HomeMy WebLinkAboutC-3587 - Traffic Signal and Roadway Improvements on Newport Coast Drive at Sage Hill School• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless. CMC
July 22, 2004
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879 -1668
Subject: Traffic Signal and Roadway Improvements on Newport Coast
Drive at Sage Hill School (C -3587)
To Whom It May Concern:
On July 22, 2003, 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 September 4, 2003. The Surety for
the contract is Fidelity and Deposit Company of Maryland, and the bond number
is 08655231. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Brad Sommers, Associate Engineer
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California .92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
0
EXECUTED IN FOUR COUNTERPARTS
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
BOND NO. 08655231
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $
being at the rate of $ 8.63 /$6. 33
price.
55.00
thousand of the Contract
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted, awarded to Hillcrest Contracting, Inc., hereinafter designated as the
"Principal ", a contract for construction of TRAFFIC SIGNAL AND ROADWAY
IMPROVEMENTS ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL, Contract
No. 3587 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. 3587 and
the terms thereof require the furnishing of a Bond for the faithful performance of the
Contract;
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY
OF MARYLAND , duly authoriied to transact business under the laws of the State of
California as Surety (hereinafter "Surety, are held and finely bound unto the City of
Newport Beach, in the sum of ** Dollars ($161,930.00 j
lawful money of the United States of America, said sum being equal to 100% of the
estimated amount of the Contract, to be paid to the City of Newport Beach, its successors,
and assigns; for which payment well and truly to be made, we bind ourselves, 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 bbligation shall become null and void.
** ONE HUNDRED SIXTY -ONE THOUSAND NINE HUNDRED THIRTY DOLLARS.
31
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 pvay' 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 (9) 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 27TH day of JANUARY 2003.
HILLCREST CONTRACTING, INC.
. (Principal)
FIDELITY AND DPEOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVENUE, STE. 700
PASADENA, CA 91101
Address of Surety
626/792 -2311
Telephone
BY:
Authorized SignatureTtle
BY: y`y z
. Authorized Agent Signature
DAVID L. CULBERTSON / ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
32
0
0
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
ON Jan. 30, 2003 before me, Michelle Santiago, Notary Public , personally appeared
Glenn J. Salsbury, personally known to me, to be the ep rson 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 entity upon behalf of
which the person acted, executed the instrument.
Witness my hand and official seal
Michelle S n ago, No Public
OPTIONAL
Though law does not require the information below; it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: FAITHFUL PERFORMANCE BOND
Document Date: JAN. 27, 2003 Number of Pages: TWO
Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Ja Corporate Officer — Title(s)
President
❑ Partner - 0 Limited E General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
MICHELLE SANTIAGO
U
COMM. #1373486
U
NOTARY PUBLIC• CALIFORNIA0
F
RIVERSIDE COUNTY J
My Comm. Expiraa Sept. 7, 2DOB
Witness my hand and official seal
Michelle S n ago, No Public
OPTIONAL
Though law does not require the information below; it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: FAITHFUL PERFORMANCE BOND
Document Date: JAN. 27, 2003 Number of Pages: TWO
Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Ja Corporate Officer — Title(s)
President
❑ Partner - 0 Limited E General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
• i
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 1 -27 -03 before me, LEXIE SHERWOOD - NOTARY PUBLIC
personally appeared DAVID L. CULBERTSON personally
known to me 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.
U LEXIE SHERWOODU
® NOTARY
COMM.
PUB # 1311304
yoe. - LIC - CALIFORNIA
Signa u of N tart' Public ORANGE COUNTY n
COMM. EXP. JULY 27, 2005
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.
DESCRIPTION OF ATTACHED DOCUMENT
PERFORMANCE BOND
TITLE OR TYPE OF DOCUMENT
DVMR OF PacES 2 DATE OF DOCUMENT 1 -27 -03
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLE (5)
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE (S)
❑ OTHER:
SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NAME OF PERSONIS) OR ENTITYIS)
•
September 4, 2003
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879 -1668
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
Subject: Traffic Signal and Roadway Improvements on Newport Coast
Drive at Sage Hill School (C -3587)
To Whom It May Concern:
On July 22, 2003, 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 31, 2003, Reference No. 2003000915854. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 08655231.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Brad Sommers, Project Manager
encl.
3300 Newport Boulevard Post Office Box 1768 - Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
EXECUTED IN FOUR COUNTERPARTS
w
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
BOND NO. 08655231 PREMIUM: INCLUDED IN
PERFORMANCE BOND
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by
motion adopted, has awarded to Hillcrest Contracting, Inc., hereinafter designated as the
*'Principal," a contract for -construction of TRAFFIC SIGNAL AND ROADWAY
IMPROVEMENTS ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL, Contract
No, 3587 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. 3587
and the terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to
transact business under the laws of the. State of Caldomia, as Surety, (referred to herein as
"Surety') are held firmly bound unto the City of Newport Beach, in the sum of **
Dollars ($ 161, 930.00 ) lawful money of the United States of America, said
sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the Contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for any
amounts required to be deducted, withheld and paid over to the Employment Development
Department from the wages of employees of the Principal and subcontractors pursuant to
Section 13020 of the Unemployment Insurance Code with respect to such work and labor,
then the Surety will pay for the same, in an amount not exceeding the sum specified in this
Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable
attomey'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.
** ONE HUNDRED SIXTY -ONE THOUSAND NINE HUNDRED THIRTY DOLLARS.
29
J
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 27THday of JANUARY , 2003.
HILLCREST CONTRACTING, INC.
(Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVENUE, STE. 700
PASADENA, CA 91101
Address of Surety
626/792 -2311
Telephone
BY
Authorized Signature/Trde
BY: OtL& U-4—�
Authorized Agent Signature
DAVID L. CULBERTSON
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
30
0
0
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
ON Jan. 30, 2003 before me, Michelle Santiago Notary Public , personally appeared
Glenn J. Salsbury, personally known to me, to be the ep rson 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 entity upon behalf of
which the person acted, executed the instrument.
Witness my hand and official seal
7 Michelle Sa go, Not Public
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: LABOR AND MATERIALS PAYMENT BOND
Document Date: JAN. 27, 2003 Number of Pages: TWO
Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Lk Corporate Officer — Title(s): President
❑ Partner- ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
MICHELLE SANTIAGO
V
COMM. #1373486
NO
NOTARY PUBLIC- OAUFORNIA n
}.
RIVERSIOE COUNTY 1
My Comm. Expi m Sept. 712008
Witness my hand and official seal
7 Michelle Sa go, Not Public
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: LABOR AND MATERIALS PAYMENT BOND
Document Date: JAN. 27, 2003 Number of Pages: TWO
Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Lk Corporate Officer — Title(s): President
❑ Partner- ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
9
9
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 1 -27 -03 before me,
personally appeared _
known to me to be th,
within instrument and
same in his authorized
instrument the person
person acted, executed
LEXIE SHERWOOD - NOTARY PUBLIC
DAVID L. CULBERTSON personally
person whose name is subscribed to the
acknowledged to me that he executed the
capacity, and that by his signature on the
or the entity upon behalf of which the
the instrument.
WITNESS my hand and official seal. QIEXiESHERWOOD3
Q NOTARY PUBLIC - CALIFORNIA
ORANGE COUNTY O
Si t a e of otary Public COMM. EXP. JULY 27, 2005''
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.
DESCRIPTION OF ATTACHED DOCUMENT
PAYMENT BOND
TITLE OR TYPE OF DOCUMENT
NUM= OF PAGES 2 DATE OF DOCUMENT 1-27 -03
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLE
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NAME OF PERSON(S) OR ENTITY(S)
0 0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, 9 UVIORE, MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY.AND DEPOSIT COMPANY OF MARYLAND, a corporation of the
State of Maryland, by C. M. PECOT} JR. Vice - President, and C. W. ROBBINS ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set
forth on the reverse side hereof and are hereby certified to be in full force and* effect on the date hereof, does hereby nominate,
constitute and appoint David L. Culbertson of Anaheim, Calif ;ornia ......................... .
ns true and lawful agent and Attomey -in -Fact, to make, execut�`s Y9nd deliv d on its behalf as surety, and as its act and deed:
any and all bonds and undertakings.... .......o ............................
And e execution of such bonds or undertakings in ce of seats, shall be as binding upon said Company, as fully
and amply, to all intents and purposes, as if they n duly ed and acknowledged by the regularly elected officers of
the Company at its office in Baltimore, Md., in own pro rsons.This power of attorney revokes that
issued on behalf of David L. rtson, ted, February 13, 1981.
e
The said Assistant Secretary does hereby that th set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Comp d is no roe.
IN WITNESS WHEREOF, the said V' ident Mstant Secretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELI DEPOSIANY OF MARYLAND, this 15th day of
AuQUSt A,D, o
ATTEST. SaAL� FIDELITY POSIT COMPANY OF MARYLAND
3
By -- _
Assr� cretary Vice- Pxaiden � - -� -�
STATE OF MARYLAND
CITY OF BALTIMORE
On this 15th day of August , A.D. 1990 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by
me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and
that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and
year first above written.
Notary Public ,Commissio 'x es August 1, 1992
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the original Power of Attorney of which the foregoing is a full, true and correct copy, is in fall force and effect on the date of this
certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of
the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made
heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid
and binding upon the Company with the seine force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 27TH
day of JANUARY I 20Q3
012 -4150
ssstant Secretary
0 0
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or anv 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 Attomeys -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, recomfizances, 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."
• ✓y)
Recorded in Official Records, County of Orange
Toni Daly, Clerk- Recorder
RECORDING REQUESTED BY AND IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINOFEE
WHEN RECORDED RETURN TO: 2003000915854 U9:1U8I110% /FEE
213 109 N12 1
City Clerk i, ; _
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
'Exempt from recording ees
pursuant to Government Code -Section 6103"
i
NOTICE OF COMPLETION II
�i
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, f
i
Newport Beach, California, 92663, as Owner, and Hillcrest Contracting, Inc., of Corona,
California, as Contractor, entered into a Contract on January 28, 2003. Said Contract set
forth certain improvements, as follows:
Traffic Signal and Roadway Improvements on Newport Coast Drive
at Sage Hill School (C -3587]
Work on said Contract was completed on June 10, 2003, and was found to be acceptable
on July 22. 2003, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
KM
Norks Director
Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on at Newport Beach, California.
`r /
BY
City Clerk
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
July 23, 2003
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Bonita Canyon Sports Park Project (C- 3270);
Notice of Completion for the Zone 11 and 1V Pump Station Electrical
Improvements Project (C- 3417);
Notice of Completion for the Fuel Systems Upgrade Project (C- 3547); and
Notice of Completion for the Traffic Signal and Roadway Improvements
on Newport Coast Drive at Sage Hill School Project (C -3587)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
l
LaVonne M. Harkless, CMG
City Clerk
Enclosures
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
i
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
'Exempt from recording ees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Hillcrest Contracting, Inc., of Corona,
California, as Contractor, entered into a Contract on January 28 2003. Said Contract set
forth certain improvements, as follows:
Traffic Signal and Roadway Improvements on Newport Coast Drive
at Sage Hill School (C -3587)
Work on said Contract was completed on June 10. 2003, and was found to be acceptable
on July 22 2003, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
Norks Director
Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on ✓� at Newport Beach, California.
i
BY
City Clerk e e�
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
0
Agenda Item No. 11
July 22, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Brad Sommers, Associate Engineer
949 - 644 -3311
bsommers@city.newport-beach.ca.us
SUBJECT: TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS ON NEWPORT
COAST DRIVE AT SAGE HILL SCHOOL — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3587
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On January 28, 2003, the City Council authorized the award of the Traffic Signal and
Roadway Improvements on Newport Coast Drive at Sage Hill School contract to
Hillcrest Contracting, Inc. of Corona, California. The contract provided for the
installation of traffic signals at the Newport Coast Drive /Sage Hill Road intersection and
the Newport Coast Drive /Gas Recovery Access Road intersection. Additionally, the
contract provided for roadway /median improvements to Newport Coast Drive from just
north of the Sage Hill Road, south to Gas Recovery Access Road. 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: $161,930.00
Actual amount of bid items constructed: $159,052.00
Total amount of change orders: $9,640.20
Final contract cost: $168,692.20
3B�
SUBJECT: Traffic Signal and Roy Improvements on Newport Coast Drive at Sage Ochool -Completion and Acceptance
of Contract No. 3587
July 22, 2003
Page 2
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from a change in the design of the roadway structure for the Newport
Coast Drive roadway /median improvements. The redesign called for a thicker asphaltic
concrete (A.C.) layer and a reduced aggregate base layer. Although the thicker A.C.
layer exceeded the bid item quantities the reduction in aggregate base quantities more
than offset the cost, causing a decrease in the amount of bid items. The final overall
construction cost including change orders was 5.95 percent over the original bid
amount.
One lump sum change order in the amount of $9,640.20 provided for the furnishing and
installation of an additional "advance" signal head, the furnishing and installation of
missing conduit, additional roadway striping, and work to prepare a site for the
installation of an Edison step down service transformer.
Funds for the project were expended from the following account:
Description Account No. Amount
Transportation and Circulation 7261- C5200702 $168,692.20
All work was completed by the scheduled completion date of June 10, 2003.
The project incurred additional costs of $97,152.38 that were necessary to expedite the
completion of the project. The additional costs provided for purchasing of traffic signal
equipment, installation of the traffic signal pole foundations, engineering services,
installation of an Edison step down service transformer, and other miscellaneous
expenses. These services were coordinated by the City directly and were not part of
the contract. The costs were funded by the Transportation and Circulation fund.
In a letter dated July 18, 2002 from Terry Armstrong, Associate Head of Sage Hill
School, Sage Hill School has accepted responsibility to pay 25 percent of the total cost
of improvements or $265,844.58.
Environmental Review:
Staff determined that the project was exempt from CEQA as provided for in Section
15061(b)(3) of the Guidelines. The justification for this is the signal and its equipment
are contained within the existing developed right -of -way of Newport Coast Drive, and its
installation will provide safe access for Sage Hill High School, as well as persons
traversing Newport Coast Drive.
Prepared by:
Blila- d-Sommers
Associate Engineer
Attachment: Letter
Submitted by:
en G'Badum
Public Works Director
July 18, 2002
Richard M. Edmonston, P.E.
Transportation & Development Services Manager
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92658 -8915
Dear Rich,
Everyone at the Sage Hill School is pleased and excited by the City's commitment to solving
the traffic safety issues on Newport Coast Drive. We believe that the proposal you shared
with us will safely and effectively manage the traffic along Newport Coast Drive and the
traffic into and out of Sage Hill School.
As I indicated in our telephone conversation, the School wants to be supportive of the City's
efforts and we want to be an active supporter of the community. To this end, Sage Hill
School is prepared to offer financial support to help pay for this project.
When we met at the School, you indicated that the preliminary budget for the project is
$440,000, and that the City was requesting that the School pay approximately 25% of this
cost. The School is prepared to contribute $110,000 (25 %) of this cost. Please understand
that this is a significant sum for the School, and one that is not planned for in our multiyear
financial projections.
In order for us to make this commitment, we need to have agreement with the City
regarding the manner in which the School will meet its obligations. We appreciate that the
actual cost for this work may vary from the current estimate. There are many legitimate
reasons why costs might increase or decrease. However, the School will have to make
significant adjustments to its financial plans in order to meet this obligation. Fixing the
contribution at $110,000 will make this a much more manageable process for the School.
Therefore, we ask that our contribution not exceed $110,000.
The School will be pressed to increase its expenditures by $110,000 at any one time. This is
particularly true over the next two years while the School is still growing toward full
enrollment. However, we can accommodate a more modest increase in expenditures that will
pay the City the total amount over a period of several years. The School asks that we begin
20402 Newport Coast Drive, Newport Coast, California 92657 rnci. c (949) 219-0100 :..;: (949) 219-1399 =c c:- www.sagehillschootorg
9 0
-2- JWy 18, 2002
making these payments two years after the completion of the project, and that the payments
be made over a three -year period (1 /3 per year).
The School would have much preferred to be able to make its contribution to this project
right away. We appreciate the City's immediate response to our expressions of concern, and
the prompt manner in which you have moved to improve the situation. If you have any
questions or comments regarding the amount or timing of the School's contribution to this
project, please contact me at your convenience.
Terry Armstrong
Associate Head of School
-wI• • 0
CITY OF NEWPORT BEACH CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 11a.m. on the 16th day of January, 2003
at which time such bids shall be opened and read for
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
Contract No. 3587
$253,598.00
Engineer's Estimate
--SteoCn G. Badum
PubKc Works Director
O\4
y\
Gav
Prospective bidders may obtain one set of bid documents at a cost of
$10.00 from the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
Contractor License Classification(s) required for this project:
"A" or "C -10"
For further information, call Brad Sommers, Project Manager at (949) 644 -3326
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
INSTRUCTIONS TO BIDDERS
1. 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
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR
TO BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid
price) may be received in lieu of the BIDDER'S BOND. The title of the project and the
words "Sealed Bid" shall be clearly marked on the outside of the envelope containing
the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract
Documents listed above. Bidders are advised to review their content with bonding and
legal agents prior to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the latest revision of the
Federal Register Circular 570. The successful bidder's security shall be held until the
Contract is executed. Bidders' security shall be returned to unsuccessful bidders
within a reasonable time not to exceed 60 calendar days after the successful bidder
has signed the Contract.
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
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
TABLE OF CONTENTS
NOTICE INVITING BIDS ..................................................................... ...............................
Cover
INSTRUCTIONS TO BIDDERS ................................................................... ..............................1
BIDDER'S BOND .......................................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR(S) ................................................. ..............................4
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ......................... ..............................5
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .................... ..............................6
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ............... ..............................6
PUBLIC CONTRACT CODE 10232 STATEMENT ........................................ ..............................7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................... ..............................8
NON - COLLUSION AFFIDAVIT .................................................................... .............................12
DESIGNATION OF SURETIES .................................................................... .............................13
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL ..............14
ACKNOWLEDGEMENT OF ADDENDA ...................................................... .............................16
INFORMATION REQUIRED OF BIDDER .................................................... .............................17
NOTICE TO SUCCESSFUL BIDDER ......................................................... .............................20
CONTRACT................................................................................................ .............................21
LABOR AND MATERIALS PAYMENT BOND .............................................. .............................27
FAITHFUL PERFORMANCE BOND ............................................................ .............................29
PROPOSAL........................................................................................... ...............................
PR -1
SPECIAL PROVISIONS ........ ....... .. .... .... .................................................... .. ... .....................
SP -1
2
Ll
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
INSTRUCTIONS TO BIDDERS
1. 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
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR
TO BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid
price) may be received in lieu of the BIDDER'S BOND. The title of the project and the
words "Sealed Bid" shall be clearly marked on the outside of the envelope containing
the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract
Documents listed above. Bidders are advised to review their content with bonding and
legal agents prior to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the latest revision of the
Federal Register Circular 570. The successful bidder's security shall be held until the
Contract is executed. Bidders' security shall be returned to unsuccessful bidders
within a reasonable time not to exceed 60 calendar days after the successful bidder
has signed the Contract.
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
• 0
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.
The City of Newport Beach reserves the right to reject any or all bids and to waive
any minor irregularity or informality in such bids. Pursuant to Public Contract Code
Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the-City to ensure performance under
the contract. The securities shall be deposited in a state or federal chartered bank in
California, as the escrow agent.
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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -7981 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the
Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of
the bidder. For corporations, the signatures shall be of a corporate officer or an
individual authorized by the corporation. For partnerships, the signatures shall be of a
general partner. For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
471664 A
Contractor's License No. & Classification
HILLCREST CONTRACTING, INC.
Bidder
Authorized Signatureffitle
GLENN J. SALSBURY, PRESIDENT
January.13, 2003
Date
i
BOND# 08560235
PREMIUM -NIL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns,
executors, heirs and administrators, agree to be jointly and severally held and firmly
bound to the City of Rewport Beach, a charter city; in the principal sum of
TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be
paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned
Principal for the construction of TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL, Contract No. 3587 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 and provide the required original insurance
documents for the construction of the project within thirty (30) days (not including
Saturday, Sunday, and federal holidays) after the date of the mailing of "Notification 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 8TH day of JANUARY , 2003.
HILLCREST CONTRACTING, INC.
Name of Contractor (Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVE., #700 CHARLES L. FLAKE / ATTORNEY -IN -FACT
Address of Surety PASADENA, CA 91101 Print Name and Title
626/792 -2311
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
0 0
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
ON Jan. 13, 2003 before me, Alice M. English, Notary Public , personally appeared
Glenn J. Salsbury ,personally known to me, 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 entity upon
behalf of which the person acted, executed the instrument.
OODOOOOJ0100N00090000000000009009900690=
witness my hand anFoffif,,ial seal
I ALICE M. ENGLISH D
I COMM # 1278129 M
Q NOTARY PUBLIC - CALIFORNIA
W ORANGE COUNT! p Alice M. English, Notary P lic
Q My Commission Expires Oct. 21, 2004 d
ise09eseoe 44eesees..ees09se9eeeeeeesee
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: Bidder's Bond
Document Date JANUARY 8. 2003 Pages: One
Signer(s) Other Than Named Above Fidelity and Deposit Co. of Maryland
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Jik Corporate Officer — Title(s): President
❑ Partner - ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
0
C�7:�IiT�C�T:i� l��;l� �iJ :� tZ�7.y o7;[�l�►`[il'.`I II �i �Ze3� 1 �4� Y
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 1 -08 -03 before me,
personally appeared
known to me to be thi
within instrument and
same in his authorized
instrument the person
person acted, executed
LEXIE SHERWOOD - NOTARY PUBLIC
CHARLES L. FLAKE personally
person whose name is subscribed to the
acknowledged to me that he executed the
capacity, and that by his signature on the
or the entity upon behalf of which the
the instrument.
WITNESS my hand nd official seal.
Signatu e o otary Public
CRANCCCCCAiIY O
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.
DESCRIPTION OF ATTACHED DOCUMENT
BID BOND
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES 1 DATE OF DOCUMENT 1 -08 -0
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLE (S)
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NAME OF PERSON(S) OR ENTITY(S)
. Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the
State of Maryland, by C. M. PECOT, JR. , Vice- President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which
reads as follows:
"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, recognirances,
stipulations, policies, contracts, agreements, deeds, and releases and assign men ofIudgements, djTees, mortgages and instruments in the nature of
mortgages, ... and to affix the seal of the Company thereto." ��'���
does hereby nominate constitute and appoint Charles Ji��Pilake o� heitn, California....... .
t s true and lawful agent and Attorney -in -Fact, to maecute, sea�eliver, for, and on its behalf as surety, and as
its act and deed: any and all bonds and a takin�O ... . ................_�_
nution of such bonds or un04#ings in nce of these presents, shall be as binding upon said
Company, as fully and amply, to all intei d purpo>33 if they had been duly executed and acknowledged by the
regularly elected officers of the Corn at its offir$', altimore, Md., in their own proper persons.
The said Assistant Secretary does hereby eertj f he aforegoing is atrue copy of Article VI, Section 2, of the By -Laws of said Company, and is
now in force. vv
IN WITNESS WHEREOF, the said Vice- resident and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ........ 16th ................ day
of .............. juAY. ............................... , A.D. 1986
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
ATTEST:
SEAL
•,M., n � n n
------------- -------- `--- ......---- ���...�-z -!fie By ............ ....- .- .------- ................
} Assistant Secre Vice- President
STATE OF MARYLAND }
CITY OF BALTIMORE 55:
On this 16th day of July , A.D. 19 86 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, tome personally known to be the individuals and officers described in and who executed the preceding instrument,
and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are
the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the
said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
IN TESTIMONY WHEREOF, l have hereunto set my hand and Official Seal, at the City of Baltimore, the dal and year first above written.
e
�. •or+ �1
Notary Pub is Commis ' n piresJu..y. -1.,. ._1990 -...
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of
Attorney of which the foregoing is a full- true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the
Vice-President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to
appoint any Attorney- in-Fact as provided in Article VI, Section 2 of the By -Laws of the nDEIJTY AND D6051T COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company- shall be valid and binding upon the Company
with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this...... BxH........ day
of............. JANUARY --- °-'------------- -2003
ucza. —uf. — 012 -4150
................ .... ........ .
CJ Aasistn u Sen
0
0
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice -
Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant
Vice - Presidents and 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."
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
F
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
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. (Use additional sheets if needed)
Subcontractor's Name,
Bid
Description of Work
Percent of
Address, Telephone #
Item
Total Bid
Number
✓v
HHILLCREST CONTRACTING, INC.
Bidder
Authorized Signature/Title
GLENN J. SALSBURY, PRESIDENT
0
0
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The
bidder Hillcrest Contracting, Inc.
proposed subcontractor
hereby certifies that he has x has not , participated in a previous contract
or subcontract subject to the equal opportunity clauses, as required by Executive
Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint
Reporting Committee, the Director of the Office of Federal Contract Compliance, a
Federal Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filling requirements.
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60- 1.7(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity
clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or
subcontracts of $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have
not filed the required reports should note that 41 CFR 60- 1.7(b) (1) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the delinquent period or such other period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
7
0
0
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The
bidder Hillcrest Contracting, Inc.
proposed subcontractor ,
hereby certifies that he has has not , participated in a previous contract
or subcontract subject to the equal opportunity clauses, as required by Executive
Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint
Reporting Committee, the Director of the Office of Federal Contract Compliance, a
Federal Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filling requirements.
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60- 1.7(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity
clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or
subcontracts of $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have
not filed the required reports should note that 41 CFR 60- 1.7(b) (1) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the delinquent period or such other period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
7
0
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats.
1985), the bidder hereby declares under penalty of perjury under the laws of the
State of California that the bidder has _, has not x been convicted within the
preceding three years of any offenses referred to in that section, including any
charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any
state or Federal antitrust law in connection with the bidding upon, award of, or
performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section
1100, including the Regents of the University of California or the Trustees of the
California State University. The term 'bidder" is understood to include any partner,
member, officer, director, responsible managing officer, or responsible managing
employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the
blank spaces provided. The above Statement is part of the Proposal. Signing
this Proposal on the signature portion thereof shall also constitute signature
of this Statement. Bidders are cautioned that making a false certification may
subject the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise
prevented from bidding on, or completing a federal, state, or local government
project because of a violation of law or a safety regulation?
Yes No x
If the answer is yes, explain the circumstances in the following space.
N
0
0
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby
states under penalty of perjury, that no more than one final unappealable finding of
contempt of court by a federal court has been issued against the Contractor within
the immediately preceding two year period because of the Contractor's failure to
comply with an order of a federal court which orders the Contractor to comply with
an order of the National Labor Relations Board.
Note: The above Statement and Questionnaire are part of the Proposal.
Signing this Proposal on the signature portion thereof shall also
constitute signature of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
�7
i
i
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby
states under penalty of perjury, that no more than one final unappealable finding of
contempt of court by a federal court has been issued against the Contractor within
the immediately preceding two year period because of the Contractor's failure to
comply with an order of a federal court which orders the Contractor to comply with
an order of the National Labor Relations Board:
Note: The above Statement and Questionnaire are part of the Proposal.
Signing this Proposal on the signature portion thereof shall also
constitute signature of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
HILLCREST CONTRACTING, INC.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-
RESPONSIVE.
For all public agency projects you have worked on (or are currently working on)
in the past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ . Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
IR
No. 2
Project Name /Number
Project Description
SEE ATTACHED
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
11
No. 2
Project Name /Number
Project Description
0
SEE ATTACHED
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
No. 3
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
11
0
No. 4
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
0
Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ _ Final Contract Amount
if final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
12
0
No. 6
Project Name /Number
Project Description
SEE ATTACHED
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be
designated as General Construction Superintendent or on -site
Construction Manager for the Contractor. SEE ATTACHED
Upon request, the Contractor shall attach a financial statement and other
information sufficiently comprehensive to permit an appraisal of the Contractor's
current financial conditions.
HILLCREST
CONTRACTMG,TNC.
Bidder
13
Authorized Signature/Title
GLENN J. SALSBTJRY: PRESIDENT
0
0
No. 4
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person
Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name /Number SEE ATTACHED
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
NO
12
Pi
Experience in Work of Similar Complexity and
Scale to this Project
1). Project Name/Number: Railroad Grade Crossings — 01 -02
Project Description: Street Widening at 7 Separate Grade Crossings
Approximate Construction
Data: 03/21/01 — 08/28/01
Agency Name: Alameda Corridor East
Contact Person: Lou Cluster Telephone: 626/962 -9292
Original Contract Amount: $507,913 Final Contract Amount: $586,007
2). Project Name/Number: Emerson Street & Garden Grove Boulevard
Project Description: Street Widening, Concrete Alleys, and Landscaped
Medians
Approximate Construction
Data: 10/25/01 — 03/08/02
Agency Name: City of Garden Grove
Contact Person: Navin Maru Telephone: 714/741 -5180
Original Contract Amount: $383,772 Final Contract Amount: $397,788
3). Project Name/Number: Fontana Auto Mall Street Improvements
Project Description: Street Widening, Signals, Utility Conduit, and
Storm Drain
Approximate Construction
Data: 10/06/2000 — 03/15/01
Agency Name: City of Fontana
Contact Person: Meredith Kupterman Telephone: 909/873 -9660
Original Contract Amount: $1,024,913 Final Contract Amount: $1,3782,244
0 0
4). Project Name/Number: Public Infrastructure Improvements — Phase II
Project Description: New Infrastructure including Storm Drain,
Sewer, water, Electric, Utility Conduit Concrete &
Paving
Approximate Construction
Data: 08/08/2000 — 04/30/2001
Agency Name:
Contact Person
Riverside County Redevelopment Agency
Colby Cataldi
Original Contract Amount: $783,248
Telephone: 909/955 -11512
Final Contract Amount: $838,918
5). Project Name/Number: Metrolink Depot Enhancements & "A" Street
Project Description: Street, Storm Drain & Sewer Improvements
Including Restoration of the Upland Depot
Approximate Construction
Data: 10/01/01— 04/30/02
Agency Name: City of Upland
Contact Person: Mike Thornton Telephone: 909/931 -4118
Original Contract Amount: $1,097,741 Final Contract Amount: $1,400,000
6). Project Name/Number: Wilken Way & Oertley Drive
Project Description: Street, Sewer, and Water Improvements
Approximate Construction
Data: 09/08/2000 — 12/12/2000
Agency Name:
Contact Person:
City of Anaheim
Dave Nelson
Telephone: 714/765 -5126
Original Contract Amount: $622,912 Final Contract Amount: $596,188
O
O
N
00
VI
M�
W
O
�1
W
w
H
U_
a
U
z
V
z
U
z
U
H
•
0
U r C < < < ❑ ❑ CC C ❑ J Y Z I z 6 Z U V U V
m a a a < o uu < LL a a
❑ .. E >�>
O O O < u p w m W O O O O O O
4 W O O O I U �+ U
6. W r T �' J T j z
F F F Z U z V Y F Z V F > �; > W> F 1- F F F F
6 U U V 6 G< a V U< U C❑ 2-' ❑ C U U U U U U
u J
Jz z
z Z
Z
C O
O
a
$ m
m O
O
P $
a a
a
O J
J <
3 J
U D
< _
_G G
G ❑
❑ ❑
❑ 3
J >
> ;
;V N
N =
= Y
Yil W
W c
cJ J
J
D _
_ _
_ ❑
< <
<
❑ <
F- C
C K
K C
C p
p p
p Y
Y C
C i
i J
J J
J J
J ❑
❑ (
(� U
U U
U L
L
G O
O c
c
�
o �
C 0
6 O
O a
a- z
z G
G
0 6
Z O O
O O F
F N
N G _
__
O U
C< U
U {
{:1 Z
d 3
S Z
Z -
- j
j i W
W G
G Z❑ 5
5 Z
Z L
L] K
K W 6
6 Q
Q J
J N
N
U C
Z d
3 I
I:l W S
O<
�. p
OC Y
O O
� 5 u
u L
fn � 0
0❑ �
� 1/I F
F U O
T O
O �
� '
'.�-+ �
� Z
Z W Z
Z W
WGa <
<�
L, f
p .
.�F., �
Y O
O T
Z= y
y 6 Z
Z O
O J Z
Q O Z
O O
Z 0< ?
?
5 u J
J o 3
3 3 z
z z u
u c a
a a o
o J
J c: G
G u
u w
w E
E Y
Y 3
3 O c
c O
O s
s>
yN >
> z
z m
m m
m
a �
�- ❑
❑5 c �
� c� c
c
< a
Y W
W a, ,
a d
d m d
d m' m
m o
o H °
° •
•.: r
r
z
L
,- a
z L
z< u
u u U
U u u
u z
z z
z
6
Q<< 6
O C
C w 6
6 W C
C_ Q
Q W< u
u O
V U
U U U
U V
V W
V U
U
o a
`,', y
O w
w 0 (
(: V
V V
W V
e o
a `
y 3
3; Z
Z 3 Z
Z 3 z
z 3 u
u v
v:i a v
v:i u u
ui V u
ui v u
u u
u
P 5 O
O Z O
O Z O
O Z O
O Z$
19 U
< r
rv< m
m U 1
U Z
Z Z
Z Z
Z O
O O
O L
L
z 1
1 u
ul W
W u
u>l W
W z
z u
u V
V C
C D
D F
Z J
J U
U Z
Z Z
Z Z
Z Z
Z
F F
F- Z
L
z_
E--
C;
c
rC
V
F
U.
L
c
L
Ir
O -
W
r
N
o _
z
L y
a u <
z
y Q ❑
< � Z
J ❑
N � L
i F
ry N
n
N
W o 0
u a
> 0
h5
Z
Z W O
U �
z z s
a
p N Z n ❑N
z a P F
r
F
z < a W
xw U
p m y 6 >
J O
] c Z 6
C U r 6 ❑
Z
Z
Z
e
c
<
a
Q
G
y
F
6
=
<
w
p
<
<
Z
J
Z
N
❑
y
E
E
F
�
V
u<i
Y
Y
Y
Y
Y
C
J
r
E
f
E
Q
K
5
V
N
Q
J
a
a
z
o
J
_
J
C
L
O
O
C
N
N LL
5
G
F
w
N C
O
i
f 'f.
f❑
UFN
�
>i U
o
-
o
h
0
�
❑
c
j ry
Oj rv�
ry
Q
a 6
m
W ,�,ry
..: P
<
-_
ry
It rv-
ry
N
V❑
V
o
0
W
J
W
"�
J
>�
j
>
n
O
J
m P<
a
P�
P�
c
P
Z
W
❑�
<¢<
n<
n<
x
'v
< �
z
<
': <
a
a
a
❑
x o
r
� ,o
z=
z-
z �?
�
v u
f
�
a
u"
u
y
n Ll
i
z ui
W❑
K v<
W
p W
ILL
W
W
W
Z
S
O
O
j
J
p>
O>
O>
O>
N>
Z
Z
W
C5
O
O
y�
5
5
5
5
5
N
V<i
1 m
�
�
�
�
>
)
}❑
�
a
a
<
w
o
❑
❑
W
a
❑
❑
❑
<
7
3
Z
5
V
N
Y
�
❑ W
O K
V
�
;
�
O
7
7
>
>
>
<
y
O
O
O
a
D
O
O
C
O
O
O
>
>
>
W �>�
Z
p
6
<
d
U
V
U
C 5
u
N
N
F
U
U
V
U
U
U
O -
W
r
N
o _
z
L y
a u <
z
y Q ❑
< � Z
J ❑
N � L
i F
ry N
n
N
W o 0
u a
> 0
h5
Z
Z W O
U �
z z s
a
p N Z n ❑N
z a P F
r
F
z < a W
xw U
p m y 6 >
J O
] c Z 6
C U r 6 ❑
i Thomas Hewitt
1467 Circle City Drive
Corona, CA 91719
909- 273 -9600
Summary of Qualifications:
Over 30 years experience in highway construction and site
development. Managed all aspects of construction on multiple projects
encompassing everthing from minor to multi - million dollar public works
and private contracts. Responsibilities included (but not limited to):
knowledge and interpretation of contract documents, specifications
and plans; quality control management; scheduling projects;
supervising foremen; coordinating personnel, equipment, materials,
and subcontractors; managing and controlling job costs; negotiating
change orders; acting as company liaison with all controlling agencies
and owners; coordinating an indefinite number of projects
simultaneously, each operating with multiple crews and
subcontracotors. currently certified in Hazardous Waste /Health and
Safety Training, CaL -OSHA Trenching and Excavation Standards of
California (Competent Person), CPR and First Aid.
Professional Experience:
Hillcrest Contracting, Inc.
Superintendent
Sully- Miller Contracting, Inc.
General Superintendent
Griffith Company
General Superintendent
Sully- Miller Contracting, Inc.
Project Foreman
Warren Southwest, Inc.
Truck Driver -Prime Mover
D.F.N. Trucking
Truck Driver
Corona, CA
Feb. 1995 to Present
Anaheim, CA
Jan. 1993 to Feb. 1995
Santa Ana, CA
July 1976 to Dec. 1992
Orange, CA
1965 to July 1976
Duarte, CA
1963 to 1965
El Monte, CA
1961 to 1963
FJ
1467 Circle City Drive Phone 909- 273 -9600
Corona, CA 81719 Fax 909 -2]3 -9608
Jerry Blair
Summary of 1971 — Present
qualifications Having worked in the construction industry for over twenty -seven years, I
offer a vast amount of experience to our team. My construction
experience ranges from my starting position of bid runner to assistant
manager of a one hundred fifty million dollar company. I think this
experience will be very beneficial to the successful completion of your
project.,
Work experience 1994 - Present Hillcrest Contracting, Inc. Corona, CA
Chief Estimator /Project Manger
Public Works Construction
1992-1994 Sully Miller Contracting Anaheim, CA
Assistant Manager
1989-1992 Sully Miller Contracting Anaheim, CA
Orange Construction Division Manager
1986-1989 Sully Miller Contracting Anaheim, CA
Chief Estimator /Project Manager
1974-1986 Sully Miller Contracting Anaheim, CA
Construction Estimator / Project Manger
Education 1969-1971 Cal State University Long Beach, CA
BS Economics/industrial Technology
1967-1969 Fullerton Junior College Fullerton, CA
AA
Emphasis on Engineering
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of Riyersid)e
GLENN J. SALSBURY being first duly sworn, deposes and says that he or
sM is
PRESIDENT of HILLCREST CONTR. , INC. the party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that
the bid is genuine and not collusive or sham; that party making the foregoing bid; that the
bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive
or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or
any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of
any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are
true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price
or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is
true and correct.
HILLCREST CONTRACTING, INC.
Bidder
Authorized Signature/Title
GLENN J. SALSBURY, PRESIDENT
Subscribed and sworn to before me this 13th
a�
Notary Public
Alice It. English, Notary Public
My Commission Expires: 10/21/2004
M11
day of January '2003.
[SEAL]
1f0 1 0 111111111 0N1111111N1N1111111016 2
2 ALICE M. ENGLISH D
COMM #i 1278129
W NOTARY PUBLIC CALIFORNIA D
Q OR.ANGECOUNTY
My SOam,e-m Expires Oct. 21, 2004 i
/0000004 nn- ^s40 +- -• -•� `OON10H1N11NK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
DESIGNATION OF SURETIES
Bidders name HILLCREST CONTRACTING, INC.
Provide the names, addresses, and phone numbers for all brokers and sureties
from whom Bidder intends to procure insurance and bonds (list by
insurance /bond type):
INSURANCE: Carter Salisbury Insurance Service
1414 Fair Oaks Avenue #6
South Pasadena, CA 91030 (626)799 -9557
BONDING: Fidelity and Deposit Company of Maryland
225 S. Lake Ave., #700
Pasadena, CA 91101 (626)792 -2311
BONDING
AGENT: Culberton Insurance Service
5500 E. Santa Ana Canyon Road
Anaheim, CA 92807 (714)921 -0530
15
1
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
DESIGNATION OF SURETIES
Bidders name HILLCREST CONTRACTING, INC.
Provide the names, addresses, and phone numbers for all brokers and sureties
from whom Bidder intends to procure insurance and bonds (list by
insurance /bond type):
INSURANCE: Carter Salisbury Insurance Service
1414 Fair Oaks Avenue 46
South Pasadena, CA 91030 (626)799 -9557
BONDING: Fidelity and Deposit Company of Maryland
225 S. Lake Ave., #700
Pasadena, CA 91101 (626)792 -2311
BONDING
AGENT: Culberton Insurance Service
5500 E. Santa Ana Canyon Road
Anaheim, CA 92807 (714)921 -0530
15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name HILLCREST CONTRACTING, INC.
Record Last Five (5) Full Years
Current Year of Record
SEE ATTACHED
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
16
Current
Record
- Record
Record
Record
Record
Yearof
for
for
for
for
for
Record
2002
2001
2000
1999
1998
Total
2003
No. of contracts
Total dollar
Amount of
Contracts (in
Thousands of $
No, of fatalities
No. of lost
Workday Cases
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
16
•
C�
Legal Business Name of Bidder HILLCREST CONTRACTIN, INC.
Business Address: 1467 Circle City Dr., Corona,
Business Tel. No.: 909/273 -9600
State Contractor's License No. and
Classification: 471664 A
Title a California Corporation
The above information was compiled from the records that are available to me at
this time and I declare under penalty of perjury that the information is true and
accurate within the limitations of those records.
Signature of
bidder _� `� GLENN J. SALSBURY
Date �Tanuary 13, 2003
Title PRESIDENT
Signature of
EINER G. LINDHOLM
Date January 13, 2003
Title VICE PRESIDENT /SECRETARY
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and,
if he is doing business under a fictitious name, the fictitious name must be set
forth. If bidder is a partnership or joint venture, legal name of partnership /joint
venture must be provided, followed by signatures of all of the partners /joint
ventures or of fewer than all of the partners /joint ventures if submitted with
evidence of authority to act on behalf of the partnership /joint venture. If bidder is
a corporation, legal name of corporation must be provided, followed by notarized
signatures of the corporation President or Vice President or President and
Secretary or Assistant Secretary, and the corporate seal. Signatures of partners,
join venturers, or corporation officers must be acknowledged before a Notary
Public, who must certify that such partners /joint venturers, or officers are known
to him or her to be such, and, in the case of a corporation, that such corporation
executed the instrument pursuant to its bylaws or a resolution of its Board of
Directors. (SEE ATTACHED RESOLUTION)
17
CA 92879
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name HILLCREST CONTRACTING, INC.
Record Last Five (5) Full Years
Current Year of Record
SEE ATTACHED
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2002
2001
2000
1999
1998
Total
2003
No. of contracts
Total dollar
Amount of
Contracts (in
Thousands of $
No. of fatalities
No. of lost
Workday Cases
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
16
z
0
0
V
0
V
W
U
O
U
O
V
r-
r
oo
00
O
O
M
M
M
M
O
O
d;
kn
,N�
N
N
r.
C,
ON
0)
C�
00
00
CO
O
V1
vl
7
7
V
7
00
00
N
N
M
M
00
00
N
N
N
N
O
O
r-
N
N
oe
M
M
Cl)
M
O
O
00
00
.y
M
in
M
vi
N
N
r
.•.
Q�
O�
N
N
N
N
In
..
�
rn
rn
o0
00
co
oo
co
N
N
U
U
b
Y
h
N
U
_
cz
°
Q)
U
a
ci
b
d
ti
o
o
b
o
U
.o
2
o
ro
o
a
o
o
ro
.>
3
c
w
o
o
ro
ro
ro
°
co
<d
>
:d
a
R
a
azU
o
H
z�zzUZZUZ.azUZZUZUZ
azU3zU
V
0
V
W
U
O
U
O
V
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
On Jan. 13, 2003 before me, Alice M. English, Notary Public, personally appeared
Glenn J. Salsbury and, Einer G. Lindholm personally known to me, to be the persons
Whose names are subscribed to the within instrument and acknowledged to me that they
executed the same in their authorized capacities, and that by their signatures on the
instrument the persons or entity upon behalf of which the persons acted, executed the
instrument.
Witness my hand and official seal
♦ eeNe1e000000e009ee0egO0egeeege0eeee000^ r _�
2 ALICE M. ENGLISH may/
COMM # 1278129 D
LUNOTARYPUBLIC - CALIFORNIA AIiCe M. English, Nota P IC
Q ORANGECOUNTY s
My Gnmmissiiin Expires Oct. 21, 2004 b
iseeeseeeeesegea, ., ..,,. >ggaeqqeseaeesoeoee
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: CORPORATE ACKNOWLEDGMENT
Document Date:_ JAN 13, 2003 Number of Pages: One
Signer(s) Other Than Named above NONE
Capacity (ies) Claimed by Signer Glenn J. Salsbury & Einer G. Lindholm
Signer's Name:
❑ Individual
a Corporate Officer — Title(s): PRESIDENT & VICE PRES. /SECRETARY
❑ Partner - 0 Limited 0 General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
ACKNOWLEDGEMENT OF ADDENDA
Bidders name . HILLCREST CONTRACTING, INC.
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. Date Received Signature
M
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California
that the following information is true and correct:
Name of individual Contractor, Company or Corporation: CORPORATION
1467 Circle City Drive
Business Address: Corona, CA 92879 -1668
Telephone and Fax Number:
909/273 -9600 909/273 -9608
California State Contractor's License No. and Class: 471664 A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 02/26/85 Expiration Date: 04/30/2003
List the name and title /position of the person(s) who inspected for your firm the
site of the work proposed in these contract documents:
Jerry Blair, Chief Estimator /Project Manager
The following are the names, titles, addresses, and phone numbers of all
individuals, firm members, partners, joint ventures, and company or corporate
officers having a principal interest in this proposal:
Name Title Address Telephone
GLENN J. SALSBURY, PRESIDENT 1467 Circle City Dr., 909/273 -9600
Corona. CA 92879 -1668
EINER G. LINDHOLM, VICE PRES./ SAME AS ABOVE
SECRETARY
Corporation organized under the laws of the State of CALIFORNIA
19
SAME AS ABOVE
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
ACKNOWLEDGEMENT OF ADDENDA
Bidders name HILLCREST CONTRACTING, INC.
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. Date Received Signature
18
0 9
The dates of any voluntary or involuntary bankruptcy judgments against any
principal having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
MOM
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have
been involved in with public agencies in the past five years (Attach additional
Sheets if necessary) provide: NONE
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
NONE
Have you ever had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have
any claims or actions by any outside agency or individual for labor compliance
(i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / No
Are any claims or actions unresolved or outstanding? Yes / No
20
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and
accurate manner may be considered non - responsive.
HILLCREST
CONTRACTING, INC.
Bidder
GLENN J. SALSBURY
(Print name of Owner or Presideot
of Corporation /Co any;
Authorized Signature/Title
PRESIDENT
Title
January 13, 2003
Date
Subscribed and sworn to before me this 13th day of January
[SEAL]
21
2003.
The dates of any voluntary or involuntary bankruptcy judgments against any
principal having an interest in this proposal are as follows:
NONE
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
NONE
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have
been involved in with public agencies in the past five years (Attach additional
Sheets if necessary) provide: NONE
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
NONE
Have you ever had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have
any claims or actions by any outside agency or individual for labor compliance
(i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / No
Are any claims or actions unresolved or outstanding? Yes / No
20
•
State of California
County of Riverside
e. 0001100N00100000000100000000000000gg00
ALICE M. ENGLISH D
COMM # 1278129
W NOTARY PUBLIC - CALIFORNIA m M
Q ORANGECOUNTY ..
My Commission Expires Oct. 21,2004 x
I OOOOOOPOOOJ006 �. (..ST /rMP000000NIN100NOb
a
Subscribed and sworn to (or affirmed) before me
this 13th day of January, 2003, by
Glenn J. Salsbury
Alice M. English, Notary Pub
OPTIONAL
Though law does not require the information below, it may prove valuable to persons relying on the
document and could prevent fraudulent removal of this form to another document.
Description of Attached Document
Title or type of Document: NON- COLLUSION AFFIDAVIT (CORP. INFORMATION)
(REQUIRED OF BIDDER)
Document Date: Jan. 13, 2003 Number of Pages: Three
Signer(s) Other Than Named above None
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
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
shown on the "Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND
ENDORSEMENTS
• 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. Original 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 Public Works
Department within ten (10) working days after the date shown on the Notification 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.
22
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
CONTRACT
THIS AGREEMENT, entered into this 3o day of It). , 2003, by and between the
CITY OF NEWPORT BEACH, hereinafter "City," and Hillcrest Contracting, Inc.,
hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS ON NEWPORT
COAST DRIVE AT SAGE HILL SCHOOL
Project Description
3587
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. 3587,
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:
23
0 0
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.
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
Dollars ($ ).
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: Brad Sommers, Project Manager
(949) 644 -3326
CONTRACTOR
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879 -1668
909 - 273 -9600
Fax: 909 - 273 -9608
F. LABOR CODE 3700 LIABILITY INSURANCEContractor, by executing this
Contract, hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for Workers' Compensation or
undertake self - insurance in accordance with the provisions of the Code, and I will
comply with such provisions before commencing the performance of the work of
this Contract."
24
0
0
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 original 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 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 Scooe of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage
"occurrence" form number CG 0002 (Edition 11/85) or Insurance Services
Office form number GL 0002 (Edition 1173) 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 0002
0287 covering Automobile Liability, code 1 "any auto" and endorsement CA
0029 1288 Changes in Business Auto and Truckers Coverage forms -
Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the
State of California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for
bodily injury, personal injury and property damage. If Commercial
Liability Insurance or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required
occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for
bodily injury and property damage.
25
0
c) Workers' Compensation
limits as required by t
Employers Liability.
E
and Employers Liability: Workers' compensation
ie Labor Code of the State of California and
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.
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, agents, 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, agents, officials,
employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the
limits of the insurer's liability.
v. The insurance afforded by the policy for contractual liability shall
include liability assumed by contractor under the indemnification /hold
harmless provision contained in this Contract.
26
0
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, 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.
All of the executed documents referenced in this contract must be returned
within ten (10) working days after the date on the "Notification of Award," so
that the City may review and approve all insurance and bonds
documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be
responsible for the repairing and restoring damage to Work, when damage is
determined to have been proximately caused by an Act of God, in excess of 5
percent of the Contract amount provided that the Work damaged is built in
accordance with the plans and specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct 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,
27
E
E
property damages, or any other claims arising from any and all acts or
omissions of Contractor, its employees, agents or subcontractors in the
performance of services or work conducted or performed pursuant to this
Contract; (2) use of improper materials in construction of the Work; or, (3) any
and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred
in defending any such claim. Contractor shall not be required to indemnify City
from the sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under
and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for
damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce
the terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of
this Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all
other Contract Documents by Contractor is a representation that Contractor has
visited the Project Site, has become familiar with the local conditions under which
the work is to be performed, and has correlated all relevant observations with the
requirements of the Contract Documents.
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
A O ED AS TO FORM:
A 0
cn4y ATT RNEY
F9
CITY OF NEWP T BEACH
A Municipal Cgr�ption
0
Mayor
HILLCREST CONTRACTING, INC.
By.
Authorized Signature and Title
'ACORD- CERTIFICATIPOF LIABILITY
INSUR CE 01/28103() )
PRODUCER
Arroyo Insurance Services
Carter Salisbury ns Brokers
ry
1414 Fair Oaks Ave, #6
South Pasadena, CA 91030
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
Hillcrest Contracting Inc. -
P.O. BOX 1898 ,,..�,)
Corona, CA 92879 FED'
INSURER A'. STEADFASTIZU RICH OF AMERI
POLICY EFFECTIVE
DATE MM /DD/YY
INSURER B'. AMERICAN CASUALTY INS. CO
LIMITS
INSURER C'. STATE COMPENSATION FUND
X
INSURER D'. ROYAL INSURANCE CO.
SCO229510806
INSURER E AMERICAN CASUALTY INS. CO
12/19/03
COVERAGES r i
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE (N ED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM /DD/YY
POLICE EXPIRATION
DATE MMIDDIYY
LIMITS
A
X
GENERAL LIABILITY
SCO229510806
12/19/02
12/19/03
EACH OCCURRENCE
$1 DDO OOO
X COMMERCIAL GENFRAL LIABILITY
CLAIMS MADE a OCCUR
DAMAGE TO RENTED
PRE' Eao rtence
$5000()
MED EXP (Any one person)
$ -0-
PERSONAL 8 ADV INJURY
$1,000,000
X $10,000. S.I.R.
X
XCU /CONTRACTUAL
GENERAL AGGREGATE
$2000000
/BROAD FORM
GEN'L AGGREGATE LIMIT APPLIES PER'.
PRODUCTS - COMP /OP AGG
s2,000,000
POIIGY X JECT 7 LOC
B
AUTOMOBILE
LIABILITY
ANY AUTO
1044747153
1 ?119102
12/19/03
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON OWNED AUTOS
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
S
AUTO ONLY', AGO
D
EXCESSIUMBRELLA LIABILITY
P2HA208027
12119102
12119/03
EACH OCCURRENCE
s2,000,000
X OCCUR F] CLAIMS MADE
AGGREGATE
$2 00D 000
S
$
DEDUCTIBLE
$
RETENTION $
C
WORKERS COMPENSATION AND --
EMPLOYERS' LIABILITY
ANY PROPRIETOR /PARTNERIEXECUTIVE
_ _ _ _
713- 02006691 --
TO FOLLOW FROM
_
10I0II02
__
10101103
X WC BTg7L' OTH�
Y LIMITS ER
E . EACH ACCIDENT
$1,000,000
E. L. DISEASE - EA EMPLOYEd
$1,000,000
OFFICERIMEMDER EXCLUDED?
THE STATE COMP
If yes, all under
SPECIAL PROVISIONS below
INSURANCE CO.
E. L, DISEASE POLICY LIMIT
$1,000,000
E
OTHER COMMERCIAL
C1063262301
12119102
12119/03
$2,529,747 MAX LIMIT
INLAND MARINE
EQUIP. FLOATER
$5,000. DEDUCTIBLE
DESCRIPTION OF OPERA TONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
ALL OPERATIONS USUAL TO THE NAMED INSURED.
RE: TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS ON NEWPORT COAST DRIVE AT SAGE
HILL SCHOOL
THE CITY OF NEWPORT BEACH, ITS OFFICERS, EMPLOYEES AND VOLUNTEERS ARE
(See Attached Descriptions)
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD
Newport Beach, CA 92658
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ROWHPAARXRMAIL _ in DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AI(T(6AlOtA9fRAJ0A760WIl
ACORD 25(2001108)1 of 3 #S287891M28602 // LOC
i DESCOPTIONS (Continued from Poe 1)
NAMED AS ADDITIONAL INSURED AS RESPECTS TO THE GENERAL LIABILITY SECTION
PER CG20101185, OUR POLICY IS PRIMARY NON- CONTRIBUTORY PER
STF22300F,DESIGNATED INSURED IN REGARDS TI THE COMMERCIAL AUTO SECTION,
WAIVER OF RIGHTS OF RECOVERY FORM ALSO ATTACHED.
10 DAYS NOTICE OF CANCELLATION IN THE EVENT OF NON - PAYMENT.
AMS 25.3 (2001108) 3 of 3 #S28789/M28602
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 -S (2001106) 2 of 3
•
POLICY NUMBER. SCO229510806
9
COMMERU AL GENERAL LIABILI l y
T41S EN DORSE"l;EN T CHANt -FS t i4P POLICY. P L=ASF READ CAREF; ii ; V
ADDITIONAL INSURED — OWN FRS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
%OMMERCIAL GENERAL LIABiLi i T COVERAGE PART.
SCHEDULE
Name of Person or Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, EMPLOYEES
AND VOLUNTEERS
(if no entry appears above. information required to complete this endorsement will be shown in the Declarations
as applicable to*this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of 'your work" for that insured by or for you.
WHERE REQUIRED BY WRITTEN CONTRACT
CG 20 10 1! 85 Copyright. Insurance Services Office, Inc.. 1984 0
0
0
1!Y�UKGJ: n1L V„ttL_J! '_UIVI KHI,l1!YU, 11V:,. ..... _.._.. ..__.. ., !AG;LM,
:)nl llv . r/\ sr: L^ n D !T
: .�..n:_'
AMENDMENT - AGGREGATE LIMITS OF INSURANCE
(PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIAB!UTY COVERAGE PART.
The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your
projects away from premises owned by or rented to you.
"WHERE REQUIRED BY WRITTEN CONTRACT"
SUBJECT TO $10,000,000 AGGREGATE LIMIT PER POLICY PERIOD
CG 25 01 i 1 85 Cnnvri2ht. insurance Services Office. inc.. 1994
0 0
POLICY NUMBER: SCO229510806 COMMERCIAL GENERAL LIABILITY
n.. nr ^' H 0!!nv !, EA rAV[T nn REFUL y
�...r €w�n(5.3CCi.nGAi 1.nANi.r, i iic w�ia..,_ rL�n : RE: .. t.x c�L..
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
OWNERS AND CON T RACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, EMPLOYEES
AND VOLUNTEERS
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in the Schedule because of
payments we make for injury or damage arising out of "your work" done under a contract with that person or
organization. The waiver applies only to the person or organization shown in the Schedule.
WHERE REQUIRED BY WRITTEN CONTRACT.
4 12
0 c tac.. 1984
�V Z� 8_ CoDyrighi. in3iir S�iEe S2r'v iCc> v��.,.c.
0
Non- Premium Endorsement
® Steadfast Insurance Company
SCO229510806 1 1 HILLCREST CONTRACTING, INC.
Policy Period:
75409000
.12/19/02
PRIMARY INON -CONTRIBUTORY INSURANCE ENDORSEMENT
In consideration of the payment of the premium, it is hereby understood and agreed that Section 5, Other
Insurance of Provisiort IV, Conditions, is deleted in its entirety and replaced by the following:
5. Other Insurance: When both this insurance and other insurance apply to a loss on the same
basis, whether the other insurance is stated as primary, excess or contingent, the company shall
not be liable under this policy for a greater proportion of the loss than that stated in the
applicable contribution provision below:
(a) Contribution by Equal Shares. if all -"of such other valid and collectible insurance
provides for contribution. by equal shares, the company shalt not be fiable for a greater
proportion of such share until the share of each insurer equals the lowest applicable limit
of.liability under any one policy or the full amount of the loss is paid, and with respect to
any amount of loss not so paid the remaining insurers then continue to contribute equal
shares of the retraining amount of the loss until each such insurer has paid its limit in
full or the full amount of the loss is paid.
(b) Contribution by Umits. If any of such other insurance does not provide for
contribution by equal shares, the company shall not be liable for a greater proportion of
such loss than the applicable limit of liability under this policy for such loss bears to the
total applicable limit of liability of all valid and collectible insurance against such loss.
Notwithstanding the foregoing, the company agrees that such insurance as is afforded by this policy for the
benefit of certificate holders included as persons insured shall be primary and noncontributing insurance, but
only as respects a claim, loss or Iiabifity arising out of insured operations or work on behalf of the named
insured performed under a written contract between the named insured and certificate holder that requires the
named insured to maintain such primary and noncontributory insurance and to include the certificate holder a a
person insured thereunder.
Signs of Amiatized Seritative
ARROYO IN SERVICE/ CARTER SALISSUR INS. BROKERS
S�7 f (ST)IAA, Steadfast Insurance Comoanv
FOUCY NUMBER: SCO229 *05 • COMMERCIAL AUTO
Cc 5).G.49 4112 a.a
THIS HN- DO?CF I : ?IT r :Airr c THE POLICY. PLEBS_ Rc rl-, r, Y r I.�c FLLL.v r
.
DF—siG'N'A 1 Cil Di\i. -I -K --afJ
This endorsement modifies Insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds' under the Who Is An Insured Provision
of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement Effective;
I Co ntersigned By:
1/28/03
Named Insured:
1HILLCREST CONTRACTING,. INC /ROS MAR EQUIP.
(Authorized Repres ntatve)�
SCHEDULE
Name of Person(s) or Organization(s):
THE CITY OF NEWPORT BEACH, ITS OFFICERS, EMPLOYEES, AND VOULNTEERS
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to the endorsement)
Each person or organization shown in the Schedule is-An 'insured" for Liability Coverage, but only to the extent that
person or organization qualifies as an "insured' under the Who Is An Insured Provision contained in Section II of the
Coverage Form.
CA 20 48 02 99 Copyright, Insurance Services Office, Inc,, 1998 Page 1 of 1
CNA
MA4x1rCw�ah��� �
POUGY 1`! °E' 1044747153
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFLILLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS.
This endorsement modifles insurance provided under the following:
Business Auto Coverage Forty
Garage Coverage Form
Truckers Coverage Form
Schedule
Name of Person or Organization: SEE BELOW
(If no entry appears above, information squired to.complete this endorsement will be shown in the Declaration
as applicable to this endorsement)
We waive any right of recovery we may have against the person or organization shown in the Schedule because
of payments we make for the Injury or damage. This Injury or damage must arise out of your activities under a
contract with that person of organization_ The waiver applies only to the person or organization shown in the
Schedule.
THE CITY OF NEWPORT BEACH, ITS OFFICERS, EMPLOYEES, AND VOLUNTEERS
This endorsement is a part of your policy and takes effect on the effective daze of your policy, unless another effective
date is shown below.
Mar se Complerai Ca P wf Ono' WAM TAIS Ltd& enev rs.VW AWA w*k the PV4"
I I I 0_ r IS Abt !0 IX Effmove Htlt the miu _
�Fletli Na PO4JCY !IO. iSS.T,.D I .O iFeCTE DATE
OF
„n 0F 3 9 SCQ229510806 HILLCREST CONTRACTING, INC, 1/28
% 1l n.lA--
CNA
n:AX,*C .Y.ataVY.%9"c'
9.231 BEA
(Ed. 05789)
ARROYO
INSURANCF SFRVICI -S
Date: Jan 28, 2003
The City of Newport Beach
3300 Newport Blvd.
Newport Beach, Ca. 92658
Re: Insured: Hillcrest Contractin Inc.
Company: Steadfast /Zurich American Insurance Company of Illinois
Policy # SCO229510806 -berm: 12/19/02 to 12/19/03
Company: Royal Insurance Company of America
Term: 12/19/02 to 12/19/03 Policy No.: P2HA208027
Gentlemen;
CITY OF NEWPORT BEACH, etal , for certain work performed by the above
captioned insured requires the cancellation wording for their certificate of insurance be
amended to exclude the "Endeavor to ........... But failure to ............... wording contained
in the cancellation clause.
It is agreed and understood that, in the event of cancellation or non - renewal,
Carter Salisbury insurance Brokers will advise CITY OF NEWPORT BEACH, etal .
and will not be the responsibility of Steadfast/Zurich American Insurance Company
of Illinois, or Royal Insurance Company of America.
Very truly yours,
George B lisbury. MBA. C'PCU.CLU. M.
Carter Salisbury Insurance Brokers
1414 Fair Oaks Avenue Suite 6, South Pasadena, Ca 91030
(626)799 -9557 (323)682 -3711 Fax: (626)441 -3809
Web Site: www.an'oyoinsurance.com . Licenses # 0735912 & 0556538
FEB -06 -2003 THUrr 002f 11 PM /C'AL SURANCE FAX N0. 7149391654
Fax �`t t " Co `7 3( (S •
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: �.S- D 3 Dept. /Contact Received From:
Date Completed: - (P "'D 3 Sent to: F5'(it 4AA_,jn c_
Company /Person required to have certificate: l L I I Cr .�d-
I.
By.
P. 01 /01
GENERAL LIABILITY
A.
y
INSURANCE COMPANY: Q
B.
AM BEST RATING (A: VII or greater): A-')('
C.
ADMITTED Company (Must be California Admitted):
Is Company in California?
Yes
❑ No
admitted
D.
LIMITS (Must be $1M or greater): What is limit provided?
Oti MN?
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
`Yes ❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
Is it included?
�'es
C1 No
G.
officers, officials, pmpl�eesand volunteers):
PRIMARY & NO CONTI MAY WORDING (Must be included):
-1
Is k 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
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
II, AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: H"Vn9,'1 CO3A S
B. AM BEST RATING (A: VII or greater) l a- k
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in Califomia? ( Nes ❑ N
D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided?
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, mployees anp volunteers): Is it included? Yes ❑ No
— rnSSSrn
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only):
Is it included? ❑ Yes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
M. WORKERS' COMPENSATION
A. INSURANCE COMPANY: St
B. AM BEST RATING (/i VII or greater): _
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include):
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
W
Is it included? Yes ❑ No
❑ Yes No
G L�F-- 1 �� 1 n _S
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL.
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to 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. 3587 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
1. Lump Sum Mobilization
@ rU )� 4 13611ars
and
Cents $ 9 *0,X
Per Lump Sum
2. Lump Sum Traffic Control
@ 0 ".rd Dollars
and
�e2J Cents
Per Lump Sum
$ '5-y x oy
0 0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
0
Q
,a
N
7
Lump Sum Traffic Signal Installation
@ Sage Hill School /Newport
Coast Drive
Imo
@ S A�u-•-dam Dollars
and
Zc°sz�� Cents
Per Lump Sum
Lump Sum Traffic Signal Installation
@ Gas Recovery Plant Access
Road /Newport Coast Drive
@ i'iv e r6 Dollars
and
2t'a� Cents
Per Lump Sum
Lump Sum
400 TN
10,100 S.F
Surveying Services
(Twelve- 14'c,v/avd Dollars
and
Cents $ CPM). �o $ 1,:eoUO
Per Lump Sum
6 -inch AC Pavement Section
@� Dollars
and
1 Cents $ C) 0 $3•
Per Ton
Unclassified Excavation
@ ONE Dollars
r and
r Cents
Per 9quar& Foot
8. 710 TN Crushed Aggregate Base
@ ,u eti Dollars
and
Z Cents
Per Ton
$ 1, Lo
$ �% &Pub
..
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Traffic Signal Installation
@ Sage Hill School /Newport
Coast Drive
�sz 17%-eJccS
Dollars
and
Zegy Cents $ llady -otJ $ z-600Zo
Per Lump Sum
4. Lump Sum Traffic Signal Installation
@ Gas Recovery Plant Access
Road /Newport Coast Drive
Dollars
and
Gov Cents $A__ _0 $ q,a ,dt�
Per Lump Sum
5. Lump Sum Surveying Services
(� �i ile(y2v�la� Dollars
�a� and
Z
Cents $ CA-V- a6 $7,15;rjOb
Per Lump Sum
6. 400 TN 6 -inch AC Pavement Section
@ FiLf' Dollars
and
v - Cents $,,51,0 0 $ -04 c —Pe
Per Ton
7. 10,100 S. F. Unclassified Excavation
@ 01Vf, Dollars
and
r Cents
Per qquar6 Foot
8. 710 TN Crushed Aggregate Base
@ -7�y Dollars
and
Cents $ motel /: _ $
Per Ton
0 i
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. Lump Sum Signing, Striping, Pavement
Markers and Markings
@ Bt Se, /e � Dollars
and
a f) Cents $ o�70,oD $ ,6
Per Lump Sum
10. 190 L.F. 6 -inch AC Dike — Type A
@ j��e- Dollars
and
Ze4uJ Cents $ 024)D $ �L ,00
Per Linear Foot
11. 38 L.F. Construct Type A Curb and
Gutter (18 -inch Gutter)
@ �x-7�y >L� ✓Q Dollars
and
Cents $ $ 2iw OD
Per Linear Foot
12. Lump Sum As -built Plans
@ NC3ir'r� Dollars
and
Z ew C) Cents $ AV4de $ IG2e,dC)
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
and Cents
January 13, 2003
Date
909/273 -9600 909/273 -9608
Bidder's Telephone and Fax Numbers
471664 A
Bidder's License No(s).
r
rs
$ 1414 zAP,C0
Total Price (Figures)
HILLCREST COTRACTING, INC.
Bidder
Bidder's Authorized Signature and Titlu
GLENN J. SALSBURY, PRESIDEN2'
1467 Circle City Drive
Bidder's Address
Corona, CA 92879 -1668
1
1
1
1
1
2
2
2
2
2
2
2
2
3
3
3
3
3
3
3
3
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -2
PROTECTION
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -7.2
Working Days
6 -7.4
Working Hours
6 -8
COMPLETION AND ACCEPTANCE
6 -9
LIQUIDATED DAMAGES
1
1
1
1
1
2
2
2
2
2
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
4
4
4
5
5
4E
5
5
5
5
6
6
6
6
7
7
7
7
7
8
9
9
9
9
9
9
9
9
10
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
7 -7
COOPERATION AND COLLATERAL WORK
7 -8
PROJECT SITE MAINTENANCE
7 -8.1
Cleanup and Dust Control
7 -8.5
Temporary Light, Power and Water
7 -8.6
Water Pollution Control
7 -8.8
Steel Plates
7 -9
PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS
7 -10
PUBLIC CONVENIENCE AND SAFETY
7 -10.1
Traffic and Access
7 -10.2
Storage of Equipment and Materials in Public Streets
7 -10.3
Street Closures, Detours, Barricades
7 -10.4
Public Safety
7- 10.4.1
Safety Orders
7 -15
CONTRACTOR LICENSES
7 -16
CONTRACTOR'S RECORDSIAS BUILT DRAWINGS
SECTION 9
MEASUREMENT AND PAYMENT
9 -1
MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9 -1.1
General
9 -3
PAYMENT
9 -3.1
General
9 -3.2
Partial and Final Payment
SECTION 200
ROCK MATERIALS
200 -2
UNTREATED BASE MATERIALS
200 -2.2
Crushed Aggregate Base
200 -2.2.1
General
SECTION 214
PAVEMENT MARKERS
214 -4
NONREFLECTIVE PAVEMENT MARKERS
214-5
REFLECTIVE PAVEMENT MARKERS
PART 2--- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
300 -1
CLEARING AND GRUBBING
300 -1.3
Removal and Disposal of Materials
300 -1.3.1
General
300 -1.3.2
Requirements
300 -1.5
Solid Waste Diversion
4
4
4
4
4
5
5
4E
5
5
5
5
6
6
6
6
7
7
7
7
7
8
9
9
9
9
9
9
9
9
10
0 0
SECTION 302
ROADWAY SURFACING
10
302 -5
ASPHALT CONCRETE PAVEMENT
10
302 -5.1
General
10
302 -5.4
Tack Coat
10
SECTION 310
PAINTING
10
310 -5
PAINTING VARIOUS SURFACES
10
310 -5.6
Painting Traffic Striping, Pavement Markings, & Curb Markings
10
310 -5.6.7
Layout, Alignment and Spotting
10
310 -5.6.8
Application of Paint
10
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
11
312 -1
PLACEMENT
11
SECTION 86
SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS
11
86 -1
GENERAL
11
86 -1.03
Equipment List and Drawings
12
86 -1.06
Scheduling of Work
12
86 -2
MATERIALS AND INSTALLATION
13
86 -2.03
Foundations
13
86 -2.04
Standards, Steel Pedestals, and Posts
13
86 -2.05
Conduit
13
86 -2.06
Pull Boxes
13
86 -2.08
Conductors and Wiring
14
86 -2.10
Bonding and Grounding
14
86 -2.11
Service
14
86 -2.14
Testing
14
86 -3
CONTROLLER ASSEMBLIES
15
86 -3.06
Type 90 Controller Assembly /Bike Timing Logic Assembly
15
86 -3.07
Controller Cabinet
17
86 -4
TRAFFIC SIGNAL FACES AND FITTINGS
17
86 -4.01 Vehicle Signal Faces
17
86 -5
DETECTORS
17
86 -5.01
Vehicle Detectors
17
86 -6
LIGHTING
17
86 -6.01
High Pressure Sodium Luminaires
17
86 -6.01A
Ballasts
18
86- 6- 01A(1)a
Lag -Type Regulator Ballasts
18
86- 6.01A(1)b
Lead -Type Regulator Ballasts
19
86 -6.07
Photoelectric Control
19
0
0
OPTICOM PRIORITY CONTROL SYSTEM
SELF - ILLUMINATING STREET NAME SIGN
BATTERY BACKUP
PART 3
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE
MATERIAL
400 -2
UNTREATED BASE MATERIALS
400 -2.1
General
400 -2.1.1
Requirements
19
20
20
20
20
20
20
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS
ON NEWPORT COAST DRIVE AT SAGE HILL SCHOOL
CONTRACT NO. 3587
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans (Drawing No. R- 5809 -S); (3) Caltrans Standards
1999; (4) the City's Standard Special Provisions and Standard Drawings for Public
Works Construction, (1994 edition), including Supplements; (4) Standard Specifications
for Public Works Construction (1997 edition), including supplements. Copies of the
Standard Special Provisions and Standard Drawings may be purchased at the Public
Works Department. Copies of the Standard Specifications may be purchased from
Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517-
0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART
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 mobilization, traffic control, construction
notifications, survey services, traffic signals and appurtenances, A.C. berm,
roadway construction, and complete all other items of work as required in place."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The Contractor will provide
construction staking as required to construct the improvements. 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." The cost of filing corner records shall be
borne by the Contractor.
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
SP -1
have the affected survey monuments restored per records, at his expense. The
Contractor's Engineer or Licensed Surveyor shall also file the required Corner
Records with the County of Orange upon monument restoration.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal.
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor shall
furnish the Engineer full information as to the progress of the work in its various parts
and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
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.
SP -2
i •
SECTION 5 - -- UTILITIES
5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the work and is not re- useable, the Contractor shall provide
and install a new pull or meter box or cover of identical type and size at no additional
cost to the City."
SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed."
No work shall begin until a "Notice to Proceed" has been issued, a pre- construction
meeting has been conducted, and a schedule of work and the traffic control plan have
been approved by the Engineer. The Contractor shall submit a construction schedule
and the traffic control plan to the Engineer for approval a minimum of five working days
prior to the pre- construction meeting. Schedule may be bar chart or CPM style and shall
have included all construction work to be done.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until he has exerted extra effort to meet his original schedule and has demonstrated that
he will be able to maintain his approved schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 40 consecutive working days after the date on the
Notice to Proceed. " (Excluding the installation of permanent pavement striping and
markings)
It will be the Contractor's responsibility to ensure the availability of all material prior to
the start of work. Unavailability of material will not be sufficient reason to grant the
Contractor an extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st,
the third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), the fourth Friday in November (day after Thanksgiving) and
December 25th (Christmas).
6 -7.4 Working Hours. Normal working hours are limited to 8:00 A.M. to 4:00 P.M.
Monday through Friday.
SP -3
• •
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M.
on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during
any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves
the right to deny any or all such requests. Additionally, the Contractor shall pay for
supplemental inspection costs of $55.00 per hour when such time periods are
approved.
6 -8 COMPLETION AND ACCEPTANCE. The Contractor shall guarantee the entire
work constructed by him under this contract and will fully meet all requirements as to
quality of workmanship and materials furnished by him. The Contractor shall guarantee
for a period of at least one year, after acceptance of the work by the City, all materials
and workmanship against any defects whatsoever. Any such defects shall be repaired
at the Contractor's expense. The Contractor shall make all repairs and replacements
promptly upon receipt of written orders from the Engineer.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6 -7 -1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$1,000.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $1,000 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
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "If needed,
City forces will perform all shut downs of water facilities. 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 AM to 2:00
PM. The Contractor will be responsible for completing all water connections within the
time period allowed. The times and dates of any utility to be shut down must be
coordinated with the City of Newport Beach, Utilities Department
7 -8 PROJECT SITE MAINTENANCE
7 -8.1 Cleanup and Dust Control. Add to this Section, "Each work location shall
be cleaned and barricaded at the end of each day until the Work is completed."
SP -4
0 0
7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
elects to use the Irvine Ranch Water District (IRWD) water, he shall arrange for a meter
and tender a $700 meter deposit with IRWD. Upon return of the meter to the IRWD,
the deposit will be returned to the Contractor, less a quantity charge for water usage
and repair charges for damage to the meter."
All water used during construction will be paid for by the Contractor including water for flushing
and pressure testing all lines.
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during sawcutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
Newport Harbor, or onto the beach."
7 -8.8 Steel Plates. The City may be able to 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 to make arrangements.
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to
this Section, "The Contractor is hereby advised that the City work under this contract
adjoins private properties. The Contractor shall be responsible for the in -kind repair of
any and all private properties damaged during the course of the Work, to the
satisfactory of the Engineer. The Contractor is advised to photograph the private
improvements adjacent to the Work for record and future references."
Add the following to the first sentence of the second paragraph after "e.g. ", "curb drains
and private irrigation lines."
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."
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." In addition, the contractor shall locate a staging area for the
engineer's approval prior to mobilization.
7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The
Contractor shall submit traffic control and detour plan(s) for each phase of work to the
Engineer and it shall conform with the provisions of the W.A.T.C.H.
Such plan(s) shall be submitted to the City at least five (5) working days before the pre -
construction meeting and shall be signed by a registered Traffic Engineer and shall
include the following:
SP -5
• i
1. Access and Traffic Controls
Access to all side streets, and service driveways shall be maintained at all times.
Emergency vehicle access shall be maintained at all times.
The location and wording of all barricades, signs, delineators, lights, warning
devices, and any other details required shall assure that all pedestrian and
vehicular traffic will be handled in a safe an efficient manner with minimum
inconvenience to the public.
All advanced warning sign installations shall be reflectorized and /or lighted.
The Contractor shall provide solar - powered arrowboards and uniformed
flagpersons to direct traffic through all construction areas at all times.
2. Traffic Through and Turn Lanes
The Contractor shall maintain at least one (1) traffic lane in either travel
direction during working hours.
Two traffic lanes shall be maintained during non -work hours (in each direction).
3. Parking
No on- street parking exists along Newport Coast Drive within the project limits.
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section: 'The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Engineering Contractor "A" or "C -10"
License.
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 submitted to the Engineer at the time each progress bill is submitted.
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.
Mwr
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK.
9 -1.1 General. Add to this Section, "In case of conflicting method of measurement
between the City's Standard Specifications and the Caltrans Standard, the City's
Standard Specifications shall take precedence."
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the item of 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 providing bonds,
insurance and financing, scheduling of equipment and materials, preparation of the
Storm Water Prevention Pollution Plan, preparation of the construction schedule, and
all other related work as required by the Contract Documents.
Item No. 2 Traffic Control: Work under this item shall include the delivery of all
required notifications, posting of signs, preparation of traffic control plans prepared and
signed by a California licensed traffic engineer, the placement, maintenance and
removal of signs, cones, barricades, flashing arrow sign, K -rail, temporary striping,
flagpersons, and furnishing all labor, tools, equipment and materials necessary to
comply with the W.A.T.C.H. and City of Newport Beach Requirements.
Item No. 3 Traffic Signal Installation (Intersection of Newport Coast Drive and
Sage Hill School Driveway): Work under this item shall include, but not be limited to,
hauling City- furnished material to project site, installing traffic signal controller cabinet,
complete, traffic signal poles, signal heads, Opticom Emergency Vehicle Preempt
Equipment, traffic loops, luminaries, conduit, wiring, pull boxes, self - illuminating street
name sign, and all other work necessary to install traffic signals at the Newport Coast
Drive /Sage Hill School Driveway Intersection. All equipment and materials shall be
furnished by the Contractor except poles and all controller cabinets. (Pole foundations
are existing).
Item No. 4 Traffic Signal Installation (Intersection of Newport Coast Drive and
Gas Recovery Plant Access Road): Work under this item shall include, but not be
limited to, hauling City- furnished material to project site, installing traffic signal controller
cabinet, complete, traffic signal poles, signal heads, Opticom Emergency Vehicle
Preempt Equipment, traffic loops, luminaries, conduit, wiring, pull boxes, self -
illuminating street name sign, and all other work necessary to install traffic signals at the
Newport Coast Drive /Gas Recovery Plant Access Road Intersection. All equipment and
materials shall be furnished by the Contractor except poles and all controller cabinets.
(Pole foundations are existing).
SP -7
0 0
Item No. 5 Surveying Services: Work under this item shall include the cost of
construction staking, preliminary grades, final grades, centerline ties, all horizontal
alignment, survey monument adjustment, as -built field notes, filing of comer records,
reestablishment of property corners disturbed by the work, and other survey items as
required to complete the work in place.
Item 'No. 6 6 -inch AC Pavement Section: Work under this item shall include crack
sealing of all cracks that are wider than 1/8" in width, construction of the A.C. section,
compaction, and all other work as required to complete the work as shown on the
Plans, in accordance with the Standard Specifications and as directed by the Engineer.
Item No. 7 Unclassified Excavation: Work under this item shall include min. 12 -inch
full- depth sawcuts, removal and disposal of existing A.C. and P.C.C. pavement, drying
operations, compaction, and all other paving preparatory work as required prior to the
placement of AC leveling course.
Item No. 8 Crushed Aggregate Base: Work under this item shall include all subgrade
and /or aggregate base and compaction required for constructing the roadway
improvements. Payment for the placement of existing material excavated on site shall
be paid at the rate of of the unit bid price for this item.
Item No. 9 Signing, Striping, Markers and Markings: Work under this item shall
include placement and removal of traffic signs, temporary striping, thermoplastic traffic
striping, pavement markers, and all work necessary to install traffic signing, pavement
markers, pavement markings, and traffic striping complete and in place per the plans.
Item No. 10 6 -inch AC Dike (Caltrans Type A): Work under this item shall include
asphalt, tack, and all labor and materials to place A.C. Dike as necessary as shown on
the plans.
Item No. 11 Construct Type A Curb and Gutter (18 -inch Gutter): Work under this
item shall include all labor and material necessary to construct Type A Curb and Gutter
complete in place as shown on the plans.
Item No. 12 As -Built Plans: Upon completion of the project, the Contractor shall
provide "As- Built' corrections upon a copy of the Plans. The "As- Built' correction plans
shall be submitted to the Engineer prior to final payment or release of any bonds.
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."
SECTION 200 - -- ROCK MATERIALS
200 -2 UNTREATED BASE MATERIALS
200 -2.2 Crushed Aggregate Base
200 -2.2.1 General. Crushed aggregate base shall consist entirely of crushed
rock and rock dust conforming to the requirements of 200 -1.1 and 200 -1.2.
SP -8
r
L_
0
SECTION 214 - -- PAVEMENT MARKERS
214 -4 NONREFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new non - reflective pavement markers types A and AY
shall be ceramic."
214 -5 REFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new reflective pavement markers shall have glass -
covered reflective faces or be 3M Series 290.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final
removal between the sawcut lines may be accomplished by the use of jackhammers or
sledgehammers. Pavement breakers or stompers will not be permitted on the job. The
Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet
with the Engineer to mark out the areas of roadway removal and replacement.
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." And replace the words " 1 Yz inch" of the last
sentence with the words "two (2) inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
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
0 9
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 302 ROADWAY SURFACING
302 -5 ASPHALT CONCRETE PAVEMENT
302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be
III -C3 -AR -4000. No recycled materials will be allowed for this project. 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
patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one —
tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
SECTION 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. Modify and amend this section to
read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor
shall be responsible for the completeness and accuracy of all layout alignment and
spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment
shown on the plans. The Contractor shall mark or otherwise delineate the new traffic
lanes and pavement markings within 24 hours after the removal or covering of existing
striping or markings. No street shall be without the proper striping over a weekend or
holiday. Stop bars shall not remain unpainted overnight."
310 -5.6.8 Application of Paint. Add to this section: 'Temporary painted traffic
striping and markings shall be applied in one coat, as soon as possible and within 24
hours after the finish course has been applied.
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.45 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
SP -10
0 0
work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and
re- notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes /covers /damages existing striping and /or raised pavement markers
outside of the work area, he shall re- stripe /replace such work items at no cost to the
City.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL
312 -1 PLACEMENT. Amend this section with:
1. The Contractor shall install raised pavement markers until after the pavement
finish course has been placed for at least 15 days."
SECTION 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS
General
The Contractor shall furnish all tools, equipment, except that furnished by the City,
materials, supplies, and manufactured articles and shall perform all operations
necessary to construct traffic signal and street lighting facilities as shown on the
drawings and as specified herein.
Reference Specifications and Standard Plans
(1) Standard Specifications - Except as modified herein, materials and
installation shall conform to the California Standard Specifications, July
1999. All references in this section to Standard Specifications shall be
understood to be referenced to the California Standard Specifications.
(2) Standard Plans - Except as modified herein, all references in this section
to Standard Plans shall be understood to be referenced to the California
Standard Plans, July 1999.
(3) Codes. Ordinances and Regulations - All electrical materials and
equipment furnished and installed under this section shall conform to the
referenced regulations and codes specified in Section 86 -1.02 of the
Standard Specifications, and to all other ordinances and regulations of the
authorities having jurisdiction.
(4) When reference is made to the Code, Safety Orders, General Orders, or
Standards, reference shall be construed to mean the Code, Order or
Standard in effect on the date set for receipt of bids.
SP -11
0
Description
0
Furnishing and installing traffic signals and highway lighting systems and payment
therefore shall conform to the provisions in Section 86, Signals and Lighting, of the
Standard Specifications and the Standard Plan of the State of California, Department of
Transportation, dated July 1999, and these Special Provisions.
Equipment List and Drawings
The controller cabinet schematic wiring diagram and intersection sketch, to be mounted
on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the
cabinet door is open, the drawing is oriented with the intersection.
The Contractor shall furnish two maintenance manuals for all -new controller units,
auxiliary equipment, and vehicle detector sensor units, control units and amplifiers,
furnished by the Contractor. The maintenance manuals and operation manuals may be
combined into one manual. The maintenance manuals or combined maintenance and
operation manuals for controllers shall be submitted at the time the controllers are
delivered for testing or, if ordered by the Engineer, previous to purchase. The
maintenance manuals shall include but need not be limited to, the following items:
(1) Specifications
(2) Design characteristics
(3) General operation theory
(4) Function of all controls
(5) Trouble- shooting procedure (diagnostic routine)
(6) Block circuit diagram
(7) Geographical layout of components
(8) Schematic diagrams
(9) List of replaceable component parts with stock numbers
Furnish one reproducible, in addition to the required five sets, of the cabinet schematic
wiring diagram (cronoflex or sepia mylar).
Scheduling of Work
The Contractor may perform sub - surface work consisting of the installation of conduit,
foundations, and detectors, prior to receipt of all electrical materials and equipment.
Above - ground signal work shall not commence until such time that the Contractor
notifies the Engineer, in writing, of the date that all electrical materials and equipment
are received, and said work shall start within 15 days after said date. Aboveground
signal work shall be scheduled such that the signal turn -on shall occur within 15 days of
the pole installation.
No materials or equipment shall be stored at the job sites until receipt of said
notification by the Engineer. The job sites shall be maintained in neat and orderly
condition at all times.
SP -12
• 1&
All striping, pavement markings, and signing shall be in place prior to signal turn -on
and /or opening of street to public travel. Prior to installation of signal detector loops, the
location of proposed striping and crosswalks shall be marked in the field for approval by
the Engineer.
86 -2 MATERIALS AND INSTALLATION
86 -2.03 Foundations
Traffic signal pole foundations exist in field at the Newport Coast Drive /Sage Hill School
Driveway and the Newport Coast Drive /Gas Recovery Plant Access Road intersections.
86 -2.04 Standards, Steel Pedestals, and Posts
Where the plans refer to the side tenon detail at the end of the signal mast arm, the
applicable tip tenon detail may be substituted.
86 -2.05 Conduit
Non - metallic type conduit shall not be required.
Insulated bonding bushings will be required on metal conduit.
After conductors have been installed, the ends of conduits terminating in pull boxes and
controller cabinets shall be sealed with an approved type of sealing compound.
Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable
drill bits for size hole required.
86 -2.06 Pull Boxes
Grout in bottom of pull boxes will not be required.
Where the sump of an existing pull box is disturbed by the Contractor's operations, the
sump shall be reconstructed and, if the sump was grouted, the old grout shall be
removed and new grout placed.
Pull boxes, pull box covers, and pull box extensions shall be concrete.
Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to
this project.
86 -2.08 Conductors and Wiring
Conductors shall be spliced by the use of C- shaped compression connectors, as shown
on the plans.
Splices shall be insulated by Method B.
Subparagraph 5, of the first paragraph of Section 86- 2.09D, Splicing, of the Standard
Specifications is deleted.
SP -13
The eighth paragraph in Section 86 -2.14, Functional Testing, of the Standard
Specifications, is amended to read:
°A shutdown of the electrical system resulting from damage caused by
public traffic or from interruption shall not constitute discontinuity of the
functional test."
Turn -on of the new traffic signal shall be prior to 12 noon and shall not be on, nor shall
the functional test start on a Friday, Saturday, Sunday, holiday, or any day preceding a
holiday. The Traffic Engineer shall be notified at least forty -eight (48) hours prior to the
intended turn -on. Turn -on shall be scheduled only for the hours between 9 AM and 12
noon. If the scheduled turn -on cannot be completed before noon, it shall be
rescheduled subject to the limitation of this section. All signal heads and pedestrian
heads shall remain covered prior to signal turn -on.
A knowledgeable representative for the manufacturer or distributor of the traffic signal
control equipment shall be present for the activation, and for a reasonable period of
time thereafter, as determined by the Engineer.
If the representative for the manufacturer or distributor is not qualified, or authorized, to
work on the control equipment, the Contractor shall arrange to have a so- qualified
signal technician, employed by the controller manufacturer or his representative,
present at the time the equipment is turned on.
86 -3 CONTROLLER ASSEMBLIES
86 -3.06 Type 90 Controller Assembly /Bike Timing Logic Assembly
Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller
compatible with the City's VMS System, complete with integral time base coordination
capability, in a Type P cabinet.
The controller and cabinet shall include, but not be limited to, the following: (This list
may vary depending on location.)
1 ea.
Model 820A Controller
1 ea.
P44 Cabinet
1 ea.
820A D Panel
1 ea.
LCD -12P Conflict Monitor
1 ea.
Detector Rack w/12 Model 262FC -1 Detectors
12 ea.
Loadswitches
1 ea.
Flasher Unit
4 ea.
Flash Transfer Relay
1 ea.
12 Pair Interconnect Block
1 ea.
Bike Logic w /P26 Cable
1 ea.
TLS Panel w /Harness
2 ea.
Model 754 Opticom Phase Selector
SPA 5
0
9
The convenience receptacle shall have ground -fault interruption as defined by the
Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall
not occur less than 4 milliamperes of ground -fault current.
Bicycle Timing Logic Package
A special external bicycle timing logic package shall be provided in the traffic signal
controller cabinet. For each phase on which bicycle push buttons are used, the bicycle
timing logic package shall have a separate solid state circuit with a solid state timer
capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The
lamp shall indicate when a bicycle push button call has been registered and shall
remain on until the bicycle timing described below has been completed.
Actuation of a particular bicycle push button will activate its respective bicycle timing
circuit which shall place and hold a vehicle call on the associated vehicle phase as
specified below.
For actuations received during the yellow or red interval of the phase, the bicycle timing
circuit shall place and hold the vehicle call until the start of the next green interval for
the phase. At the start of the next green interval, the vehicle call will continue to be
held until the present time on the adjustable time has timed out. For actuations
received during the green interval of phase, the bicycle timing shall begin immediately
and the bicycle timing circuit shall place and hold the vehicle call during the bicycle
timing provided that bicycle timing has previously occurred during that same green
interval.
Actuations received during the green interval while the bicycle timing is in effect, or after
the bicycle timing has been completed, will not be remembered or carried over to the
next cycle.
The bicycle timing shall be totally independent of the controller timing and the removal
of the bicycle timing logic package shall not affect the normal operation of the controller.
If vehicles or pedestrians are also placing calls on the phase that has received a call
from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the
bicycle time, whichever is longest, shall be in effect during the time the affected phase
is being serviced.
The bicycle timing logic package shall be provided in a separate shelf- mounted
housing, and the individual timing circuits for each of the individual phases shall be in
the same housing and shall be connected by a NEMA- approved connector and
harness.
86 -3.07 Controller Cabinet
The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms
shall be aluminum alloy 5052 minimum of 0.125 -inch thickness and minimum width of
2.5 inches by 2.5 inches.
SP -16
0 •
86 -4 TRAFFIC SIGNAL FACES AND FITTINGS
86 -4.01 Vehicle Signal Faces
All indications shall be LED units and shall meet the current State of California
Department of Transportation (CALTRANS) Specifications.
Signal section housings shall be metal type and furnished by the Contractor.
New heads shall be furnished by the Contractor with the LED units installed.
86 -5 Detectors
86 -5.01 Vehicle Detectors
Loop detector sensor units will be Type B (2 or 4 channel). Loop wire shall be Type 1.
Lead -in wire cable shall be Type B.
The Contractor shall test the detectors with motor - driven cycle, as defined in the
California Vehicle Code that is licensed for street use by the Department of Motor
Vehicles of the State of California. The unladen weight of the vehicle shall not exceed
220 pounds and the engine displacement shall not exceed 100 cubic centimeters.
Special features, components or vehicles designed to activate the detector will not be
permitted.
The Contractor shall provide an operator who shall drive the motor - driven cycle through
the response or detection area of the detector at not less than 3 miles per hour, nor
more than 7 miles per hour.
The number of sensor units and lead -in cables required to achieve the specified
detection shall be installed.
86 -6 LIGHTING
86 -6.01 High Pressure Sodium Luminaires
Luminaires shall be the full -cutoff type. Glare shields are not required on semi -cutoff or
full -cutoff luminaires.
Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast
and Type IV photoelectric control for use in multiple 120V circuit.
The optical assembly shall provide true 90- degree cutoff and shielding (without external
glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and
impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell
socket with lamp grips. The optical assembly shall contain activated charcoal filter,
which prevents particulate and gaseous contamination.
All luminaires shall be General Electric M -250A2 series 250W OR 200W (see plans)
HPS with light distribution M -C -3, approved equal, or as shown on the approved plans.
SP -17
86 -6.01A Ballasts
The twelfth paragraph in Section 86- 6.01A, High- Intensity- Discharge Lamp Ballasts, of
the Standard Specifications is amended to read:
"Ballasts for luminaires to be mounted on mast arms, brackets, or lowering
assemblies shall be the regulator type and shall be located within the
luminaire housing. The ballast for each horizontally mounted luminaire shall
consist of components mounted on a down - opening door. The door shall be
hinged and secured to the luminaire housing separately from the refractor or
flat lens frame. The door shall be easily removable and replaceable. The door
shall be secured to the housing in a manner to prevent its accidental opening
when the refractor or flat -lens frame is opened."
Regulator Type Ballasts, of the Standard Specification is amended to read:
"Regulator -type ballasts shall be lag -type or lead -type and shall conform
to the following:
86- 6.01A(1)a LAG -TYPE REGULATOR BALLASTS
Each lag -type regulator ballasts shall have the primary and secondary
windings electrically isolated and, when operated with the appropriate lamp
shall have the following characteristics and shall maintain the following lamp
operations:
1. The power factor shall be not less than 90 percent
throughout the life of the lamp at nominal line voltage with
the nominally rated reference lamp.
2. Lamp wattage regulation spread at any lamp voltage from
nominal through life shall not vary by more than 18 percent,
10 percent input voltage variation.
3. For nominal input voltage and lamp voltage, the ballasts
design center shall not vary more than 7 -112 percent from
rated lamp watts.
4. The ballasts shall be designed so that a capacitance
variance of 6 percent will not cause more than a 8 percent
variation in lamp wattage regulation throughout rated lamp
life for nominal input voltage.
5. The lamp current crest factor shall not exceed 1.8 for input
voltage variation of 10 percent at any lamp voltage from
initial thorough life.
SP -18
9 •
86- 6.01A(1)b LEAD -TYPE REGULATOR BALLASTS
Each lead type regulator ballast (CWA- constant wattage autoregulator) shall,
when operated with the appropriate lamp, have the following characteristics and
shall maintain the following lamp operation:
1. The power factor shall be not less than 90 percent when the
ballast is operated at nominal line voltage with a nominally -
rated reference lamp.
2. Lamp wattage regulation spread at any lamp voltage from
nominal through life shall not vary by more than 30 percent
for 10 percent input voltage variation.
3. For nominal input voltage and lamp voltage, the ballast
design center shall not vary by more than 7 -112 percent from
rated lamp watts.
4. The ballast shall be designed so that a capacitance variation
of 6 percent will not cause more than an 8 percent variation
in lamp wattage regulation throughout rated lamp life for
nominal input voltage.
5. The lamp current crest factor shall not exceed 1.8 for input
voltage variation of 10 percent at any lamp voltage from
initial through life."
86 -6.07 Photoelectric Controls
Type IV photoelectric controls shall be provided on each luminaire.
OPTICOM PRIORITY CONTROL SYSTEM
Emergency Vehicle Pre -empt systems are to be furnished and installed by the
Contractor except the Model 754, phase selector units and Model 760 rack, as
manufactured by 3M Company, shall be furnished in the new controller cabinets.
Model 722 Optical Detector units, as manufactured by 3M Company, shall be furnished
by the Contractor and installed at locations indicated on the plans.
Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be
furnished and installed by the Contractor.
If non -3M Company Equipment shall be proposed, the equipment shall be capable of
logging up to 100 events, including user classification, vehicle identification number
from among up to 20,000 vehicles, time of priority, elapsed time in priority phase,
direction of priority phase, and total duration of priority. The equipment shall be fully
compatible and interchangeable with 3M hardware indicated above. The event log
shall be retrievable using PC software and hardware intended for use with 3M Model
SP -19
0 0
722 Optical detector units. Equipment shall be tested by a representative of the
manufacturer at date of turn on.
SELF - ILLUMINATING STREET NAME SIGNS
Self- illuminating Street Name Signs shall be Uniglobe Technology, Inc. #SD1872 (not
wired for electricity) or equal.
BATTERY BACKUP
Battery backup will be supplied and installed by the City. Contractor to coordinate
installation with his operations.
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed
miscellaneous base as the base material."
SP -20
?,r� rl
0
"RECEIVED AFTER AGENDA 136�� '
CITY OF NEWPORT BEACH PRINTED:"
CITY COUNCIL STAFF REPORT
Addendum to Agenda Item No. o�
January 28, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Richard M. Edmonston, P.E.
949 - 644 -3311
rdmonston @city. newport- beach. ca. us
SUBJECT: ADDENDUM TO SAGE HILL TRAFFIC SIGNAL AND ROADWAY
IMPROVEMENTS ON NEWPORT COAST DRIVE AT SAGE HILL
SCHOOL REPORT
DISCUSSION: The initial staff report did not discuss why the buget amendment
requests substantially more money than the amount of the contract to be awarded. This
project was inadvertently left out of the CIP budget approved by the City Council in June
of 2002 even though work on the project was underway as early as February 2002.
The access for Sage Hill School was approved by the County of Orange with an
acknowledgement that it might not be adequate and would be subject to further review
at the time the School completed construction of all the buildings on the campus.
Shortly after the School opened, it was clear that left -turn access to the site was limited
and potentially unsafe.
Students and staff approaching the school from the north must drive past the school
and make a U -turn. The School was required to construct the signalized U -turn at San
Joaquin Hills Road, but that location is over half a mile away. Most of the drivers make
the U -turn at the currently unsignalized intersection of the access road to the Bonita
Canyon Landfill site. Traffic leaving the school must make a right turn and then a U -turn
and many are choosing to make this turn through the existing dirt median.
Due to the minimal experience drivers have in gauging approaching traffic with speeds
as high as found on Newport Coast Drive, it was decided that some form of signalized
controls was highly desirable to increase the safety of those using the School. As an
interim measure, a flashing beacon with a warning sign was installed facing northbound
traffic on Newport Coast Drive.
Staff retained a consultant to begin design and initiated discussions with both Sage Hill
School and The Irvine Company to solicit funding participation for the improvements.
Sage Hill School provided a letter agreeing to reimburse the City for 25% of the costs,
SUBJECT: Name of Contract, Cc No. xxxx - Completion And Acceptance •
Date
Page 2
and asked to make three installment payments beginning two years after the project is
complete.
No agreement on financial participation was reached with The Irvine Company despite
the fact that more than $3,000,000 is included for the widening of Newport Coast Drive
from San Joaquin Hills Road to the Toll Road (including the signal at the landfill) in
Assessment District No. 01 -1 approved by the County last March.
The design of the improvements took longer than anticipated due to the lack of available
"As Built" plans for Newport Coast Drive, including numerous underground utility
systems. Because of this delay, it was decided to pre -order the key components of the
traffic signals to shorten the contract time period. The signal poles often take up to four
months to fabricate and the controller cabinets can take two to three months for
delivery. Another cost that has been incurred was to pot hole the locations of the large
signal poles to make sure there were no utilities or other obstructions in the way. It was
determined to be cost effective to have the pot hole contractor install the pole
foundations at the same time.
The costs incurred to date are as follows:
Design
$14,400.00
Foundations
$11,544.00
Poles
$17,946.45
Cabinets
$48,037.38
Flashing Beacon
$ 1,727.23
Misc Expenses
$ 91.15
Total
$93,746.21
The signal poles were delivered this week and the controller cabinets are completed
and are ready for pick up by the Contractor. The delivery of these key components
allows the construction period to be reduced to 40 working days from issuance of the
Notice to Proceed. The project should be completed around the middle of April.
Prepared by: Submitted by:
Richard M. Edmonston, P.E. tephen G. Badum
Transportation & Development Services Manager Public Works Director
Z
w O U w
GPI
: f�.•h.-
fl:.. 111..i1i14�
ill l{�
W
I�
'
I �.4
¢Q
:1�1 17
(a:
nill
1
4 L I
f
Y'
4
1
r
Y
1•,`i�
�
:IrIY n
W
-..
,,
Z
J 1
1.• I��'.4
fl
J
1
,
'i
I`I I j
O I,,
L11
v
i
a 1
I
IIy
E
0 LA
Q
U
W
DI
O
E
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
E
Agenda Item No. 12
January 28, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Brad Sommers, Junior Engineer
949 - 644 -3311
bsommers@city.newport-beach.ca.us
SUBJECT: TRAFFIC SIGNAL AND ROADWAY IMPROVEMENTS ON NEWPORT
COAST DRIVE AT SAGE HILL SCHOOL - AWARD OF CONTRACT NO.
3587
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3587 to Hillcrest Contracting Incorporated for the Total Bid
Price of $161,930, and authorize the Mayor and the City Clerk to execute the
contract.
3. Establish an amount of $16,190 to cover the cost of unforeseen work.
4. Approve a Budget Amendment appropriating $300,000 from the unappropriated
balance of the Transportation and Circulation Fund to Account No. 7261-
05200702.
DISCUSSION:
At 11:00 A.M on January 16, 2003, the City Clerk opened and read the following bids for
this project:
BIDDER
Low Ruiz Engineering Company
2 Hillcrest Contracting Incorporated
3 GMC Engineering Incorporated
4 R.J. Noble Company
5 Steiny and Company Incorporated
6 EC Construction Company
7 Pete & Sons Construction Incorporated
8 GCI Construction Incorporated
9 Macadee Electrical Construction
10 Inspection Engineering Construction
11 Beador Construction Company Incorporated
TOTAL BID AMOUNT
$160,496.30
$161,930.00
$166,326.00
$168,840.00
$169,176.90
$177,261.00
$181,845.00
$189,798.00
$194,860.00
$199,387.00
$217,300.00
* Corrected Bid Amount is $168,906.90
Subject: TRAFFIC SIGNAL ANNIOADWAY IMPROVEMENTS ON NEWPORTOAST DRIVE AT SAGE HILL
SCHOOL - AWARD OF CONTRACT NO. 3587
Date: January 28, 2003
Page: 2
The low total bid amount is 44 percent below the Engineer's Estimate of $230,544. The
low bidder, Ruiz Engineering Company, possesses a Limited Specialty Classification
"A" contractor's license as required by the project specifications.
The Ruiz Engineering Company bid packet has the following discrepancies:
• City required form for Bidder's Bond not completed
• No percentage shown for work by subcontractors
• Unit price written in words does not match numerical unit price
• No written bid total
• No resume of superintendent
Due to the above discrepancies, Staff recommends regarding the low bid as
nonresponsive and awarding the contract to the second low bidder as the lowest
responsive bidder.
The second low total bid amount is 42 percent below the Engineer's Estimate of
$230,544. The second low bidder, Hillcrest Contracting Incorporated, possesses a
Limited Specialty Classification "A" contractor's license as required by the project
specifications. Hillcrest Contracting Incorporated is currently the prime contractor on
the Balboa Village Improvements Phase 2 Project.
The Traffic Signal and Roadway Improvements on Newport Coast Drive at Sage Hill
School project consists of the following three main components:
1. Installation of a traffic signal at the Newport Coast Drive /Sage Hill Road
intersection.
2. Installation of a traffic signal at the Newport Coast Drive /Gas Recovery Plant
Access Road.
3. Roadway /Median Improvements to Newport Coast Drive from just north of the
Sage Hill School access to the Gas Recovery Plant access.
The traffic signal installation at the Newport Coast Drive /Sage Hill Road intersection will
facilitate egress of school traffic by stopping Newport Coast Drive traffic to allow
vehicles to exit the Sage Hill campus. Additionally, roadway /median improvements at
this location will allow vehicles to exit the Sage Hill campus as a left -turn to southbound
Newport Coast Drive, which is currently prohibited by a raised median.
The signal installation at the Newport Coast Drive /Gas Recovery Access Road
intersection will facilitate both entry to the Gas Recovery site and access to Sage Hill
High School by stopping northbound Newport Coast Drive traffic and creating a
protected left -tum /u -turn movement for southbound vehicles. Currently, southbound
vehicles are permitted to make a left -turn or u -turn at this location when a sufficient gap
Subject: TRAFFIC SIGNAL ANDMADWAY IMPROVEMENTS ON NEWPORT C07CST DRIVE AT SAGE HILL
SCHOOL - AWARD OF CONTRACT NO. 3587
Date: January 28, 2003
Page: 3
in northbound Newport Coast Drive traffic exists. Additionally, this signal will control
traffic leaving the Bonita Canyon Landfill site.
As mentioned above, the contract will create a channel in the median at the Newport
Coast Drive /Sage Hill Road intersection to allow vehicles to exit the campus as a left -turn
to southbound Newport Center Drive. Southbound Newport Coast vehicles will continue
to be restricted from making a left -turn movement into the Sage Hill campus due to the
short traffic weaving distance between the northbound SR -73 off -ramp and Sage Hill
Road. Additionally, the existing dirt inside shoulder of northbound Newport Coast Drive
will be paved to match the existing travel -way. Proper signage and striping are included in
the contract.
Environmental Review:
Staff has determined that the project is exempt from CEQA as provided for in Section
15061(b)(3) of the Guidelines, because it can be seen with certainty that there is no
possibility that the project will have a significant effect on the environment. The
justification for this is the signal and its equipment are contained within the existing
developed right -of -way of Newport Coast Drive, and its installation will provide safe
access for Sage Hill High School, as well as persons traversing Newport Coast Drive.
Public Notice: Not Applicable
Geotechnical /Survey Services: Not Applicable
Funding Availability:
There are sufficient funds available in the unappropriated balance of the Transportation
and Circulation Fund for this work. Upon approval of the Staff recommended Budget
Amendment, the funds will be available in Account No. 7261- C5200702 (Sage Hill
School Signal). The appropriation to this account will also be used for expenses
incurred by the City in preparation for this construction contract. These items include
signal design plans, conduit exploration, installation of foundations, controller cabinets,
battery backup units, and signal poles.
P _5r p ed by:
rad Sommers
Junior Engineer
Attachments: Project Location Map
Bid Summary
Sub i d by-
8teph4n G. Badum
Public Works Director
ol
Ii
la t
41 41
'JA
2
U
MW
W
O
IL
w
W
Z
U.
O
H
U
2
W
a
a
w
Y
2a
U
J
m
D
a
Z
G
<
V
O
0
m
o�
N
N
m
E LLJ
1° F
o �
ui
2
U
U
O � �
w o y
� W W
d
U =
Eo U
U
LL7
<
O
..
O H
E
c ° E
U p
r m N N
o
a Ey m
y U w m
Z
c
c
N
=
w
n
E
n
a
R
cf W
r
9 < rU
m � W
mLZ <
NL) L2
— < W
S W
mF?�
Z U O
�uwna.
D
a
O
FO
Q
•
d
N
a
K
N
FD
0
0
m
c
a
0
0
0
0
0
0
0
0
0
0
0
0
0
O
0
0
0
0
O
0
0
0
0
�h
0
0
O
F
Ih
O
r
O
t�J
N
S
—
O
C
V
N
r
M
d
Q
�
N
C
W
O
O
O
O
pp
P
O
r
0
0
0
0
0
0
0
0
0
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
F
0
o
0
0
0
0
0
0
0
0
0
o
0
m
0
o
0
0
0
m
0
n
0
o
0
Z
N
v
m
m
N
N
N
n
N
O
p
N
N
N
N
r
M
m
V
m
N
C
N
r
M
O
_
Q
c
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
m
O
o
0
0
0
Y
00
O
N
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
m
0
o
0
En
0
o
0
0
o00mo0�
n
'0r
=�i0o
Z
n
m
m
Ni
M
v
o
Ol
(q
n�
O
a
c
<
o
�Q
co
=
00000v>m
moon
oo
N
O
O
O
m
O
O
r
n
0
0?
O
Z
nr,
m
n
1(O]
m
r
00
r<^
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
w
F
0
0
0
0
0
0
0
0
0
o
v
o
0
aZ
o
o
0
0
0
0
0
o
0
m
0
0
0
M
o
M
Y
m
o
o
N
0
0
N
O
N
N
M
N
r
r
O
-
En
N
2
W
Q
m
N
Y)
Ir
W
w
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
h
0
M
0
N
0
O
0
O
0
N
0
O
z
r
Z
O
O
O
O
m
M
c!
W
Z
W
J
0101010
H
F
J
J
J
J
fn
F
0
o
0
0
0
rn�
r
7
Q
N
o
c
Ep
a
N
c
y`
z
U
m
c
Z
O
d
y
Y
L
0
O
EL
En
0
U
o
o
c
E<
m
U)
o@
N
N
m
Eo
y
N>
d
a
U
p
Vw
w
v
E
`c4
w
r
<
O
c
c
2>
x
W
r
C
m
y
6
w
=
C
C
C
N
CL
9
._
O
F
N
Q
Q
H
U°w
iq
.=_
y
mN
<
2a
D
EL
Z.
V
N
C
U
C
m
O
�r-
2
T
rrMwDL")(T)6o
A
7
•-
_�
C
O
D
a
O
FO
Q
•
d
N
a
K
N
FD
0
0
m
c
a
S
U
Q
W
m
0
a
3
ui
z
LL
0
U
H
z
W
H
a
W
Q
U)
Y
Ex
V
J
m
a
z
O
F
Q
U
O
0
D7
E
m F
o Q
r Q
W
2
U
d
U 7 W
H o y
c U
N ' W
U =
m U
U
!.t]
Q
I
A
N
A
d
O w
d
m O
d E
a E
U
m C6 tp
0
O
� X0+1 A
y U w m
z
C
O
0
c
d
w
0
n
E
A
V
0 LU
F
d 2 W
F U
N L O Q
0 u <
N
A = < LL)
r = W U
W F Z
z Q
p' -
unia
rn
r
C
J
E
¢
m
Q
•
d
a
}
Q
i
N
n
m
O
O
N
s
d
n
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
6
0 CD
0
0
N
N
O
O
Z
W
W
T
N
N
N
O
O
O
In
CJ
th
N
O
r
r
M
N
co
O
U
¢
J
N
C
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
0
0
0
0
0
0
RRO
WZ
m
0
01
O
m
�
O
N
CJ
M-
(V
h
(p
R
<
O
a
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
o
m
o
0
z
Nino
Or'
ion
om
o
MN
°rD
OOm
0
o
C
o
�p
N
v
N
6
r
C
Q
<
V
Em
Q
0
U
"m
O
O
O
O
O
O
N
O
O
O
O
C
O
O
O
O
O
W
W
N
O
tD
O
O
m
O
r
Ul
Ol
0
m
0
r
N
O
m
W
N
N
W
c=
N
F-
NtV
—
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
Z
Z
O
o
O
o
o
o
0
o
0
o
o
v
m
rn
o
o
r
N
o
6
o
CJ
m
N
N
tD
M
th
!�
N-
N
60
9
W
d
¢
0
z
o
0
0
0
0
0
0
0
0
0
0
g
o000o
cp000
00
�
Zo
o
°0
0
C
m
o'
om
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
W
0
0
0
0
0
0
0
0
0
o
o
v
o
0
aZ
z
O
O
o
O
0
O
0
O
0
in
0
O
o
M
v
O
M
v
'-
m
O
o
N4
0
2
D
h
Q
2
m
W
Q
o;
V1
N
K
W
W
0
0
0
0
0
0
0
0
0
0
0
0
po
0
0
0
0
0
0
0
0
0
h
0
N
0
N
0
O
0
m
0
N
0
N
z
Z
8
O
O
N
W
h
G
O��
N
(h
N
W
W�
N
J
J
J
J
J
J
J
J
H
(n
r
J
z
Z�
0
o
0
0
o
m
Q
o
C
a
c
U
m
c
?
o
Co
z
=i
d
Y
U
d
y
m
0
2
0
CL
a
U
U
o
d
c
N
C
E
Q
C
m
co
--
Z6
oc
U)
om
m
p
m
m
m
y
v>
??
H
V
N
y
U
E
o
m¢
d
C
C
d
M
c
c
a
a
a
0
m
Q
d
N
H
mUinco
9
'0
•Q
2a
U
U
U
H
m
0
m
OrL°FL°
Ec'nTDUin
�6
U¢
W
r
rn
r
C
J
E
¢
m
Q
•
d
a
}
Q
i
N
n
m
O
O
N
s
d
n
U
Q
W
m
O
a
W
Z
LL
O
U
F—
Z
W
CL
W
D
Y
It
V
J
m
a
z
O
U
U
O
A
N
A
d
O
N
R
O
L)
Y
3
d
Z
c
O
C
E
E
O
E
m
0
0
C
9
R
W
H
E
`0 F
o
r �
W
_ F
2
U
d
u
O
M W
w o y
c U
d ' W
U =
_ � U
U
F
I
I
o
o°
o
°O 0�O
o
g
°o
o
°o
o
H~
O
N
O
Q
N
M
pp
On
°
O
C
C'
n
Oct
N
N
N
p
V
r
th
fV
N
sl
c7
h
th
N
tV
O
Q
m
W
O
N
O
O
O
O
O
O
O
O
O
O
N
Q
O
0
0
0
0
[Np
Oi
00
�N
V
Z
O
O
M-I
N
Z)
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
F
0
0
0
0
0
0
0
0
0
0
00
O
0
C0
M
N
O
O
N
N
O
A
N
Q
N
N
V
N
N
n
c
j
Q
co
v
c
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
N
O
O
O
O
O
U
0
0
G
O
O
N
O
N
[D
O
C;
A
N
N
N
<
co
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c
o
0
0
0
0
0
0
0
m
o
0
0
0
cZntqMVOO
Z
M
O
O
O
O
Om
M
Mnw<n
N
�n
MOo
ink
-<
N
N
tp
(D
N
2
O
V
co
C
Q
1-
0
U
o
0
0
0
0
o
ro
o
0
0
0
0
°3F
00000
r�c°noC
�
N
No
M�2
ry
<
?
a
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
W
F-o
0000000000
00
~
G�
Z
O
000000
O
O
O
N
O
M
a
O
o
M
v�
•-
O
o0
N
Q
W
Q
N
N
Of
w
W
W
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
O
O
O
O
N
M
N
O
O
N
O
Z
Z
O
O
O
O
Cl
W
Z
O
N
h
N
N
'
W
W:D
r
tD
t0
J
J
J
J
J
F
J
J
J
J
0
F--
}
H
�
0
O
O
O
O
O
N
Q�
X
0
^
S
Q
N
C
a L
c c
U
i.
n
m
c
Z
o
�
cD
0
2
d
d
F
U
C
cn
o
U
o
o
N
�
E
a
c
m
(n
i
m
o
-
m
>
N
'e
E
U
Q
O
_
>
W
C
Y
N
N
o
c
c
c
fn
d
Q
o.
N
p
H
-
m
Q
co
m.
=_a
¢
U
U
U
U
y
2a
'o
fC
Z
N
o
irPrE-
U)6mC)iin
Lm
(6
c4a
LU
N
M
i0
tp
n
t0
O)
O
Q
m
•
A
a
y
0
0
0
0
m
0
°w
L
n
d
2
U
Q
MW
W
O
a
W
Z
U.
0
v
r
Z
W
r
a
i.0
c
C0
Y
Q'
U
J
m
CL
z
O
Q
v
O
0
m
rn
N
m
E
A F
o Q
Li
2
U
U
0
O � w
H o y
c U
d ' W
U _
U
U
LLI
Q
I
�Mmp
E
0 g E
o p E
U r O
r 0 N N
n
3 n n m
y V w CO
Z
a
0
C
m
E
O
E
A
A
K �
F
A � CtJ
F., U
'u>t ZQ
u u F U
Aw
= ¢�ilF
r x
wF?-,
�zvo
FuLLIa..
11
C
E
in
•
a
v
m
m
a
0
0
0
0
0
0
0
0
o
0
g
o
0
0
0
0
0
0
0
0
0
0
0
cZ
uigoddouiododoo
O
0?
L)
Q
O
N
N
0
O
0
V
0
N
O
N
A
N
A
A
O
A
O
M
N
N
N
p
CO,�
CO
A
U
¢
N
2
0
So8008�000So
U
O
N
88
0
0
0
A
N
N
N
O
N
O
tD
O
O
Z
O
N
0
0
0
00
oO
S
m
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O7
0
0
0
0
N
O
8
Z
O
m
V
W
W
A
N
in
O
o
O
N N
N
6 O
o g
of m
m
N
m�
0
0
A
N
N
l7
th
A
N
O
N
A
pp
m
Q
c
.c
W
O
O
O
O
O
O
N
O
0
0
0
0
C
O
O
N
V
O
t0
N
O
O
N
V
O
y
z
m
A
m
o
o
v
o
C
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
w
F-
0
0
0
0
0
0
0
0
0
0?
0
0
Q
Z
0
o
0
C
0
6
0
o
0
N
0
o
0
N
e
o
O
M
v
m
o
o
N4
0
O
W
Q
M
N
N
W
0
0
0
0
0
0
0
0
0
0
0
0
z
F
0
O
0
O
0
O
0
O
0
O
0
0
N
0
N
0
O
0
N
0
N
0
O
Z
O
O
O
O
N
[7
W
Z
W
�
O
N
N
N
'
LU
J
J
J
J
J
H
w
J
J
J
F
fn
H
�
o
7
C!
N
c
m
N
U
Y
cm
c
a8
_
u
v
zz
m
Z
O
0
m
H
m
a
U
U
o
-
v
C
c
Uc
c0
d
c
w
E¢
10
N
o
m
m
m
LU
p
m
m
y
a>
>
m
a
r
U
2
N
m
¢
o
C
C
Z>
o
m
X
w
v
c
m
m
a
c
m
c
m
c
N
a
d
._
m
r
m
=Q
¢
mcgti'w_
2a
B
0
c
a
2
c
=S
W
N
f7
<
N
fp
A
GD
N
O
•-
N
F
C
E
in
•
a
v
m
m
a
Oy of Newport Beach
BUDGET AMENDMENT
2002 -03
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
NO, BA- 040
AMOUNT: $300,000.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the Traffic Signal and Roadway Improvements on Newport Coast Drive at
Sage Hill School, C -3587.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
260 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Description
Circulation and Transportation
Description
Description
7261 Transportation and Circulation
C5200702 Sage Hill School Signal
Financial Approval: Administrative Services Director
Administrative Approve: City Manager
City Council Approval: City Clerk
Amount
Debit Credit
$300,000.00 '
$300,000.00
/,,2/-0L?
Date
03
to
Date
wry of Newport Beach. NO. BA- 040
BUDGET AMENDMENT
2002 -03 AMOUNT: $300,000.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE: BY THE CRY COUNCII
from existing budget appropriations Cm OF NEWPORT BEA
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION: A! PR F
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the Traffic Signal and Roadway Improvements on Newport Coast Drive at
Sage Hill School, C -3587.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
260 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Circulation and Transportation
Description
Amount
Debit Credit
$300,000.00 '
Description
Division Number 7261 Transportation and Circulation
Account Number C5200702 Sage Hill School Signal $300,000.00
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
Automatic System Enlry.
Signed: / -,21—C)2
Financial Approval: Administrative Services Director Date
Signed: f..-.
AdministrrartiivveAppro y: City Manager
Signed: ZaN n,),u 01 / . �x,Pir -�
City Council Approval: City Clerk Date