Loading...
HomeMy WebLinkAboutC-3630 - 2004-2005 Alley Replacement ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 28, 2006 Nobest, Inc. P. O. Box 874 Westminster, CA 92684 Subject: 2004 -2005 Alley Replacement Program (C -3630) To Whom It May Concern: On June 28, 2005, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on August 10, 2005. The Surety for the contract is Contractors Bonding and Insurance Company, and the bond number is CE 2590. Enclosed is the Faithful Performance Bond. Sincerely, U�A ff " 0 11 LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 20042005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 TiP111zFe=iM' FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ _7,289.00 being at the rate of $ 10.00/7.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to NOBEST, INC., hereinafter designated as the "Principal ", a contract for construction of 20042005 ALLEY REPLACEMENT PROGRAM, Contract No. 3630 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. 3630 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Oxb.a� B3TUM aril lra CUTPNV , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of EIGHT HUNDRED TWENTY -SEVEN THOUSAND AND 00/100 DOLLARS ($827,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, 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 harnless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1st day of Fly .2005. NOBEST, INC. (Principal) Name of Surety 111 Pacifica. Ab. 350 Irvine, Qt 92618 Address of Surety , 949 -341 -9110 Telephone Lire D. (bats. Atfrsne_v in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 State of California County of Orange On February 1. 2005 before me, Kay E. Anderson /Notary Public Date Name aM rM of Ofter (e.g., •Ja Ow, Nofry PUbkj personally appeared Larry Nodland Name(a) d Sigmr(s) ❑ personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by histher/their signature(s) on the instrument the person(s), �� ^�•� --p or the entity upon behalf of which the person(s) acted, KAY E. ANDERSON 1 executed the instrument. ' COMM. #1304678 ? m NOTARYN18l1C- CN.VMM 9 L anN GE00tR lf o/ C=L Bip. June 13,1005 WITNESS my hand and official seal. rawre of Notary OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Contract Bond Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual 0 Corporate Officer Title(s): President ❑ Partner —❑ Limited ❑ General ❑ Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ,- ❑ Other tap of thumb here Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): Partner —❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGNrTMUMBPNINT OF SIGNER O t995 Nbeonal Nafary Asso=60n • SZIG Ram,e1 Ave., P.O. Box 7164 • Canega Pula CA 91J0&71M Fed. No. 5907 Render. Cal roaFree 14106676-6627 CALIFORNIA ALL - P�itPOSE ACKNOWLEDGMEN State of California County of Orange On FEg 0 1 2005 Christine A Rapp, Notary Public NAME, TITLE OF OFFICER personally appeared Linda D. Coats NAME OF SIGNERS) ® Personally known to me - or - ❑ CHRISTINE M, RAPP a = ° comet. N 1484618 X U i d c NOTARY PUBLIC-CALIFORNIA <Y ORANGE COUNTY °-atr My Comm Exp1m JULY - =i Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 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 foam. CAPACITY CI AIWD BY SIGNER ❑ INDIVIDUALOWNER ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 1 ) mej'i 1I/Y / ► / Y :11:1 1 I:IZ UiZYI TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT : ,-Ill I X . ... ........... Tol I z CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkess, MMC August 10, 2005 Nobest, Inc. P.O. Box 874 Westminster, CA 92684 Subject: 2004 -2005 Alley Replacement Program (C -3630) To Whom It May Concern: On June 28, 2005, 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 6, 2005, Reference No. 2005000521288. The Surety for the contra_ ct is Contractors Bonding and Insurance Company, and the bond number is CE 2590. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 Zi7WE [• � LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to NOBEST, INC., hereinafter designated as the "Principal," a contract for construction of 2004 -2005 ALLEY REPLACEMENT PROGRAM, Contract No. 3630 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. 3630 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, Uxtracb= andlav and aapwV duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of EIGHT HUNDRED TWENTY - SEVEN THOUSAND AND 00 /100 DOLLARS ($827,000.00) 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, finely by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for. any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 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 1,,t day of Fpl-„z,.., .2005. NOBEST, INC. (Principal) 111 Pamfaca Pb. 350 Irvine, O1 92618 Address of Surety 949 -341 -9110 Telephone Lirr13 D. Q-ats, Atbxney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL•PURPOIQ�— ACKNOWLEDGMENT State of California County of On February 1, 2005 before me, Kay E. Anderson /Notary Public Dale Name and Title of Officer (e.g.. 'Jane Doe, Notary Pu01c') personally appeared Larry Nodlana Name(s) of S4104) ❑ personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/herAheir authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), I KAY E. ANDERSON ( or the entity upon behalf of which the person(s) acted, rr COMM #1304878 n executed the instrument. m Norntawtettc- awrua� oRANr�cbt>wtr �jl l.anm. f�. Jane 13,100.5 WITNESS my hand and official seal. � zz ignamre o1 Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Contract Bond Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ■ r: ■ ■ ■ ■ Individual Corporate Officer Title(s): President Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGH FSIMHPRPJT OF SIGNER Signer's Name: ❑ Individual Number of Pages: Corporate Officer Title(s): Partner —❑ Limited Attomey -in -Fact Trustee ❑ General Guardian or Conservator Other. Signer Is Recresenting: RIGHTTHUMBPRtNr OFSIGNER 0 7995 Nabtnef Norary Assoaadm • aZ36 Rm (A".. P.O. Box 7194 • Caroga Part, CA 9130%71Ba Prot' No. 5907 Reeder: Cal Te&F. 1$ 47&6a21 CALIFORNIA ALL OUPOSE ACKNOWLEDGME4 State of California County of Orange On FES 0 1 2005 Christine M. Rapp, Notary Public NAME. TITTLE OF OFFICER personally appeared Linda D. Coats NAME OF SIGNER(S) N Personally known to me - or - ❑ ,E 0t., CHRISTINE ;: RAPP � C'4 coml M. # 1494618 NOTARY PUBLIC-CALIFORNIA X ORANGE COUNTY N �aWa.N My Comm Ezpim JULY 9, 2005 Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by his/herftheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Ur ( )UMAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVMUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIWTED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTPCY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 9 • 1 ? ki���{ r, E 8R&NG REQUESTED BY AND Recorded in official Records, Orange County WHEN RECORDED RETURN TO: Tom Daly, Clerk- Recorder '05 it��Clerk "1 Ifl{ 11111111 {{ 11111111 {IL111 {IIII {INIPJillll 4111 {Iil {44IIIIlilll41111i111ti� FEE City of Newport Beach 2005000521288 03:25pm 07106105 3300_Newp90 oulevard 115 45 N12 1 ~: "NgyYppct Bir , CA 92663 ,., o.00 0.00 0,00 0.00 0.00 o.00 0.00 0.00 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 Nobest, Inc. of Westminster, California, as Contractor, entered into a Contract on February 22, 2005. Said Contract set forth certain improvements, as follows: 2004 -2005 Alley Replacement Program (C -3630 - - Worm on said Contract -was completed on June 15 -2008; and was-found taZrsacceptable on June 28. 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Contractors Bonding and Insurance Company. N(5fks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. A Executed on M at Newport Beach, California. • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 29, 2005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3630, C -3644, C -3645, C -3647, C -3667 and C -3731) Please record the enclosed six (6) documents and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk 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 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Nobest, Inc. of Westminster, California, as Contractor, entered into a Contract on February 22, 2005. Said Contract set forth certain improvements, as follows: 2004 -2005 Alley Replacement Program (C -3630? Work on said Contract was completed on June 15. 2005, and was found to be acceptable on June 28. 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Contractors Bonding and Insurance Company. Works 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 M. at Newport Beach, California. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. i 1 June 28, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 6443311 rgunther@city.newport-beach.ca.us �Ciif'tt.t , SUBJECT: 2004 -2005 ALLEY REPLACEMENT PROGRAM — COM "tE I 101N AND ACCEPTANCE OF CONTRACT NO, 3630 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On February 22, 2005 the City Council authorized the award of the 04 -05 Alley Replacement Program contract to Nobest Inc. In the past few years the Oceanfront Alley between G Street and Channel Road, and three alleys between Balboa Boulevard, Bay Avenue, 6t' and 7`" Streets were impacted by several construction projects. Assessment districts funded the undergrounding of overhead utilities, and the City installed new water and sewer facilities. Due to these construction activities, the pavement within these alleys was in need of repair. On August 24, 2004, the City Council approved Council Policy L -25 (Policy), which allows residents to upgrade an alley from standard paving materials to decorative concrete pavers. Typically these alleys are reconstructed with standard Portland Cement Concrete, but the residents on the Oceanfront Alley have satisfied all the requirements of the Policy and requested Decorative Concrete Pavers be constructed in place of the standard Portland Cement Concrete. Per the Policy, more than 60 percent of the residents signed a petition approving the project, and the residents have s SUBJECT: 2004 -2005 ALLEY R EMENT PROGRAM — COMPLETION AND ACCEOCE OF CONTRACT NO. 3630 June 28. 2005 Page 2 percent of the residents signed a petition approving the project, and the residents have • funded the cost difference between the Decorative Concrete Pavers above standard concrete. The funds ($390,700.00) were received by the City on February 9, 2005. The actual cost for the upgrade of the alley was $371,352.00. $19,348.00 will be refunded back to the residents. 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: $827,000.00 Actual amount of bid items constructed: 854,311.00 Total amount of change orders: 31,945.49 Final contract cost: $886,256.49 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional removal and reconstruction of 6 -inch PCC patchback. The final overall construction cost including Change Orders was 7.2 percent over the original bid amount. Two Change Orders in the amount of $31,945.49 provided for a paver color change and miscellaneous extra work. Environmental Review: This project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project involved removal and reconstruction of existing alley pavement. Fundinq Availability: There are sufficient funds available in the following accounts for the project: Account Description Account Number Amount Alley Replacement Fund 7013- C5100277 $261,086.25 Private Funding 7251- C5100277 $371,352.00 Water Enterprise Fund 7501- C5100277 $200,000.00 Water Enterprise Fund 7501- C5500578 $21,616.74 Sewer Fund 7531- C5600292 $32,201.50 Total: $886,256.49 The original contract completion date was June 15, 2005. All work was substantially complete by that date with only a few minor punchlist items remaining. 0 SUBJECT: 2004 -2005 ALLEY F&CEMENT PROGRAM - COMPLETION AND ACCONCE OF CONTRACT NO. 3630 June 28, 2005 Page 3 Is Prepared by: F�Gunther, P.E. Construction Engineer 0 is L] E 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 10:00 a.m. on the 26th day of January 2005, at which time such bids shall be opened and read for 2004 -2005 ALLEY REPLACEMENT PROGRAM Title of Project Contract No. 3630 $1,100,000 Engineer's Estimate by phen G. Badum is Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: http://wwwcity.newport- beach.ca.6s/pbwbidlist/default.asp Click: Online Services — Public Works Bid List Prospective bidders may obtain one set of bid documents for $30 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor's License required for this project For further information, call Sean Crumby. Project Manager at (949) 644 -3315 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ...........................:............................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PRA SPECIALPROVISIONS ............................................................. ............................... SP -1 2 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in • • substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.access.qpo.gov/davisbacon 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. 3sg6zz X Contractor's License No. & Classification �/DBG>5i der. Bidder Date 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004-2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten percent of the total amount of the bid Dollars ($ 108 ), to be paid and Forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2004- 2005 ALLEY REPLACEMENT PROGRAM, Contract No. 3630 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days 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 18th day of January 2005. Nobest Incorporated Name of Contractor (Principal) Contractors Bonding and InsuUMM Ccmmann Name of Surety 111 Pacifica Irvine, CA 92606 Address of Surety (949) 341 -9110 Telephone Attorney in Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) FORNIA State of California County of Orange ACKNOWLEDGMENT On I- V. - gr before me, Kay E. Anderson /Notary Public Date Narro and TO, of Officer (e.9..'Jane Ooe. Notary Pudic] personally appeared L "a) 01 Sig1n(a) ❑ personally known tome -OR -❑ proved tome on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, KAY E. ANDERSON executed the instrument. � COMM. iK1304870 ;; Mootltrr s WITNESS my hand fficial seal. L`MyCam� E.. Mn� 19.2006 C S' tune of Notary Pudic OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ® Corporate Officer Title(s): President Partner —❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Top of Numb here In Signer Is Representing: Signer's Name: ■ ■ ■ ■ ■ Number of Pages: Individual Corporate Officer Title(s): Partner —❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGHT THUN18PRINT OFSIGNER 019% NabofW Notary Aaveabb, •8278 Rbimet Ave., P.O. Box 7184 • CVX)9a Park CA 9109 -7164 Prod. No. 5907 P,@~. Ga Tol 14900- 876-W7 CALIFORNIA ALL - DOSE ACKNOWLEDGME* State of California County of Oraneee on JAN 19 2M personally appeared before me, A.P. Coats, Notary Public NAME, "TLE OF OFFICER Douglas A. Rapp ® Personally known to me - or - ❑ Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his /her/their ,authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) A.. COATS acted, executed the instrument. Comm .1498145 NOTAgV PUBLUn -m ORANGE COUNTS W WITNESS my hand and official seal. My Term EAP July 2, 2OGB n / OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTn Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 0 V 0/ Amm/l/ �el, Ap W, QTE ",�,WDRAW; T a DPO."WE 0 G 'A m v A Pao an 4% A, x V, 'Pow Power of Affor.10 1040 7; Xa4lml, aff W- Xof Valld.(O- <1 �Z x ov, \WA "-. xecuted On or Amri-iii��. Nififibef, , mjxW1 '40tlyau unaltered o&ginal of this Power 6FAftord 66i=4 jiry'abd Aalia,ongmal dMs,dogymenils prfflgd,.Vn j 11 -1 1, 1­111��,,,,, Wiwi, , 5; &, =Qity (Me "CiAipan, VIIWW�11= A-0 The original 6cti�re4ce�j I dtbedinathe W UPOD�W� per rathe rthan PTt UV watermark appears C , . � tle,wor 0sibleAhen the t 1 is tjPvilid solUflin emmetion with the executl6Wand deliver -i�- P� the d bearing V! dq1sd1,t#qq06bbnd-isq Tkis;dodWi f thtl" ibdicateittel6w. Wyali only if is executed r the -date ab," . . ......... . . A.. XROW ALL MN'BY THESE ha ,ma 9 onsiifik� DdU6Ui Api,� C TS,iti 6 alp And 'aPPOint i Atto (a) &,WQ�aAhg authoift reb conferredAir lawful rUey :r lui6\, �Cir�l�dg half PfWt its name, :'place- A mqn deliver oon�- company;' (1) any and all bonds sa8 undertakiags M.iuret iven 4 or any' -jPurPoSe;' provide, d S aut oriiajkto eA xm e"I u t and deliver aut a 6%� an for 'an y� portion of the "a irde d v" :`.further,: no Sur Vrbpozal,�bond -for a' d or 'undertaking would, and -(A c - Z, d rale i 'on sent con ract,.,..bozided',l;)y the ;'Ccmpany This hor-Ity, -w� the'. v Board, of ----------- Y-`A --I-, k'S a 777777 --------- --- - ------ a0 RY \�MV ------------ ----------- 77, - z7- ��7 2 --- ----- --------------- ----- Best's Rating Center - Comp Information for Contractors Bond' rlq and Insura... Page 1 of 1 View Ratings: Financial Strength Issuer credit B Securities Advencedi SeArGh J Contractors Bonding and Insurance Co AY.9- kM02119 NAIOa:9200 FEWC 911011SN Debt :., Address: P.O. B. 9271 Phone: 206- 622 -7053 . .. :, Seattle, WA 98109 -0271 Fax: 2os aa2 -1558 Annouffcernents :.: Web: w yry.9ecbic.com Special RP,ports -; Best's Ratings Related products 'F Financial Strengnl Ratings View DlfIn111O1t @. Industry. &Regonal Rating: A (Excellent) Financial Size Category: w ($25 million to $50 million) Qttaln a Rl3tipJ Outlook: Stable Action: No Change After Receipt of Annual Financial Statement Bests Security icon Effective Date: June 10, 2000 Reports and News Visit our NewsROOm for the latest news . andpress releases for this company and its A.M. Best Group. Other Wen cemvs: r ^. Beers Company Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detalli § key financial data. k Report Revlalon Date: 06 /10 12004 (represents the latest significant change). ^^f Bears Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance; key financial performance tests including profitability. liquidity, and reserve analysis. 'i Data Status: 2004 Best's Statement File - P /C, US. Contains data compiled as of 12/22/2004 (Quality Cross Checked). s Single Company -five years of financial data specifically on this company. s Coma3p „sgn.- side -by -side financial analysis of this company with a peer group of up in fin other companies you select. s Canpoafte - evaluate this company's financials against a peer group composite. Report displays both the average and total composite group. Beal Key Ratom Guide P fat' Re" - includes Best's Financiat Strength Rating and financial data as provided in Best's Key Re Data status: 2003 Financial Data (Quality Cross Checked). k Financial and Analytical Products Bgsis_PrRAer1Y!C @ sualty ¢ eniBr Pre um Data & Re}wg5 (Fns oia4Optil) Best's Key Rating Guide Property/Casualty Best's Statement File - Property /Casualty Best's Statement File - Glpbal Beefs Insurance Reooris Property I Casualty Best's State Une Property /Casuaity CpstorOef serviGC I Prodpid$uPROn I Meniber_Ganter I Co_ntact.1010I careens About A.M. Best I Site Map I Pnvacy_POlicy I Security I Terms of Use I 1Legal-8-licensing OopyNht ® 2005 A.M. Ben Comiumy. Inc. All rights reserved. A.M. Best Worldwide Headquarters. AmECat Reed. Oldw ck. New Jersry, 88858, U.S.A. http: / /www3.ambest.com /ratings /FullProfile. asp ?BI= O&AMB= 2719&AltSrc= MAI... 01/27/2005 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 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 Information Bid Item Description of Work %of Number Total Bid Name: wK : Dq�e�ti i a�,cis Ta,c, Lit- Fulo,le� -�q Address: iVlanna • Va ll•� �'% �� /o Phone: State License Number: Name: C Address: Phone: State License Number: L 54 11 Name: Address: Phone: State License Number: DBlgST L, Je- Bidder n U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. 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 itl.IL"M` 7- J- ))0;J4T_S Project Description Approximate Construction Dates: From T Agency Name �' �U tI &W P0� 5�c k( Contact Person S7' &7Nc- -J 73A1)v1v1 Telephone 331S— Original Contract Amount $ :ZS, lirFinal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) "o 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 AJ / A 0 0 No. 2 Project Name /Number 8AL73o A -7;5LA.V4t� :2>.p V jFM tgLfr Project Description ��mr� ✓: /'S EPL� tE pcc- z4 UP 3 — Approximate Construction Dates: From Agency Name /- 044 6-,Z' A],-=-,r, To: a, - D q Contact Person -S%L�►<6k) BAU Telephone (9`ll (o (4 - .3 -3) j' Original Contract Amount $ / /Dift0 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 J No. 3 Project Name /Number, 0AdG�Q��� Project Description _ GarVG�Tt Approximate Construction Construction Dates: From ^% - / ' `� To: Agency Name C i-t , ` o � vAt4G Contact Person CRAi 6r A Telephone") -7 bS - 6 is$O Original Contract Amount $6OVAMFinal 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. N /A 0 0 No.4 4v��11 - &P#473 Project Name /Number Project Description lWdrm15rt9E- Approximate Construction Dates: From Agency Name Contact Person A419E- GtS677ZRO Telephone) /n) 862 -573 Original Contract Amount $ Final Contract Amount $ GN%. %' 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 /Numbe Project Description r i utisa I 1 �a�� .3U �AC� lea -n►$ JL77b Approximate Construction Dates: SFrom To: Z " a Agency Name Contact Person %��� �V Telephone gbh Original Contract Amount $ Final Contract Amount $ 33/ . Z7'9 — 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. .0 l4 0 0 No. 6 / Project Name /Number s 1°j��»aiJf-L 3 sff-ce,, f pf' �%�4R 5 Loci Project Description 1�i�1 no u E- C-4F 424WGQeTE 7 J4 e , Approximate Construction Dates: From /O —b `% To: Agency Name viv7 —�N C7 Contact Person - C904CC )41" Telephone(114 375- -6Pq-2-- Original Contract Amount $ Final Contract Amount $ � 913 , J 1 1 3P 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. /,J/X 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. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current finan conditions. Bidder dhnma . 'nn turP1Tit 10 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Ohhxj&, ) L,atn,44 being first duly swom, deposes and says that he or she is 1r0cjyu-r- of ,J 0 i3e-S r Dye- . , 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. A,108937 fuel. Bidder A n ture/Title Subscribed and sworn to before me this �!o k�g-(112A A I&AaW-IJ Notary P lic My Commission Expires: 3 - 05- 11 day of \—J 12005. [SEAL] KAY ANDERSON a :s COMM.#1304878 rarurrvueuc• n $'. aw�cecaurrtr Y/Comn66�.Jms19,1006' 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 DESIGNATION OF SURETIES Bidders name A)Q43e51 -Dj'L. 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): 6&'JD'3 i Rd'J -07ai MiLE51 "DAfE Ri5< A4AA(dctj344C>, A Ck', Aor2� PA -�SIL�- /3b A-le. CA I - f /I/ - -113sU tj &� 12 -.- 1060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name AJt?13eST 1Kie. Record Last Five (5) Full Years Current Year of Record 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. 13 Record Record Record Record Record Record for for for for for for 2005 2004 2003 2002 2001 2000 Total No. of contracts ' S S �( ) 2 Z- ,28 Total dollar Amount of Contracts (in Thousands of $ N 41es I56 G7 '511-3 5 Z5 t 173 No. of fatalities 0 No. of lost Workday Cases 0 C) O 0 ' I No. of lost workday cases involving permanent transfer to another job or termination of d O O ' 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. 13 0 0 Legal Business Name of Bidder( oBcSSr SAC Business Address: 0.0 Box 07Y Oasrwnvsn�, Pia Business Tel. No.: (-71v) 892 - SSO3 State Contractor's License No. and Classification: Title PQ J,h� 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 Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title -ZL- 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. 14 ACKNOWLEDGMENT State of California County of On Z& •05 before me, Kay E. Anderson /Notary Puht;_c Dam Name ane Tide W Offioar (e.9- -Jane 006. NW" PWe) personally appeared Larry Nodland F. Rnhprr. NMI anti TT Nameta) OI Signed:) ❑ personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, KAY E.. ANDE� executed the instrument. ¢ C�O�M,M,�.,#�1304878 INIAR PI1BlIG GItrORNA j SlS. ORANGE COUNfL' plyCatm B�..Aats 19. �� WITNESS my hand and official seal. Sig we at Notary Puo11C OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Proposal Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual * Corporate Officer Title(s): President & Secretary ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator - a ' - ❑ Other: FT — op of th mb he e Signer Is Representing: Signer's Name: E I Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGA-n u%iBPHW OF SIGNER 0 1996 Nation Nomry Aauoakon • 8276 Remnet An.. P.O. Box 7184 • Canoga Palk. CA 91309 -7164 Pmt NO. 5907 Re~.. Cal To F. I -W9 766 2T 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 ACKNOWLEDGEMENT OF ADDENDA Bidders name mdB461— _DiuC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 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: A/6t3c-,�7- ruo Business Address: P.0. 8oX Q,-)L( �,(%eST m ins 1Z�2t CA 9269 4 Telephone and Fax Number: (7/11) 992--9-569 (7 /v) 3 73 -0,039 California State Contractor's License No. and Class: 3S962-2 A (REQUIRED AT TIME OF AWARD) Original Date Issued: L/ /y 9 Expiration Date: 7 131 /o(, 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: YO i K-cs LuTzw t S- L3 -,7 of Arm 2 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 1?013ay: —. )Q0JbL&t0 ff- - scCR-97)-2.y -114- 992 S_3 Corporation organized under the laws of the State of C&(,t Foa4j ir+ 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: L ;� All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: A, le, UG 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: Provide the names, addresses and telephone numbers of the parties; V aA.'Lf Briefly summarize the parties' claims and defenses; ,t,/az�cf Have you ever had a contract terminated by the owner /agency? If so, explain. /l. /O Have you ever failed to complete a project? If so, explain. A/0 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 /® Are any claims or actions unresolved or outstanding? Yes /O 17 0 0 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. 10,30r-510-4 idder Subscribed and swom to before me this LARR4 "oDl.,eyNb (Print name of Owner or President of Corporation /Company) Title / - Z& _0.S Date .Z& 774 day of ,TAAI LJAR- [SEAL] 18 KAY E. ANDERSON s COMM. #1304878 > > i rgrunvt�euC•GUWOrou � s' . aaNOECOUrtY L. MYCann►6�.,Mm13,2G06 2005. License Detail Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 359622 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments known to the CSLB are di • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 01/27/2005 * * * Business Information * * * NOBEST INCORPORATED P O BOX 874 WESTMINSTER, CA 92684 Business Phone Number: (714) 892 -5583 Entity: Corporation Issue Date: 07113/1978 Expire Date: 07/31/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 173466 in the am $10,000 with the bonding company SURETY COMPANY OF THE PACIFIC. http:/ /www2.csib.ca.gov /CSLB_LIBRARY/ License +Detaii.asp ?LicNum = 359622 01/27/2005 License Detail • • Page 2 of 2 Effective Date: 01/01/2004 Contractor's Bondiny._History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) RC LAWRENCE NODLAND II certified that he /she owns 10 percent or more of the voting stock the corporation. A bond of qualifying individual is not required. Effective Date: 10/09/1991 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 6693043 Effective Date: 10/01/2004 Expire Date: 10/01/2005 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licef Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request @2005 State of California. Conditions of Use Privacy Policy http:/ /www2.cslb.ca.gov /CSLB_LIBRARY/ License +Detaii.asp ?LicNum = 359622 01/27/2005 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 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. iv, 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 CONTRACT THIS AGREEMENT, entered into this _ day of , 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and NOBEST, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2004-2005 ALLEY REPLACEMENT PROGRAM This project provides for removing existing alley paving, constructing new alley paving consisting of concrete pavers over bedding sand over concrete pavement, adjusting utilities to grade, and constructing alley approaches. 3630 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. 3630, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 0 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 (EIGHT HUNDRED TWENTY -SEVEN THOUSAND AND 00/100 DOLLARS ($827,000.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Sean Crumby (949) 644 -3315 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR Nobest, Inc. P.O. Box 874 Westminster, CA 92684 714 -892 -5583 714373 -0039 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with 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 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 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. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 • r 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. 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. 23 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, 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. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK CITY OF NEWPORT BEACH A Municipal Corporation / APPRO S TO FORM: NOBEST, INC. By: CITY ATTORNEY Abtharize ign4ture and Title LARRY SAN - t�2 ES �'Pt� 25 State of California County of Orange On February 1, 2005 before me, Kay E. Anderson /Notary Publir oato Name am Title of o8ker (e.g..'Jata Doe, Notary Pudic] personally appeared La Nano(s) o( Signerls) ❑ personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), KAY E. ANDERSON or the entity upon behalf of which the person(s) acted, COMM #1304678 > executed the instrument. ratu8rwetic•cN1FOFtleA M a >:. owwc;ECaurtr -`' MyCrown 6�.JRes19,111� f WITNESS my hand aqd official seal. OPTIONAL " Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Contract Agreement Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Corporate Officer Title(s): President Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator 24 ;. Other. Signer Is Representing: Top of rnt o here Signer's Name: Cl ❑ Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other. Signer Is Representing: RIGHTTHUMaPRN7T OF SIGNER 0 1996 NawW Nolary A bon • 8=6 Ae k Aw„ P.O. Bet 7184 • Canoga Park G 917097184 Pion. No. S907 Reonsea, call To"" 1.41099766827 CERTIFICAT F LIABILITY INSURA E DATE /00ACCW. PRODUCER (949)852 -0909 Milestone Insurance Brokers P.O. Box 19598 8 Corporate Park, Ste 130 Irvine, CA 92623 -9598 FAX (9 52 -1131 �[�F ����� i� c O, THIS CERTIFICATE IS ED 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. 1 SURERS AFFORDING COVERAGE NAIL # INSURED No best, Inc. P.O. Box 874 Westminster, CA 92684 1 1 2005 6. PUbftq :- (iz; (Ppa*,Wnt ,e - .- .!g *hni" 1sIR:.t: I SURERA. Westchester Surplus Lines Ins. LiMITB INSURERB: Hartford Fire Ins Co 19682 SURERc: A.I.G. Insurance Company GLW782728 INSURERD: 10/01/2005 INSURER E: $ 2,000,000 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINr 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 IIDDIL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LiMITB AUTHOR NTATIVE GENERAL LIABILITY GLW782728 10/01/2004 10/01/2005 EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ S0,00 CLAIMS MADE FJX� OCCUR $ S'000 MED EXP (Any one parson) A PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS- COMP /OP AGO $ 2,000,00 POLICY X PRO PRO- ElLoc AUTOMOBILE LIABILITY ANY AUTO 72UUNUS6289 10/01/2004 10/01/2005 COMBINED SINGLE LIMIT (Ea accide ) $ 1,000,00 X B ALL OWNED AUTOS SCHEDULED AUTOS 5500 COMP DEDUCTIBLE 1,000 COLL DEDUCTIBLE BODILY INJURY IF" Parson) $ BODILY INJURY (Par=ide ) $ HIRED AUTOS NOWOWNED AUTOS PROPERTYDAMAGE (Par accident) $ GARAGE LWBIIJ AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO S EXCESSIUMBRELLA LIABILITY BE0839306 10/01/2004 10/01/200S EACH OCCURRENCE $ 2,000,00 OCCUR ❑CLAIMS MADE AGGREGATE $ 2,000,00 C $ $ DEDUCTIBLE X RETENTION $ 10,00 $ WORKERS COMPENSATION AND WCSTATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? U yes, cl x be under SPECIAL PROVISIONS below - - - _ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ B OTHER contractors Equipment Leased /Rented 72MSUS7964 10/01/2004 10/01/2005 Limit $100,000 Special Form 3 1,000 Deductible —Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ity of Newport Beach its officers, agents, officials, employees and volunteers are recognized is additional named insured(s) primary & non - contributory & waiver of subrogation included per the ndorsement(s) CG20101185 attached, and in respects to Auto per the Hartford Form HA99130187 and 2001 attached regarding Project; Job No. #1 -2503 / Contract No. #3630, 2004 -2005 %lley Repl Program, Newport Beach, CA 92663. *Supersedes Prior Cert Dted:2 -3 -05 *10 days nonpayment. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) FAX: (949)644 -3318 ®ACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Shauna Oyler Public Works Specialty 30 DAYS EN NOTICETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Dept. BUT FA LURE O A L SUCH NOT CE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Boulevard OF ANY KI HE INSURER, ITS AGENTS OR REPRESENTATIVES, Newport Beach, CA 92663 AUTHOR NTATIVE Ca rTana ACORD 25 (2001/08) FAX: (949)644 -3318 ®ACORD CORPORATION 1988 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. nuvrtu LO JLVVIIVCt 9 Policy Number: GLW782728 Carrier: Westchester Surplus Lines Ins. Expires: 10/01/2005 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: City of Newport Beach its officers, agents, officials, employees and volunteers Re: Job #1 -2503, Contract No #3630, 2004 -2005 Alley Replacement Program, Newport Beach, CA 92663 (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 respects to liability arising out of "your work" for that insured by or for you. Any aggregate limits apply on a per project basis. The insurance afforded to the Additional Insured is primary. If the Additional Insured has other insurance Which is applicable to the loss on an excess of contingent basis, the amount of the Company's liability under this policy shall not be reduced by the existence of such other insurance. CG 20 10 1185 Copyright Insurance Services Office, Inc. 1984 0 0 POLICY # GLW782728 Westchester Surplus Lines Ins. THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: SCHEDULE Name of Person or Organization: Blanket as required by written contract City of Newport Beach its officers, agents, officials, employees and volunteers Re: Project Job No. #1 -2503 / Contract No. #3630, 2004 -2005 Alley Replacement Program, Newport Beach. CA 92663 If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV- COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. • C, F1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured 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 of Section II - LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. Form HA 9913 01 87 Printed in U.S.A. 02(10/2005 11:56 949 - 852 -1131 MILESTONE RISK MANAG PAGE 02/02 Nobest, Inc. Hartford Fire Ins. Co. Policy it; 72UUNUS6289 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured 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 of Section II - LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. City of Newport Beach its officers, agents, officials, employees, and volunteers City of Newport Beach Public Works Dept. 3300 Newport Boulevard Newport Beach, CA 92663 Forth HA 99 13 01 87 Printed In U.S.A. 0 0 IMPORTANT POLICYHOLDER NOTICE BUSINESS AUTO COVERAGE FORM COMMERCIAL AUTO BROAD FORM ENDORSEMENT We have made some important improvements in your commercial auto insurance protection. The HARTFORD Commercial Automobile Broad Form Endorsement which amends the Business Auto Coverage Form, CA 00 01 07 97, has been updated to provide even broader coverage to you. Following is a summary of the changes. Please Ln refer to the form for the actual changes. ° New features ..... 0 Autos Hired by Employees: °i Coverage has been added to further protect your employees who rent autos on your behalf, but where the rental o agreement is executed in name of the employee. While we already consider autos rented by employees at the direction n of the Named Insured to be hired autos of the Named Insured, the new language clarifies our intent. X Lessors as Insureds: Liability coverage has been automatically extended to lessors of autos you hired if the lease agreement requires you to provide direct primary insurance for the lessor and the auto is leased without a driver. An auto you lease under these conditions will be treated as an owned auto — meaning that coverages that apply to covered owned autos will also apply to the leased auto. The lessor will most likely still require that we specifically name it as an additional insured to your policy. However, the new policy language will allow you to satisfy your contractual obligation with the lessor without the need to obtain a binder of coverage from your agent or The Hartford. Waive of Subrogation Rights: A WAIVER OF SUBROGATION condition has been added. If you enter into a contract with a customer in which you agree to waive your rights of subrogation against the customer, your insurance coverage will not be voided. Changes to existing features ..... Hired Auto Physical Damage Coverage: Coverage has been broadened to cover damage to autos you borrow as well as autos you hire. The maximum limit has been Increased from $35,000 to $50,000. Language has been added with regard to the settlement of claims to be consistent with the Business Auto Coverage Farm provision. The phrase 'actual cash value" has been qualified to mean at the time of the loss and the settlement option to "repair" the damaged property has been replaced with "repair or replace ". Wording has been added to clarify that for purposes of coverage under this insurance an auto hired or borrowed from an employee or partner is not considered to be hired or borrowed auto. The physical damage coverage provided by the Commercial Auto Broad Form Endorsement on hired or borrowed autos is excess over the owner's insurance. If you need primary coverage or ff you rent autos with a value greater than $50,000, additional coverage is available for a reasonable premium charge. Fellow - Employee Exclusion: The AMENDED FELLOW - EMPLOYEE EXCLUSION has been revised to extend coverage to apply to your employees while operating their own autos in your business as well as while operating an auto you own or hire. The exclusion has also been revised to limit its applicability to situations in which all employees are covered by a Workers' Compensation policy. This additional policy language will not affect coverage we currently extend to your employees unless you conduct business in a state that allows you to reject Workers Compensation insurance and you have done so. Form CAF432" Page 1 of 2 0 0 Hired Auto Coverage Territory: Wording has been added to the HIRED AUTO - COVERAGE TERRITORY extension to clarify that the it applies only to liability coverage. The place where the suit must be brought has been expanded from the United States of America to "the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to." Sound Receiving And Reproducing Equipment: The SOUND RECEIVING AND REPRODUCING EQUIPMENT extension has been updated. Coverage has been broadened to now automatically cover sound receiving and transmitting equipment that is removable if its housing is permanently installed. Miscellaneous changes ..... Limited Liability Companies: A reference to 'limited liability companies' is added to the BROAD FORM INSURED and the AMENDED DUTIES IN THE EVENT OF AN ACCIDENT sections. This change is being made to update the forth to be consistent with changes made by ISO in the most recent version of its Business Auto Coverage Form, CA 00 01 07 97. These change affect you only if the legal status of your business is a limited liability company. Supplementary Payments: The extension of "Supplementary Payments" limits provision has been eliminated. This provision became unnecessary as the limits provided in the most recent edition of the Business Auto Coverage Form exceed the extended limits we provided. If you have any questions please contact your Hartford agent or broker. Page 2 of 2 Forth CAF4V1-0 0 IMPORTANT POLICYHOLDER NOTICE BUSINESS AUTO COVERAGE FORM COMMERCIAL AUTO BROAD FORM ENDORSEMENT We have made some important improvements in your commercial auto insurance protection. The HARTFORD Commercial Automobile Broad Form Endorsement which amends the Business Auto Coverage Form, CA 00 01 07 97, has been updated to provide even broader coverage to you. Following is a summary of the changes. Please Ln refer to the form for the actual changes. w o New features ..... Autos Hired by Employees: Coverage has been added to further protect your employees who rent autos on your behalf, but where the rental agreement is executed in name of the employee. While we already consider autos rented by employees at the direction of the Named Insured to be hired autos of the Named Insured, the new language clarifies our intent. Lessors as Insureds: Liability coverage has been automatically extended to lessors of autos you hired if the lease agreement requires you to N provide direct primary insurance for the lessor and the auto is leased without a driver. An auto you lease under these °o conditions will be treated as an owned auto — meaning that coverages that apply to covered owned autos will also apply to the leased auto. The lessor will most likely still require that we specifically name it as an additional insured to your policy. However, the new policy language will allow you to satisfy your contractual obligation with the lessor without the need to obtain a binder of coverage from your agent or The Hartford. Waive of Subrogation Rights: A WAIVER OF SUBROGATION condition has been added. If you enter into a contract with a customer in which you agree to waive your rights of subrogation against the customer, your insurance coverage will not be voided. Changes to existing features ..... Hired Auto Physical Damage Coverage: Coverage has been broadened to cover damage to autos you borrow as well as autos you hire. The maximum limit has been increased from $35,000 to $50,000. Language has been added with regard to the settlement of claims to be consistent with the Business Auto Coverage Form provision. The phrase "actual cash value" has been qualified to mean at the time of the loss and the settlement option to 'repair" the damaged property has been replaced with "repair or replace ". Wording has been added to clarity that for purposes of coverage under this insurance an auto hired or borrowed from an employee or partner is not considered to be hired or borrowed auto. The physical damage coverage provided by the Commercial Auto Broad Form Endorsement on hired or borrowed autos is excess over the owners insurance. ff you need primary coverage or N you rent autos with a value greater than $50,000, additional coverage is available for a reasonable premium charge. Fellow - Employee Exclusion: The AMENDED FELLOW - EMPLOYEE EXCLUSION has been revised to extend coverage to apply to your employees while operating their own autos in your business as well as while operating an auto you own or hire. The exclusion has also been revised to limit its applicability to situations in which all employees are covered by a Workers' Compensation policy. This additional policy language will not affect coverage we currently extend to your employees unless you conduct business in a state that allows you to reject Workers Compensation insurance and you have done so. Form CAF -MI-0 Page 1 of 2 Hired Auto Coverage Territory: Wording has been added to the HIRED AUTO - COVERAGE TERRITORY extension to clarify that the it applies only to liability coverage. The place where the suit must be brought has been expanded from the United States of America to "the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to." Sound Receiving And Reproducing Equipment: The SOUND RECEIVING AND REPRODUCING EQUIPMENT extension has been updated. Coverage has been broadened to now automatically cover sound receiving and transmitting equipment that is removable if its housing is permanently installed. Miscellaneous changes ..... Limited Liability Companies: A reference to 'limited liability companies' is added to the BROAD FORM INSURED and the AMENDED DUTIES IN THE EVENT OF AN ACCIDENT sections. This change is being made to update the form to be consistent with changes made by ISO in the most recent version of its Business Auto Coverage Form, CA 00 01 07 97. These change affect you only if the legal status of your business is a limited liability company. Supplementary Payments: The extension of 'Supplementary Payments" limits provision has been eliminated. This provision became unnecessary as the limits provided in the most recent edition of the Business Auto Coverage Form exceed the extended limits we provided. If you have any questions please contact your Hartford agent or broker. Page 2 of 2 Form CAF4321-0 CITY OF NEWPORT BEACH ATTN: SHAUNA OYLER PUBLIC WORKS 3300 NEWPORT BLVD. NEWPORT BEACH CA 92663 JOB: PROJECT JOB 1 2503 CONTRACT 3630 2004 2005 ALLEY REPL PROGRAM NEWPORT BEACH, CA 92663 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. 6 AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 00015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 02 -03 -2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT 01600 - LARRY NODLAND, PRESIDENT TREASURER - EXCLUDED. ENDORSEMENT #1600 - ROBERT NODLAND, VICE PRESIDENT SECRETARY - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 11 -12 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 02 -03 -2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER NOBEST, INC. PO BOX 874 WESTMINSTER CA 92684 �MC,sc� SCIF 10262E Nis certificate on R RINT D: 02-03 -2005 Adept ty' you see ehint watermark Mal reads STATE FUND DOCUMENT' PAGE 1 OF • C*OLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 02 -03 -2005 GROUP: POLICY NUMBER: 7693043 -2004 CERTIFICATE ID: 10 CERTIFICATE EXPIRES: 10 -01 -2005 10 -01- 2004/10 -01 -2005 CITY OF NEWPORT BEACH ATTN: SHAUNA OYLER PUBLIC WORKS 3300 NEWPORT BLVD. NEWPORT BEACH CA 92663 JOB: PROJECT JOB 1 2503 CONTRACT 3630 2004 2005 ALLEY REPL PROGRAM NEWPORT BEACH, CA 92663 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. 6 AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 00015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 02 -03 -2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT 01600 - LARRY NODLAND, PRESIDENT TREASURER - EXCLUDED. ENDORSEMENT #1600 - ROBERT NODLAND, VICE PRESIDENT SECRETARY - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 11 -12 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 02 -03 -2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER NOBEST, INC. PO BOX 874 WESTMINSTER CA 92684 �MC,sc� SCIF 10262E Nis certificate on R RINT D: 02-03 -2005 Adept ty' you see ehint watermark Mal reads STATE FUND DOCUMENT' PAGE 1 OF FU -08 -2005 TUE 01:33 PM FAX NO. . 2� Fax #: f Z l �1p — � qq- 3319 Q�vGti CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: oZ' 3 -- 0_�- Dept. /Contact Received From: .SkAki,.V. +- 0 Date Completed: A - K -'0S Sent to: �h ct. By: Company /Person required to have certificate: f71��P S� Srt —o.t. L GENERAL LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII P. 01 C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes o(No D. LIMITS (Must be $1M or greater): What is limit provided? a �'. I w 1 DlC E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? Ef Yes o F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is It Included? JZYes [I No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? 10 Yes L] No H. CAUTIONI (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence° wording? ❑ Ye.p JgNo 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. U. AUTOMOBILE LIABILITY r A. INSURANCE COMPANY: 14 B. AM BEST RATING (A: VII or greater): ft + Ky C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? VYes ❑ No 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, employees and volunteers): Is it included? VYe:g No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? 'n [O�-0 Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notificatioin of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? HAVE ALL ABOVE RMUIREMENTS BEEN MET? zoo CERTIFICAT OF LIABILITY INSURA iiz0 (949)852 -0909 FAX (9 852 -1131 THIS CERTIFICATE IS S ED AS 1 O FORMATION . estone Insurance Brokers P.O. Box 19598 ONLY AND CONFERS NO TS ON ERTIFICATE HOLDER. THIS CERTIFICATED AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 8 Corporate Park, Ste 130 Irvine, CA 92623 -9598 (�INSURERS AFFORDING COVERAGE NAIC #. INSURED Nobest, Inc. INSURER Westchester Surplus Lines Ins. P.O. Box 874 NSU Hartford Fire Ins Co 19682 Westminster, CA 92684 P11 c: A.I.G. Insurance Company IN URER N UR COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN SUR D NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINI ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCU ENT 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. II T R DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIQDNY POLICY EXPIRATION LIMITS GENERAL LIABILITY GLW792728 10/01/2004 1010112005 EACHOCCURRENCE $ 2,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ S0,000 CLAIMS MADE O OCCUR c MED EXP (Any one person) $ S,00 A PERSONAL & ADV INJURY $ 11000,0001 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,00 POLICY X PRO- JECT LOC AUTOMOBILE X LIABILITY ANYAUTO 72UUNUS6299 10/01/2004 10/01/2005 COMBINED SINGLE LIMB (Ea a¢deN.) $ 1,000,00 B ALL OWNED AUTOS SCHEDULED AUTOS $500 COMP DEDUCTIBLE 1,000 COLL DEDUCTIBLE BODILY INJURY (Per person) $ BODILY INJURY (Per accident) IS HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: ADD $ ANY AUTO $ EXCESS/UMBRELLALABILITY BE0839306 10/01/2004 12/01/2005 EACH OCCURRENCE $ 2,000,00 OCCUR CLAIMS MADE AGGREGATE $ 2,00-0,000 C $ S DEDUCTIBLE X RETENTION $ 10,00 $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE DFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT 1 $ B OTHER Contractors Equipment Leased /Rented 72MSUS7964 10/01/2004 10/01/2005 Limit $100,000 Special Form $ 1,000 Deductible - —Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS =ity of Newport Beach its officers, agents, officials, employees and volunteers are recognized is additional named insured(s) primary & non - contributory & waiver of subrogation included per the Bndorsement(s) CG20101185 attached, and in respects to auto coverage per Hartford's Form CAF - 4321 -0 •egarding Project; Job No. #1 -2503 / Contract io. #3630, 2004 -2005 Alley Repl Program, Newport Beach, CA 92663.*'10 days nonpayment. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Newport Beach Shauna Oyler Public Works Specialty ° DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Dept. BUT FAILURE fb MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LABILITY 3300 Newport Boulevard OF ANY k1N N THE INSURER ITS AGENTS OR REPRESENTATIVES Newport Beach, CA 92663 AUTHORMED Pi. NTATIVE %CORD 25 (2001/08) FAX: (949)644 -3318 1 (�/` v ©ACORD CORPORATION 1988 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT H U 0 oR ADDENDUM NO. 1 20042005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 DATE: January 21, 2005 BY: W_. 121 Ujztq=!j City Engineer TO: ALL PLANHOLDERS SPECIAL PROVISIONS 1. Replace sheet SP 7 with the attached sheet Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal- AJo ioa-6,T -mac. Bidder's Name (Please Print) ISl.10 Date 8� ,QAE-S Engineer may require new base and pavement \if the pa3vement condition has been compromised during construction." f \users\pbw\shared \conlrads\fy 04 -05 \0405 alley replacement c- 3630 1addendum #1 doc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 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 the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3630 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization (a) C [n 7N*60 Ilars �T and 4�a 2r '-0 Cents $ Per Lump Sum 2. Lump Sum Traffic Control @�cn7lforsr��� Dollars and .o 2tr0 Cents $ 0 060. Per Lump Sum 3. 6,000 S.F. Remove Existing and Construct 6 -inch PCC Alley Pavement @ St X Dollars and 2cro Cents $ (v. $ 36F600. Per Square Foot 4. 5,610 S.F. Remove Existing and Construct 2 -foot wide 8 -inch thick PCC Ribbon Gutter @ Dollars and Zcio Cents $ /Z• 00- $ %? 3z0. on Per Square Foot • • PR2of4 TOTAL ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 48,700 S.F. Remove Existing and Construct 6 -inch PCC Alley Pavement for Decorative Interlocking Pavers @ S, x Dollars and F, k- , Cents $ $ 3 /G, S- S . Per Square Fo6 6. 48,700 S.F. Construct Decorative Interlocking Pavers @ S Dollars and Zc{o Cents $ G.�° $ Z42, 2oo.°= Per Square Foot 7. 10 EA. Remove Existing and Construct PCC Alley Approach @ Tina 4(4f o✓10-J Dollars and Z -eep Cents $ 2,000., $ ? Per Each 8. 400 S.F. Remove Existing and Construct 6 -inch PCC Patchback @ T2 c" Dollars -erO Cents $ /D." $ Lf, 000. Per Square Foot 9. 159 EA. Remove and Install Water Meter Box @ ©w HvvwAvrd Dollars and %YO Cents $ /00• °p $ /S 9�• =` Per Each 10. 8 EA. Adjust Water Valve Cover to Grade W @ A QrU find =J Dollars and 2c Ye Cents $ a 00. — $ a„ 800- Per Each 11. 82 EA. Adjust Sewer Cle/ano/ut to Grade @ O'u AVAd/dd Dollars and 2-cfe) Cents $ ,e /00 $ $zoo °-' Per Each • 0 FIR 3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 7 EA. Adjust Manhole Frame and Cover to Grade @ Dollars and 2tlo Cents $ 300,°" $ Per Each 13. 5 EA. Adjust Manhole Frame and Cover to Grade and Alter Flowline @ 7;,I,t Ai &d--ed Dollars and ZQ t 0 Cents $ $ Z, Off• Per Each 14. 32 EA. Adjust Electrical (Edison) Pull Box to Grade @ aat &4-,V d Dollars and o� 2zeo Cents Per Each 15. 38 EA. Adjust Cable Television (Adelphia) Pull Box to Grade @ Ok4 b' mdlrrl Dollars and ZQf6 Cents $ /Gb. co $ Per Each 16. 37 EA. Adjust Telephone (SBC) Pull Box to Grade @ /�iAck� Dollars and o, 2.cia Cents $ 0/ q - $ 3900- Per Each 17. 4 EA. Adjust Gas Meter (The Gas Co.) to Grade @ &gv r&, Dollars and ZaaG Cents $ zw $ Per Each 18. Lump Sum Signing, Striping, Markings, and Markers @ Dollars and cc 2-tie0 Cents $ /00. _ Per Lump Sum • • PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. Lump Sum Construction Surveying @�iusGre�d Dollars and ZpQp Cents $ 12/000. o= Per Lump Sum 20. Lump Sum Provide As -Built Drawings / tit/ 7-74 '47 @ Se'utct ",14A ollars and po zl re Cents $ ?30 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS FOR ENTIRE PROJECT L I r ac, 4- Act kL drt..f' S r.rc n !t fGAaczsa Dollars o_ and ZCfd Cents $ FS 27 004 Total Price (Figures) Date Bidder 0/tO 84z-5S"83 (710 373-0059 ,PQ Bidder's Telephone and Fax Numbers 'dder's A on ed Sig ture a Title 351622 A d 80,V 74( t`cJ JAYS X94 Bidder's License No(s). Bidder's Addres and Classification(s) 9269y • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -5 PLANS AND SPECIFICATIONS 1 2 -5.3 Submittals 1 2 -5.3.1 General 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.3 Survey Service 1 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 3 5-2 PROTECTION 3 5-7 ADJUSTMENTS TO GRADE 3 5-8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 9 -3 9 0 6-1 CONSTRUCTION SCHEDULE AND 9 -3.2 COMMENCEMENT OF THE WORK 3 6-7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Public Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 8 7 -10.6 Street Sweeping Signs 8 7 -10.7 Notice to Residents and Temp Parking Permits 9 7 -15 CONTRACTOR'S LICENSES 9 7 -16 CONTRACTOR'S RECORDS /A5 BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9 -3 PAYMENT 9 -3.1 General 9 -3.2 Partial and Final Payment PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 9 10 12 12 12 12 0 0 201 -2 REINFORCEMENT FOR CONCRETE 12 201 -2.2.1 Reinforcing Steel 12 SECTION 214 PAVEMENT MARKERS 12 214-4 NONREFLECTIVE PAVEMENT MARKERS 12 214-5 REFLECTIVE PAVEMENT MARKERS 12 SECTION 215 CONCRETE PAVERS 13 215 -1 CONCRETE PAVERS 13 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 13 300 -1.5 Solid Waste Diversion 13 SECTION 302 ROADWAY SURFACING 14 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 14 302 -6.6 Curing 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.4 Joints 14 303 -5.4.1 General 14 303 -5.5 Finishing 14 303 -5.5.1 General 14 303 -5.5.2 Curb 15 303 -5.5.4 Gutter 15 0 0 SECTION 310 PAINTING 15 310 -5 PAINTING VARIOUS SURFACES 15 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 15 310 -5.6.7 Layout, Alignment and Spotting 15 310 -5.6.8 Application of Paint 15 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 16 312 -1 PLACEMENT 16 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 16 400 -2 UNTREATED BASE MATERIALS 16 400 -2.1 General 16 400 -2.1.1 Requirements 16 APPENDIX A ASTM C1272 STANDARD SPECIFICATION FOR HEAVY VEHICULAR PAVING BRICK, AND CNB STD -144-L Last saved by mloceyOl /10/2005 9:46 AM f.\ users \pbw\ shared \cmtucts\maam\masters for c hact set up\master specs mdmdoc 0 • SP 1 OF 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2004 -2005 ALLEY REPLACEMENT PROGRAM CONTRACT NO. 3630 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. A- 5155 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2- -SCOPE AND CONTROL OF THE WORK 2 -5 PLANS AND SPECIFICATIONS 2 -5.3 Submittals. 2 -5.3.1 General. Add to this section, "Prior to commencement of construction a constructed sample section of the Decorative Concrete Pavers for both patterns shall be submitted to and approved by the City. The sample section shall be 3 -feet by 3- feetin size." 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of Removing pavement within selected alleys, constructing new alley pavement and adjusting utilities to grade." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor is Advanced Survey Concepts. Larry Barnes can • • SP2OF16 be contacted for estimates at (949) 727 -9546. At a minimum, two (2) sets of staking for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Comer Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of work. All existing street centerline ties and property comer monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the City will have the affected survey monuments restored per records, at the sole expense of the Contractor. 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. `J 0 SP3OF16 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. Submittals are required for all construction materials. 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 the work, such tests and inspections shall be paid for by the Contractor. 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." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade all water valve covers, sewer manholes, sewer cleanouts, survey monuments, and private pull boxes. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility notify them of their facilities being adjusted to finish grade. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: 'The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." SP 4 OF 16 No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, all submittals approved, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the 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 sixty (60) consecutive working days after the date on the Notice to Proceed. " It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1' January 17'" (Martin Luther King Day), February 2151 (President's Day), May 30'" (Memorial Day), July 4th, September 5" (Labor Day), November 11'" (Veterans Day), November 25t' and 26'" (Thanksgiving and Friday after), December 24'" and 25' (Christmas), and December 31 "(New Year's Eve). 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor 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 $60.00 per hour when such time periods are approved. 0 • SP5OF16 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 $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize 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: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice before requested shut down of facilities are to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter boxes." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 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, the beach, or the ocean. The contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works 0 • SP6OF16 Department or can be found on the City's website at htto://www.city.newport- beach.ca. us /pubworks /links. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance, failure of the Contractor to follow BMP will result in immediate cleanup by City and the back charging of the Contractor for all costs plus 15 percent. 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. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall fumish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The 0 • SP7OF16 Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 5. The contractor shall construct the Oceanfront Alley in two phases. Alley 201A and 201B shall not be in construction at the same time as Alleys 201C and 201D. Construction shall be complete for one group of alleys before starting construction to the next group. 6. In order to minimize inconvience to the public the Oceanfront Alley shall be constructed at the beginning of the contract. Construction to the Balboa Alleys shall be done in one phase after the conclusion of the Oceanfront Alley or simultaneously by separate crews. 7. Alleys paved with concrete shall be poured within 5 days of alley demolition. Alleys paved with decorative concrete pavers shall be completed within 10 days of demolition. 7 -10.4 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. 0 • SP8OF16 The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse to wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signsf "Permit Parking Only" Signs. After posting "NO PARKING -TOW AWAY" signs, the contractor shall cover street sweeping signs, on those streets adjacent to construction, with a "PERMIT PARKING ONLY" sign, in a manner approved by the engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the engineer. Immediately after construction is complete and the alley is opened to traffic, the contractor shall remove all signs and uncover the street sweeping signs. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating speck dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. • • SP9OF16 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Contractor's License in the state of California. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S 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. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the 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, establishing a Feld office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, and flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City of Newport Beach Requirements. • • SP 10 OF 16 Item No. 3 Remove and Construct 6 -Inch P.C.C. Alley Pavement: Work under this item shall include removing and disposing of existing improvements, grading, compaction, constructing 6 -inch PCC alley pavement per City of Newport Beach STD - 140-L, installing joint fillers, restoration of any private improvements damaged during the construction, and all other work items as required to complete the work in place. All alleys shall be repaved within 5 days after demolition of the existing pavement. Item No. 4 Remove and Construct 2 -foot wide 8 -Inch Thick P.C.C. Ribbon Gutter: Work under this item shall include removing and disposing of the existing improvements, subgrade compaction, constructing 8 -inch thick P.C.C. ribbon gutter per applicable portions of City of Newport Beach STD - 140 -L, and all other work items as required to complete the work in place. This ribbon gutter exists only in alleys that are paved with decorative concrete pavers, and shall be poured separately from the underlying concrete section. The cross slope of the gutter will vary to match the proposed paving section. Item No. 5 Remove and Construct. 6-inch PCC Alley Pavement for Decorative Interlocking Pavers: Work under this item shall include removing and disposing of all existing improvements, excavating to accommodate the depth required for the pavement section, grading, compacting subgrade, constructing 6 -inch PCC alley pavement per CNB STD - 144 -L -A and STD - 144 -L -B, and all other items as required to complete the work in place. The PCC pavement shall be jointed per City of Newport Beach STD - 141 -L. All paving shall be installed within 5 days after demolition of the existing pavement. Included with this item is construction of a monolithic 6 -inch wide edge restraint that shall be constructed along the property line. Item No. 6 Remove and Construct Decorative Interlocking Pavers: Work under this item shall include placing 1 -inch of bedding sand onto 6 -inch PCC Alley Pavement (detailed in Item No. 5), furnishing and installing Decorative Interlocking Pavers per City of Newport Beach STD - 144 -L -A and STD - 144 -L -B, and all other items as required to complete the work 'in Place. The Pavers shall be installed within 10 days after demolition of the existing pavement. Item No. 7 Remove and Construct P.C.C. Alley Approach: Work under this item shall include removing and disposing of existing improvements grading, compaction, and constructing Type A 6 -inch thick P.C.C. alley approach per City of Newport Beach STD - 142 -L, and all other work items as required to complete the work in place. Item No. 8 Remove and Construct P.C.C. Patchback: Work under this item shall include removing and disposing of existing improvements, grading, compaction, and constructing 6 -inch PCC patchback pavement, and all other work items as required to complete the work in place. Item No. 9 Remove and Install Water Meter Box: Work under this item shall include removing existing water meter boxes, furnishing and installing water meter boxes, per City of Newport Beach STD - 502 -L, and all other work items as required to complete the work in place. • • SP 11 OF 16 Item No. 10 Adjust Water Valve Cover to Grade: Work under this item shall include adjusting all water valve frames and covers to grade per applicable portions of City of Newport Beach STD - 511 -L, and all other work items as required to complete the work in place. Item No. 11 Adjust Sewer Cleanout to Grade: Work under this item shall include adjusting all sewer cleanouts and covers to grade per applicable portions of City of Newport Beach STD - 406 -L, and all other work items as required to complete the work in place. All 4TT covers shall be replaced. Item No. 12 Adjust Manhole Frame and Cover to Grade: Work under this item shall include adjusting all manholes to grade per City of Newport Beach STD - 111 -L, and all other work items as required to complete the work in place. Item No. 13 Adjust Manhole Frame and Cover to Grade and alter flowline: Work under this item shall include adjusting all manholes to grade per City of Newport Beach STD - 111 -L, constructing expanded ribbon gutter per Detail A on Sheet 1 of plans to accommodate Manhole, and all other work items as required to complete the work in place. Item No. 14 Adjust Electrical (Edison) Pull Box to Grade: Work under this item shall include adjusting all electrical pull boxes to grade and all other work items as required to complete the work in place. Any pull boxes damaged during construction shall be replaced at the sole expense of the contractor. Item No. 15 Adjust Cable Television (Adelphia) Pull Box to Grade: Work under this item shall include adjusting all Television pull boxes to grade and all other work items as required to complete the work in place. Any pull boxes damaged during construction shall be replaced at the sole expense of the contractor. Item No. 16 Adjust Telephone (SBC) Pull Box to Grade: Work under this item shall include adjusting all telephone pull boxes to grade and all other work items as required to complete the work in place. Any pull boxes damaged during construction shall be replaced at the sole expense of the contractor. Item No. 17 Adjust Gas Meter Box (The Gas Co.) to Grade: Work under this item shall include adjusting all gas meters boxes to grade and all other work items as required to complete the work in place. Any pull boxes damaged during construction shall be replaced at the sole expense of the contractor. Item No. 18 Signing, Striping, Markings, and Markers: Work under this item shall include installing removing, storing, and reinstalling all traffic signs, replacing all traffic striping, markings, pavement markers, and all other work items as required to complete the work in place. Contractor shall complete an inventory of all signing, striping, markings, and markers and submit to the city, prior to removal and reinstallation of these traffic items. 0 • SP 12 OF 16 Item No. 19 Construction Surveying: Work under this item shall include all labor, tools, equipment, and material costs to provide construction surveying, filing all Corner Records, and all other work items as required to complete the work in place. Item No. 20 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer for review prior to request for pay. 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." SECTION 215 - -- CONCRETE PAVERS 215 -1 CONCRETE PAVERS Add to this Section: "All concrete pavers shall conform to ASTM C1272 (included in Appendix A. The materials and colors of the blocks are detailed in the following table: • SP 13 OF 16 Alley Block Type Dimensions (LxWxD) Color Pattern 201 -A Ackerstone — Antique 8 3/8 in. x 5 3/8 in. x 50% Pewter Gray & 50% Herringbone Cobble Blocks 3.15 in. Limestone Gray 201 -B Ackerstone — Antique 8 3/8 in. x 5 3/8 in. x 50% Pewter Gray & 50% Herringbone Cobble Blocks 3.15 in. Limestone Gray 201 -C Orco - Holland Blocks 8 in. x 4 in.x 3.15 in. Tan -Brown to match gasketweave existing 201 -D Ackerstone — Antique 8 3/8 in. x 5 3/8 in. x 50% Pewter Gray & 50% Herringbone Cobble Blocks 3.15 in. Limestone Gray One source for pricing on Concrete Pavers can be obtained from contacting Daniel Vasquez at Sepulveda Building Materials at (949) 347 - 2100." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials. Add to this section: " All removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can eb provided upon request or be found on the City's website at http://www.city.newport- beach.ca.us /oubworks /links htm." 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." 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-Y2 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 • • SP 14 OF 16 for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." • • SP 15 OF 16 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping 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 work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and • • SP 16 OF 16 re- notify the affected residents, at the Contractor's sole expense. Contractor shall inventory all existing striping, signs, markings, and markers within the work area and submit to city prior to removal and reinstallation of items. 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 location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." • • APPENDIX A ASTM C1272 - STANDARD SPECIFICATION FOR HEAVY VEHICULAR PAVING BRICK 0 0 Designation: C 1272 — 04a _Hu1.! _ arxtrxuroxat Standard Specification for Heavy Vehicular Paving Brick' This standard is issued under the fixed designation C 1272; the number immediately following the designation indicates the year of original adoption or, in the case of revision, the year of last revision. A number in parentheses indicates the year of last reapproval. A superscript epsilon (a) indicates an editorial change since the last revision or reapproval. 1. Scope* 1.1 This specification covers brick intended for use as a paving material in areas with a high volume of heavy vehicular traffic. The units are designed for use in such places as streets, commercial driveways, and aircraft taxiways. These units are not intended for applications covered by Specifications C 410 or C 902. 1.2 Units are manufactured from clay, shale, or similar naturally occurring earthy substances and subjected to a heat treatment at elevated temperatures (firing). The heat treatment must develop sufficient fired bond between the particulate constituents to provide the strength and durability requirements of this specification (see firing, fired bond, and incipient fusion in Terminology C 43). 1.3 Brick may be shaped during manufacture by extruding, molding, or pressing. Brick may have spacing lugs, chamfered edges, or both. 1.4 The values stated in inch -pound units are to be regarded as the standard. The values given in parentheses are for information only. 2. Referenced Documents 2.1 ASTM Standards: 2 C 43 Terminology of Structural Clay Products C 67 Test Methods for Sampling and Testing Brick and Structural Clay Tile C 88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate C 410 Specification for Industrial Floor Brick C 418 Test Method for Abrasion Resistance of Concrete by Sandblasting C 902 Specification for Pedestrian and Light Traffic Paving Brick ' This specification is under the jurisdiction of ASTM Committee C15 on Manufactured Masonry Units and is the direct responsibility of Subcommittee C15.02 on Brick and Structural Clay Tile. Current edition approved June 1, 2004. Published July 2004, Originally approved in 1995. Last previous edition approved in 2004 as C 1272 -04. ' For referenced ASTM standards, visit the ASTM websitc, www.astm.org, or contact ASTM Customer Service at seNice@wm.org. For Annual Book of ASTM Standards volume information, refer to the standard's Document Summary page on the ASTM website. E 303 Test Method for Measuring Surface Frictional Prop- erties Using the British Pendulum Tester 3. Terminology 3.1 Definitions —Terms used in this specification are defined in Terminology C 43. 3.2 Definitions of Terms Specific to This Standard: 3.2.1 heavy vehicular traffic —high volume of heavy ve- hicles representing trucks or combination vehicles having 3 or more loaded axles. 3.2.1.1 Discussion —High volume is considered to be traffic over 251 daily equivalent single axle loads (ESAL). 4. Classification 4.1 Types —Heavy vehicular paving brick are classified by type according to their intended installation: 4.1.1 Type R —Brick intended to be set in a mortar setting bed supported by an adequate concrete base; or an asphalt setting bed supported by an adequate asphalt or concrete base. 4.1.2 Type F —Brick intended to be set in a sand setting bed, with sand joints, and supported by an adequate base. 4.2 Applications —Heavy vehicular paving brick are classi- fied by application according to their dimensional tolerances, distortion, and extent of chips. 4.2.1 Application PS— Pavers intended for general use. 4.2.2 Application PX— Pavers intended for use where di- mensional tolerances, warpage, and chippage are limited. 4.2.3 Application PA— Pavers intended to produce charac- teristic architectural effects resulting from nonuniformity in size, color, and texture. 5. Physical Properties 5.1 Freeze Thaw Resistance—Use one of the following methods: 5.1.1 Physical Property Requirements —The brick shall conform to the physical requirements for the type specified as prescribed in Table 1. 5.1.2 Freezing and Thawing Alternative —The cold water absorption requirements specified in 5.1.1 shall not be required provided a sample of five brick, meeting all other requirements, passes the 50 cycle freezing- and - thawing test in Test Methods C 67 with not greater than 0.5 % loss in dry weight of any individual unit. •A Summary of Changes section appears at the end of this standard. Oopynght ® ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshol xcken, PA 19428 -2959, United states. Copyright by ASTM lnfl (all rights reserved); Reproduction authorized per License Agreement with Sean P Crumby (City of Newport Beach); Mon Jan 3 15:52:34 EST 2005 0 0 0 C 1272 - 04a TABLE t Physical Requirements Type Minimum Compressive Strength, Gross Minimum Breaking Load, Maximum Cold Water Area, psi (MFa) Itift (kN /mm) Absorption, % Avg. of 5 Brick Individual Avg. of 5 Brick Individual Avg. of 5 Brick Individual R 8000 (55.2) 7000 (48.3) 6.0 7.0 F (60.7) 10 000 (69.0) 8800 475 (83) 333 (58) 6.0 7.0 NOTE 1 -The provisions of 5.1.2 are specified only as an alternative when the sample does not conform to the requirements for cold water absorption prescribed in Table 1. 5.1.2.1 Sulfate Soundness Test Alternative -The cold water absorption requirements specified in 5. 1.1 shall not be required if a representative sample of five brick survives 15 cycles of the sulfate soundness test in accordance with Sections 4, 5, and 8 of Test Method C 88 with no visible damage. Nora 2 -The sulfate soundness test is an optional substitute test for the freezing- and - thawing test (5.1.2). 5.1.3 Performance Alternative -If information on the per- formance over time of similar units in a similar application with similar exposure and traffic is furnished by the manufac- turer or the manufacturer's agent and is found acceptable to the specifier of the pavement material or the specifier's agent, the physical requirements in 5.1.1 or the size requirements in 7.2 shall not be required. 5.2 Abrasion Resistance-Each individual brick tested shall meet the requirements of either the Abrasion Index column or the Volume Abrasion Loss column of Table 2. 5.2.1 Abrasion Index -The abrasion index is calculated from the cold absorption in percent and the compressive strength in pounds per square inch as follows: 100 X absorption abrasion index = compressive strength (1) 5.2.1.1 The compressive strength shall be determined on half -brick, which are the full height (no less than 2'/4 in. (57 mm)) and width of the unit, and with a length equal to one half the full length of the unit (1't /4 in. (t6 mm) for each dimension). For abrasion index testing purposes, the brick shall be without core holes, frogs or other perforations. Other shaped specimens may be used provided that a correlation is estab- lished with the results of the specified shape and the results are converted to be equivalent to those that would be obtained with the specified shape. 5.2.1.2 In those cases where the height requirements for determining compressive strength cannot be met, the abrasion resistance should be determined according to the volume abrasion loss method. 5.2.2 Volume Abrasion Loss -The volume abrasion loss should be determined in accordance with Test Method C 418, with the following changes in procedure: 5.12.1 The sand shall be a natural silica sand from Ottawa, IL, graded to pass a No. 50 (300 -Inn) sieve and retained on a No. 100 (150 -pm) sieve. TABLE 2 Abrasion Requirements4 Type Abrasion Index, max Volume Abrasion Loss. max, cm' /cmx R and F 0.11 1.7 4 See 5.2.1 and 5.2.2 for additional information. 5.2.2.2 The test shall be run on dry brick. 5.2.2.3 The duration of the test shall be 2 min. 5.2.2.4 The rate of sand flow shall be 400 g/min. 5.2.2.5 The volume loss shall be determined by filling the abraded depression with modeling clay, striking off level with the original surface of the brick, and removing and weighing the modeling clay. The volume loss shall be calculated from the bulk density of the modeling clay. The bulk density should be determined on each lot of modeling clay. An alternative method of determining the weight of clay used in filling the sandblast cavity is to determine the weight of the modeling clay sample before and after filling the cavity. 5.3 Skid Resistance -When specified, the units shall be tested for skid resistance in accordance with Test Method E 303. 5.4 Coring -The brick shall be without core holes or other perforations. 5.5 Chips or Cracks -The brick shall be free of chips or cracks larger than those listed in this specification that would significantly impair the performance of the system. 6. Efflorescence 6.1 When specified, the units shall be tested for efflores- cence in accordance with Test Methods C 67. The units shall be sampled at the place of manufacture. 7. Dimensions and Permissible Variations 7.1 The size of the brick shall be as specified by the purchaser. 7.2 The minimum specified thickness of the unit depends on the Type and shall be as follows: 7.2.1 Type R -2'/4 in. (57.2 mm). 7.2.2 Type F -25 /e in. (66.7 mm). 7.3 When chamfers are specified by the purchaser, the dimensions required in 7.2 are exclusive of chamfers. When lugs are specified by the purchaser, the size of the brick and its associated dimensional tolerances shall include the lugs. The lugs shall project no greater than '/s in. (3.2 mm), unless otherwise specified. NOTE 3 -Lugs are used as spacers when units are placed in usage. Manufacturers have the option of making brick with lugs in different locations. When the pavers are placed such that the lugs are directly opposed to each other, the dimension measurement shall include both lugs. When the pavers are placed in a manner where the lugs are offset, or when lugs are only on one side of the unit, the dimension measurement shall include one lug only. 7.4 In the sample of traits, no unit shall depart from the specified size by more than the individual tolerance for the application specified as prescribed in Table 3. Type F paving brick shall conform to Application PX only. 7.5 Tolerances for distortion or warpage of surfaces or edges intended to be exposed in use from a plane surface and Copyright by ASTM Ind (all rights reserved); Reproduction authorized per License Agreement with Sean P Cmmby (City of Newport Beach); Mon Jan 3 15:52:34 EST 2005 r'YI' ' C 1272 — 04a TABLE 3 Tolerances on Dimensions Dimension, in. (mm) Permissible Variation, max, sin. (smm) Application PS Application PX Application PA 3 (76) and under % (3.2) Ya (1.6) no limit Over 3 to 5 (76 to 127) Yi6 (4.7) yx (2.4) no limit Over 5 to 8 (127 to 203) % (6.4) '% (3.2) no limit Over 8 (203) Vic ITS) 'hz (5.6) no limit from a straight line, respectively, shall not exceed the maxi- mum for the application specified as prescribed in Table 4. Type F paving brick shall conform to Application PX only. 8. Visual Inspection 8.1 Other than chips, the brick shall be free of cracks or other imperfections detracting from the appearance of a des- ignated sample when viewed from a distance of 20 ft (6 m). 8.2 The parts of the brick that will be exposed in place shall be free of chips that exceed the limits given in Table 5. The cumulative length of chips on the exposed face of a single unit shall not exceed 10 % of the perimeter of the exposed face of the brick. TABLE 4 Tolerances on Distortion Specified Dimension, in. Dims Permissible Distortion, max, in. mm Application PS Application PX Application PA 8 (203) and under %z (2.4) Y6 (1.6) no limit Over 8 (203) to 12 (305) 'h (3.2) 3A2 (2.4) no limit Over 12 (305) to 16 (406) Vn (4.0) h (3.2) no limit TABLE 5 Maximum Permissible Extent of Chippage from Edges and Corners Application Chippage, in. (mm) in from Edge Corner PS and PX Vi. (7.9) 'h (12.7) PA no limit no limit 8.3 Unless otherwise agreed upon in writing by the pur- chaser and the seller, a delivery shall contain not more than 5 % brick that do not meet the combined requirements of Tables 3 -5, including broken brick. 9. Sampling and Testing 9.1 The brick shall be sampled and tested in accordance with applicable sections in Test Methods C 67. NOTE 4— Unless otherwise specified in the purchase order, the cost of tests is typically home as follows: If the results of the tests show that the brick do not conform to the requirements of this specification, the cost is typically home by the seller. If the results of the tests show that the brick do conform to the requirements of this specification, the cost is typically home by the purchaser. 9.2 The manufacturer or the seller shall furnish specimens for tests without charge. The place or places of selection shall be designated when the purchase order is placed. 10. Keywords 10.1 brick; fired masonry units; pavement surfaces SUMMARY OF CHANGES Committee C15 has identified the location of selected changes to this standard since the last issue (C 1272 -04) that may impact the use of this standard. (1) Note 3 was added to describe how to include lugs when measuring dimensions. Committee C15 has identified the location of selected changes to this standard since the last issue (C 1272 -00) that may impact the use of this standard. (1) In Table 1, the minimum modulus of rupture requirement was replaced with a minimum breaking load. ASTM International takes no position respecting the validity of any parent rights asserted in connection with any item mentioned in this standard. Users of this standard are expressly advised that determination of the validity of any such patent rights. and the risk of infn'ngemen' of such rights, are entirely their own responsibility. This standard is subject to revision at any time by the responsible technical committee and must be reviewed every five years and ifnot revised, either reapproved orwithdrawn. Your comments are invited either forrovislon ofthis standard ortoradditional standards and should be addressed to ASTM International Headquarters. Your comments will receive careful consideration at a meeting Of the responsible technical committee, which you may attend. If you feel that your comments have not received a fair hearing you should make your views known to the ASTM Committee on Standards, at the address shown below. This standard is copyrighted by ASTM International. 100 Sam Harbor Drive, PO Box C700, West Conshohocken, PA 19428 -2959. United States. Individual reprints (single or multiple copies) of this standard may be obtained by contacting ASTM at the above address or at 610-832 -9585 (phone), 610. 832.9555 Ifax), or somiw@astm.org (e- mail): or through the ASTM website (wwwastm.org). Copyright by ASTM Int'I (all rights reserved); Reproduction authorized per License Agreement with Sean P Cmmby (City of Newport Beach); Mon Jan 3 15:52:34 EST 2005 N n . s e„ a P.C.C. CONCRETE EDGE RESTRAINT IF REQUIRED JOINT SAND 10 M .N Lw rv' .f,�+YYySY�ti Y:titi ♦.FK.. N. JYT *}yV .:j {1 i Yy, .. A 1 pT: • a. ;�. ♦O �.: ,.BEbDING SAND' a ,a. a ALTERNATIVE EDGE RESTRAINT EDGE PAVER ATTACHED TO "SUB" CURB WITH THINSET TO ACHIEVE BOND CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY INTERLOCKING CONCRETE PAVEMENT SECTION APPROVED: R.C.E. NO. 36106 16 AUG 2004 SCALE N.T.S. wN M. GRACIA I STD-144-LA TABLE 2 TABLE 1 GRADATION FOR BEDDING SAND ASTM C 33 SIEVE SIZE PERCENT PASSING, BY WEIGHT PERCENT PASSING, BY WEIGHT .5 MM (( NATURAL SAND MANUFACTURED SAND 4.75 mm No. 4 .75 m 4 mm No. No. 4 4 2.36 mm 95 95 TO 100 2.36 mm No. 8 1.18 mm (o. 80 TO 100 1.18 mm o. 1 0.60 mm 50 TO 85 0.60 mm o. 3) 0.30 mm 25 TO 60 0.30 mm No. 50 0.15 mm 5 TO 30 0.15 mm o. 10) 0.075 mm 0TO10 0.075 mm (No. 2000) LESS THAN 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY INTERLOCKING CONCRETE PAVEMENT SECTION APPROVED: R.C.E. NO. 36106 16 AUG 2004 SCALE N.T.S. wN M. GRACIA I STD-144-LA TABLE 2 GRADATION FOR JOINTING SAND (ASTM C 144) PERCENT PASSING, BY WEIGHT SIEVE SIZE NATURAL SAND MANUFACTURED SAND 4.75 mm No. 4 100 100 2.36 mm No. 8 95 TO 100 95 TO 100 1.18 mm (o. 1 70 TO 100 70 TO 100 0.60 mm (No. 3) 40 TO 75 40 TO 75 0.30 mm No 50 10 TO 35 20 TO 40 0.15 mm o. 10 2 TO 15 10 TO 25 0.075 mm (No. 2 0) 0 TO 5 0 TO 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY INTERLOCKING CONCRETE PAVEMENT SECTION APPROVED: R.C.E. NO. 36106 16 AUG 2004 SCALE N.T.S. wN M. GRACIA I STD-144-LA NOTES 1. SUB GRADE SHALL BE COMPACTED NATIVE MATERIALS TO AT LEAST 95 PER ASTM D 1557. THE EFFECTIVE DEPTH OF COMPACTION SHALL BEAT LEAST THE TOP 12 INCHES. 2. THE CONCRETE BASE SHALL BE CLASS 560 -C -3250 P.C.C. 3. PAVERS SHALL ABUT A STRAIGHTEDGE OF EXISTING P.C.C. OR A.C.; OTHERWISE P.C.C. EDGE RESTRAINTS ARE REQUIRED ALONG THE PERIMETER OF THE PAVERS. P.C.C. SHALL BE CLASS 560 -C -3250 AND REINFORCED WITH A CONTINUOUS # 4 BAR AS SHOWN IN THE STANDARD DRAWING. THE INSIDE FACE OF THE EDGE RESTRAINT SHALL BE VERTICAL. EDGE RESTRAINTS SHALL HAVE 114 -INCH RADII AT THE TOP CORNERS. 4. THE GRADATION FOR BEDDING SAND SHALL CONFORM TO ASTM C 33 (SEE TABLE 1). 5. PAVERS SHALL BE CONSTRUCTED WITH CONCRETE AND SHALL CONFORM TO ASTM C 1272 SPECIFICATION FOR HEAVY VEHICULAR PAVING BRICK. 6. THE MINIMUM PAVER THICKNESS, EXCLUSIVE OF ANY CHAMFERS, SHALL BE 3.15 INCHES (80 MM). THE RATIO OF MAXIMUM PAVER LENGTH TO THICKNESS SHALL BE LESS THAN 3 TO 1. THE MAXIMUM ALLOWABLE CHAMFER SHALL BE 3/16 INCH, 7. PAVER COLOR AND LAYOUT PATTERN SHALL BE APPROVED BY THE PUBLIC WORKS DEPARTMENT. 8. PAVER PIECE CUT SMALLER THAN 2 -INCH X 2 -INCH WILL NOT BE ACCEPTED. 9. JOINT SAND SHALL CONFORM TO ASTM C 144 AGGREGATES FOR MASONRY MORTAR FOR CLEANLINESS AND AGGREGATE SIZE (SEE TABLE 2). 10. TOP OF PAVERS SHALL CONFORM TO FINAL DESIGN ELEVATIONS TO THE TOLERANCE SPECIFIED BY THE ENGINEER. 11. IF THE LONGITUDINAL FLOWLINE GRADE IS THE ALLEY IS LESS THAN 0.5 PERCENT, THEN A 2 -FOOT WIDE (MINIMUM) GUTTER, 8 INCHES THICK, SHALL BE CONSTRUCTED. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY INTERLOCKING CONCRETE - " "' R:CE -Na.- DS�- PAVEMENT SECTION DATE 16 AUG 2004 SCALE N.T.S. DRAWN M. GRAaA STD -144 -, • • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C3 C 3k43 5) BY THE CRY COUNCIL CRY OF NEWPORT BEACH Agenda Item No. 7 February 22, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby, P.E. 949 -644 -3311 scrumby@city.newport-beach.ca.us SUBJECT: ALLEY REPLACEMENT PROGRAM 2004 -2005 - AWARD OF CONTRACT NO. 3630 RECOMMENDATIONS: 1. Determine that the project is exempt from environmental review pursuant to Section 15301 of the California Environmental Quality Act Implementing Guidelines. 2. Approve the plans and specifications. 3. Award Contract No. 3630 to Nobest, Inc. for the Total Bid Price of $827, 000, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $82,700 to cover the cost of unforeseen work. 5. Approve a Budget Amendment increasing revenue estimates in the Contributions Fund, 250 -5901, by $390,700.00 and appropriating $390,700.00 to account 7251- C5100277. DISCUSSION: At 10:00 a.m. on January 26, 2005 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Nobest, Inc. $827,000.00 2 Alliance Streetworks, Inc. $861,390.00 3 Sully Miller Contracting $896,225.00 4 Griffith Company $998,787.00 5 Elite Bobcat Service, Inc. $999,684.50 6 All American Asphalt $1,036,185.00 Subject: Alley Replacemeelogram 2004 -2005 - Award of Contract No. 3150 February 22, 2005 Page: 2 The low total bid amount is sixteen percent below the Engineer's Estimate of $982,550.00. The disparity between the Engineer's estimate and the low total bid amount is due to competitive bidding. The low bidder, Nobest, Inc. possesses a General "A" Contractors License in the State of California as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities and the City of Newport Beach. In the past few years the Oceanfront Alley between G Street and Channel Road, and three alleys between Balboa Boulevard, Bay Avenue, 6"' and 71' Streets were impacted by several construction projects. Assessment districts funded the undergrounding of private utilities, and the City installed new water and sewer facilities. Due to these construction activities, the pavement within these alleys is in need of repair. On August 24, 2004, the City Council approved Council Policy L -25 (Policy), which allows residents to upgrade an alley from standard paving materials to decorative concrete pavers. Typically these alleys are reconstructed with standard Portland Cement Concrete, but the residents on the Oceanfront Alley have satisfied all the requirements of the Policy and are requesting Decorative Concrete Pavers be constructed in place of the standard Portland Cement Concrete. Per the Policy, more than 60 percent of the residents have signed a petition approving the project, and the residents have funded the cost difference between the Decorative Concrete Pavers above standard concrete. The funds ($390,700.00) were received by the City on . February 9, 2005. In order to minimize impacts to the community, Nobest is required to construct the Oceanfront alley in two phases. Each phase is to be completed within 20 working days. Per the Contract Specifications the Contractor will have a maximum of sixty (60) consecutive working days to complete all of the work. Environmental Review: This project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project involves removal and reconstruction of existing alley pavement. Geotechnical /Survey Services: Geotechnical services will be provided by an outside firm per the On -Call Professional Services Agreement approved by Council on December 9, 2003. • 0 • 11 Subject: Alley Replacemen®rogram 2004 -2005 — Award of Contract No. 369 February 22, 2005 Page: 3 Funding Availability: Upon approval of the recommended Budget Amendment, sufficient funds are available in the following accounts for the project: Account Description Alley Replacement Fund Private Funding Water Enterprise Fund Water Enterprise Fund Sewer Fund Prepared by: Sean Crumby, P.E. Associate Civil Engineer Attachments: Project Location Map Bid Summary Account Number 7013- C5100277 7251- C5100277 7501- C5100277 7501- C5500578 7531- C5600292 Amount $263,893.00 $390,700.00 $200,000.00 $22,369.00 $32,738.00 Total: $909,700.00 Submitted by: 0 0 0 r = z U W Q � W N �L co Q a. w OD a Y W IX z O LL O } U J U m a W ° 2 W LLj m ~ U Q = W ° m U U d O m Y O c U U 7 m N U 0 co Fa Q ° U 0 m 0 N O N o a o E � H � m Nm c rn A w N 6i 2 W wa U) LU < F- LU Z C7 0 Z w W a- a r, d a 0 0 W O O O O O O O O O O O o 0 0 0 0 O 0 0 0 0 0 0 �a0000000000000000000 0 6 6 6 6 6 6 6 6 6 6 o O 0 U O O O m m ' m O O m 0 0 0 0 0 m m 0 m 0 m 0 m 0 0 p C DO N O O O m fD V m m 0 m< 0 m m m< m M m (V O N< m n m m M N O 0 Q m m d d O O O O O O O O O O O O O O O O O O O O m O O O O m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O Ct N m m 0 0 0 O O O 0 0 0 O Ci 0 0 0 Q 0 0 0 0 o p 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Ci Ci Ci O Ci 0 O Ci Ci 0 0 0 0 Ci 0 0 0 0 0 O Z O O C M m N O 0 G) m N O N m n 0 0 n N M m N N N (") CJ M N O Q tnp m � C N � Q co N a o p o 0 0 0 o p o o p o 0 0 0 0 0 0 0 0 0 Z Zoo 0 0 0 o 0 0 0 0 0 0 0 0 0 o M N �- O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 00 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 a 0 0 0 f O O O m O O O O N O O O O O O m 0 0 0 O y Z o 0 o m rn m o o n y u� vi o c� Cl rn V v o 0 0 0 0 of v (V Q C m E 0 .- a s M m ' � N w Q rn d v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 0000 0 o pin o ppop0000000 H 0 0 n m n m D n D 00 o o O C+ 0 0 0 0 0 W O m N N N O M M M M W Z O O v 0 0 0 W Bch e a m� J J m m m fn W N W W W W W W W W W J J J Y H Zd � °o m��m3 .� <t c^y 7 ma o > 2 O u d ° m C E a E a o ry LL > m > ¢ = m EL CIL o p c a m Z o 0 a a ai° am am m a a U H d d ` a EL Y p .3 L (5 Y iE a > a o m N a U o E % O o EL 6 > > m 0 a p 2 2 2 U 2 o A U U m U m N N U d a J ) VN y 0 C 0 0 Q a N O D U 0 E U� O «0 O E U N Y C U m U U m W V N > N i Z ° c c O C c c j V N N F 0 V; N N M y N H N C1 d C m 0 o w w w° w w w N L L p U > >> U > > >N 3>m>i> 2 W> U>F>- 7 2 m _ U o E E d E E E E > > c C2 � o w = °cr () w w aa s ¢ a a ° m (i o a F d a o a ° E o ` U � L rn A w m di W W Q Q W 0: W U � z 0 0 � O z w U W a m m a 0 H M m U m D 0 °o m U LD L 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F 0 0 0 Y1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O �j z 0 0 0 m O N O O O 0 0 N 0 0 0 0 0 0 9 N c O N O O C'1 Q rn O O N N O m m r 16 m M N O O m O r 10 Q M O N O th m m m � th Q N� W5 N O t0 m Q N 0) o oo 0 on in rn rn M m 0 oob O 06 o cN O O° O O OO oppo OO 000 O f s m O O � O omO N MO N O h e = N? N N N O � N W O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D000r000 O O O O O O O O 0 O O O 0 000000000 0 0 0 0 0 0 0 0 O 0 Z O O O Q in rn O °oo o S °o O o 0 0 0 0 p O Q O Cl! rn N O rn N Q m O N m o h m rn 0 O m T c� 0 O W N N N t7 O uY V M M th � O m E E S rn 0 U o pp O o°°° O° o L 0 a 0 i0 1� N r 0 0 00-00 0 0 0 0 0 0 0 q 0 O O m N m m O pp O O p 0 0 0 0 0 0 0 0 0 � O Q m � Q O N O m O m 0 � 0 0 — 0 < 0 rn 0 O 0 m 2 O O O O O O p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O S rn Z 0 0 0 0 O rn r 0 0 N N Q m 0 0 r O m �O O C 0 M 0 0 N rn W O O O m r N f7 h N N N Q N Q N — 0 0 O 1(j N O M w Q Lfi cl m Cl Q rn U w i0 O 0 0 0 ry 0 YJ O O p O O O 2 Hoo aoro r ro�00000 vi ui �ri000 z o o o�mQrQQO°mmcc m �noo o o p N CJ O N V J J 0 fn N fn W CO W W W W W W W W W J J J H Q O r S r O 0 N r M M Q C6 6 co CD Lri d `m `m `O a J (9 U O d oc o '§ a o A U E m d a U d L V Q o N � a W U X 0 Q U Q a m C O z U y O m w 0 aV 19< e a m U d m m mX 2o d 76 E2 L (D :7 a J Y t 3 a <> g a o ` U) r EN c a U 'O 3 d m o m X° i W a ° o o m n m 0 °m c d m - U m °c a Q a m H in o 0 0 o m `m o c a. H o U U U p U W- O N N O C U N Y c c' i U °c °c U o E E 9 y v io ro W m w h' d N ro m m d > c m E W> N d Z O C C rn C U C C C y U LL y LL d w d O O C N N W y U) N N F d L d N 5 my p �T�{ W a. W N y L m L N :S N O C O W c W W W y tLp N (n = O O E O E O O y O E O E O E N > N V H N N N C n ic a > Im F w m w= U of m� Q Q Q Q Q Q Q Q y U ` a W •- N c� Q m m r m rn o ry Q in m r m rn o N r m m a 0 H M m U m D 0 °o m U LD L 0 0 a ° E O h ` e ^ U A m w N `J W H W Zw U Ww LU ? W L W O z x H 0 w a 0 • • m m rn m a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 6 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O 0 O 0 0 C) 0 O uj O 0 O 6 6 O N N 0 0 0 0 0 0 0 uj �a O O O V N O 0 N 0 0 0 N 0 tM Oi N N M fO 1� Oi 0 u) 0 O 0 O 0 t0 L O V a O C) N V V M M r N .- t"l O N Ih d t7 u) N M O N N M Q � mC J O O O O O O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � O O O O sl 0 0 0 0 O O 0 0 0 0 0 0 0 0 E 000rn co �co vi000 vi 00 o o 0000 ^ Q M M N M (G J J f n f n y N W N W W W W W W W W W J J J F Q O o r M M M u) M N o O � c O m �c 3 E a_ o j K E U LL m LL U U E m L a m a M A u L m Q m Z U= U °-' Q °- Q U U m 'm m a m a m a x o o m r CL a x o U Y'. N a L z m U E m a a` m m r 3 a > Q_ `m o 0 o a Y U H iv io m U �O m o x m N ZD d U E m> i m o 2 2 v a 2 °; �� U0 0 a coo U0 m m° U' a a a a Q a N m �n H o o p o 0 m m c c O U V V O U O j m m O Cm U m Y C W fCa m E cd N cm m N N a .m w O� m m O 2 d LL LL d 0 Z O c c c C C m m m cm w o 4 c o w w w c w w w m 3 c c u m a y N U> i> U >>> 3 m W m m W m U m i- m Vi Q 0 0 0 0 0 o 4_ E E E y c E E E Y- d' = U K R' Q Q Q Q Q Q Q Q <N U d W N M � N m m rn m a ifty of Newport Bead BUDGET AMENDMENT 2004 -05 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates rq Increase Expenditure Appropriations AND Transfer Budget Appropriations PX SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 044 AMOUNT: $390,�oo.oa Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase revenue estimates and expenditure appropriations for decorative concrete pavers in the Oceanfront Alley which will be paid for by the property owners. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account 250 5901 EXPENDITURE APPROPRIATIONS (3603) Description Description Contributions - Private Donations Signed: Signed: Signed: Approval: AdministCRtive Seay'des Director Administrative Approval: City Manager City Council Approval: City Clerk Amount Debit Credit $390,700.00 Automatic $390,700.00 1- I'S- ©, Date oZ D e/ S Date E Description Division Number 7251 Contributions Account Number C5100277 Alley Replacement Program Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Approval: AdministCRtive Seay'des Director Administrative Approval: City Manager City Council Approval: City Clerk Amount Debit Credit $390,700.00 Automatic $390,700.00 1- I'S- ©, Date oZ D e/ S Date E