $ l�Oe Lump Sum 62. Lump Sum Reconstruct Driveway at 409 Columbus Circle @ S�YFAI 11vSo*Dollars and Cents $ 000, Lump Sum 0 9 PR 13 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 63. Lump Sum Reconstruct Driveway at 409 Cortez Circle @ A%✓BZ 1765 Dollars and ,197✓P Ale) Cents $�- Lump Sum 64. Lump Sum Reconstruct Driveway at 424 Rivera Terrace @ /hre2 /�S,&/PDollars and 4MV > WO Cents Lump Sum 65. Lump Sum Reconstruct Driveway at 4322 Cabrillo Terrace @ lhr�e�ivvS&1/b Dollars and �7UL7 Rh> Cents $ ,&Op. Lump Sum 66. Lump Sum Reconstruct Driveway at 452 De Sola Terrace @ &L:/2rW5+t?✓b Dollars and A-A.6 AID Cents $ Lump Sum 67. Lump Sum Reconstruct Driveway at 544 De Anza Drive @JX ✓1�/DDollars and // 4pb /(/v Cents $ & 00, Lump Sum 0 0 PR 14 of 15 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 68. Lump Sum Reconstruct Driveway at 445 Isabella Terrace @ frearSrjDollars and �- dW- > A/a Cents Lump Sum 69. Lump Sum Reconstruct Driveway at 620 Seaward Road @ / lire e- ", ✓DDollars and A*b AIV Cents $ 2rcv. r Lump Sum 70. Lump Sum Reconstruct Driveway at 418 Morning Canyon @ r�sn,vDDollars and ,gWZ> N0 Cents $ AP-00, Lump Sum 71. 500 S.F. Reconstruct Driveway 6 -inch Approaches at Shorecrest Lane @ i k /�ovs Dollars and ,;vb 7-7 I Cents / $ [�. =� $ ..3250. Per Square Feet 72. 3 EA. Construct Junction Structure Nom @ l;uv -eas W-z> Dollars and hVe 4HVo*2;, %No Cents / $ -j'6 $ Z3, Sao. Per Each /5o210a. '/ • • TOTAL PRICE IN WRITTEN WORDS (Items 1 through 72) and /Vv Cents Date GZG- 34'8 -�1� /dG-�9F1 -5�lZo Bidder's Telephone and Fax Numbers '5S °C- Bidder's License No(s). and Classification(s) PR 15 of 15 $ Total Price (Figures) Bidder--,' �� -i72E-AS Bidder's Authorized Sign re and Title — O. gfr 337 &7,* � Ca . %VV3 Bidder's Address • • SP6OF19 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." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition, the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the Work which are not designated for removal. Such restoration work includes, but is not limited to, turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corner survey markings, etc." Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod identical to the existing type." Add to this Section, "The Contractor is advised to keep records of the existing work site condition prior to the start of any construction work." 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 accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. No lane closures on East Coast Highway will be allowed before 9:00 a.m. 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas. The City has an established contractors yard for the use by the Contractor at 3300 Pacific View Drive adjacent to the Big Canyon Reservoir and Pacific View Cemetery. The yard may be used for this specific project with a $1000 deposit, witheld from the mobilization payment until completion of the project and /or vacation of the yard by the Contractor. The Contractor shall only utilize this yard for City contracted project work. In addition, a chemical toilet facility shall be provided for at the storage yard by the Contractor." • i SP 7 OF 19 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan, which will also identify the planned number of streets to be constructed upon at one time. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 1996 Edition. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. During working hours, one lane of traffic shall be maintained at all time on all streets as approved by the Traffic Engineer. The streets shall be opened during non - working hours to traffic and the on- street parking restored. 5. Vehicle access to resident's driveways shall be maintained at all times except during the reconstruction efforts associated with the Corona Highland Driveway Plans. Contractor shall have 5 calendar days to reconstruct any one driveway. During periods when driveways are under construction, convenient on- street parking at these properties shall be provided in front of affected property at all times. 6. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 0 0 SP 8 OF 19 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs. After posting "NO PARKING - TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to construction, in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a tri -fold construction notice to all the residents in the Corona Highlands tract, describing the project and indicating the limits of construction. The City will provide the Notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to adjacent residents a written notice stating when construction will start, what disruptions may occur, and approximately when construction will be completed. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed and may be required to redistribute notice at the request of the Engineer. The Contractor shall also make arrangements with each resident forty -eight hours in advance of any driveway reconstruction work. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S 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. • • SP 9 OF 19 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. 7 -17 TEMPORARY WATER MAIN BYPASS. The Contractor shall install and maintain a temporary water main bypass during the replacement of the water main. The Contractor may use the City's bypass equipment; a $1,000 equipment deposit is required. Arrangements should be made with the Utilities Superintendent, Mr. Pete Antista, at (949) 718 -3401. 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. The following items of work pertain to the bid items included within the Proposal: Item No. 1: Mobilization: Work under this item shall include bid and contract preparation and scheduling of materials and equipment necessary to mobilize and demobilize the work under this contract. Item No. 2: Traffic Control: Work under this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, barricades, solar - powered arrowheads, flag persons, posting and prompt removal of "NO PARKING -TOW AWAY" signs, temporary striping, and all other work necessary to comply with the W.A.T.C.H. manual, 1996 Edition, and the City of Newport Beach requirements. This item shall also include all required traffic control on the adjacent side streets within 500' of the work, the delivery of all required notifications, posting and removal of signs, all the costs incurred in notifying the nearby residents, and all of the costs required to open and close traffic lanes to vehicle traffic each work day. Item No. 3 Install 6 -inch PVC Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground SP 10 OF 19 and surface water, bedding, backfill, compaction, installation of pipe, fittings, 6 -inch long body transition couplings, thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. 4 Install 8 -inch PVC Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, 8 -inch long body transition couplings, thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. 5 Install 12 -inch PVC Water Main: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, 12 -inch long body transition couplings, thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. 6 Install 6 -inch Resilient Wedge Gate Valve: Work under this item shall include furnishing and installing a 6 -inch resilient wedge valve including but not limited to, valve box and cover, valve extension, and all other work necessary to complete the work in place. Item No. 7 Install 8 -inch Resilient Wedge Gate Valve: Work under this item shall include furnishing and installing a 8 -inch resilient wedge valve including but not limited to, valve box and cover, valve extension, and all other work necessary to complete the work in place. Item No. 8 Install 12 -inch Resilient Wedge Gate Valve: Work under this item shall include furnishing and installing a 12 -inch resilient wedge valve including but not limited to, valve box and cover, valve extension, and all other work necessary to complete the work in place. Item No. 9 Remove Existing and Install New Fire Hydrant Assembly: Work under this item shall include salvaging and returning the existing fire hydrant assembly to the City Utilities Division and furnishing and installing a new fire hydrant assembly in accord with City of Newport Beach STD - 500 -L, including but not limited to fire hydrant, fire SP 11 OF 19 hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, removal and replacement of existing sidewalk per CNB STD -180 -L and all other work necessary to install a new fire hydrant assembly complete and in place. Item No. 10 Remove Existing and Install 1 -inch Meter Service: Work under this item shall include removing and disposing of the existing water service and installing a new 1" service and meter in accord with City of Newport Beach STD - 502 -L, including but not limited to the meter, meter box and cover as necessary, trenching, backfill, compaction, service connection, removal and replacement of existing sidewalk per CNB STD -180 -L and all other work necessary to install a new fire hydrant assembly complete and in place. Item No. 11 Remove Existing and Install Multiple Service Manifold: Work under this item shall include removing and disposing of the existing Manifold and installing a new manifold in accord with City of Newport Beach STD - 519 -L, removal and replacement of existing sidewalk per CNB STD -180 -L and all other work necessary to install a new fire hydrant assembly complete and in place. Item No. 12 Temporary Water Main Bypass: Work under this item shall include the installation and removal of a temporary water main bypass and all other work necessary to install and remove of a temporary water main bypass complete and in place. Item No. 13 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 14 Construct Storm Drain Manhole: Work under this item shall include, the construction of P.C.C. manhole per CNB STD -309 -L including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing and new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the storm drain manhole complete and in place. Item No. 15 Construct Curb Inlet Type -OL: Work under this item shall include the construction of curb inlets per CNB STD -306 -L including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the curb inlets complete and in place. Item No. 16 Construct 18 -inch RCP Storm Drain (D- 2000): Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of SP 12 OF 19 pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, installation of external joint sealer, placement of bedding, and crushed aggregate base, compaction, fittings, connections to existing and facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. 17: Roadway Removal: Work under this item shall include removal and disposal of AC pavement and native soil /aggregate base material under the existing pavement, compaction of the exposed existing native soil and /or aggregate base material to at least 95 percent relative compaction, and complete other preparatory work as needed to ready the pavement for the asphalt finish course. Item No. 18: Variable Thickness AC Pavement Cold Mill: Work under this item shall include pavement join sawcuts and all other work as required to complete the work in place. Item No. 19: Construct AC Pavement: Work under this item shall include cracking sealing of all cracks that are wider than 1/8" in width, leveling course, tack coat, compaction, and all other work as required to complete the work in place. Item No. 20: Reconstruct 4 -inch Thick PCC Sidewalk: Work under this item shall include the cost of materials, sawcut, removals and construction of 4" thick P.C.C. sidewalk at locations approved by the Engineer, adjust City utility facilities such as street lighting, water, sewer boxes and covers to grade, reconnect street light wirings, the temporary relocation and re- installation of sign posts, etc., and all other work required to complete the work in place. Item No. 21: Construct 4 -foot wide PCC V- Gutter: Work under this item shall include all of the costs required to remove and dispose of the existing improvements, subgrade compaction, construct minimum 1 -foot wide full depth AC patch back, adjust City utility facilities such as water, sewer boxes and covers to grade, and all other work as required to complete the work in place. Item No. 22: Construct PCC Curb Access Ramp: Work under this item shall include all of the costs required to remove and dispose of the existing improvements, subgrade compaction, construct minimum 1 -foot wide full depth AC patch back, adjust City utility facilities such as street lighting, water, sewer boxes and covers to grade, reconnect street light wirings, the temporary relocation and re- installation of sign posts, etc., and all other work as required to complete the work in place. Item No. 23: Reconstruct PCC Cross Gutter: Work under this item shall include the removal and disposal of the existing cross gutter, subgrade compaction, aggregate base, aggregate base compaction, construct minimum 1 -foot wide full depth AC patch back, adjust City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. SP 13 OF 19 Item No. 24: Reconstruct PCC Rolled Curb and Gutter: Work under this item shall include the removal and disposal of the existing rolled curb and gutter, subgrade compaction, aggregate base, aggregate base compaction, AC /Base patch back, and all other work items as required to complete the work in place. Item No. 25: Adjust Manhole to Grade: Work under this item shall include adjusting the manhole frame and cover to grade and the coordination with utility companies to adjust their respective facilities to grade and all other work as required to complete the work in place. Item No. 26: Adjust Survey Monument to Grade: Work under this item shall include the adjusting of survey monuments and the re- establishment of centerline ties. Item No. 27: Root Prune Parkway Tree: Work under this item shall include root pruning, removal and disposal, installation of root barrier, backfilling the tree wells with a native soil approved by the Engineer, and all other work as required to complete the work in place. All existing utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 28: Install Traffic Striping, Markings, and Markers: Work under this item shall include the cost of temporary and permanent striping, installing thermoplastic markings and legends, installing fire hydrant markers, installing pavement markers, and all other work required to complete the work in place. Item No. 29: Remove Gutter Obstruction: Work under this item shall include the cost of removing all gutter obstructions such as A.C., Concrete, pipes or steel plates and all other work required to complete the work in place. Repair of any damaged rolled curb and gutter caused by the removal of obstruction shall be included in the price. No additional compensation will be given for repairing or replacing the damaged rolled curb and gutter, Item Nos. 30 -70: Reconstruct Driveway: Work under this item shall include the lump sum price to reconstruct individual driveways as shown on the driveway improvement plans. Repair of any damaged rolled curb and gutter caused by the removal and replacement of the driveway shall be included in this bid item. No additional compensation will be given for repairing the damaged rolled curb and gutter. The City reserves the right to delete any or all of the driveway improvements depending on permission the City receives from the residents. No compensation shall be made to the Contractor for deleted driveways. Item No. 71: Reconstruct Driveway Approaches at Shorecrest Lane: Work under this item shall include the removal and disposal of the driveway approach, subgrade compaction, construct minimum 1 -foot wide full depth AC patch back, reconstruct sidewalks as shown on the plans, and the restoration of all existing improvements damaged by the work and all other work required to complete the work in place. SP 14 OF 19 Item No. 72: Construct Junction Structure No. 1: Work under this item shall include the construction of Junction Structure No. 1 per CNB Std. 310 -L, including but not limited to pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing and new facilities, removal, abandonment, or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities and all other work necessary to construction Junction Structure No. 1 complete and in place. 9 -3.2 Partial and Final Payment: Add to this section, 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements 201 -1.1.1 General. Add to this Section, "All portland cement concrete used on the work shall be 560 -C- 3250." SECTION 203 - -- BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this Section, "All conventional asphalt concrete used on the work shall be III- C3 -AR- 4000." SECTION 207 -- -PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.5 Joints. Add to this section, "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap' or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845 - 6962." 0 0 SP 15 OF 19 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.3 Fittings. Add to this section, "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and a shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read, "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWAC104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read, "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section, 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." r • SP 16 OF 19 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two inches." And replace the words " 1 ''h -inch" of the last sentence with the words "two inches'. 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility 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 (A.C.) used shall be III -C3 -AR -4000. All cracks 1/8 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section, 'Prior to placing the asphalt concrete leveling course or the finish course, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section, 'The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 0 6 SP 17 OF 19 303 -5.1.1 General. Add to this section, "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section, "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section, "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section, "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include, "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -56 and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section, "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083, a minimum of five workdays prior to beginning work. Method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: SP 18 OF 19 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Add to this section, "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than '/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or SP 19 OF 19 markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. The striping work shall be completed per City Plan No. T- 5852 -S." 310 -5.6.8 Application of Paint. Add to this section, "Temporary painted traffic striping and markings shall be applied in one coat and as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 and yellow Formula No. 2601A9 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45mm minimum thickness for all striping except crosswalks and limit lines, which shall be 0.90 mm thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages any existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Add to this section, "The location and type of reflective fire hydrant pavement markers shall conform to City of Newport Beach STD - 902 -L. The Contractor shall clean and protect (except as indicated per striping plans) or replace within 24 hours all reflective and non - reflective pavement markers covered, damaged, or removed as a result his operations. The Contractor shall also replace the markers within fifteen days after resurfacing all raised pavement buttons and markers." F: \Users\PBW\Shared \Contracts \FY 00 -01 \Corona Highlands Water Main Replacement C- 3345 \SPECS C- 3345.doc APPENDIX City Caltrans Encroachment Permit — 1201 -NUE -0370 STATE OF CALIFORNIA • DEPARTMENT &RANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 2/98) In compliance with (Check one): X Your application of MAY 22. 2001 ❑ Utility Notice No. ❑ Agreement No. ❑ RNJ Contract No. TO: CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 1 of of of I.1 LJ Permit No. 1201 -N U E -0370 DisUCo /Rte /PM 12 -ORA- VAR -VAR ❑ Yes Date May 23, 2001 Fee Paid D EXEMPT $ Performance Bond Amount (1) R X Yes ❑ ,PERMITTEE And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways within the Newport Beach City limits to perform routine maintenance and to make emergency repairs to existing water, sewer and street lighting facilities, and to pothole as necessary to locate existing electrical facilities. FREEWAYS ARE EXCLUDED from this permit. All work shall be performed in accordance with current Caltrans Standard Specifications, Standard Plans and the attached PERMIT UTILITY MAINTENANCE PROVISIONS. Permittee shall contact State Permit Inspector SHAHRYAR DERAVI at 949/724 -2152 for work north of MacArthur Boulevard, or RAHIM MONAJEMI at 949/440 -4480 for work south of MacArthur Boulevard, prior to the start of work on each emergency repair, and 2 working days prior to the start of routine maintenance work. Failure to comply with this requirement will result in suspension of this permit. Permittee's Contractors shall each 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 in Permittee's behalf. A The following attachments are also included as part of this permit (Check applicable): Yes X NO Inspection ❑ Yes X Yes ❑ No General Provisions nYes X No Utility Maintenance Provisions X Yes ❑ No Special Provisions F] Yes ❑ NO A Cal -OSHA permit required prior to beginning work; the actual costs for: Yes X NO Review Yes X NO Inspection ❑ Yes X NO Field Work (if any Caltrans effort expended) permit. This permit is void unless the work is complete before MAY 31, 2003. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No nroiect work shall be commenced until all other necessary oermits and environmental clearances have been obtained. RAHIM MONAJEMI -State Permit Inspector File 01 -0370 Mtce. (2) Prepared by Alfred Anguiano Ken Nelson, Acting District Director Molmtashami, District Permit n....e r ,.ro *PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORONA HIGHLANDS WATER MAIN REPLCEMENT AND STREET REHABILITATION AND CORONA HIGHLANDS STORM DRAIN AND ALLEY IMPROVEMENTS CONTRACT NO. 3345 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.2 Survey Service 1 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 33 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4 -1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 3 5 -7 ADJUSTMENTS TO GRADE 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -5 PERMITS 5 0 0 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 6 7 -8.8 Steel Plates 6 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -10.6 Street Sweeping Signs 8 7 -10.7 Notice to Residents 8 7 -15 CONTRACTOR LICENSES 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 8 7 -17 TEMPORARY WATER MAIN BYPASS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9 -3 PAYMENT 9 9 -3.1 General 9 9 -3.2 Partial and Final Payment 14 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 14 201 -1 PORTLAND CEMENT CONCRETE 14 201 -1.1 Requirements 14 201 -1.1.1 General 14 SECTION 203 BITUMINOUS MATERIALS 14 203 -1.1 General 14 SECTION 207 PIPE 14 207 -2 REINFORCED CONCRETE PIPE (RCP) 14 207 -2.5 Joints 14 207 -9 IRON PIPE AND FITTINGS 15 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 15 207 -9.2.3 Fittings 15 207 -9.2.4 Lining and Coating 15 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 15 • 0 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 15 300 -1 CLEARING AND GRUBBING 15 300 -1.3 Removal and Disposal of Materials 15 300 -1.3.1 General 15 300 -1.3.2 Requirements 16 300 -1.5 Solid Waste Diversion 16 SECTION 302 ROADWAY SURFACING 16 302 -5 ASPHALT CONCRETE PAVEMENT 16 302 -5.1 General 16 302 -5.4 Tack Coat 16 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 16 302 -6.6 Curing 16 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 16 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 16 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 16 303 -5.1 Requirements 16 303 -5.1.1 General 17 303 -5.4 Joints 17 303 -5.4.1 General 17 303 -5.5 Finishing 17 303 -5.5.1 General 17 303 -5.5.2 Curb 17 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 17 307-4 TRAFFIC SIGNAL CONSTRUCTION 17 307 -4.9.3 Inductive Loops 17 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 17 308 -1 General 17 SECTION 310 PAINTING 18 310 -5 PAINTING VARIOUS SURFACES 18 310 -5.6 Traffic Striping, Pavement Markings, and Curb Markings 18 310 -5.6.7 Layout, Alignment and Spotting 18 310 -5.6.8 Application of Paint 18 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 19 312 -1 PLACEMENT 19 APPENDIX CITY'S CALTRANS PERMIT 1001 -NUE -0370 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 0 CORONA HIGHLANDS WATER MAIN REPLACEMENT, STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRACT NO. 3345 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (City Plan Nos. W- 5282 -S (Water and Street Improvements), D- 5249 -S (Storm Drain Improvements and Alley Replacement Plan) T- 5852 -S (Striping Plan) and R- 5782 -L (Driveway Improvements)), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 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 water, storm drain, street, pavement striping, curb and gutter, and the restoration of landscaping and other private and public improvements damaged by the Contractor; and perform other items of work as required to complete the Work in place." 2 -9 SURVEYING 2 -9.2 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any re- staking 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. • 0 SP 2 OF 19 The City Surveyor will file a Corner Record or Record of Survey with the County Surveyor prior to the start of any construction. After completion of all construction, the City Surveyor will file a Corner Record or Record of Survey with the County Surveyor for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this Section with," (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." • SP 3 OF 19 SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award which is scheduled for July 10 ", 2001. The Contractor shall furnish the City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved and a "Notice To Proceed" has been issued by the Engineer. A separate Notice to Proceed will be 0 • SP4OF19 issued for the reconstruction of the "Corona Highlands Driveway Improvements" after the City has received acceptance from the homeowner as to the bid price received. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre- construction meeting. The Schedule may be bar chart or CPM style. The Engineer will review the Schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet the 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." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "The Contractor shall complete all work under the Contract within one hundred and ten (110) consecutive working days from City Council award which includes ten working days for processing of contract, bonds and insurance documents. It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m. Monday through Friday. Mobilization can begin at 7:00 a.m. at the storage yard only. However, the Contractor and his crews will be allowed to leave the established storage yard at 7:30 to drive equipment to the Corona Highlands neighborhood. Should the Contractor elect to work later than 4:30 p.m. (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 inspection costs of $50.00 per hour when such time periods are approved. 9 • SP 5 OF 19 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the one hundred and ten consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Delete the first sentence and replace with the following, " The contractor will be required to obtain a no fee City of Newport Beach Encroachment permit prior to the start of work. The Contractor is also require to obtain a ryder to the City's Caltrans NUE permit for work at the intersections of East Coast Highway and Seaward Road and Morning Canyon Drive. A copy of the City's Caltrans permit and requirement is attached in the appendix." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718- 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "if the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned CITY OF NEWPORT BEACH • • 1201 -NUE -0370 MAY 23, 2001 deposit of $80.00 will be required from each Contractor at the time of application. Each of Permittee's Contractors will be billed periodically for all Caltrans inspection charges and for any costs incurred by Caltrans Maintenance forces relative to this permit. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: 1. Permittee shall contact the California Highway Patrol Area Commander prior to implementing traffic control which requires lane closures. 2. 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. 3. Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. 4. 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. 5. Orange vests and hard hats shall be worn at all times while working within State right -of -way. 6. Unless otherwise authorized by the State Permit Inspector, 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 field operations are not actively in progress. 7. In the event of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. 8. 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. 99. Immediately following completion of the work permitted herein, Permittee shall fill out and fax to 949/724 -2265 the attached Questionnaire to initiate 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'h 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 Quality 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, Telephone: 9491724 -2260. Pape 2 of 2 vcr-na uncwI yr LLVUVarUKL A LLUL4 ENICROACt MENT PERMITQNNUAL UTILITY PROVISIONS TR - 0160 A (Rev. 2194) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent, may perform routine or emergency maintenance on such facility in accordance with the following provisions: UEI. EXCLUSIONS: These provisions do not authorize tree trimming, work on freeways, expressways, aerial capacity increase on designated "Scenic Highways ", or other activities not specifically provided for in this permit. UE2. POSSESSION OF PERMIT REQUIRED: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. UE3. NOTICE REQUIRED: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be notified as soon as possible. UE4. STANDARDS OF WORK: All work shall conform to recognized standards of utility construction and Department's current Standard Specifications. UES. EMERGENCY REPAIRS: The permittee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such cases, the Department's representative shall be notified immediately. UE6. OPEN EXCAVATIONS: No excavation shall be -left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with general provisions, 'Protection of Traffic". Backfill and pavement replacement shall be performed in accordance with General Provisions, 'Restoration and Repairs in Rights of Way'. UE7. TRAFFIC CONTROL HOURS: Work requiring traffic control shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized by the Department's representative. M. WORK PERMITTED - AERIAL: Install additional capacity (in the same location), except facilities over the traveled way on designated 'Scenic Highways ", or on Structures. 2. Maintain, inspect, remove, repair or replace (in the same location) all aerial facilities except over the traveled way or on Structures. EP 94 0001 3. Perform insulator washing and interconnect splicing of cables. 4. Install or remove service connections with potential to ground of 300 volts or less, except over the traveled way. 5. Install, maintain, remove, repair or replace aerial service connections with potential to ground of 300 volts or less. over the traveled way when specifically stated in permit. 6. Installations and clearances shall be equal to those required by either the State of California Public Utilities Commission orders or the California Occupational Safety and Health Regulations (CAL - OSHA), Division of Industrial Safety, Safety Orders, promulgated in the California Code of Regulations, Title 8, Chapter 4, whichever is greater. UE9. WORK PERMITTED - UNDERGROUND: I.. Maintain, inspect, remove, repair or replace (in the same location) all underground facilities except those requiring trenching in the traveled way. 2. Install additional capacity in existing ducts except for facilities not in compliance with the Department's current "Manual on High and Low Risk Facilities within Highway Rights of Way" or on Structures. 3. Install air flow monitoring transducers and piping in existing ducts. 4. Barholing, potholing, cleaning, rodding and placing float ropes. 5. Adjust access cover to grade and replace in kind or with larger size pull boxes. 6. Interconnect splicing of cables. 7. Install service connections perpendicular to the highway using jacking and boring methods under the traveled way. Electrical service is restricted to a potential to ground of 300 volts or less. Gas and domestic water services are restricted to 5.08 centimeter (2 ") in diameter or less. 8. Permanent pavement patching for work authorized by this permit. UEIO. FAILURE TO COMPLY: Failure to comply with the terms and conditions above shall be grounds for revocation of this permit. iC - 35 STATE OF CALIFORNIA • DEPARTMENT TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION PART A TR -0100 (REV. 8/97) Permission is requested to encroach On the State Highway Right of Way as follows: (Complete all items: NA if not applicable) Application is not complete Until all required attachments are included 0 Page 1 :.FOR CALTRANS USE -' !zo ° =/-tvA/-O 3 7e nlRT/C0/RTF1PM Lz- - VA A4 - t/q 2 1. COUNTY 2. ROUTE 3. POSTMILE SIMPLEX STAMP - iT — %-il Orange Various VAR U d t U 4. ADDRESS OR STREET NAME 5. CITY ❑SIDEWALKS /GUTTERS Newport Beach 12 414,11 -- 6. CROSS STREET (Distance and direction from site) 7. FOR rION OF RIGHT OF WAY 23 b. Does this project cause a substantial change In the significance of a historical resource? N/A 8. WORK TO BE PERFORMED BY MAA ❑ OWN FORCES 9. EST. START DATE 10. EST. COMPLETION DATE DATE SIMP X STAMP IXI CONTRACTOR lAnnual EXCAVATION 17. MAX. DEPTH 2 AVG. DEPTH ��� H 14. LENGTH 15. SURFACE TYPE 16. EST. COST IN STATE FVW 17. TYPE 18. DIAMETER 19. VOLTAGE / PSIG 20. PRODUCT PIPES 21. FULLY DESCRIBE WORK WITHIN STATE R/W (additional space on reverse side if needed): Attach complete plans (minimum 5 sets folded 21.6 centimeter X 28 centimenter 18.5' X 11')) specs, caics, maps, etc., if applicable. NUE permit application for work in State right of way for maintenance and emergency repairs or minor replacement of existing water, sewer and street light facilities installed by developers or contractors. This Permit application is requesting permission to allow potholing existing facilities. Developers will apply for seperate permit for installation. YOUR OWN REFERENCE NO. Has any other Caltrans Department reviewed your plans? L YES LI NO 22. Is any work being done on applicant's property? 0 YES NO (11 •YES.' briefly describe in section 421, and attach site and grading plans.) 23. Is a city, county, or other agency involved in the environmental approval? ❑ YES (Check documentation type and attach approved copy) ❑ CATEGORICALLY EXEMPT ❑N.D. ❑EIR ❑ NO (Check the category below in section 238, which describes the project) 23s. ❑ FLAGS, SIGNS, BANNERS. ❑ CONSTRUCTION /MODIFICATION OF ❑ CONSTRUCTION. RECONSTRUCTION, MAINTENANCE. OR DECORATIONS, PARADES AND SIGNALS OR ANY OTHER TRAFFIC CONTROL RESURFACING OF A DRIVEWAY OR ROAD APPROACH CELEBRATIONS SYSTEMS MID DEVICES, INCLUDING ❑ DITCH PAVING ADDITION OF NEW ELEMENTS. ADDITION OR REPLACEMENT OF ROADWAY DEVICES OR ❑ ❑ FENCE ❑ MODIFICATIONS, MARKINGS (GLARE SCREEN, BARRIER, LIGHTING, STRIPING, ❑ MOVIE TV FILMING IXTENTIONS HOOKUP ❑ MAILBOX - ❑SIDEWALKS /GUTTERS ❑ EROSION CONTROL ❑ REPAIR / MAINTENANCE OF EXISTING HIGHWAYS ❑ SURVEY ❑ NONE OF THE ABOVE 01prafoct cannot co desobed in Above earego*s, nyuesr Appli Arian Pert a fmm the Parma Ofrr .) 23 b. Does this project cause a substantial change In the significance of a historical resource? O YES ❑ NO (11 'YES.- request application Pan'B' from the Permit 011iee) 23 C. Is this project on an etistirg highway or street where the activity involves removal of a scenic resource including a stand of trees, a rock outcroppng or a historic building? ❑ YES ❑ NO (11 -YES; request applicallon Part 'B' from the Permit Office) The undersigned agrees and understands that a permit can be denied or a bond required for non - payment of prior or present permit fees, that the work will be done in accordance with Ca/trans rules and regulations subject to Inspection and approval, and that permit fees may still be due when an application is withdrawn or denied, and that a denial may be appealed In accordance with California Streets and Highways Code, Section 671.5. 24. ORGANIZATION OR tH UH PHWCG 1 MANAUhH NAMh (Pant Of . Sinacori 28, BUSINESS ADDRESS (include City and Zip Cade) STANDARD ENCROACOENT PERMIT APPLICATION Page 2 TR -0100 (REV. 8/97) 21. Description of work (continued) FEE CALCULATION - FOR CALTRANS USE ❑ CASH /CHECK ❑ CREDIT CARD O�€XEMPT ❑ PROJECT EA _ _ _ _ -- ❑ SET FEE ❑ AS ❑ AX ❑ DEFERRED BILLING (Ut Ity) CALCULATED BY (1) (2) REVIEW 1. HOURS @ $ 2. HOURS ®$ 1. FEE/ DEPOSIT $ DATE 2. FEE / DEPOSIT $ DATE TOTAL FEE / DEPOSIT g $ INSPECTION 1. HOURS ® $ 2. HOURS ®$ 1. FEE/ DEPOSIT $ DATE 2. FEE / DEPOSIT $ DATE TOTAL FEE / DEPOSIT $ $ FIELD WORK HOURS ®$ $ $ $ CASH DEPOSIT IN LIEU OF BOND $ $ $ TOTAL COLLECTED$ CASHIER'S INITIALS $ $ 'The current houriy rate is set annually by Headquarters Accounting. District Office staff do not have authodly to modify this rate. PERFORMANCE BOND ❑ DATE AMOUNT $ PAYMENT BOND ❑ DATE AMOUNT $ LIABILITY INSURANCE REQUIRED? ❑ YES ❑ NO AMOUNT $ FM9114W State of California — Department of Transportation WORK COMPLETION NOTICE 12 -NIP -0037 (Rev. 1/94) Permit No: City /Rce. /PiM: Inspector: Permittee: All work authorized by the above - numbered permit was completed on: • F t Date: / / Siened: CUSTOMER SERVICE QUESTIONNAIRE INSIDE THE OFFICE EXCELLENT . V£RY GOOD GOOD I POOR Staff courteous and helpful Staff quick and efficient Explanations and instructions clear , TELEPHONE ANSWERING Timely response ` Receiving information and answers INSPECTION Inspector courteous and helpful Pre-construction meeting set and Held in a timely manner Inspector at the job site frequently Inspector able to answer questions And deal with pr oblems OVERALL PERFORMANCE What would you say is our overall Performance? Fill out the form immediately after the completion of the work permitted and fax to (949) 724 -2265 ATTACHMENT CALTRANS DISTRICT 12 ENCROACHMENT PERMIT WATER POLLUTION CONTROL PROVISIONS Any runoff draining into Caltrans Right of Way must fully conform to the current discharge requirements of the Regional Water Quality Control Board (RWQCB) to avoid impacting water quality. Permittee will 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, in addition to the BMPs specified in the Caltrans Storm Water Management Plan (SWMP). When applicable, the Permittee will also conform to the requirements of the General NPDES Permit for Construction Activities, Order No. 99 -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 constriction activities. Please note that project activities should pay extra attention to storm water pollution control during the "Rainy Season' (October I" — May 151) and follow the Water Pollution Control BMPs to minimize impact to receiving waters. Measures must be incorporated to contain all vehicle loads and avoid any tracking of materials, which may fall or blow onto Caltrans Right of Way. For all projects resulting in 2 hectares (5 acres) or more of soil disturbance or otherwise subject to the NPDES program, the Contractor will develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWPPP) conforming to the requirements of the Caltrans Specification Section 7 -1.01 G "Water Pollution Control ", Caltrans Statewide NPDES Permit, the General NPDES Permit for Construction Activities, and the Caltrans Storm Water Quality Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual ", and "Construction Site Best Management Practices (BMPs) Manual" effective November 2000, and subsequent revisions. 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 Contractor will 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 Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual ", and "Construction Site Best Management Practices (BMPs) Manual" effective November 2000, and subsequent revisions. 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, Telephone: (949) 724 -2260. Electronic copies can be found at httR:H,vw-w.dot.ca.i,zov/hq/construc/stonnwater.html Revised 3/08/01 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. ARCHAEOLOGICAL/HISTORICAL: If any archaeological or historical resources are revealed in the work vicinity, the permiuee 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 pennittee'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 are directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. RESPONSIBILITY FOR DAMAGE: The State 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 permiuee, persons employed by (he 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 permiittee, 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 part to perform his obligations under any permit in respect to maintenance or anv 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 dte permit, or arising out of the failure on the permince'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 the 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 part of the consideration hereof, does hereby covenant and agree that: 1. No person on the grounds of race, color, or national origin shall he 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 mid 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 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. Part R) and as said Regulations may be amended. B. That in the event of breach of any of the above nondiscrimination covenants, the State 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 properly maintain any encroachment. This assurance requires the permittee to provide inspection and repair any damage, at pennittee'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 be 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. Permittee understands and agrees that it will comply with the obligations of Titles 11 and 111 of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indennmf) 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 virtue 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 Stale. The gifting of public property use and therefore public funds is prohibited under the California Constitution, Article i6. 34. FIELD WORK REIMBURSEMENT: Permittee shall reimburse State for field work performed on pernintee's behalf to correct or remedy hazards or damaged facilities, or clear debris not attended to by the permittee. 35. Notification of Department and TMC: The permiuee 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 Alert (USA). The permittee shall provide notification at least 48 hours before performing any excavation work within the right of way. r ! STATE OF CALIFORNIA, DEPARTMENT OIRANSPORTATION Specifications for traffic control systems. These General Provisions ENCROACHMENT PERMIT GENERAL PROVISIONS are not intended to impose upon the permittee, by third parties, any TR -0045 (REV. 8/98) duty or standard of care, greater than or different from, as required by law. 1. AUTHORITY: The Department's authority to issue encroachment permits is provided under, Div. 1, Chpt. 3, Art. 1, Sect. 660 to 734 of 15. the Stects and Highways Code. 2. REVOCATION: Encroachment permits are revocable on five days notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions arc subject to modification or abrogation at any time. Permittees' joint use agreements, franchise rights, reserved rights or any other 16. agreements for operating purposes in State highway right of way are exceptions to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits. 17• 4. ASSIGNMENT: No party other than the permittee or permilme's authorized agent is allowed to work under this permit. 5. ACCEPTANCE OF PROVISIONS: Permttm understands and agrees to accept these General Provisions and all attachments to this permit, for any work to be performed under this permit. 6. BEGINNING OF WORK: When traffic is not impacted (see Number 35), the permittee shall notify the Department's representative, two (2) days before the intent to start permitted work. Permittee shall notify the Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless otherwise agreed upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 7. STANDARDS OF CONSTRUCTION: All work performed within highway right of way shall conform to recognized construction standards and current Department Standard Specifications, Department Standard Plans High and Low Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer," these are amended to be read as "Permittee and Department representative." 8. PLAN CHANGES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the State representative. MINIMUM INTERFERENCE WITH TRAFFIC: Permittee shall plan and conduct work so as to create the least possible inconvenience to the traveling public; traffic shall not be unreasonably delayed. On conventional highways, permittee shall place properly attired Bagger(s) to stop or warn the traveling public in compliance with the Manual of Traffic Controls and Instructions to Flaggers Pamphlet. STORAGE OF EQUIPMENT AND MATERIALS: Equipment and material storage in State right of way shall comply with Standard Specifications, Standard Plans, and Special Provisions. Whenever the permittee places an obstacle within 3.63 in (IT) feet of the traveled way, the permittce shall place temporary railing (Type K). CARE OF DRAINAGE: Permittee shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and /or as directed by the Department's representative. 18. RESTORATION AND REPAIRS IN RIGHT OF WAY: Permittee is responsible for restoration and repair of State highway right of way resulting from permitted work (State Streets and Highways Code, Sections 670 et. seq.). 19. RIGHT OF WAY CLEAN UP: Upon completion of work, permittee shall remove and dispose of all scraps, brush, timber, materials, etc. off the right of way. The aesthetics of the highway shall be as it was before work started. 20. COST OF WORK: Unless stated in the permit, or separate written agreement, the permittee shall bear all costs incurred for work within the State right of way and waives all claims for indemnification or contribution from the State. 21. ACTUAL COST BILLING: When specified in the permit, the Department will bill the permittee actual costs at the currently set hourly rate for encroachment permits 22 AS-BUILT PLANS: When required, permittee shall submit one (1) set of as -built plans in compliance with Department's requirements. Plans shall be submitted within thirty (30) days after completion and approval of work. 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, perminee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give final constmetion approval to its contractor until final acceptance and approval by the Department is obtained. 23. 10. PERMIT AT WORKSITE: Permittee shall keep the permit package or a copy thereof, at the work site and show it upon request to any Department representative or law enforcement officer. If the permit package is not kept and made available at the work site, the work shall be suspended. 11. CONFLICTING ENCROACHb1ENTS: Permittee shall yield start of work to ongoing, prior authorized, work adjacent to or within the 24. limits of the project site. When existing encroachments conflict with new work, the permitee shall bear all cost for rearrangements, (e.g., relocation, alteration, removal, etc.). 12. PERIvHTS FROM OTHER AGENCIES: This permit is invalidated if the permittee has not obtained all permits necessary and required by law, from the Public Utilities Comrtdssion of the State of California (PUC), California Occupational Safety and Health Administration (Cal- OSHA), or any other public agency having jurisdiction. 13. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 1.21 meter (4') shall be maintained through the work area at existing pedestrian or bicycle facilities . At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of construction and in advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street. 14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee shall provide traffic control protection warning signs, lights, safety devices, etc., and take all other measures necessary for traveling 25. public's safety. Day and night time lane closures shall comply with the Manuals of Traffic Controls, Standard Plans, and Standard As -Built plans or accompanying correspondence shall not include disclaimer statements of any kind. Such statements shall constitute non - compliance with these provisions. Failure to provide complete and signed As -Built plans shall be cause for bond or deposit retention by the Department. PERMITS FOR RECORD PURPOSES ONLY: When work in the right of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt permit is issued to the permittee for the purpose of providing a notice and record of work. The Permitme's prior rights shall be preserved without the intention of creating new or different rights or obligations. "Notice and Record Purposes Only" shall be stamped across the face of the permit. BONDING: The perminee shall file bond(s), in advance, in the amount set by the Department. Failure to maintain bond(s) in full force and effect will result in the Department stopping of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless permittee failed to comply with the provision and conditions under a prior permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedures, Section 337.15. Local agency permitme shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local agency pernittee agrees to require the construction contractor furnish both a payment and performance bond in the local agency's name with both bonds complying with the requirements set forth in Section 3 -1.02 of State's current Standard Specifications before performing any Project construction work. The local agency permittee shall defend. indemnify, and hold harmless the State, its officers and employees from all project construction related claims by contractors and all stop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely manner and to State's satisfaction, any latent defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLA'T'IONS: Permittee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance �- 33N July 10, 2001 CITY COUNCIL AGENDA ITEM NO. _�_ TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CORONA HIGHLANDS WATER MAIN REPLACEMENT, °s'AMED REHABILITATION 'AND STORM DRAIN IMPROVEMENTS - AWARD OF CONTRACT NO. 3345 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3345 to Majich Bros., Inc., of Altadena, California for the Total Bid Price of $1,475,700, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $145,000 to cover the cost of testing and unforeseen work. 4. Authorize a Budget Amendment transferring $53,539 from Account No. 7281- C5100586 to Account No. 7281- C5100595 and transferring $81,911 from Account No. 7181- C5100537 to Account No. 7181- C5100595 (Corona Highlands Street Improvements). 5. Authorize a Budget Amendment appropriating $166,800 to Contributions Account No. 7251- C5100595 and increase revenue estimates by $166,800 into Account No. 250 -5901 to reflect the property owner's contributions for the driveway improvements. DISCUSSION: At 11:00 A.M on June 28, 2001, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $1,475,700.00 $1,575,025.00 $1,581,975.00 $1,587,650.00 $1,632,707.00 $1,657,669.22 $1,737,560.00 Corrected Bid Amount The low total bid amount is 13 percent below the Engineer's Estimate of $1,700,475. The low bidder, Majich Bros., Inc., possesses the required general contractor's license. Majich Bros., Inc., has satisfactorily completed similar concrete repair projects for agencies in Southern California. BIDDER Low Majich Bros., Inc. 2 John T. Malloy, Inc. 3 Vasilj Construction 4 A.D. General Engineering 5 GCI Construction, Inc. 6 W.A. Rasic Construction 7 Masters Contracting TOTAL BID AMOUNT $1,475,700.00 $1,575,025.00 $1,581,975.00 $1,587,650.00 $1,632,707.00 $1,657,669.22 $1,737,560.00 Corrected Bid Amount The low total bid amount is 13 percent below the Engineer's Estimate of $1,700,475. The low bidder, Majich Bros., Inc., possesses the required general contractor's license. Majich Bros., Inc., has satisfactorily completed similar concrete repair projects for agencies in Southern California. SUBJECT: CORONA HIGH WATER MAIN REPLACEMENT, STREET R�ILITATION AND STORM DRAIN IMPROVEMENTS - WARD OF CONTRACT NO. 3345 July 10, 2001 Page: 2 PROJECT DESCRIPTION The City's Water Master Plan recommends the replacement of aging water mains. The Corona Highlands water system was constructed with the original tract development in the late 1940's and early 1950's. The system consists of primarily 6 and 8 -inch unlined cast iron pipes. The system has outlived its useful life, which is evident by the numerous main breaks that occur in the tract. Since 1995, Staff has logged 20 main breaks. In addition to the water main replacement, the aging streets will be resurfaced throughout the tract. A storm drain extension on Seaward will also improve drainage in the area. Staff has worked with the Homeowners Association and the residents who have requested construction of driveway improvements during the water, street and storm drain project. The original tract constructed rolled curbs without standard drive approaches, which makes it difficult to maneuver in and out of the driveways. Over the years, residents have installed makeshift concrete and asphalt berms within the rolled gutter to gain better access. These obstructions are hazardous to pedestrians, bicyclists, and vehicles. The obstructions in the gutter also force water back onto the street, which leads to accelerated deterioration of the asphalt pavement. These obstructions will be removed as part of the overall water and street improvements. Staff notified all property owners of the opportunity to improve their driveways as part of the project. As a result, forty -one property owners expressed an interest and their driveway plans were bid as part of the project. Staff will notify the forty-one property owners once again of their driveway reconstruction cost obligation and ask them for approval to contribute towards the reconstruction of their private driveways. The City will contribute $250 per property towards the driveway improvements within the public right -of -way. There are sufficient funds available in the following account for the work: Account Description Corona Highlands Water Main Replacement Corona Highlands Street Improvements Corona Highlands Street Improvements Storm Drain Improvement Program Contribution from Homeowners for Driveways Respecttu submi�'� PUBLIC RKS DEPARTMENT Don Webb, Director By:// Mi hael J. Sinac P.E. Utill ies Engineer Attachment: Project Location Map Bid Summary Account Number Amount 7501 - 135500578 $1,059,450 7281- C5100595 188,539 7181- C5100595 81,911 7012- C5100008 124,000 7251- C5100595 166,800 Total $1,620,700 v a W m O IL 3 W Z LL O U F Z W f a W O Y 3 U J m IL 1 I £ d W U G � U Z f Q O UO m L 0 0 0 o 0 o g 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ........... 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S 0 o m A 1°o,g = O P N P N O P m m Vf N m M 10 v. P n . °. M N O N 'i P n m �"� m N N I M 'I N N S1 F, Q z Z 1.1 O 0 O 0 O 0 O 0 O 0 O 0 O 0 S S S O S S S S S S N S N O O O O O O O O O O O O S S S S S S pp h 0 N W S N N O O S O O O O O N Z O S P p m O T p N S S 1D N e�i '�"i �N-1 N m S m of m m p V of m 0008888. S 0 O 0 O 0 O 0 O ... O O O 0 O ... O O O S S S O O O O O O O O O O O O O O O O O O O O O O O O = Ly L S O O O O O O O O O S O O O N O S O S OO O ti C O vl OO S OO O O OO O of C O of OO O O C S OO O O G O 10 OO p P u1 N n O 10 n S O O p P O O O O l!1 n S n p O O S O p O O p O O p O N S N S p O O O = O O 1!1 Vl ti N N m m M m H R P N N m W M N H N M b H O N M 01 m H 0 M O N 'i °� N T 1D M P m m '1 N n Ifl m M P P P v 1 M m 0 0 f Q J Q S °o °o °o °o °o °o °o °o °o °o o °o m °o n °o S g 9u $ $O °o `p-'b °o °o °op °0 ~ 00 m p p 8 p p N 0 0 0 O O O O N O O N O O N N fM�l O ti N� yg� pg 00 N 00 8 o 8 0 0 _ O O H n m O n n N O ul O H N O N °001 0 •1 O N M N N If1 M P P P M 1p O 0 O 0 O 0 o O 0 O 0 O 0 O 0 O 0 O 0 O o O O O O O O O O O O O O O O o O O O o O 0 O 0 O 0 O 0 O o O O O O O O O O O O O O t% � 0 O 0 O 0 N 0 O 0 N 0 S 0 v01 pOO V OO v01 C O OO O OO O OO S OO v01 OO S C S OO N OO N OO S O N OO N ............. S d m O O O O O O O O m Y01 O ON n N N ti M M n ti N N M N Q p 1p 01 Q 0 m = u O O O O O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O o N M O O O O O O O O O O O O O O O O O a�]L o 0 0 0 o 0 ui 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ` f z Z O o v1 vI W N ON N Lq p0 P N O O O O 1011 O W N Vl M O ~ N N 101t O O 1011 O O P O m m Lq N N n N .Y P 10 N rvf 10 0 0000000000000a000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ o 0 g 0 000000 0 0 0 0 0 dFOOln000in000 0 0 0 0 0 0 0 0 0 0 0 S d 000ono0000 0 0 o m o 0 0 0 0 0 880 W S 0 S 00 0 8 8 8 8 00 A� Z O V1 O O N O O m N 01 tD n 10 O N O O+ N m O O 1(1 O 1+1 1/1 m O O m 10 n N m O� O °� O 1!1 N p p It 0 0 0 0 V1 N Vl VI 1f1 N E N w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0 0 0 it 0 0 0 0 0 0 8 0 0 0 z L.. O O O O vi n vi m 0 p 0 0 0 O 0 O 0 O 0 O 0 O 0 O S S Ili N Ci M O Vi V1 O H G M O vl m W N G O C O n C O Ci O G N C N OO N G N OO G N Z W1r Z O O ti N m O O M N O O V1 O ti n M p O �"� 10i1 E N O ti M N 1l1 M p 1l1 Vf N N N N N N Q W J J J J J W Q W < W Q W Q W W J V 0 0 0 0 CY a C S 1%i A v v V v a V a y 1i$ L p tg g `w 6 o m 3 3 3 m m m u a5 C ui 1n Yi Yi Vi Yppi Z ey A a L A E O j fNL d D L2 ✓ N N N p P N >> d N p W N ul N N u1 £> 7 E £ s a a 2 N p @) @) @l U @J u✓ N i N x Q W m 0 a W z LL O U F- z W F- a W 0 Y O 3 U co fd m CL r ° W f S t! d �W[ Y () d U u 2 Lii oa s° 0 ° m m I M O A O VI m O _ O d Q n U M M i H F w (7 Z W Q G� W W r?� oz° 0 L 0 N N VF O C S0 O 0 O 0 O 0 O 0 G 0 O 0 O 0 G 0 O 0 O 0 G 0 C 0 O o O O O O O$ S s O G o O 0 O 0 O s s S o O O o c p s s s S o C 2 0 0 0 0 0 0 0 .8000.00.00 °o °o °o g °o °0 00 °o °o g °0 00 °o O °o O °o O °o O g g g °o °o O O O G m � P •n N 1!1 T V N N N "� ti N m H V 1!1 ti O N H O N ti 'i O N N Y1 N N O m N N T N N P wi M N O P V Q N M O N 0 N N p V ti P O N M 1z g N Cl O r m ti N 0 V O O O O S O O S S O O O S S O -100 $ S S S O O O S O p O S O S S S O O O O O 7 O w O p S N 0 Q 0 V1 0 n S W S o O m G O V1 pp O o O 0 O N o O O C O O N Cod o O Ci O o O o p C O G O$ S S o O 0 O 0 O o O O O Ci O G O OO O N SS Q e1 'i N N N ."Z N „'1 Vl ti O 'i N— VI V N n O M N Of p m b N N O IO Vi N 01 O O S O O O O o O O O O O O O q O 0 0 o 0 0 0 $ O O O $ O O O O O S O O O O O O V p Op O O S 8 pO O O p O S p O O p O O $ S O O O O O fj Iry H N N N tn 0 P V N l0 N N m Q W. N vN N O C� m h Lq M N n Q Q N m m ri V 14 14 b H VO 1 d N VO f n N N N Q b N .1 N m O a 0 N N Q 5 8 8 8 0 8 8 8 88 8 8 8$ 8O 5 8 8 8 $O 8 8 8 8 8 8 8 5 8 O O 5 p8 p0 pp8pp p8 8 O h 8$ p8 O S8 N p8 8 9 p5 8 0 =O T N N b P Q O b N N C m N N p Ooi P S N Y V T N N P 0 Cl 0 m R,.° LQ N O n 01.1i Q $0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ 0 o 0 0 0 o 0 O 0 o 0 O$$ o o a 0 o 0 0 0 0 0$$$ 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0$$ �j N N o $ 0 O 0 o 0 N 0 o 5 0 S pp 0 0 0 0 0 o g 5 0 0 pp 0 5 0 0 0 0 0 o S S 0 S 8 0 0 0 0 0 0 0 0 5 0 o g 5 0 0 0 0 o 0 1.1 N O W N w vl Q O v1 N O 1+f O M m O O O m O 1.1 O T O V O V vl lD O 1p N 0 0 I/1 0 O O p O O n O O O O O O O 8 N vl 10 Q N 1� ip m m m Q Ip P 1.1 d' m m vi n Q m 0O 5 0O 5 °0 0q5'08888 °o °o °o °o °o $ $ $ °o °o °o °0 5 $ °o $ $ OR 0O °o °o °0 .=ul 2 6cs 0 oo8QQg00008QQci 0g ° °ggggg�g ul M vlo N W u°l ulO Q N Ul000SOOO N m 1 .65 1.1 m Q ooul V V 5 25500000s$g5550000O l0 N l0 N P N ul� 0 O0° 0 o O S55$85855580888555558888855555a 000 o N N$ 00000 o 0 0 0 0 5$ 0000 o N o 0 5 5 0000000 o O o N N o o$$$ 0000000 o o N N N o o dM $ 5 0 1!1 N N N N VI N VI N I(1 N N V1 N V1 N N N 1!1 N N N N VI N VI N Yf N N IV VI N I(1 N N N 4!1 N 1!1 N VI N VI N V1 N N t!1 N N 1(1 N m N VI N O O IA Q EN IV N N V1 V1 w N N too. $$0o0g 0o$00055888 0°o5°o 555g505 °Ll ° °o °°0 5 $80°8005°8°o o c w vl 1 1. N u N I v vl O W N 11 N N N N N IA DD Din Dhhh!DhDhhDDIDIDDDDD DID DIDIDIDDDDDDDDD n n g m c c c c d a N a g a q V g O q O O A qi O O O V p G C E E N E E q L r r N N A E q 3N 3 3N q a s 9i C ¢¢ C c aq q m Y t E E E E E E q 3Y a g q 0 c C w C .� W w� i f F ul u W f y; A y3 11A K � Q o u) Ui Yi vl lJ lJ IA Vi mo mc mo VI O In N u U coo � VI m P T$ P P O l0 O N O O 1p M Q N m N N O N l0 Oo O 1!1 N l0 Ip 1!l Oppl N N Ol fy0 VpI tr Ot Q N N yy vpl O m d y VI 1!1 N b Q Q Q N N Q Q Q P P P P P P P P P N 1/Mf t00 Q Q Q V Q P P 1!1 V l0 P J V @9 Q @I V @ @j(P)0 Q@V @1V CdJ @l @ @@ V >>>g A 3 A 3 A 3 3 3 3 g 3 A 3 q 3 q 3 q 3 q 3 3 3 3 3 3 q 3 A 3 A 3 3 A 3 A 3 g 3 q 3 3 3 A 3 A 3 q 3 V1 v > v > v > G v > .G v > v > v > v > v > .G v > 0 O v > .G a v . > 0 v > 0 v > v > v > v > v > v > v > v > d > v > > v > v > v > v > v > v > v > v > d > v . > o o J Y. l Y+ > j Yi i'i S'i Yi i'i ii Yi Y'i t tl Yi ii J Y2i Y'i L'i Yi Yi ii Yi Yi L'i Yi Yi Yi Y2i t; n C 15 rl C C yy� y }}22�� ��22jj ��22jj iii L'i t'i Yn t'i 16 t', G M C, yyyy�� t YY/22/�� C C C C C C C C C C c c C G G C G C C 0 C 0 o C S .0. G .0. C C C Yn �O m h M W M T m O Q Q N P Q t{ P Vl P �y P N Q 0 Q Ol Q O V1 VI N Vl M 1!1 Q IIf N Vl l0 1l1 N Vl M N P YI O tD �O N l0 1+� l0 p tp 1l1 1p 1p 1p N �O m lO P 1p O N 1� N N 0 N N VF O C Q W m O a 3 W Z LL O U r Z W ce f.. a W D Y O U J fL IL IL aj aj f o F' 1y� V O O yr y W U V O Z F aO V 0 0 m m 0 f w O z w Z A f J w w Z w z 7 J w a • L 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ S$ 0 o 0 0 0 0 0 0$$$ 0 o 0 0 0 0 0 0 -� N S M tY N m b li O N m m p m 1/� N 0$ ti O S O o O b 0 N N 0 m 0 O m 0 O� N 0 0 N N 0 m 0 p O 0 A N 0 N g 0 O O 0$ N M m d p p d O b V d$$ V N b p Q O o N M 0 p m � N N p O O� n N VI N O V) S S V O O S S S S O S S S S S O O? V ?$ COVE W S S S $ O O S S S m o op pp a b m m O N 8$ pp F Z N O 10 T P 6 n O$ $ N N ti ti `p M M N P p P Ilbl ((Spp �O P W ii p S QU O N S S O N N N O O b m O b O O O O O O O O O O O N O O O O O O O O O N Qu S O S S S S S S 8 S O O S GZ S$ m N pT C n V S O S O n P S S m SEE O S - N- p H N :+ - P N p p o O S N O N Lq m O P m N N O T O b b O m m b M n N M p M V F P N N Q O V O O D• b N N N O N m N O O O y� b O a b N n O N M O O O O O n S O O S O O O O O O N n P w b S O N N N b N N O y O�' aN{ -i IppV pN p b p Ln O O m$ O S S O .mi N rOj yOj S m Y n P P S 3 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O O 0 f J O 0 a 0 4 0 0 0 0 0 0 O O O O O O O O O 0 0 0 Z FF Z 0 o o "0 m N M8 0000000000o0vio00000 0 m 0 N ry 0 0 0 0 0 0 08 N N o 0 0 �o o 0 C 0 S 0 ci �o 0 $ 0 w000oo N 0 C 0 o 0 o O 0$$$ o 0 0 O O q m P b m M N b P o T o N m o n 0� b O P O N M n m ry N ry P P N ry m N b m 0 b$ N ry N n G M N P M N b T - ^'� N b N O N N e1 n N N � � Q O O O O O O O O O O O O O S S S S N H S S O°. $ S O O O O S S S O O O O V V Z O 0 0 S O N N, S O OaO OO OO S- OO OO OO O 6 O V p fJ P N O N O O $ O S O S S S 0 a M nO N O c P I N N N n O N r n rm N .. M ssssP sO s $$$ $$ s $$$$ $ $o s s0 s o $o s s F Z 8 0 n 0 0 0 o N 0 0 a 0 a 0 N 0 O 0 0 0 0 O 0 O 0 0 0 o O O o O o 0 o O o 0 0 O 0 o 0 O N N m N p O O O O z O o Q N N P N m N n n p n N O b n N M N W J Q N- Q 6 W W O O S S S S S S$ S S O O O O O O p O O O O S S S S S O O O O O O S OC = O O 0 O O P P OOO O O n O m O ON O O O O VO g N N m OO '^ OO Vf OO OO O N O O O O O O C O O 'l O Q Z H O N H N N b P N N H O N O N O N O N O N O N G W 8 V 1 ct O ^. M m m N N ti O •'� M W O Q C C f d y �' Z q Yi (fi O p N C Ay Y yA N yA UI yA M yA UI y 3p Y tr a p V d V IN/1 INl1 IPl1 N V i f A A ti V i p u a V l� p v ;u =u i v A °uu ° SO i > °3i� > > co n%°iti w ~tt 2G >? m >> mU°Yy2' ��M1 1 2 2 2 m G> }fi in in f N >„ yY�2Ji g E E E a �+ C �+ �+ ° ° ° Yn °? }n Q� o O c c °u „' C Pi C °u C g c s E c c A c c c E° a W m li CL CL W Z LL O M U r Z W f a W Y ce 3 v m M IL W Q f = F x X d O O Y w V V U O zF OQ V � Q 0 m tw F 8 a� N � a a � u IMIf M E 0 E W 6 w zQ ut � �G W z w W 6 0 0 °o n Oct M w °o Oct 0 9+ LQ w a W ° ° ° ° °° �,000sosossssssssssosssssssss :° ° °g °0 $0ogao000�oo�00ag00a�00 ; °000 R b D\ u1 m 1!1 N! 1!1 M N O� N Z 0 fll O S O O O S O O S S O O O O O S S O O O S S S O O O S S O O p O p Op O S O) S oO p 00 p V m o b S V b N p P N N b O S N �°O N L°O m H N N N N ti P N I� M ti V ti N N V1 ti 1% N IA V ti M N V1 P ti �D ti Vf N O S S O O S S S S S g q S q S S O S O S S S S S O O O O S O O O O O O S S O GN N O ti Np P O N N P O O m N yy N N pp y ypp'� N yy N vl b ti Q D\ P y b .N-� N P N' y y yN-i P N p AI p m 2 O fPV 1pV O Ny P° pN 1� p O cOp fpV fpV !yV V O yN � N b b n lyV �"� O N p NP of 6l yN b N pNp�� !V 6l PN O yN Ny Np m N P p -t p 1f1 N P I� .Ni P P< P Cl V O m V I!1 N P N m P N G 3 °o °o °O S o 0 0 o S S o 0 0 0 0 0 0 0 2 0 ° Vb r P O o N o V 6 Cl ° O N m N N ti ti Vl N 14 -f m I r1 H P .. m � b O o o O s O g o 0 0 0 0 0 0 0 0 S S O 0 0 o o pp a 8 Vf S b °o OJ ° o c p °p° o.. r° O O N P P W N �+ M N M b O� O N M S o 0 0 0 0 0 S °o °o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z W ~ N w °o S S °o °o o °o S S °o °o °o 0 0 0 0 0°$ 0 g 0 o 0 0 0 0 0 o g 0 o 0 0 0 0 0 0 0 o 0 g 0 g 0 o 0 0 0 0 0 0 0 0 0 0$$ c g 0 0 0 0 0 0 0 0 0 0 0 8 0 8$ g 0 0 o 0 0 0 0 0 0 0 o 0 0 v o o v� x H Q 0 N 0 N 0 N N ° N x N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N N N N N N N N N N N N N N N N N N N N N m P Om a 6' a 1' a 6' a C d f d` d O ❑ v t v 0 qc U 0 q c V 0 q c V 0 cq a s t d u t t a c v c o a a a a --2 a N u H A a A S a ' c c A c m Xognad,%04 n n t t ° f osJf 38'a3oo "9f Mf.. io z° N Ilf L% D• Vf C VI P b b y O p O p b 1I� P Vf M P p O p b p O V O P P N P b P b p Y1 p< T N N n b T b fU P V1 V P P T p p P N p N p p I(1 p O OJ � y @i C$UUU@i@i @i @i (U u(U @PJV @ @@ PI 1 > @iUUtA A A A A 3 >i E a e A a A i A a >i i A A i A Z A s A i i $ rll A A a d A i d �{ �{ A A 3 d A i d i d A 3 d A d 2 d YI C v > v > d > d > d > > d >.t v v > d > d > d > v > > > v > v d d > > .c �u > .c �v > > > > > > > > > O 2 2 9 2 2 2 2 2 2 2 22° Y,� 2! C Y� ? Y� 0 tS 2 2 0 2 14 2 �n C O M C O C j�{iQ�i8 C C 0 C 0 C 0 M C 0 G 8 x C 0 C f��i 0 Yn C 8 C 0 C C U5 C 0 C 0 Y� C C 0 C Q�i C O C C O C $��i$�li C C -.0 c 0.- C O C G�iQ�iV C C C V CO GQ K K K K K K C C K K S 6' K mnnrmi�a iv� v a va u° vi vii vmiii vm v vNi voih�eemsee��eoN nn °o n Oct M w °o Oct 0 9+ LQ w a W F— Z W 2 W U Q W Z Q W I- Q CJ� Z Q J Q Z O ry 0 U a"zP „T Z O F Q U O J F U W O a J Q Ld W W CD ■ afy of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: RX]Increase Revenue Estimates Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: X from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 001 AMOUNT: $3oz,zso.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer budget appropriations and to increase revenue and expenditures estimates related to the Corona Highlands Water Main Replacement, Contract 3345. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund Balance REVENUE ESTIMATES (3601) Contribution Fund /Division Account Description 250 5901 Private Donations /Contributions EXPENDITUREAPPROPRIATIONS (3603) Signed: Signed: Approval: City Manager Amount Debit Credit $166,800.00 $53,539.00 $81,911.00 Automatic $166,800.00 $53,539.00 $81,911.00 Date 7-S-0 40 Signed: City Council Approval: City Clerk Date Description Division Number 7251 Contribution Account Number C5100595 Corona Highlands Street Rehab Division Number 7281 Measure M - Tumback Account Number C5100586 PMP Major Maint- Via Lido Division Number 7281 Measure M - Tumback Account Number C5100595 Corona Highlands Street Rehab Division Number _ 7181 Gas Tax Account Number C5100537 Dover Drive Pavement Overlay Division Number 7181 Gas Tax Account Number C5100595 Corona Highlands Street Rehab Signed: Signed: Approval: City Manager Amount Debit Credit $166,800.00 $53,539.00 $81,911.00 Automatic $166,800.00 $53,539.00 $81,911.00 Date 7-S-0 40 Signed: City Council Approval: City Clerk Date pity of Newport Beach 10 BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X X Increase Expenditure Appropriations AND X Transfer Budget Appropriations NO. BA- -i -` n 7 001 AMOUNT: $3oz,z5o.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance pv Twc l 1. �a!ru from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: CITY OF N:WPCR7 BEACH I 0 LGOl This budget amendment is requested to provide for the folloviing: To transfer budget appropriations and to increase revenue and expenditures estimates related to the Corona Highlands Water Main Replacement, Contract 3345. BUDGETARY FUND BALANCE Debit Credit ACCOUNTING ENTRY: Signed: iLlo _ �Ar. I 7 =L—_O _ Financial Ap oval: Administrative Services Director Date Signed: .4o do Administrra/)q,,ve Approval: Manager Date Signed: L'7? -n � o/ . C City Council Approval: City Clerk Date N Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description 010 3605 General Fund Balance REVENUE ESTIMATES (360 1) Fund/Division Account Description 250 5901 Private Donations/Contributions $166,800.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7251 Contribution Account Number C5100595 Corona Highlands Street Rehab $166,800.00 Division Number 7281 Measure M - Turnback Account Number C5100586 PIMP Major Maint-Via Lido $53,539.00 Division Number 7281 Measure M - Tumback Account Number C5100595 Corona Highlands Street Rehab $53,539.00 Division Number - 7181 Gas Tax Account Number C5100537 Dover Drive Pavement Overlay $81,911.00 Division Number 7181 Gas Tax Account Number C5100595 Corona Highlands Street Rehab $81,911.00 • Aurom tfc System En W. Signed: iLlo _ �Ar. I 7 =L—_O _ Financial Ap oval: Administrative Services Director Date Signed: .4o do Administrra/)q,,ve Approval: Manager Date Signed: L'7? -n � o/ . C City Council Approval: City Clerk Date N CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 30, 2001 Masters Contracting Corp. 544 Riverdale Drive Glendale, CA 91204 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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, mil) LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CIA OF NEWPORT B41ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 30, 2001 W.A. Rasic Construction Company, Inc. 11126 Wright Road Lynwood, CA 90262 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, /',� m,4z' 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 July 30, 2001 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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 July 30, 2001 A.D. General Engineering Constr. 2829 N. Glenoaks Boulevard, Suite 106 -101 Burbank, CA 91504 -2660 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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 July 30, 2001 Vasilj Const., Inc. 1531 Arrow Highway Irwindale, CA 91706 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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 CIA OF NEWPORT S'EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 30, 2001 John T. Malloy, Inc. 3032 Bandini Boulevard Los Angeles, CA 90023 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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, oede-" 1A .4 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY Off' NEWPORT BEACH OFFICE OF THE CITE' CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 30, 2001 Vasilj Const., Inc. 1531 Arrow Highway Irwindale, CA 91706 Gentlemen: Thank you for your courtesy in submitting a bid for the Corona Highlands Water Main Replacement, Street Rehabilitation and Storm Drain Improvements Project (Contract No. 3345) 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, 'v", (4 ,/" LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach JUN.- 27'01(WED) 07:51 ALLEN LAWRENCE TEL :819 340 5472 PAGES MY OF NEWPORT BEACH PUEIUC WORKS DEPARTMENT CORONA HIGHLANDS WATER MAIN REPLACEMENL STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS CONTRA CST NO. 3345 1310DERM BOND We. the undersigned Principal and Surety. our successors and assigns, executors, heirs and administrators, agree to he jointly and sevetaVy held and firmly bound to the City or Newport Beach, a charter city, in the principal sum of TEN PERCENT OF T()rAL at%= BID Dollars ($ 10 % ), to be paid end forfeited to the C'ry of Newport Beach if the bid proposal of the undersigned Principal for the construction of CORONA HIGHLANDS WATER MAW REPLACEMENT. STREET REHABILITATION AND STORM DRAIN IMPROVEMENTS, Contract No. 3345 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beads and the proposed contract is awarded to the Principal, and the Principal fads to duly enter into and execute the Contract Documents for the construction of the project in the fans required wlthln ten days (10) (not Including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award: otherwise this obligation shall become mull and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed fiat the death of any such Principal shag not exonerate the Surety from its obligations under this Bond. Witness our hands this 27th dsy of June 2001. VASIL_T. TNC- rut, rvnmm� ruin Name of Contractor (Pdndpal) tgn rtie I r r v. Name of Sur* 225 S. [,ARE AVE., sm. 700 PASAIMA, CA 91101 (626) 792 -2311 Telephone P. 004 (Notary acknowrledgment of Principal a Surety roast be zd=hed) EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." J State of California County of Los Angeles On 06'7/ �7',%� before me, Veronica Lynn Sognallan, Notary Public, personally appeared C. Michael Henley who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. i<Ofary R .' !ic C 1U' f - .•, , ^.Comm. F^a:r •.. -�� `L.9 CALIFORNIA ALL- PURPOSACKNOWLEDGMENT 40 State of ` = County of 0 '11_� — On ? pO 1 before me, DATE �% NAME, TT TLEOFOFFICER- E. .,-JANE DOE, NOTARY PUBLIC person Ily appearedG� l/ifS�� i 4 I r/ ✓a,� �ti NAME OF SIGNER(S) 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 sss< AR} }UbLIC- CALIFUjj person(s) acted, executed the instrument. LDEA'•; "GELESCDUii'-i1 oco - ' WITNES y hand and official seal. 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 prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTTY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 71 84 - Canoga Park, CA 91309.7184 \ { 2 n /yam � eelaw »�� /\ / 2= \/\ co 0 {: u 11 \ \ \ ) L° ® \\i \ \ \\� _ a � \ + _ { \ j 300 � Qdw= <_ -/ @ «_» {d\ rd� t / J ®99 \ � \ ° ) § \ \ ,�® \ * m /\ / 2= \/\ co 0 {: u 11 \ \ \ ) L° ® \\i \ \ \\� _ a