Loading...
HomeMy WebLinkAboutC-3654 - Newport Boulevard and Balboa Boulevard Merger (Mixmaster)CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 22, 2005 GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Newport Boulevard and Balboa Boulevard Merger - Mixmaster (C -3654) To Whom It May Concern: On June 22, 2004, 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 9, 2004. The Surety for the contract is First National Insurance Company of America, and the bond number is 6229542. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department 10 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 NEW�OR�t3OlJI,EVARP AND BALBOA BOULEVARD ME$GER (MIXMASTER CONTRACT NO. 3654 BOND NO. 6225542 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is S 3055,00 being at the rate of $ 10.80 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract for construction of NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER), Contract No. 3654 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. 3654 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and First National Insurance Company of America _ , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Eighty Two Thousand Eight Hundred Eighty Seven and 25 /100 Dollars ($282.887.25) Iawful 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 falls to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety W11 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 17th day of — _March 2004. GMC Engineering, Inc. Name of Contractor (Principal) First National Insurance Company of America Name of Surety 2677 North Main Street, Suite 600 Santa Ana. CA 92705 By. I ✓ t ! ' Authorized Agent Sigyature �P- f�i4^-/ G/f7Zcft� Print Name and Title A Gd�� Aut�i Agent � nature Jeffrey R. Gryde, Attorney -in -Fact Address of Surety Print Name and Title 714 - 437 -3047 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 >•i 7 5 A F E C O POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO Box 34526 FIRST NATIONAL SURETY SEATTLE. WA 98124 -1526 PO BOX 34526 SEATTLE, WA 98124 -1526 No. 9792 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint «.«..... a..... a. a.,«.««.««« . «........... .a« «a« «,a««fEFFERY R. ORYDE: Costa Mesa. California• a..«.. a.... a. a. ......,.,a, « «...........a..aa.r its true and lawful attomey(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 70t day of August , 2003 /, �_ P C�,' Lb-, CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as allorneys -in -fact or under other appropriate lilies with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking," Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power- ofattorney appointment is in full force and effect, the signature of the codifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA do hereby certify that the foregoing extram of the Sy -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto. are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S- 1049 /FNEF 7/98 this 17th day of March 2004 SEAL 1BZ6 0Iw `pF trsr`"�'.a" • ♦ i CHRISTINE MEAD, SECRETARY ® A registered trademark of SAFECO Corporative 081072003 POP CALIFORNIA ALL•PURPO 'ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On ! C2IC before me, SANDRA JO WINBERRY, NOTARY PUBLIC Date Name and Lbe of Officer (e.g.. 'Jane Oce. Notary Public-) personally appeared JEFFREY R. GRYDE Name(s) of Signer(s) Upersonally known to me – OR –❑ proved to me on the basis of satisfactory evidence to be the person(&) whose name(a) is/we subscribed to the within instrument and acknowledged to me that he /eW#itefy executed the same in his/yteftei authorized capacity(", and that by his/ger�f�ir�tr signature(a) on the instrument the person(s), fiANDRA JO WIN BERRY or the entity upon behalf of which the person (s) acted, Commission S 1321721 Y P P ( ) Notary Public- CRIfthr is eXECUtEd the instrument. Los Angeles County „yc,n.,,.�yi1l:Bsea�.2oos WITNESS my h tut official seal. naw, ary Public OPTIONAL Thought 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: BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Jeffrey R. Gryde Individual Corporate Officer Title(s): Partner —D,l Limited l_ General SXAttomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing RIGNriH=PRINT OF SIGNER Number of Pages: Signer's Name: Individual E Corporate Officer Title(s): Partner — ,] Limited E. General Attorney -in -Fact Trustee - Guardian r Other: or Conservator Signer Is Representing: RIGKTTHUP.IBPRW OF SIGNER O 1994 National Notary Association • 8236 Rearm Ave.. P.O. Bo t 7184 • Canoga Park CA 91309-7184 Prod. No. 5907 Reorder. Call Tdl -Fran 14100871 CALIFORNIA ALL- PURPOb.. ACKNOWLEDGMENT State of County of ORANGE On 3107 O7 before me, SANDRA JO WINBERRY. NOTARY PUBLIC Data Name and Tdle of Officer (e.g., 'Jane Doe, Notary Public') personally appeared GENNADY CHIZHIK Names) of Signers) IXpersonally known to me – OR –0 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), SANDRA JO WINBERRY or the entity upon behalf of which the person(s) acted, I COMM iasion01321721 executed the instrument. ti Notary Public - California £ Los Angeles county WITNESS my . official seal. My Comm. Expires sap 22,2M5 re lary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Corporate Officer Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact G Trustee ❑ Guardian or Conservator E l Other: Top of thumb here Signer Is Representing: GMC ENGINEERING INC 1.401. Warner AVe Ste B Tustin, CA 92780 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): r r ■ ■ Partner — ❑Limited CD General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1994 National Notary Assodadon • 8236 Remmel Ave., P.O. Box 7184 - Canoga Park, CA 91309 -1184 Prod. No. 5907 Reorder. Call Toll -Free 1- 900-8766827 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC August 9, 2004 GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Newport Boulevard and Balboa Boulevard Merger (Mixmaster) (C -3654) To Whom It May Concern: On June 22, 2004, 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 2, 2004, Reference No. 2004000605893. The Surety for the contract is First National Insurance Company of America, and the bond number is 6229542. 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 Boelevarci - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949' 844 -1Q005 - Fax: (949) 644 -3039 - %��7nnv.city.newport- beach.ca.us • • CITY OF NEWPORT BEACH PUBLIC WORMS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 BOND NO. 6229542 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Name of Contractor, hereinafter designated as the "Principal," a contract for construction of NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER), Contract No. 3654 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. 3654 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fall 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 First National Insurance Company of America the undersigned Principal, and, business under the laws of the State of California, as Surety, (re held firmly bound unto the City of Newport Beach, in the sum of duly authorized to transact erred to herein as "Surety") are Two Hundred Eighty Two (awful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 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 17th day of March —12004. GMC Engineering, Inc. Name of Contractor (Principal) First National Insurance Company of America Name of Surety 2677 North Main Street, Suite 600 Santa Ana, CA 92705 Address of Surety 714- 437 -3047 Telephone By: Authorized Agent Si nature (�teNrsryay Cf tZ, -fl<- Print Name and Title P By: 4 .4 AutKo0eprAgent i nature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 SAFEGO` • FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124 -1526 KNOW ALL BY THESE PRESENTS: POWER FIRST INSURANCE COMPANY OF AMERICA OF ATTORNEY PO BOX 34526 SEATTLE, WA 98124 -1526 No. That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ......... sr ..... . ........ .. .. ........ ..... ... .. .... JEFFERY R. GRYDE; Coss Mesa, California +. .... .... ... I...... its true and lawful attomey(s)in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 7th day of August 2003 AM CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA " Arficle V, Section 13. - FIDELITY AND SURETY BONDS .., the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surely bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of (he By -Laws, and (ii) A copy of the power -0f - attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 17th day of March 2004 SEAL s 1928 :�; `OFwAePx``'aA r i CHRISTINE MEAD, SECRETARY S- 1049 /FNEF 7 19e aD A regisleretl vademark of SA:ECO Corporation 0810712003 PDF CALIFORNIA ALL- PURPOM, ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 510101 �` 01 before me, SANDRA JO WINBERRY, NOTARY PUBLIC Oate Name and Tine of Officer (e.g., 'Jane Oae. Notary Public] personally appeared JEFFREY R. GRYDE Name(st of Signer(S) Wersonally known to me – OR – r; proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) isf,i subscribed to the within instrument and acknowledged to me that he /$WW" executed the same in his/her u authorized capacity", and that by __ his/�err tlk& signature( &) on the instrument the person(a), 3ANORA JOWINBEWF or the entity upon behalf of which the persons) acted, commission #1321721 Z executed the instrument. Notary Public - California Los Angeles county WITNESS my hand and official seal. My Co'n nn. Expires Sep 22, hA,4ZLj.t..1.y.Kbfic 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: Jeffrey R. Gryde Individual Corporate Officer Title(s): Partner Limited C General SX Atto rn ey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: icc et th,r'1b here I i I Number of Pages: Signer's Name: Individual Corporate Officer Title(s): Partner—:] Limited E General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGNrTNUn1BPRPNr OF SIGNER C 199+ Nandral Notary A ccmucn • U36 Remret Ave., PO Bcx 71B+ • Carega Pan, CA 91309 71P P:od. No 5907 Pearce, Call 7cM1Flee t dCF2- 6-622' CALIFORNIA ALL -PURPO *ACKNOWLEDGMENT 0 County of ORANGE On 310 / OY before me, SANDRA JO WINBERRY. NOTARY PUBLIC Date Name and Tale of officer (e.g., 'Jane Coe, Notary Public] personally appeared GENNADY CHIZHIK Name(s) of Slgner(s) personally known to me – OR –❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), SANDRA Jo WINBERRY or the entity upon behalf of which the person(s) acted, Co mmission01321721 executed the instrument. z Notary Public - Califomis Loa Angeles County MYCamm,EXplroaSep22 20dS WITNESS my hand and official seal. j. f Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual {Corporate Officer Title(s): PRES nFNT ❑ Partner — ❑ Limited G General ❑ Attorney -in -Fact ❑ Trustee Guardian or Conservator Cl Other: Top of thumb here Signer Is Representing: GNC ENGINEERING INC 1.401. Warner AVe Ste B Tustin, CA 92780 Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Q Q Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGNr THUMBPRINT GFSIGNER 0 1994 National Notary Association • 8278 n.e.mme! Ave., F.O. Box 7184 • Cancga Par,, CA 91309-7; e+ Prad. No 8 {7 Recrder: Call Tall-Free 1- 8W-8P6.6827 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder WHEN RECORDED RETURNTO:ND 11111111111111111 111111111111111111111111111111111111111 NO FEE 200400060589311.07am 07102104 City Clerk 211 128 N12 1 City of Newport Beach 0.00 0.00 o.00 000 OM 0.00 0.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 Exempt om recording fees 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 GMC Engineering, of Tustin, California, as Contractor, entered into a Contract on March 23, 2004. Said Contract set forth certain improvements, as follows: Newport Boulevard and Balboa Boulevard Merger (Mixmaster)(C -3654) Work on said Contract was completed on May 28, 2004, and was found to be acceptable on June 22. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. Norks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on &7u o13 ";�(C7o at Newport Beach, California. BY City Clerk 10 n E 0 • (351) C -3eS`l CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 13 June 22, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COI�VCfL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther @city.newport- beach.ca.us SUBJECT: NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3654 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 March 23, 2004, the City Council authorized the award of the Newport Boulevard and Balboa Boulevard Merger (Mixmaster) contract to GMC Engineering. The contract provided the reconfiguration of the McFadden Plaza parking lot and conversion of 2151 Street into a two -way street. The work consisted of removing asphalt and concrete pavement; constructing concrete sidewalks, curb and gutter, asphalt concrete pavement sections, street and parking lot slurry, catch basins and concrete pipe, relocating and modifying traffic signals; installing pavement striping and signs; relocating lights; and modifying landscaping and irrigation. 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: Actual amount of bid items constructed: Total amount of change orders: Final contract cost: City pre - purchased signal poles Total Project Cost: $282,887.25 265,295.65 8,330.00 $273,625.65 8,466.94 $282,092.59 SUBJECT: Newport Boulevard an�lboa Boulevard Merger (Mixmaster) - Completion acceptance of Contract No. 3654 June 22, 2004 Page 2 The decrease in the amount of actual bid items constructed under the original bid amount resulted from deletion of rubberized asphalt and 6 palm trees. The final overall construction cost including Change Orders was 0.3 percent under the original bid amount. One Change Order in the amount of $8,330.00 provided for the extension of existing median, utilities, parking lot field revisions, temporary traffic poles and miscellaneous extra work. Environmental Review: The 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 of highways and streets with negligible expansion in areas that are not environmentally sensitive. Funding Availability: Funds for the project were expended from the following account(s): Account Description Account Number Amount Newport Boulevard and Balboa Boulevard 7261- C5200472 $282,092.59 Merger (Mixmaster) 0 All work was completed by the scheduled completion date of May 28, 2004. Prepared by: Submitted by: R �Z�A ' R. Gunther, P.E. Stephen 1339adum Construction Engineer Public Works Director 0 cW Pn_ • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC June 23, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3646, C -3654, C -3649 and C -3447) Please record the enclosed documents (4) and return to the City Clerk's Office. Thank you. Sincerely, � r / 1 LaVonne M. Harkless, CMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 64443005 • Fax: (949) 644 - 3039. www.city.newport- beach.ca.us x$13 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 'Exempt rpm recording fees 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 GMC Engineering, of Tustin, California, as Contractor, entered into a Contract on March 23, 2004. Said Contract set forth certain improvements, as follows: Newport Boulevard and Balboa Boulevard Merger (Mixmaster) (C -3654) Work on said Contract was completed on May 28 2004 and was found to be acceptable on June 22, 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. Korks 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 nL 013 X00 � at Newport Beach, California. BY City Clerk CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 11th day of March 2004, at which time such bids shall be opened and read for NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) Title of Project Contract No. 3654 $314,000.00 Engineer's Estimate *then G. Badum is Works Director Prospective bidders may obtain one set of bid documents for $20.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: A For further information, call Robert Stein, Project Manager at (949) 644 -3311 ,r 0 21St STREET AND BALBOA BOULEVARD McFADDEN PLACE PARKING LOT RECONSTRUCTION CITY OF NEWPORT BEACH The Special Provisions contained herein have been prepared by or under the direction of: /Vzfll Date: Marie Marston, P.E. MetroPointe Engineers 3151 Airway Avenue, Suite J -1 C/C�ta Mesa, CA 92626 NUVIS 3151 Airway Avenue, Suite J -3 Costa Mesa, CA 92626 Jamie Anderson, P.E. Austin -Foust Associates 2020 N. Tustin Avenue Santa Ana, CA 92705 Date: Date: 3 *\ Exp. 03/31/05 Sr CIVIL ATf aF �•• i t,;? "••jam Jr C) L 22863 MA R� �P RCE 38798 *\ Exp. 03/31/05 Sr CIVIL ATf aF �•• i t,;? "••jam Jr C) L 22863 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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................................................................................ ............................... PR-1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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 ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) ,TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 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. 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: w\&w.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. 739091. A, B Contractor's License No. & Classification GMC ENGINEERING INC Bidder 4 Authorized Signatu /Title President March 8, 2004 Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT I30UL�VARD AND BA�BOa BOU,�VAI2D1V1FLGER (MIXMASTER) CONTRACT NO,_3654 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 Bid Dollars ($10 %), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER), Contract No, 3654 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 8th day of March 2004. GMC Engineering, Inc. Name of Contractor (Principal) Authorized Signat r11116 First National Insurance Company of America Name of Surety Aut on ed AgfirdSignature 2677 North Main Street, Suite 600 Santa Ana, CA 92705 Jeffrey R. Gryde, Attorney -in -Fact Address of Surety Print Name and Title 714- 437 -3047 Telephone (Notary acknowledgment of Principal & Surety must be attached) v taFSr rneestaae _rys iyl.�ty_e iLi4'x1a E,B�ucx. l ACC Ix .1l1 �trf /x 5 ERLB'q �^ gM.,:amcxMNSn. AY,Bn:NUTOx GOi More Search Options wn:,e "ne r '. .Y. •a�Tt Xe.r es lie. w en:.y,�tj Accessing the pages on ambest.com constitutes the users agreement to our terms of use; Information collected Na this web site is protected by our privacy statement; Comments or concems Member of Safeco Insurance Companies A.M. Best 0: 02446 NAIC 9: 24724 View a list of group members or the group's rating Best's Rating BEST A (Excellent)* c. Financial Size Category a eEAEay;t,...! XV ($2 billion or more) Ratings an of 03/1612004 03:50:30 PM E.S.T. Rating Category (Excellent': Assigned to companies that hare, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2004 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form of by any means, or stared in a database or retrieval System, wthout the prior wmuen permission of the A.M. Best Company. Refer to our terms of use for additional details. S A F E C O f� FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124 -1526 KNOW ALL BY THESE PRESENTS: POWER FIRST•NAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO sox 34526 SEATTLE. WA 981241626 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint r....... r.. r ........... .......u.... ...0 «........JEFFERY R. ORYDE:. Cross Mesa, California.. ................ . ...... .. ...................... .... its true and lawful anomey(s)4n -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 7th day Of August 2003 IV"'�Z_ P a -pVNC,&. CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Lays of FIRST NATIONAL INSURANCE COMPANY O F AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in4act or under other appropriate titles with authority to execute on behalf of the company fidelity and surely bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Rosolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 2B, 1970. "On any cerffficate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power- of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attomey issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 8th day of March 1 2004 SEALLLL� ,1BZS� "3 'O�._A1 ♦x ,�i • ♦ 4 CHRISTINE MEAD, SECRETARY S -0049IFNEF 7198 0 A registered trademark of SAFECO Corporation 0810712003 POF CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of LAS �nq e On March 8, 2004 before me,Nrisbne Jane - Na+chet E Date /� Name and Ttle of Officer(ag.,'Jane Doe, Notary Public) personally appeared 5L° (CT �• (i(1d e- Narrof) of Sn9rahe) CHRISTINE JANE THATCHER Commission # 1396020 1 z m , Notary Public - California > ba' Los Angeles County My Comm. Expires Jan 26, 2007 (personally known to me proved to me on the basis of satisfactory evidence to be the person(* whose name(A is /are subscribed to the within instrument and acknowledged to me that helsAe/fWey executed the same in his /hec/Nerl authorized capacity(dec), and thaj by his /herRheir signature04 on the instr m the person(, or the entity upon beha/olrwhich the person((} acted, executed theAnsVument. WITNESS my hahc)knd official seal. Signature of Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 6l lit Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: lVieGLIMOVInlill iD Individual Top of thumb here Corporate Officer — Title(s): C. Partner — Ci Limited D General 7Ci Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: 0 1999 National Notary Assocation • 9350 De Soto Ave.. PO. Box 2402 • Chatsworth, CA913132402 • www.nationamary.org Prod NO 5907 Reorder call TOlPFree 1 800 6'6 6827 CA'L.IFORNIA ALL- PURPOO ACKNOWLEDGMENT State of CALIFORNIA County of / /ORANGE � %f On v f ' I / 0 before me, SANDRA JO WINBERRY. NOTARY PUBLIC Date Na" and Tire of Officer (e.g., 'Jane Doe, Notary Public') personally appeared GENNADY CHIZHIK Name(s) of Signef(s) Xpersonally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, saNar n do wlNeewty executed the instrument. Commivalon N 1321721 Notary Puoiic- CalMomis WITNESS my hand and official seal. Los Angskls County Ql*ccl,1,-EfiPir*SW 22, 2ma Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual IRXCorporate Officer Title(s): PRESIDENT ❑ Partner —❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Top of thumb here Signer Is Representing: GMC ENGINEERING INC 1.401 Warner AVe Ste B Tustin, CA 92780 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ ❑ ❑ Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: _ Signer Is Representing RIGHT THU11111"M OP SIGNER 0 1994 National Notary Av ietion -a236 Remmet Ave., P.O. Bo. 7184 • Canoga Pont. CA 91309.'!184 Prod. No. 5907 Reorder Call Tol6Free 1- 800476-6827 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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 %or Number Total Bid Name: MARTINEZ CONCRETE INC Z17-1y CAF Address: 920 W. Foothill Blvd. Azusa, CA Z , Z$ to (626) 334 -2979 License #394471 C8 Phone: CONCRETE CK czn(�ut State License Number: Name: Doug Martin Contracting Co. Inc Address: 220 E. Foundation Ave 61b, 5 La Habra, CA 90631 (714) 441 -0513 Phone: 470131 State License Number: Name: Buena Vista Landscape 9.0f4tom S 06 <pt-N Address: 6o1 Lakeview Placentia, CA 92870 LPp1Q$CAOC h �• (714) 779 -1202 Lie. 674472 C27 Phone: Landscape / Irrigation State License Number: _I GMC Engineering Inc Bidder NL�A� - President Authorized Si ature/Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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: (� POLK & STEINLE, INC Addre: POBOX b EJ CL.{(tcv.L RIVERSIDE, RIVERSIDE, CA 92519 -3039 (714) 632 -1415 LIC# 576274 A —CIO ELECTRICAL Phone. State License Number: Name: Chrisp Company 3q.i4y C Address 16398 Boyle Ave Sn o p l tA a (� 7 Fontana, CA 92334 I (909) 428 -5711 Phone: Lic #374600 Signing/ Striping State License Number: Name: Address: i i Phone: 1II ; State License Number. GMC Engineering Inc Bidder President Authorized Si ture/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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: Address: i I Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: GMC Engineering Inc Bidder OA4& President Authorized Sign reffitle 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name GMC ENGINEERING INC FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number 168 -03 Harvard Blvd Bike Trail Project Description Harvard Blvd. Bike Trail Approximate Construction Dates: From 4/20/03 To: 9/1/03 Agency Name City of Irvine Contact Person Steve 011o Telephone (941 724 -7562 $$279, 7.22.00 $325,21.6.31. Original Contract Amount $_ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders 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 7 No. 2 Project Name /Number 1.67 -03 Paramount Blvd. & Harrison St. Prj 9930 Project Description Street, Traffic & Landscape Improvements on Paramount & Harrison Approximate Construction Dates: From 6/1/03 Agency Name City of Paramount 9/30/03 Contact Person Robert French Telephone (563 714 -5599 $466,311.00 $867,956.54 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders & Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name /Number 1.66 -03 Del Amo & Hawthorne Bld. Project Description Intersection Impts At Del Amo Blvd. & Hawthoone BI Approximate Construction Dates: ' 2003 Agency Name cember 31, 2003 Contact Person sandy Cohen Telephone ( 31p 61.8 -2824 $329,188.00 $336,841.7.7. Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders 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 0 No. 4 Project Name /Number 171-03 Intersection Impts & Median Landscape on Alicia Pkwy & Trabuco Canyon Project Description Tntarcartinn AndSTandcrana Tmntc August 1., 2003 September 30, 2003 Approximate Construction Dates: From To: Agency Name City of Mission Viejo Contact Person Mark Chagnon Telephone ,949) 470 -3091. $424 000.00 $3196,256.58 Original Contract Amount'$ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Deleted item Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number 170_03 State College Beautification ea�oeo& Project Description e mbrvemn£s @ State College & La Palma Approximate Construcgion' a es`: From3 Agency Name City of Anaheim ({nogoing Contact Person Mike Wood Telephone (714) 756 -51.76 $587,970.00 Not Complete Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. E No. 6 Project Name /Number 174 -04 Street Improvements @ Central Near Chicago, Alley, & Fairmount from Strong to 6U Ywy Project Description Crrao +. Sxa££ic__�_Landscaping Improvements 6,guar 1.5, 2004 Ongoing Approximate Construction es: From To. Agency Name City of Riverside Contact Person Daniel Ciacchella Telephone( 90y 826 -5889 $3].1,311.00 Ongoing Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. �A /n GMC ENGINEERING INC iko ✓ " l` residen Bidder Authorized SignatUefTitle 10 E K AINEEMW 0 GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 KEY Principals of GMC Engineering, Inc. as of November 2003 Gennady Chizhik — President, VP & Secretary/Treasurer Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Project Manager, Estimator, Field Engineer Oversees all aspects of GMC Engineering, Inc. Sandra Winberry — Controller Involved in Construction since 1985 Served as: Bookkeeper. Payroll Officer, Contract Administrator Currently serving as: Office Controller overseeing all "Administrative" aspects GMC Engineering Inc. Art Sanchez — Superintendent Involved in Construction since 1982 Served as: Laborer, Operator, Foreman Performed work in Grading, Concrete, AC Paving, Underground, Utilities Currently serving as: Superintendent in charge of all GMC Field Operations as well as scheduling and supervising projects in progress. Scott Johnson — Superintendent Involved in Construction since 1988 Served as: Laborer, Operator, Foreman Performed work in Grading, Concrete, AC Paving, Underground, Utilities Currently serving as: Superintendent in charge of all GMC Field Operations as well as scheduling and supervising projects in progress. 1401 Warner Avenue, Suite 8, Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Gennady Chizhik , being first duly sworn, deposes and says that he or she is President of GMC Engineering Inc. ,the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. GMC ENGINEERING INC President Bidder Authorized Sig ure/Title Subscribed and sworn to before me this My Commission Expires: 9/22/05 8th day of March '2004. (SEAL] AMCNI I L SANDRA JO WiNSERRY Commission # 1321721 Notary Public- Colifomia Los Angeles County * Corm+. E SVZZ 2005 11 CALIFORNIA ALL- PURPOOACKNOWLEDGMENT State of CALIFORNIA County of ORANGE .\ On S c /0 before me, SANDRA JO WINBERRY. NOTARY PUBLIC Date Name aM Title of Officer (e.g -'Jane Doe, Notary Public') personally appeared GENNADY CHIZHIK Name(s) of Signer(s) Xpersonally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, % SANDRA JO WINBERRY executed the instrument. Commisui • 1321721 Notary Pkibtlo • Coiifomla WITNESS aAC1•and official seal. Loa Angeles Count f 1 Ry Comm, FvIms Sep 22, 2005 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 or 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 CRXCorporate Officer Title(s): PRESIDENT ❑ Partner —❑ Limited ❑ General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other[ I Top of thumb here Signer Is Representing: GMC ENGINEERING INC 1.401 Warner AVe Ste B Tustin, CA 92780 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): O Partner —❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1994 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Garage Park, CA 91309 -7184 Prod. No. 5907 Reorder. Call Toll-Free 1.8004768827 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 DESIGNATION OF SURETIES Bidders name SEE ATTACHED 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): 12 • • L arINBERINGRc 0 GENERAL ENGINEERING CONTRACTOR �1ic. No. 739091 CONTRACTORS DESIGNATION OF SURETIES Bondine Aaent: JRG Surety & Insurance Agency, Inc. 1123 Buckingham Drive #A Costa Mesa, CA 92626 (714) 751 -8073 (714) 751 -8029 Fax Attention: Jeffery R. Gryde Surety Company: First National Surety 2677 N. Main Street Ste #100 Santa Ana, CA 92705 (714) 437 -3047 (714) 437 -3058 Fax Attention: Mike Stein Insurance: Armstrong Robitaille 680 Langsdorf Dr. #100 Fullerton, CA 92831 (714) 578 -7356 (714) 578 -7489 Fax Attention: Cindy Campbell Bonding - Insurance Reference 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247:1040 • Fax (714) 247 -1041 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name GMC ENGINEERING INC 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 Current Record Record Record Record Record Yearof for for for for for Record 2003 2002 2001 2000 1999 Total 2004 No. of contracts 5 9 16 1.3 8 7.3 Total dollar 4, 848, 50 Amount of Contracts (in 4,965,4 8 3 876 35 , , Thousands of $ 1; 361., 7.7. 3, ].66, 7. 4 29's 2 No. of fatalities 0 0 0 0 0 0 ZERO No. of lost Workday Cases 0 0 0 0 0 0 ZERO No. of lost workday cases involving 0 0 0 0 0 o ZERO permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder rnm T7Nr �TNT,yR pr_ INC Business Address: 1.401. Warner Ave Ste B Tustin CA 977R0 Business Tel. No.: (71 247-3040 State Contractor's License No. and Classification: 739091 . A, B Title P�es;�enS The above information was compiled from the records that are avabbble 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 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. i[! 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 ACKNOWLEDGEMENT OF ADDENDA Bidders name GMC ENGINEERING INC The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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: CORPORATTON Business Address: 1401 Warner Ave Ste B Tustin Ca 92780 Telephone and Fax Number: (,714) 247 -1040 / (714) 247 -1041 Fax California State Contractor's License No. and Class: 739091 A. B (REQUIRED AT TIME OF AWARD) Original Date Issued: 8111197 Expiration Date: 8131109 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: 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 Gennady Chizhik President Address Telephone 1.041. Warner Ave Ste B Tustin, CA 92780 (71.4) 247 -1.040 Corporation organized under the laws of the State of ill California 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GMC Engineering INc - Gennady Chizhik - President 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; See Attached Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. No Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / No No Are any claims or actions unresolved or outstanding? Yes / No No 17 GN . AINEEPOGN GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 TO WHOM IT MAY CONCERN: Re: Questions relating to litigation - to accompany bid proposals. Q: 1) Has your firm been involved in any litigation relative to your projects within the past ten- (10) years? ` A 1) YES Q: 2) Explain the nature of the litigation. A 2) Brandt Commercial Signs vs. GMC Engineering, Inc. Brandt Commercial Signs failed to comply with the terms of our contact and proceeded with project work prior to authorization from the City of Orange or GMC Engineering, Inc. Q:3) Results? A: 3) In favor of GMC Engineering, Inc. 1401 Warner Avenue, Suite B. Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 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. Gennady Chizhik (Print name of Owner or President of Corporation /Company) !_M 9n�4 --- ring !no "(Z--- resi Rant Bidder Authorized Signature(fitie President Title Subscribed and sworn to before me this March 8, 2004 Date 8th day of March EM 2004. SANDRA JO WINBERRY Commiasioni7827721 z Notary Public - California Los Anpain County 1 My Comm. Funk= JIM 22.2m5 CALIFORNIA ALL- PURPOOACKNOWLEDGM ENT State of CALIFORNIA County of ` ORANGE . fs,/, On vl MA before me, SANDRA JO WINBERRY, NOTARY PUBLIC Date Name and Title of Olrmr (e.g., 'Jana Doe, Notary Publkm) personally appeared GENNADY CHIZHIK Nam(s) of Signer(s) personally known to me – OR – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, &ANON3A JA WINBERRY executed the instrument. CAMMIdb11Yn � 1 �!' 11Z1 N ®fiery pohlis - cliftwe L M.tlg iW C6yBAt – WITNESS an d official seal. N)y 4"EWir1. t`a�i4a Mp ll1, iLp{ 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 [RxCorporate Officer Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General ❑ Attomey -in -Fact ❑ Trustee • Guardian or Conservator • Other: Top of thumb here Signer Is Representing: GMC ENGINEERING INC 1407. Warner AVe Ste B Tustin, CA 92780 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1994 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913047184 Prod. No. 6907 Reorder Call Toll-Free 1800 -076-8827 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 9 NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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. 20 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 9 NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 CONTRACT THIS AGREEMENT, entered into this _ day of , 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GMC Engineering, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) Project Description 3654 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. 3654, 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 fumished 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. 21 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 TWO HUNDRED EIGHTY -TWC THOUSAND, EIGHT HUNDRED EIGHTY -SEVEN AND 25/100 DOLLARS ($282,887.25). 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: Stephen J. Luy (949) 644 -3330 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: GMC Engineering, Inc. 1401 Warner Avenue Suite B Tustin, CA 92780 714 -247 -1040 714 - 247 -1041 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 22 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. 23 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its officers, 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 24 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, 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. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 25 0 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 anri vaar £rct written ahnve APPROVED AS TO FORM: CITY ATTORNEY 26 CITY OF NEWPORT BEACH A Municipal Corporation By. /�ZLI-s Mayor GMC ENGINEERING, INC. By: YtOA—A� Authorized Si g ture and Title P,Zrs, rlient #: 29932 GMCENGI ACb W.e CERTIFICA18 OF LIABILITY MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH INSURONCE 3/31/04 (MWDD1YY) PRODUCER 09130103 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Armstrong /Robitaille Bus &InsSv 680 Lan sdorf Drive #100 9 FIRE DAMAGE(Anywefire) 1$50,000_ ONLY HOLDER. ALTER AND CONFERS NO RIGHTS UPON THE CERTIFICATE THIS CERTIFICATE DOES NOT AMEND, EXTEND OR THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 34009 CLAIMS MADE LX OCCUR: Fullerton, CA 92834 -9409 X IM/PD Ded 5 000 INSURER A: INSURERS AFFORDING COVERAGE Landmark American Insurance Co. INSURED GMC ENGINEERING, INC. 1401 Warner Avenue #B Tustin, CA 92780 4116 ; INSURER B: American Economy Ins. Co. I INsumia Nation_ al Union Fire Ins. Co. of PA INSURER INS State Compensation Ins. Fund -Calif INSURER E: "Revised" COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE M/DD/YY DATE M(DD/Y" A GENERAL UABU LHA124216 09130103 06/25104 EACH OCCURRENCE $1000000 FIRE DAMAGE(Anywefire) 1$50,000_ :X C_QNMERCIALGENERALLIABILITY CLAIMS MADE LX OCCUR: MED_EX_P(Any one person) $5000 X IM/PD Ded 5 000 PERSONAL& ADV INJURY 1$1,000,000 GENERAL AGGREGATE $2 000 _000___ -____ PRODUCTS_COMPoOPAGG $1,000,00D - -- -- [GEN'LAGGREGATE LIMITAPPLIESPER:i ! POLICY X PRO L� B AUTOMOBILE LIABILITY 02CE0088352 06/25/03 06/25/04 COMBINED SINGLE LIMIT X ANY AUTO (Ea eccitlenl) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ 'SCHEDULED AUTOS (Per rson ) ; - X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS i (Perflccitlent) PROPERTY DAMAGE $ (Per ecdd.M) GARAGE UABIUTY I AUTO ONLY . EA ACCIDENT IS I 4 ANY AUTO OTHER THAN EA ACC $ — $ I 1 AUTO ONLY: AGO C EXCESS LIABILITY BE21-897821 04/23/03 06125/04 EACH OCCURRENCE $1 000 000 X OCCUR CLAIMS MADE AGGREGATE $1.000.000 _ _ _ $ DEDUCTIBLE $ RETENTION $ D woRHERSCOMPENSpnoNANp .046001366603 10/01/03 :10/01/04 X TWO C Fly AT - I .I ER...j ------- EMPLOYERS' LIABILITY F- E.L. EACH ACCIDENT ($1,000,000 E.L. DISEASE- EA _EMPLOYEE151,000,000 E.L DISEASE -POLICY LIMIT 1$1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Re: Contract No. 3654, Newport Blvd and Balboa Blvd Merger (Mixmaster) The City, its officers, agents, officials, employees and volunteers are named as additional insureds as respects general and auto liability and this insurance is primary and noncontributory with any other insurance of (See Attached Descriptions) City of Newport Beach Public Works Dept 3300 Newport Blvd PO Box 1768 Newport Beach, CA 92658 ACORD 258(7/97) 1 .,ft 1LQ91r9A1/M997Q7A SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLXI( M MAIL 30_ DAYS WRITTEN TOTRE CERTIFICATE HOLDERNAMED TOTHE LEFT, Inrn n nrnwn rnoononnnM I 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. ACORD25- S(7197)2 of 3 #S235281/M217375 DES4IPTIONS (Continued from PW 1) the additional insured as required by written contract, per endorsement attached. Endorsement for waiver of subrogation as respects workers compensation to follow from carrier. AMS 25.3 (07/97) 3 of 3 #S235281/M217375 s� jr 0 0 This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET - PRIMARY This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials and emv7�loyees and volunteers Any person or organization to whom dr to which you are obligated by virtue of a written Contract or by the issuance or existence of a permit, to provide insurance such as is afforded by this policy, (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) SECTION 11 - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the SCHEDULE, but only with respect to liability arising out of'your work' for that insured by or for you. If you are required by a written contract to provide primary insurance, this policy shall be primary as respects your negligence and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance does not apply, but only with respect to coverage provided by this policy. This endorsement effective 9/30/03 forms part of Policy Number LHA124216 issued to GMC Engineering, Inc by Endorsement No.: RSG 15001 0903 Includes copyrighted material of Insurance Services Office, Inc. 1954 (CG 2010 1185) with its permission THIS END06MENT CHANGES THE POLICY. PLEASE Rjj IT CAREFULLY. s A F E c O' ADDITIONAL INSURED CA 713512 93 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Endorsement effective 6/25/03 Named Insured Countersigned by GMC ENGINEERING, INC. {er (Authorized Representative) Schedule Name of Person or Organization: City of Newport Beach, its officers, agents, o icia s, em o ees and volunteers Address: Prem ium: $ i nc 1 . (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Under LIABILITY COVERAGE WHO IS AN INSURED is changed to include as an 'i sured" t'e parsen(s) or crganization(s) shown in the Schedule, but only w;th respect to "bodily injury" or "property d,:rnage" resulting from the acts or omiss,ons oP. 1. You; 2. Any of your employees or agents; 3. Any person, except the additional insured or any employee or agent of the additional insured, eperaling a covered .. at:to" with the permission of any of the above. B. The insurance afforded by this endorsement does not apply: To "bodily injury" or " poperty damage" arising out of the sole negligence of the person(s) or organizalion(s) shown in the Schedule. CA 71 35 12 93 Page 1 of 1 03/31/2004 11:40 7145787489 ARMSTRONG ROBITAILLE PAGE 07/07 BROKER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPKNSATrON INSURANCE F V N DI CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 03 -17 -2004 RE E ' GROUP: 000046 POLICY NUMBER: 13668 -2003 CERTIFICATE 1D: 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT 3300 NEWPORT SLVD,PO SOX 1768 NEWPORT BEACN CA 92658 MAR 1 9 nnCERTIFICATEEXPIRES: 10 -01 -2004 1 10 -01- 2003/10.01 -2004 JOB: RE: NO-3654 NEWPORT BLVD 4 BALBOA, BLVD MERGER This is to certify that we have issued a valid Worker's Compensation Insurance policy In a forth approved by the California Insurance Commissioner to the employer named below for the policy perlod 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 Policies listed herein. Notwithstanding any requirement, term or condition of any cornraet or other document with respect to which this certificate of insurance may be Issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. AUTNORIXEO REPRESENTATNQ A�, C . Al VJEAL PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #1600 - GENNADY CHIZHIK, PRES, TRES - EXCLUDED. ENDORSEMENT 4206E ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -01 -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 03 -17 -2004 IS ATTACKED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT REACH EMPLOYER GMC ENGINEERING INC AND /OR GMC ENTERPRISES DBA: GMC ENTERPRISES 1401 WARNER AVE STE R TUSTIN CA 92780 ICU IN :0�9r40l BGF IO2g2G Aceepl WeeertlAcamvpyMypu epeefeMt welprmwk ihvt nxgs"OFFICIFL STATE NNO OOOVMENT- PAGE 10Fi APR -05 -2004 MON 03148 PM FAX N0, 1 I 1 Fax #: (1..! �r �.__.�).[.I CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach P. 01 This chc cidiM is compriso I of requirements as outlined by the City of Newport Beach. Date Rcx6vod: � C)1 <% �'` D�pt. /Contact R"eived Fr=6 Date C.otnplotod: Sent to: ` x, (_ By: , 7 �( Company /f erson required o have certificate: rCNI;RAL LIABIIJTY A. INSURANCE COMPANY: U. G. 11 G. AM BEST RATING (A: VII or greater): ADMITTED Company (Must be California Admitted): w Is Company admitted in California? LIMITS (Must he $1 M or rgreater): What is limit provided? PRODUCTS AND COMPLETED OPERATIONS (Must include): ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? Ycs Nj'No ._xY)t_I_- Is it included? XYes Q No JxYes ❑ No tt Yes Ej No Fl. CAU1 IONI (Confirm that loss or liability of the named insured is not limitf,d solely by their negligence) Does endorsement include "solely by ne0lil,)ence" wording? ❑ Yes No 1, NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of canc(,1lation by certified trial); per Lauren Farley, the City will accept the endeavor wording. 11. AUTOM00ILE LIABILITY A. INSURANCE COMPANY: k�YY��r(C'Cl D, AM BZ - ;ST RATING (A: V11 or greater): C. ADMITTED COMPANY (Must be California Admitted): Is C:omparry admitted 0 California? No D. LIMITS (Must be $1M min. BI & PD and $500,000 LIM): What is limits provided? OYes' � � E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes La No F. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Ii I rs only): Is it included ? ❑ Yes ❑ No G. NOTIF=ICATION 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. Ill. WORKERS' COMPENSATION C�� A. INSURANCE COMI�ANY: �C\ �� 11. • AM 91-IST RAPING (A: VII or greater): LIMITS: slatutnry 0. WAIV %.R OF SUBROGATION (To Include): Is it included? Yes [] No LIAM Alert, ABOVE REQUIREMENTS BEEN MET? El Yes No fie` „" •nf, ,,h„ ,.rruw . v.ti� ...� ..a .—_. 5 0 Oyler, Shauna From: Farley, Lauren Sent: Tuesday, April 06, 2004 9:46 AM To: Oyler, Shauna Subject: RE: GMC Engineering - Newport/Balboa Boulevard Mixmaster approved - - - -- Original Message---- - From: Oyler, Shauna Sent: Tuesday, April 06, 2004 9:43 AM To: Farley, Lauren Subject: GMC Engineering - Newport/Balboa Boulevard Mixmaster We are ready to start this project. Everything has been approved. Their General Liability carrier is not admitted (Landmark American Ins. Co.). They are rated "AX ". Please see the attached TIF files: << File: GMC Engineering Ins.tif >> << File: GMC Engineering Ins -l.tif We appreciate your approval as soon as possible. Thank you •CITY OF NEWPORT BEACH OFFICE USE ONLY REVENUE DIVISION • --- 3300- NEWMRT'BQVtEV= --P:0- BOX - 1768' - -- — NEWPORT BEACH, CA 92658 -8915 (949) 6443141 RevenueHelp OCity.Nenpoa- Beach.ca m hru p: / /ecznv.Cig'.Nnvpou- Beach.ca.us /Revenue Business Tax Number BUSINESS LICENSE TAX APPLICATION PLEASE PRINT CLEARLY IN BLACK INK. ILLEGIBLE APPLICATIONS WIILLL� BE RETURNED. 1. Business (DBA) Name G•y� e�`+C7�N��6 /n/C Maximum 35 characters ,mss 2. Business Address (No PO Boxes) XeX 'dv Q Suite_ City: / Uj7 /M State: r/4 Zip: 9 Z7 $O 3. Mailing Address Alwe a3 Suite: City: 'LI/I of h! State: eA Zip: !}' L 7 fro 4. Business Phone 7/ ) Z q7-/G 9V 5. Date Business Started in Newport Beach 6. Business Activity O ANIEIA. MAMMVZKroduct Sold 8. Email Address 9. Web Site Address 10. State License ontractor ealEstate, Medical, etc.) No. 739091 Type .�� a Exp. $ / 11. Seller's Permit No. 12. Federal Tax ID No (FEIN) 33-997S-911f 13. Type of Ownership (check one) ❑ Sole Proprietorship Social Security No. ❑ Partnership Please fill in Item 12 ❑ Limited Liability Company (LLC) Please fill in Item 12 9 Corporation ID No. / 16 VI ?0 State: CA 14. Owner or Principal Information. if necessary, please attach a list of additional principals. The first name listed will appear on the business tax certificate 6 Name 6A*MA y GA111 Ml r— Drivers License No. — Residence Address: City: Z /Z(/f&0, State: 6_ Zip: Phone: (9V/ ) Name Residence Address: City: State: Zip: Drivers License No. Phone: () Unit # 75'61-9 W7 Unit # 15. Business Tax Rates. ° The business taxis based on the location of your business. Please check the appropriate box. j My business is located outside the City of Newport Beach $182.00 ❑ I My business is located at a residential location in the City $116.00 1 ❑ My business is located at a commercial location in the City Calculate Total Due Below I The tax for in -city commercially based businesses is calculated by using the formula below. Multiply the number of W2 employees by $12 if the business does not have a Sellers Permit or by $6 if the business does have one and add to the base tax. (For In -City commercial locations only) $122.00 + ($12.00 or $6.00 X — (No. of w2 employees)) _ $ (Total Due) 8 'These rates are valid through June 30, 2003 16. Total Paid: $ / �%� Please make checks payable to City of Newport Beach 17. 1 hereby certify under the penalty of perjury that I am authorized to make this statement and the information provided on this application is true and correct. I also certify that I have read and understood the information c n tpe 4aciyof this application. Applicant's SigrMure Applicant's Name (Printed) Company Profile Page 1 of 2 40 GalMVrni Departmeft Company Profile Insce FIRST NATIONAL INSURANCE COMPANY OF AMERICA REGULATORY COMPLIANCE DEPT T -7 SAFECO PLAZA SEATTLE, WA 98185 800 - 332 -3226 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24724 NAIC Group #: 0163 California Company ID #: 0978 -7 Date authorized in California: January 03, 1929 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS http: / /cdinswww. insurance. ca.gov /pls /wu_co _prof/idb_co _prof utl.get_co _proVp_EID =... 04/06/2004 03/24/2004 15:34 7145787489 ARMSTRONG ROBITAILLE ARMSTRONG /ROBITAILLE BUSINESS AND INSURANCE SERVICES Number of Pages (including Cover Page): 1 To: Stephanie City of Upland Fax No: 909.931-4123 Subject: GM-_— Engineering, Inc. Comments: Project: Foothill Blvd. Median Landscape 2004 -01 #3881 From: Cindy Campbell Account Executive Direct Phone (714) 578 -7356 Direct Fax (714) 626 -7533 ccanVbcll@ariiisurince.com Dom: March 24, 2004 CC: PAC E Stephanie, we are the insurance brokers for the abdve referenced client. Sandy at GMC asked me to write to you explaining why they are insured at thi time with a non - admitted insurer. Please know that at renewal last year, (6/25/03) w had placed the general liability cover age for GMC with Royal Surplus Lines Insurance Company. They were a non - admitted company but :heir parent company was Royal Insurance Company of Amenoa who was admitted. We placed then with Royal knowing that in the :vent an admitted carrier was necessary, we could get what is called a `but through" endorsement which would basically make the admitted carrier the carrier that would insure for that project. Anyhow, late last year Royal (both admitted and non-admitted) were downgraded by AM Best to a B. A B rating is not acceptable. As such, Landmark ArneTican came to the rescue and agreed :o rewrite all Royal policies on their A 10 paper. Basically, Landmark took over for Royal and savec. all Royal policy holders from having to be cancelled and find oth , insurance. The only downfall is that hey are non - admitted and there i:t not one of those "cut througli" endorsements available. We plan to move GMC to an admitted carrier at their renewal on 6/25/04. 1 hope this clarifies. Please feel free to give me a ylall if you should have any questions. I Cc: Sandy @ GMC Engineering, Inc. Fax: 714 - 247 -1041 Po Box 34009 Fullerton, CA 92834.9409 680 iangsdorf Drive, Suite 100 Fullerton, CA 92831 CA lire# 0619252 a L / 0 1 1(r E'IIIF;!; F.'EFOF'T OIL P Mar. 24 2D04 05:09PM YOUR LOGO :GMC ENGIJEERING YOUR FAX NO. :714 247 1041 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESU_T 01 19099314123 Mar.24 05:08PM 00'58 SND 02 OK TO T•: t THEN SELECT OFF BY USING 'JOG-DIAL'. FOR FAX ADOANTAGE •ti ■ 5-7329). 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 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. 3654 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum MC)hili7Atinn R Notification @ — Dollars and Cents Per Lump Sum 2. Lump Sum Tr is�Con -Lof S ste @ T4hfy Dollars J and f0 Cents Per Lump Sum 3. Lump Sum Cl �r a� -N Grub WJµ � @ NIM101 Sty4+{ Dollars t and o Cents Per Lump Sum 4. 518 S.F. Remove Concrete Gutter @ Dollars and Cents Per Square Foot 530- $ 4 '10597 - $ 07,591- $�� $ 51 - • • PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 743 L.F. Remove Concrete Curb and Gutter @ (V1A— " Dollars Zp /f and (t _ Cents Per Linear Foot 6. 3,488 S.F. Remove Concrete Sidewalk @ Dollars and CI6�T Cents Per Square root 7. 407 L.F. Remove Concrete Curb @ —T4, 'C'- Dollars sue' and t 00 Cents Per Linear Foot Lo (a0 $ $ Zo.� bo .40 S,?- 9 8. 5,229 S.F. Sawcut and Remove Asphalt Concrete Pavement @ (>4c Dollars and Cents $ $ 51 Z'1'q Per Square Foot 9. Lump Sum Remove Drainage Faciliti s t�,V. 50 , G�ShV @ Fn(- t `I Dollars 4 and ,_Cents Z�Sp� Z.,% o_ $ Per Lump Sum 10. 19 Each Remove T_r�eN��Q Dollars and (� J Cents $ $ Per Each 11. Lump Sum Reloc to Street fight �r�42 @ Dollars and Cents 4 '30 500— $ 3, SDu Per Lum Sum E L PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. Lump Sum Relocate P rkiniLot�Lig�ht @ — Dollars and Cents Per Lump Sum 13. 155 C.Y. Aggregate Base @-TIOK14 FiV4L Dollars .� and IIoD Cents Per Cubic Yard 14. 252 Tons Asphalt Concrete @ S(-1VfA-f4 OrlE Dollars 5 and O 1100 Cents Per Ton 15. 24 Tons Rubberized Asphalt Hot Mix Concrete two H'imr)PAO Dollars and t0 y — Cents Per Ton 16. 614 S.Y. Pavement Fabric @ Dollars 1 and 9 Cents Per Square Yard 17. 5,165 S.Y. Emulsion Aggregate Slurry @ -[W V Dollars and 50(#00 Cents Per Square Yard 18. 16 Each Rel�orcat�� nq Meter Post ltV ND �u.0 @ Dollars and Cents Per Each a 1)0700..�$ 21'700— $ 35. I'/ S� $ 70 $ to 1, 7 R E M 50 2'e-- $ 3So- $ 5,4S(0 U $ q) NO $ t-01Z- 0 $ IZ,91Z. $ S,1000— , L-1 0 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 19. 1 Each Parking �Mggte__r Post 'T.L RvkU*,0 @ 6411 F'Ve ' Dollars and 0 Cents $ 2 3 ZS + $ _ Z S Per Each 20. 476 L.F. Type A PCC Curb and Gutter (6" C.F.) @TMF10.'it -- Dollars ZS and ZS 1100 -f Cents $ 13 $ b13�7 Per Linear Foot 21. 379 L.F. Type B PCC Curb (6" C.F.) @ '(�+V =, �'e- Dollars s� S 0 and 5011u0 r' Cents $ (Z $ L4113"1 Per Linear Foot 22. 25 L.F. Type A PCC Curb and Gutter (8" C.F.) Dollars and Cents $ 15— $ 375 Per Linear Foot 23. 7 Each Curb �c'a ms W9,011'a @ S75r' J� ^�Tf _� Dollars and Cents $ %10— $ S,390 — Per Each 24. 2,312 S.F. Concrete Sidewalk @ — TV) 0 Dollars 60 to and (00 (l00 Cents $ Z ;,,00, $ Per Square Foot 25. 1 Each C tch Basin �JrtD� 61mq ONE= @ FOJr — Dollars and 44 �/- (0 —1 � �— 1011 Cents $ — $ � Per Each I i r • PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 1 Each Ju�Tu true s IX @ >r JH1)(4Z( Dollars and Qr Cents Per Eaolf $ ZAb @o $ Z �(000 -- 27. 180 L.F. Cross Gutter @ Dollars and 10 1 (00 Cents Per Linear Foot 28. 1 Each Parkway Drynv �t.40 fAo @uF'fif�~ —� Dollars �( and `� —Cents $ Z�SSO� $ Z) 550 — Per Each' 29. 40 L.F. Drainage Pipe (12" PVC, SDR -35) @ Dollars r and Jp Cents $ 440� $ 11(000— Per Lin Foot 30. 2 Each Storm Drairj FiNe�ftoe SI Dollars and Cents $ $ Per Eac 31. 2,410 S.F. Automatic Irrigation System Modifications @ �'9V rL Dollars and Cents $ $ np4up Per Square Foot 32. 1,655 S.F. Soil Preparation and Weed Abatement @ — Dollars S and 5 s l 00 Cents $0 $ C,10 Z Per Square Foot PR6of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 33. 4 Each Palm Tree (10' BTF) Dollars and Cents Per Each 34. 10 Each Palm Tree (12' BTF) �T14%r -4.e eh/ @NIO/eLi Dollars and Cents Per Each 35. 5 Each P mTr ee (15' BTFl �p @ � Dollars 0 and 9 Cents Per Each 36. 396 Each 15 Gallons Shrub @ Dollars and Cents Perms 37. 1,655 S.F. Wood Chip Mulch (2" Thick) @ e ul Dollars and Ifl 1 Lo O�� Cents Per Square Foot 38. Lump Sum 60 -Day Landscape Maintenar ce Period C1 tv" Ws40(eu' @ Dollars and Cents Per Lump Sum 39. Lump Sum Pavement Striping & Markings 51* @ 'TOWSAAO — Dollars and JO Cents Per Lum Sum $ I I� 85-- $ L4 10 $ 1,30o -- $ (3,000 — $ YSqS- $ 1011S- $ �S- $ ZS,lyO- $ 0 • yF $ fo(02— If I00 � $ 1000' $ 000— $ (0) 000 • • PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 6 Each New Sign ONE F}JNDw @ Dollars and Cents $ 130— $ 1 �� Per Each 41. 4 Each New Sign C Sign Post OM VWp11D(,4d — Dollars and .0 Cents $ 130— $ 52,0— Per Each 42. 2 Each ReloOc'`a1tQ Si gP andOPros @ 3PD /kj � 4k- Dollars and Cents $ $ Z 8 Z Per Each 43. 8 Each Remove Sign and Post @ Dollars and p Cents $ Off— $ 40— Per Per Each 44. Lump Sum Remove Pav ment Marki gs F�vL t - imote:� @ Dollars and Cents $ 540' $ S%4D- Per Lump Sum 45. 1 Each Pullbox oML- t-WNoh91 @ &%.Y+!( TUJO Dollars and 1 Cents $ $ � Per Each ' 46. Lump Sum ra�fi Si I Modif' tion XiH` �dkn talrAP& y r L I —Dollars and Cents 101 87 8 $ 0 Per LumWSurn ::. . 41 • PR8of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 47. Lump Sum Surveying Se [v ices T��r� -+w7 o MwndNa�l Dollars and Cents Per Lum Sum TOTAL PRICE IN WRITTEN WC Two uHpltcl -ekq and ZS Cents March 8, 2004 Date (77.4) 247 -1.040 & 247 - 1.041. Bidder's Telephone and Fax Numbers 739091. A, B Bidder's License No(s). and Classification(s) • 3,1So- $ 311So- .r $ Total Price (Figures) GMC ENGINEERING TNC Bidder '- resident Bidder's Authorize ignature and Title 1.401. Warner Ave Ste B Tustin, CA 92780 Bidder's Address PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER CONTRACT NO. 3654 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.3 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 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 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 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6 -7 TIME OF COMPLETION 4 6 -71 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -5 PERMITS 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 8 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 9 7 -10.7 Notice to Residents and Temp Parking Permits 9 7 -15 CONTRACTOR LICENSES 10 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 16 9 -4 PRE - ORDERED MATERIALS ITEMS BY CITY 16 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 16 201 -1 PORTLAND CEMENT CONCRETE 16 201 -1.1.2 Concrete Specified by Class 16 201 -1.2.1 Portland Cement 16 201 -2 REINFORCEMENT FOR CONCRETE 17 201 -2.2.1 Reinforcing Steel 17 201 -5 CEMENT MORTAR 17 0 201 -5.6 Quick Setting Grout 17 SECTION 203 BITUMINOUS MATERIALS 17 203 -5 EMULSION- AGGREGATE SLURRY 17 203 -5.1 General 17 203 -5.2 Materials 17 203 -5.3 Composition and Grading 17 SECTION 206 MISCELLANEOUS METAL ITEMS 18 206 -7 SIGN POSTS 18 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 18 212 -1 LANDSCAPE MATERIALS 18 212 -1.1.1 General 18 212 -1.2.4 Organic Soil Amendment 18 212 -1.2.5 Mulch 18 212 -2 IRRIGATION SYSTEM MATERIALS 18 212 -2.2.2 Gate Valves 18 212 -2.2.7 Valve Boxes 18 212 -2.4 Sprinkler Equipment 18 SECTION 214 PAVEMENT MARKERS 18 214 -4 NON - REFLECTIVE PAVEMENT MARKERS 18 214 -5 REFLECTIVE PAVEMENT MARKERS 18 SECTION 215 STORM DRAIN FILTERS 18 215 -1 GENERAL 18 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 19 300 -1 CLEARING AND GRUBBING 19 300 -1.3 Removal and Disposal of Materials 19 300 -1.3.1 General 19 300 -1.3.2 Requirements 19 300 -1.5 Solid Waste Diversion 19 SECTION 302 ROADWAY SURFACING 20 302 -4 EMULSION - AGGREGATE SLURRY 20 302 -4.3 Application 20 0 0 302 -4.3.1 General 20 302 -4.3.2 Spreading 20 302 -4.3.4 Application Testing 20 302 -5 ASPHALT CONCRETE PAVEMENT 20 302 -5.1 General 20 302 -5.4 Tack Coat 20 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 21 302 -6.6 Curing 21 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 21 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 21 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 21 303 -5.1.1 General 21 303 -5.3 Placing Concrete 21 303 -5.5 Finishing 21 303 -5.5.2 Curb 22 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 22 307 -4 TRAFFIC SIGNAL CONSTRUCTION 22 307 -4.9.3 Inductive Loops 22 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 22 308 -1 GENERAL 22 308 -4 PLANTING 23 308 -4.4 Specimen Planting 23 308 -5 IRRIGATION SYSTEM INSTALLATION 23 308 -5.3 Installation of Valves, Valve Boxes and Special Equipment 23 308 -5.5 Automatic Control System Installation 23 308 -6 MAINTENANCE AND PLANT ESTABLISHMENT 24 SECTION 310 PAINTING 24 310 -5 PAINTING VARIOUS SURFACES 24 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 24 310 -5.6.6 Preparation of Existing Surfaces 24 310 -5.6.7 Layout, Alignment and Spotting 24 310 -5.6.8 Application of Paint 24 0 0 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 25 312 -1 PLACEMENT 25 SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 25 600 -2 CRUMB RUBBER (CRM) BINDERS AND PAVEMENTS -WET PROCESS 25 600 -2.1 Asphalt- Rubber 25 600 -2.1.1 General 25 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 25 600 -2.6.3 Rolling 25 APPENDIX A SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS APPENDIX B CALIFORNIA COASTAL COMMISSION STAFF REPORT APPENDIX C CUT SHEETS Century Root Barrier Panels Rainbird Snap -Tite Wire Connectors CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) CONTRACT NO. 3654 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. R- 5857 -S and T- 5917 -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; (5) Standard Plans for Public Works Construction (1997 edition): (6) State of California Department of Transportation (Caltrans) Standard Specifications (July 2002) (7) State of California Department of Transportation (Caltrans) Standard Plans (July 2002) and (8) California Coastal Commission Staff Report for Coastal Development Permit Application No. 5 -03- 502 (CDP staff report). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications and Standard Plans for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, of this contract consists of, but not limited to, PCC improvements, and drainage improvem( asphalt concrete pavement sections, street improvements; modifying traffic signal; installing lights; and modifying landscaping and irrigation. 2 -9 SURVEYING "The work necessary for the completion removing asphalt concrete pavement, mts; constructing PCC improvements, and parking lot slurry and drainage pavement striping and signs; relocating 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 Newport Boulevard and Balboa Boulevard Mixmaster improvements. The filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the Work completion. All existing street centerline ties and property corner 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 Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 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 Newport Boulevard and Balboa Boulevard Mixmaster 0 0 shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -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 to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, SBC, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. The contractor shall remove and salvage City -owned sewer manhole covers and grade rings and City owned water valve cans and covers, and furnish and install new sewer manhole cover and water valve covers prior to finish grade adjustment. Salvaged material shall be delivered to City Utilities Yard. 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." Newport Boulevard and Balboa Boulevard Mixmaster No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, a schedule of work has been submitted, and a water pollution control plan 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. Per the CDP staff report, the project will be completed in two phases. Phase 1 includes all work on 21s` Street between Court Street and McFadden Place and modifications of the parking lot including paving, curbs, medians, and landscaping. During this period of construction (approximately four weeks), construction equipment may be stored in a portion of the parking lot. Phase 2 consists of construction of the curb return and paving at 21" Street and Balboa Boulevard, construction of the left turn pocket on Balboa Boulevard, traffic signal system and modifications, and modification of the storm drain facilities. During this period (approximately 2 weeks), construction equipment shall not be stored in the parking lot and the entire reconfigured parking lot shall be open and available to the public. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 30 consecutive working days after the date on the Notice to Proceed, except for landscape maintenance period." 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." The City has pre- ordered the traffic signal pole and mast arm assemblies. These items will be delivered to the construction site at no cost to the Contractor for installation by the Contractor. The pole assemblies are expected to be delivered between April 26m to May 10"', 2004. 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 ", the third Monday in January (Martin Luther King Day), the third Monday in February' (President's Day), the last Monday in May (Memorial Day), July 4 "', the first Monday in September (Labor Day), November 11'h (Veterans Day), the fourth Thursday in Newport Boulevard and Balboa Boulevard Mixmasler 0 0 November (Thanksgiving), December 24"i, (Christmas Eve — half day), December 25'h (Christmas), and December 315' (New Year's Eve — half day). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:00 p.m., Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 8:00 a.m. to 6:00 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. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section: 'The City has received the CDP staff report to its project application for a California Coastal Commission Coastal Development Permit. A copy of the CDP staff report is included as an appendix to the Specifications. The requirements of the CDP staff report are incorporated into and are a part of these Special Provisions and the Contractor shall comply with these requirements. Payment for compliance with the CDP staff report shall be included in the Contractor's overall bid and no additional compensation shall be allowed therefore." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: 1. "Under a separate City contract, another contractor will be applying slurry to the adjacent beach parking lot. The Contractor of this project shall be required to coordinate his work with this adjacent project. City Inspectors will assist in Newport Boulevard and Balboa Boulevard Mixmaster __ _ • �._._ .._�.__� �..____ _.SP R OF 25 coordinating the activities of both projects to minimize disruption to either project and to the public. 2. Under a separate contract with the City, another contractor will be re- constructing portions of the McFadden Plaza pedestrian area. The Contractor of this project shall be required to coordinate his work with this adjacent project. City Inspectors will assist in coordinating the activities of both projects to minimize disruption to either project and to the public. 3. City forces will shut down all water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes as required. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use 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." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any Newport Boulevard and Balboa Boulevard Mixmaster 0 0 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 marine waters. b. Checking construction vehicles for leaking fluids. c. Monitoring construction activities. d. Removing any construction related debris on a daily basis. e. 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 Forces 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 accordance 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 shall 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 furnish 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 Plan (see Section 7- 10.3)." The Contractor is directed to review the access requirements of the CDP staff report. The Contractor shall phase and schedule work. During Phase 1 construction, the parking lot may be closed during working hours and may be closed on weekday evenings for a maximum of two weeks. The parking lot must be open every weekend. During Phase 2 construction, the parking lot will be open to the public. The Contractor shall install temporary signage to direct the public to the existing adjacent parking lots during the duration of construction activities. 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "The Contractor is directed to review the storage requirements of the CDP staff report. Storage of construction materials and equipment in streets, roads, or sidewalk areas shall only be permitted under special circumstances approved by the Engineer. Stockpiling of materials shall only be allowed if prior approval is obtained from the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Prior to move -in, the Contractor shall take photos of the lay -down area. The Contractor shall restore the lay - down area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." Newport Boulevard and Balboa Boulevard Mixmas[er 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), 2001 Edition. The Traffic Control Plan shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans shall 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. Prior to performing any lane closures for hardscape or signal work in or adjacent to Balboa Boulevard at 21" Street, Contractor shall install a temporary signal (a three -phase head on a 1A pole with approximately 130 feet of temporary overhead wiring) on the Balboa Boulevard southbound transition lane adjacent to the McFadden Plaza parking lot, which would reduce the merge distance for the southbound Balboa Boulevard transition lane to southbound Balboa Boulevard. The temporary signal shall be tied into the northbound Balboa Boulevard transition lanes at Newport Boulevard and run concurrently in a manner approved by the Engineer. Where the hardscape or signal work will require the closure of more than one travel lane, the transition lane may be closed for short periods of time and southbound traffic diverted through the McFadden Plaza area. The construction schedule and traffic control plan shall detail the steps that will be taken to expedite the work in this area for approval by the Engineer. A message board at 32nd Street shall be required to direct motorists to Newport Boulevard while the transition lane is closed. Failure of the Contractor to adhere to the approved construction methodology and schedule for this portion of the work that results in an extended closure of the transition lane will result in the assessment of liquidated damage per the provisions of Section 6 -9. Newport Boulevard and Balboa Boulevard Mixmasler 0 6 6. During reconstruction of the parking lot area, the Contractor shall maintain access to the beach parking areas via 215` Street at all times. 7. During slurry operations, the Contractor shall maintain access to the beach parking areas via McFadden Place or 21st Street at all times. 8. For work on Balboa Boulevard, one lane in each direction shall be maintained at all times. Lane closures are limited from 9:00 am to 3:30 pm. The Contractor shall have a flagperson staged at the area when heavy equipment is being employed. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: `The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING' signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall 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 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents and businesses, 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 specific 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 Newport Boulevard and Balboa Boulevard Mixmaster 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. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor A License. At the start of work and until completion of work, the Contractor 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 drawings 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' drawings 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, including, but not limited to, removing, disposing, furnishing, storing, installing, and constructing items required to do all the work to complete the item of work in place, and repairing all existing improvements damaged by the work 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 items of work pertain to the bid items included within the Proposal. Item No. 1 Mobilization and Notification: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing and implementing the Water Pollution Control Plan, preparing and updating during the course of work the Newport Boulevard and Balboa Boulevard Mixmaster i construction schedule, notifying adjacent residences and businesses, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control System: Work under this item shall include delivering all required notifications and post signs. In addition, this item includes providing the traffic control required by the project including, but not limited to, signs, cones, barricades, message board, flashing arrow sign, temporary striping, flag - persons and temporary traffic signal on the Balboa Boulevard transition lane. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach requirements. Item No. 3 Clear and Grub: Work under this item shall include removing all brush, vegetation and roots and other objectionable material as directed by the Engineer from the construction area, and all other work items as required for performing the work complete and in place. Item No. 4 Remove Concrete Gutter: Work under this item shall include sawcutting, removing, and disposing of the existing P.C.C. curb and gutter and all other work items as required for performing the work complete and in place. Item No. 5 Remove Concrete Curb and Gutter: Work under this item shall include sawcutting, removing, and disposing of the P.C.C. gutter and all other work items as required for performing the work complete and in place. Item No. 6 Remove Concrete Sidewalk: Work under this item shall include sawcutting, removing, and disposing of the existing P.C.C. sidewalk and all other work items as required for performing the work complete and in place. Removal of the concrete median (back of curb to back of curb) on Balboa Boulevard shall be considered as sidewalk removal and shall be included in this bid item. Item No.7 Remove Concrete Curb: Work under this item shall include sawcutting, removing, and disposing of the existing P.C.C. curb and all other work items as required for performing. the work complete and in place. Item No. 8 Sawcut and Remove Asphalt Concrete Pavement: Work under this item shall include sawcutting, excavating, removing, and disposing of the asphalt concrete pavement and base materials to the depth required and all other work items as required for performing the work complete and in place. Item No. 9 Remove Drainage Facilities: Work under this item shall include sawcutting, removing, and disposing of the existing storm drainage facilities and all other work items as required for performing the work complete and in place. Removal of drainage facilities include, but are not limited to, catch basins, PCC gutter depressions, and drainage pipe. Item No. 10 Remove Tree: Work under this item shall include removing and disposing of existing trees and all other work items as required for performing the work complete Newport Boulevard and Balboa Boulevard Mixmaster and in place. All existing trees to be removed shall be removed, trunk and roots, to a depth 18 inches below ground surface. Item No. 11 Relocate Street Light: Work under this item shall include removing, storing and reinstalling street light assembly and all other work items as required for performing the work complete and in place. Work shall include removal, trenching, furnishing and installing PVC conduit, furnishing and installing electrical conductors and pullbox(es), constructing foundations, and trench repair. The existing foundation shall be removed to at least 12- inches below the finished grade. Item No. 12 Relocate Parking Lot Light: Work under this item shall include removing, storing and reinstalling existing parking lot light assembly and all other work items as required for performing the work complete and in place. Work shall include removal, trenching, furnishing and installing PVC conduit, furnishing and installing electrical conductors and pullbox(es), constructing foundations, and trench repair. The existing foundation shall be removed to at least 12- inches below the finished grade. Item No. 13 Aggregate Base: Work under this item shall include furnishing, grading, installing, and compacting crushed aggregate base and all other work items as required for performing the work complete and in place. The Contractor shall notify the Engineer in writing two weeks prior to the delivery of the base material to the job site. The notification shall specify the type of material to be used and the proposed supplier. Work under this item shall also include all materials, labor and equipment to complete the overexcavation and recompaction of subgrade soils as shown on the plans. Work under this item shall also include all materials, labor and equipment to furnish, install and compact fill soil, if required, to meet subgrade grades and elevations. Item No. 14 Asphalt Concrete: Work under this item shall include applying tack coat, furnishing, installing and compacting asphalt concrete pavement, adjusting City utility facilities such as street lights, sewer, water, etc. boxes and covers to grade and all other work items as required for performing the work complete and in place. Item No. 15 Rubberized Asphalt Hot Mix Concrete: Work under this item shall be constructed per Section 600 of the Standard Specifications and the Special Provisions and includes applying the tack coat, furnishing, installing and compacting rubberized asphalt hot mix concrete pavement on Balboa Boulevard, repairing existing improvements damaged by the work, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade and all other work items as required for performing the work complete and in place. Item No. 16 Pavement Fabric: Work under this item shall include preparing the subgrade, furnishing and installing Geogrid or approved equal pavement fabric, and all other items of work required for performing the work complete and in place. The pavement fabric shall be placed on the surface of the subgrade in accordance with the guidelines available from the fabric supplier. Newport Boulevard and Balboa Boulevard Mixmaster n ►J Item No. 17 Emulsion- Aggregate Slurry: Work under this item shall include preparing existing surface, sandblasting existing pavement striping and markings, furnishing and installing Type 1 and Type 2 slurry seal material, and all other work items as required for performing the work complete and in place. Item No. 18 Relocate Parking Meter Post: Work under this item shall include removing, storing and reinstalling the parking meter posts and all other work items required to complete the work in place. The Contractor shall coordinate with the City for the removal and reinstallation of the parking meter heads. The City will remove and reinstall the parking meter heads. Item No. 19 Parking Meter Post: Work under this item shall include furnishing, and installing parking meter posts per CNB Std -922 -1- and all other work items required to complete the work in place. The Contractor shall coordinate with the City for the installation of the new parking meter head. The City will install the parking meter head. Item No. 20 Type A PCC Curb and Gutter (6 -inch C.F.): Work under this item shall include constructing P.C.C. curb and gutter, re- chiseling of curb face for existing underground utilities and all other work items as required for performing the work complete and in place. Item No. 21 Type B PCC Curb (6 -inch C.F.): Work under this item shall include constructing P.C.C. curb, re- chiseling of curb face for existing underground utilities, and all other work items as required for performing the work complete and in place. Item No. 22 Type A PCC Curb and Gutter (8 -inch C.F.): Work under this item shall include constructing P.C.C. curb and gutter, re- chiseling of curb face for existing underground utilities, and all other work items as required for performing the work complete and in place. Item No. 23 Curb Access Ramp: Work under this item shall include grading, subgrade compaction and constructing P.C.C. curb access ramp as noted on the plans, and all other work items as required for performing the work complete and in place. Trip hazards (retaining curbs, etc) constructed as part of the access ramp shall be painted yellow. Item No. 24 Concrete Sidewalk: Work under this item shall include grading, subgrade compaction, and constructing P.C.C. sidewalk and all other work items required for performing the work complete and in place. The contract bid price for the various locations of work shall also include all materials, work, and costs related to adjustment of pullboxes affected by construction of new sidewalk. Newport Boulevard and Balboa Boulevard Mixmaster 0 0 Item No. 25 Catch Basin: Work under this item shall include constructing P.C.C. Catch Basin, including, but not limited to, removing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, potholing adjacent existing utilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 26 Junction Structure: Work under this item shall include constructing P.C.C. junction structure per CNB Std -310 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposing of excess excavated materials, installating base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 27 Cross Gutter: Work under this item shall include grading, subgrade compaction, furnishing and placing base material, base compaction, constructing 8 -inch thick P.C.C. longitudinal gutter, and all other work items as required to complete the work in place. Item No. 28 Parkway Drain: Work under this item shall include grading, subgrade compaction, constructing parkway culvert per CNB Std - 319 -L, and all other work items as required to complete the work in place. Item No. 29 Drainage Pipe (12" PVC, SDR 35): Work under this item shall include installing 12 inch PVC pipe including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, subgrade preparation, furnishing and compacting of backfill material for structures and placement of sand bedding, placing bedding and base material, furnishing and placing PVC pipe, installing external joint sealer, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 30 Storm Drain Filter: Work under this item shall include providing and installing Abtech CO1414 storm drain filters with Smart Sponge Plus or approved equals, and all other work items required to complete the work in place. Item No. 31 Automatic Irrigation System Modifications: Work under this item shall include removing and modifying portions of the irrigation system, installing new irrigation facilities, reconnecting to existing system, and all other work items as required to complete the work in place. Newport Boulevard and Balboa Boulevard Mixmaster 0 Item No. 32 Soil Preparation and Weed Abatement: Work under this item shall include removing weeds, preparing a soils analysis report, furnishing and installing soil amendments in accordance with the soils analysis report, and all other work items as required to complete the work in place. The Contractor shall prepare and submit to the City for approval, a soils analysis report for the areas to be planted. Soil amendments, fertilizers, and conditioners, etc shall be applied per the recommendations in the approved soils analysis report. All weeds and unwanted plant material shall be removed prior to installing new soil amendments, topsoil, and plant material. Item No. 33 Palm Tree (10' BTF): Work under this item shall include furnishing, delivering and planting Queen Palm Tree furnishing and installing root barriers and all other work items as required to complete the work in place. Item No. 34 Palm Tree (12' BTF): Work under this item shall include furnishing, delivering and planting Queen Palm Tree, furnishing and installing root barriers and all other work items as required to complete the work in place. Item No. 35 Palm Tree (15' BTF): Work under this item shall include furnishing, delivering and planting Queen Palm Tree furnishing and installing root barriers and all other work items as required to complete the work in place. Item No. 36 15 Gallon Shrub: Work under this item shall include furnishing, delivering and planting shrub and all other work items as required to complete the work in place. Item No. 37 Wood Chip Mulch (2" Thick): Work under this item shall include furnishing, delivering and installing wood mulch and soil separator fabric and all other work items as required to complete the work in place. Item No. 38 60 -Day Landscape Maintenance Period: Work under this item shall include maintaining all plant material and planted areas on a continuous basis per Section 308 -6, Maintenance and Plant Establishment of the Standard Specifications and all other work items as required to complete the work in place. Item No. 39 Pavement Striping and Markings: Work under this item shall include installing traffic striping, pavement legends and markings in accordance with State of California Department of Transportation (Caltrans) Standards and Specifications 2002 Edition, and all other work items as required to complete the work in place. Item No. 40 New Sign: Work under this item shall include furnishing and installing a new sign per State of California Department of Transportation (Caltrans) Standards and Specifications, and all other work items as required to complete the work in place. Item No. 41 New Sign Post: Work under this item shall include furnishing and installing new sign post per City Standard STD -915 -L and the Special Provisions and all other work items as required to complete the work in place. Newport Boulevard and Balboa Boulevard MiXmaster ...._...._._--- _____.._..____ Item No. 42 Relocate Sign and Post: Work under this item shall include removing, storing, reinstalling sign per City Standard STD -915 -L and the Special Provisions and all other work items as required to complete the work in place. Item No. 43 Remove Sign and Post: Work under this item shall include removing, and properly disposing of signs and posts, and all other work items as required to complete the work in place. Removed signs and posts shall become the property of the Contractor. Item No. 44 Remove Pavement Markings: Work under this item shall include removing, and properly disposing of pavement striping and markings, and all other work items as required to complete the work in place. Item No. 45 Pullbox: Work under this item shall include furnishing, and installing a No. 3 -1/217 Eisel or approved equal pullbox and all other work items as required to complete the work in place. Item No. 46 Traffic Signal Modifications: Work under this item shall include installing traffic signal pole and mast arm assemblies provided by the City, providing and installing heads, loops, pull boxes, conduit, and wiring and all other work items as required to complete the work in place. Traffic signal improvements and modifications shall be in accordance with Technical Provisions Section "Signals, Lighting, and Electrical Systems" contained in Appendix A. Item No. 47 Surveying Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal alignment, survey monument adjustment, as -built field notes, filing of corner records, reestablishment of property corners disturbed by the work, and other survey items as required to complete the work in place. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -1.2.1 Portland Cement. Mixes for the storm drain catch basins, junction structures and concrete cross gutters shall contain Type III Portland cement. Newport Boulevard and Balboa Boulevard Mixmaster 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: 'The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 203 - -- BITUMINOUS MATERIALS 203 -5 EMULSION - AGGREGATE SLURRY 203 -5.1 General. Add to this section the following, "The emulsion shall meet the requirements of CQS -P, consisting of refined asphalt cement modified with Styrene /Butadiene /Styrene (SBS) or Ethylene/Vinylacetate (EVA) synthetic rubber and dispersed in water to produce a cationic type quick- setting asphalt emulsion." 203 -5.2 Materials. Replace 1) with the following: "Emulsified Asphalt shall be of a quick set type. It shall be cationic unless otherwise specified and shall conform to the requirements of CQS -1 h of 203 -1.3 (Test Reports and Certification), 203 -3.2, and to the following specifications when tested according to appropriate ASTM Methods: Minimum Maximum Furol Viscosity at 77degrees F sec. 15 50 Sieve Test 0.10 Residue from distillation. % 60 80 Penetration of Residue at 77 degrees F 40 75 Particle Charge Test Positive Replace in 5), Sand Equivalent in Table 203 -5.2 (B) from a value of 55 to a value of 45." 203 -5.3 Composition and Grading. Replace Residual Asphalt percentage of Dry Aggregate Weight from a value of 7.5 minimum to 8.5 minimum. SECTION 206 MISCELLANEOUS METAL ITEMS 206 -7 Sign Posts. New traffic sign posts shall be square perforated steel tube posts with break -away base, "Telespar" or approved equal. The anchor assembly shall consist of a 2 -inch square by 2 -foot 6 -inch anchor post and a 2 -1/4 -inch square by 1- foot 6 -inch anchor sleeve. The anchor assembly (anchor post and anchor sleeve) shall be driven simultaneously until only 1 -inch to 2 -inch remains above ground level. The Newport Boulevard and Balboa Boulevard Mixmaster 0 0 tops of both pieces shall be flush. Install the 1 -3/4 -inch sign post 6 -inch to 8 -inch into the anchor assembly and secure in place with two 5/16 -inch universal head drive rivets. The rivets shall be installed on the side opposite traffic flow and the side away from traffic. The sign post system shall not be installed into concrete footing. SECTION 212 - -- LANDSCAPE AND IRRIGATION MATERIALS 212 -1 LANDSCAPE MATERIALS 212 -1.1.1 General. Delete Class B and Class C topsoil. 212 -1.2.4 Organic Soil Amendment. Delete Type 2 and Type 3 soil amendments. 212 -1.2.5 Mulch. Delete Type 2, 3, 4, 5, and 6 mulch. 212 -2 IRRIGATION SYSTEM MATERIALS 212 -2.2.2 Gate Valves. Revise section to be "Ball Valves" and delete... "or hydraulically..." 212 -2.2.7 Valve Boxes. Revise section to read "Valve boxes and covers shall be plastic." 212 -2.4 Sprinkler Equipment. Delete ".... Bubble heads... SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." SECTION 215 -- -STORM DRAIN FILTERS 215 -1 GENERAL Filters shall be installed across inlets for all new catch basins that drain into new storm drain systems as shown on the plans. Insert widths shall match the curb opening widths of catch basins. All filters shall be Abtech Series C01414 and Ultra Urban Filter (Smart Sponge Plus) as supplied by "Asbury Environmental Services" located at 2100 N. Alameda Street, Compton, CA 90222 or approved equal. They can be reached at 310- 974 -4495. Newport Boulevard and Balboa Boulevard Mixmaster 0 0 Insert widths shall match the curb opening widths of catch basins; shall be secured to catch basin walls at 12 -inch maximum on center spacing with 3/8 -inch minimum diameter fasteners that have been approved by the Engineer; and shall be fitted with trash and debris screens. Screens, braces and fasteners shall be fabricated from Type 304 stainless steel. Filter medium shall be installed in accordance with the manufacturer's recommendations. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. Newport Boulevard and Balboa Boulevard Mixmaster SECTION 302 - -- ROADWAY SURFACING SECTION 302 -4 EMULSION- AGGREGATE SLURRY 302 -4.3 Application (add to this section): 302 -4.3.1 General. Add to this section with, "Type I slurry shall be applied at the rate of 9.5 pounds per square yard. Type II slurry shall be applied at the rate of 13 pounds per square yard. At all intersections where the intersecting street does not receive a slurry seal, slurry seal application shall end along a projection of the edge of gutter (or curb face if no gutter exists) of the intersecting street unless otherwise directed by the Engineer." 302 -4.3.2 Spreading. Replace the first sentence of the second paragraph with, "The application of slurry shall not commence until after 8:00 a.m., and the slurry shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and /or pedestrians upon slurry that has not been sufficiently cured by 3:00 p.m., the Contractor shall replace all of the damaged work at his own expense and no additional compensation shall be made by the City to the Contractor." Replace the first sentence of the third paragraph with, "Prior to the slurry application, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all weeded locations shall be treated by an approved weed - killer before any slurry shall be applied." 302 -4.3.4 Application Testing. Add this section to read, "Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry mix. The Contractor shall apply the slurry test sections as directed by the Engineer. No slurry shall be applied until the test slurry sections have been approved the Engineer. The costs of these slurry tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor." 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks'/ -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." Newport Boulevard and Balboa Boulevard Mixmaster 9 0 302 -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 -5.3 Placing Concrete. Add to this section: "All forms including back planks of curbs and planks for the face shall be set with the upper edges flush with the specified grade on the finished surface of the curb and gutter. All forms shall be not less than the depth equivalent to the full thickness of the concrete to be placed (i.e., 8" forms shall be used for 8" curb). The Contractor shall not place concrete curb and gutter without using the proper size planks or forms. Prior to placing curb, the Contractor shall saw cut and remove the asphalt concrete pavement parallel to the centerline of the roadway equal to the length of the curb and gutter section to be constructed. A minimum of 1 foot of width shall be removed and the contractor shall obtain a minimum of 95% relative compaction of material prior to placement of curb and gutter and asphalt pavement. All sections of curb shall be in conformance with City Std -182 -1- unless otherwise noted on the plans. Curb adjacent to sidewalk access ramps shall not be constructed monolithically. The Contractor shall complete the work into two separate concrete operations. The first item of work shall be the curb section. After the curb and gutter has cured, the sidewalk access ramps shall be constructed. Concrete shall be Class 560 -C -3250 per Section 201 -1 of the Standard Specifications with the maximum slump of 4." 303 -5.5 Finishing Newport Boulevard and Balboa Boulevard Mizmaster 0 0 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "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." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -5B and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway 949 - 644 -3083 at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines. 1. Root Pruning b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. Newport Boulevard and Balboa Boulevard Mixmaster 0 0 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 308 -4 PLANTING 308 -4.4 Specimen Planting. Revise to read, "Palm trees and root barriers shall be planted before installation of lateral irrigation lines. Century root barrier panels, or approved equal, shall be installed. See the attached cut sheet in the Specification appendices." 308 -5 IRRIGATION SYSTEM INSTALLATION 308 -5.3 Installation of Valves, Valve Boxes, and Special Equipment. Delete "Backflow preventers, pressure. regulators..." from the first paragraph. Revise paragraph four to replace "Gate Valves" with "Ball Valves ", and replace '.concrete box" with "plastic box." Delete the last sentence of paragraph four. Delete paragraph seven. Add to paragraph four, "Rainbird Snap -Tite wire connectors or approved equals, shall be used. See the attached cut sheet in the Specification appendices." 308 -5.5 Automatic Control System Installation Revise portion of first paragraph to read "... irrigation control system including the existing automatic controller..." Revise paragraph three to replace "concrete box" with "plastic box." Revise paragraph four to replace "concrete box" with "plastic box." Revise portion of paragraph five to replace "When the control wiring or tubing cannot be installed in a pipe trench, it shall be installed a minimum of 450mm (18 inches) below finished grade...." with ".... a minimum of 600mm (24 inches).... ". Newport Boulevard and Balboa Boulevard Mizmaster a • 308 -6 MAINTENANCE AND PLANT ESTABLISHMENT Delete paragraph five. In paragraph six, replace references to the "plant establishment period" and replace with "planting ". 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, including parking spaces, shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers Newport Boulevard and Balboa Boulevard Mmmaster 0 s 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." SECTION 600 - -- MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600 -2.1 Asphalt- Rubber 600 -2.1.1 General. Add to this section: "Asphalt- rubber shall be type B." 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 600 -2.6.3 Rolling. Add to this section: "Asphalt- Rubber Hot Mix Gap Graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self - propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as a stand -by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less that the required 95 percent compaction the unit price for Item No. 6, Construct 2 -Inch Thick Asphalt Rubber Overlay, will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled and properly compacted at the Contract's sole expense." Newport Boulevard and Balboa Boulevard Mixmaster 0 0 APPENDIX A SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 0 0 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS The following Technical Provisions supplement or modify the State of California Department of Transportation (Caltrans) Standard Specifications Dated July 2002 as referenced and stated hereinafter: 86 -1 GENERAL The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles, except that furnished by the City, and shall perform all operations necessary to construct traffic signal and street lighting facilities as shown on the drawings and as specified herein. Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 2002. All references in this section to Standard Specifications shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans - Except as modified herein, all references in this section to Standard Plans shall be understood to be referenced to the California Standard Plans, July 2002. (3) Codes, Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. Description Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 2002, and these Special Provisions. 86 -1.03 Equipment List and Drawings A new controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing and prepared by the controller manufacturer. 21 ° Street and Balboa Boulevard Mixmaster The Contractor shall furnish all equipment necessary to provide for the intended operation. Modification of the controller cabinet detection shall be completed by a representative of the manufacturer. Furnish one reproducible 24 "x36" mylar, in addition to the required three blueline sets, of the cabinet schematic wiring diagram. 86 -1.05 Maintaining Existing and Temporary Electrical Systems Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 AM and 3:30 PM. 86 -1.06 Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, a nd said work s hall start within 15 d ays after said date. Above g round signal work shall be scheduled such that the signal turn -on shall occur within 15 days of the pole installation. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn -on and /or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field for approval by the Engineer. 86 -2 MATERIALS AND INSTALLATION 86 -2.03 Foundations Portland cement concrete shall conform to Section 90 -10, Minor Concrete, of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. 86 -2.04 Standards, Steel Pedestals, and Posts Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 21° Street and Balboa Boulevard Mixmaster 86 -2.05 Conduit All conduit shall be rigid metallic conduit (Type 1). �.. -_ _,-...... — APP A...3- OF...43- Insulated bonding bushings will be required on metal conduit After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. All rigid metal pipe that is installed by open trench method shall be wrapped in 10 mil tape. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 86 -2.08 Conductors and Wiring Conductors shall be spliced by the use of C- shaped compression connectors and soldered, insolated and taped. All splices shall be capable of satisfactory operation under continuous submersion in water. Splices shall be insulated by Method B per Caltrans Standard Plan ES -13. Subparagraph 5, of the first paragraph of Section 86- 2.09D, Splicing, of the Standard Specifications is deleted. 86 -2.10 Bonding And Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 21® Street and Balboa Boulevard Mixmaster 0 0 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 Vehicle Signal Faces All indications shall be Dialight brand LED units or equal approved by the engineer and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. Signal section housings shall be polycarbonate type and furnished by the Contractor. New heads shall be furnished by the Contractor with the LED indication units installed. 86 -4.05 Pedestrian Signals New pedestrian signals shall be Type C, LED units with the Z -crate type screen, and shall be furnished by the Contractor. 86 -5 DETECTORS 86 -5.01 Vehicle Detectors Loop detector sensor units will be Type B (2 channel). Loop wire shall be Type 1. Lead -in wire cable shall be Type B. The Contractor shall test the detectors with motor - driven cycle, as defined in the California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. Modification to signal cabinet detection rack shall be completed by representative of manufacturer. 86 -5.02 Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5' x 7- 112 ". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. 21" Street and Balboa Boulevard Mixmaster 0 Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plan STD - 913 -L, and push button assemblies shall be 5' x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, N o. 117, Section 14.2.5). E ach push b utton s hall be a momentary LED or equal as approved by the Engineer. 86 -6 LIGHTING 86 -6.01 High Pressure Sodium Luminaires Luminaires shall be the full -cutoff type. Glare shields are not required on semi -cutoff or full -cutoff luminaires. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 200W (see plans) HPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A Ballasts The twelfth paragraph in Section 86- 6.01A, High- Intensity- Discharge Lamp Ballasts, of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." Regulator Type Ballasts, of the Standard Specification is amended to read: `Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 21 ° Street and Balboa Boulevard Mixmaster 86- 6.01A(1)a LAG -TYPE REGULATOR BALLASTS Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 86- 6.01A(1)b LEAD -TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally - rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -112 percent from rated lamp watts. 21° Street and Balboa Boulevard Mixmaster 0 0 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 86 -6.065 Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. 86 -6.07 Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPTMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre -empt systems are to be furnished and installed by the Contractor including the Model 754, phase selector units and Model 722 Detectors as manufactured by 3M Company. Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be furnished and installed by the Contractor. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. 21' Street and Balboa Boulevard D1ixmaster 0 BATTERY BACKUP 0 Specification for 24V Battery Back -up System For NEMA Traffic Signals utilizing Light Emitting Diodes (LED) Traffic Signal Modules: GENERAL The battery back -up system (BBS) shall be designed for outdoor applications and shall include, but not be limited to the following: Inverter module with a built -in battery charging circuitry, batteries, a combined 30A Automatic Transfer Relay - manually operated non - electronic bypass switch (see Figure 1) and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. The BBS shall be capable of providing power for full run -time operation for an "LED - only" intersection (all colors red, yellow, and green), an intersection with yellow only incandescent bulbs, or flashing mode operation for an intersection using Red LED's. 1.0 OPERATION 1.1 The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED- only" intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 watts of peak power. 1.2 The maximum transfer time from loss of utility power to switch over to battery backed inverter power shall be less than 65 milliseconds. 1.3 The BBS shall provide the user with 3 -sets of normally open (NO) and normally closed (NC) single -pole double -throw (SPDT) relay contact closures, available on a panel- mounted terminal block, rated at a minimum 120V/1A, and labeled so as to identify each contact. For typical configuration, see Figure 2. There shall be a LED indication when each relay is activated. All relays should be deactivated by turning the BBS switch to off. 1.3.1 The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked "On Batt." 1.3.2 The second set of NO and NC contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked "Low Batt." 21" Street and Balboa Boulevard Mixmaster 0 0 1.3.3 The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked "Timer." 1.4 Operating temperature for both the inverter module and the combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be -37 °C to +74 °C. 1.5 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be rated at 240VAC /30 amps, minimum. 1.6 The BBS shall use an internal temperature- compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mVPC per cell. 1.7 Batteries shall not be recharged when battery temperature exceeds 50 0C ±3 °C, and the battery charger should shut off. 1.8 BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC ±2VAC). 1.9 When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, 60Hz ±3Hz. 1.10 BBS shall be compatible with NEMA Systems and components for full time operation. 1.11 When the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.12 When the utility line power has been restored at below 125VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.13 BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14 In the event of inverter failure, battery failure or complete battery discharge, the 30A Automatic transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. 1.15 Recharge time for the battery, from "protective low- cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. 21 ° Street and Balboa Boulevard Mixmaster 0 0 2.0 MOUNTING/ CONFIGURATION 2.1 Complete BBS, a xcept b atteries, s hall fit i nside a typical, fully e quipped NEMA Cabinet. 2.2 Mounting method shall be shelf- mount. 2.2.1 Inverter Unit shall be shelf- mounted, and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2 All batteries shall be located in the battery cabinet, see Exhibit "E ". 2.2.3 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be mounted on the EIA rail or shelf mounted. 2.3 All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. 2.4 All interconnect wiring provided between the combined 30A Automatic Transfer Relay - Manual Bypass Switch and Cabinet Terminal Service Block shall be no less than 2 meters of #10 AWG wire. 2.5 Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 2 meters of #18 AWG wire. 3.0 MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 3.1 The BBS shall include a display and /or meter to indicate current battery charge status and conditions. 3.2 The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. 3.3 The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4 The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 3.5 The BBS shall include a resettable front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters should be resettable. 210 Sheet and Balboa Boulevard Mixmaster 0 0 3.6 Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999, Chapter 1 Section 1.2.4.2. 4.0 BATTERY SYSTEM 4.1 Individual batteries shall be 12V type, 65 Amp -Hour or 105 Amp -Hour maximum, and shall be easily replaced and commercially available off the shelf. 4.2 Batteries used for BBS shall consist of 2 to 4 batteries with a cumulative minimum rated capacity of 105 Amp- Hours, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4.3 Batteries shall be deep cycle, sealed prismatic lead- calcium based AGM/VRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid) group 24 or group 31. 4.4 Batteries shall be certified by the manufacturer to operate over a temperature range of — 25 °C to +74 °C. 4.5 The batteries shall be provided with appropriate interconnect wiring and corrosion - resistant mounting trays and /or brackets appropriate for the cabinet into which they will be installed. See battery cabinet Exhibit "E." 4.6 Batteries shall indicate maximum recharge data and recharging cycles. 4.7 Battery interconnect wiring shall be via modular harness. 4.8 Battery terminals shall be covered and insulated so as to prevent accidental shorting. 5.0 WARRANTY Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance by the State. Batteries shall be warranted for full replacement for two (2) years from date of purchase. The warranty shall be included in the total bid price of the BBS. 21" Street and Balboa Boulevarc Mixmaster 0 0 Fig 1: MANUAL BYPASS SWITCH (TYPICAL) AC Line to Transfer Relay AC Line from Transfer Relay and inverter and inverter TB 1 TB NO NO TB Utility Line Power Notes TB AC Power to 332 cabinet 1. TB - #8 Terminal Blocks 2. NO - Normally Open 3. NC - Normally Closed 4. NO /NC contacts shall all toggle simultaneously with one single manually operated switch. 5. Manual Bypass Switch shall only switch line. Neutral and Equipment Ground are not switched and shall be connected to NEMA cabinet buses. FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) Low Batt Timer NO C NC NO C NC NO C NC Notes: 1. NO /NC contacts may either share or sue separate commons 21" Street and Balboa Boulevard Mi=aster 0 0 BATTERY CABINETS The battery cabinets shall be P/N FCU103980 or approved equal and made of Aluminum alloy and of a size and details as shown on EXHIBIT "E" on the following page. The battery cabinets for the NEMA (City owned) cabinets shall be painted "Newport Beach White" to match the existing signal cabinets and be mounted to the side of the existing signal cabinet just above the foundation. The battery cabinets for the Type 170 (Caltrans owned) cabinets shall have a natural aluminum mill finish and be mounted to the side of the existing signal cabinet at a height of 30" above the foundations. 21"Street and Balboa Boulevard Mixmaster 0 0 APPENDIX B CALIFORNIA COASTAL COMMISSION STAFF REPORT STATE OF CALIFORNIA - THE RESOURCES AGENCY ARNOLD SCHWARZENEGGER, Governor CALIFORNIA COASTAL COMMISSION Filed: December 3, 2003 South Coast Area Office 49th Day: January 21, 2004 ro;� 200 Oceangate, Suite 1000 Long Beach, CA 90802 -4302 180th Day: May 31, 2004 (562) 590 -5071 Staff: FSY -LB Fs Y Staff Report: January 29, 2004 W 4f Hearing Date: Commission Action: February 18 -20, 2004 STAFF REPORT: CONSENT CALENDAR APPLICATION NUMBER: 5 -03 -502 APPLICANTS: City of Newport Beach, Department of Public Works, Attn: Robert Stein PROJECT LOCATION: McFadden Place Parking Lot (21st Street/Balboa Boulevard), City of Newport Beach, County of Orange PROJECT DESCRIPTION: Reconfigure the existing parking lot; hardscape work; widen 21 st Street to provide two -way traffic between Balboa Boulevard and Court Street; and remove a street median on Balboa Boulevard to provide a left turn lane from Balboa Boulevard to 21st Street. SUMMARY OF STAFF RECOMMENDATION: Staff is recommending APPROVAL of the proposed project with Four (4) Special Conditions which require: 1) use of construction best management practices (BMP's); 2) the debris disposal site to be located outside of the Coastal Zone; 3) conformance with the submitted drainage and run -off control plan; and 4) timing of construction. The major issues associated with this development are public access and water quality. LOCAL APPROVALS RECEIVED: City of Newport Beach Planning Department Approval -In- Concept (No. 2666 -2003) dated October 7, 2003. SUBSTANTIVE FILE DOCUMENTS: Letter from City of Newport Beach Public Works Department to Commission staff dated October 8, 2003; Letter from Commission staff to City of Newport Beach Public Works Department dated November 12, 2003; and Letter from City of Newport Beach Public Works Department to Commission staff dated December 3, 2003. LIST OF EXHIBITS: 1. Location Maps 2. Existing Site Conditions 3. Site Plan 4. Project Plan 5. Drainage Plan 6. Landscape Plan 5 -03- 502 -[City of Newport Beach] Staff Report- Consent Calendar Page 2 of 6 STAFF RECOMMENDATION, MOTION AND RESOLUTION OF APPROVAL STAFF RECOMMENDATION: MOTION: I move that the Commission approve the coastal development permit applications included on the consent calendar in accordance with the staff recommendations. STAFF RECOMMENDATION TO ADOPT CONSENT CALENDAR: Staff recommends a YES vote. Passage of this motion will result in approval of all the permits included on the consent calendar. The motion passes only by affirmative vote of a majority of the Commissioners present. RESOLUTION: APPROVAL WITH CONDITIONS: The Commission hereby APPROVES a coastal development permit for the proposed development and adopts the findings set forth below on grounds that the development as conditioned will be in conformity with the policies of Chapter 3 of the Coastal Act and will not prejudice the ability of the local government having jurisdiction over the area to prepare a Local Coastal Program conforming to the provisions of Chapter 3. Approval of the permit complies with the California Environmental Quality Act because either 1) feasible mitigation measures and /or alternatives have been incorporated to substantially lessen any significant adverse effects of the development on the environment, or 2) there are no further feasible mitigation measures or alternatives that would substantially lessen any significant adverse impacts of the development on the environment. II. STANDARD CONDITIONS: Notice of Receipt and Acknowledgment. The permit is not valid and development shall not commence until a copy of the permit, signed by the permittee or authorized agent, acknowledging receipt of the permit and acceptance of the terms and conditions, is returned to the Commission office. 5 -03- 502 -[City of Newport Beach] Staff Report— Consent Calendar Page 3 of 6 0 2. Expiration. If development has not commenced, the permit will expire two years from the date this permit is reported to the Commission. Development shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. 3. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 4. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. 5. Terms and Conditions Run with the Land. These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. III. SPECIAL CONDITIONS: Storage of Construction Materials, Mechanized Equipment and Removal of Construction Debris The permittee shall comply with the following construction - related requirements: A. No construction materials, debris, or waste shall be placed or stored where it may enter a storm drain leading to the ocean; B. Any and all debris resulting from construction activities shall be removed from the project site within 24 hours of completion of construction; C. Erosion control /sedimentation Best Management Practices (BMP's) shall be used to control sedimentation impacts to coastal waters during construction. BMP's shall include, but are not limited to: placement of sand bags around drainage inlets to prevent runoff /sediment transport into the storm drain system and a pre - construction meeting to review procedural and BMP guidelines; D. Construction debris and sediment shall be removed from construction areas each day that construction occurs to prevent the accumulation of sediment and other debris which may be discharged into coastal waters. Debris shall be disposed at a debris disposal site outside the coastal zone, pursuant to Special Condition No. 2. Location of Debris Disposal Site The applicant shall dispose of all demolition and construction debris resulting from the proposed project at an appropriate location outside the coastal zone. If the disposal site is located within the coastal zone, a coastal development permit or an amendment to this permit shall be required before disposal can take place. 9 5 -03 -502 -[City of Newport Beach] Staff Report - Consent Calendar Page 4 of 6 3. Drainage and Polluted Runoff Control Plan The applicant shall conform with the drainage and run -off control plans received on December 3, 2003 showing surface runoff from all impervious areas directed to catch basins with filtration inserts and trash racks. Vegetated landscaped areas shall only consist of native plants or non - native drought tolerant plants, which are non - invasive. The applicant shall maintain the functionality of the approved drainage and runoff control plan throughout the life of the approved development. Any proposed changes to the approved plan shall be reported to the Executive Director. No changes to the approved plan shall occur without a Commission amendment to this coastal development permit unless the Executive Director determines that no amendment is required. 4. Timing of Construction Construction activities shall not take place for the period starting the day before the Memorial Day weekend and ending the day after the Labor Day weekend of any year. IV. FINDINGS AND DECLARATIONS: The Commission hereby finds and declares: A. PROJECT LOCATION AND DESCRIPTION The project area (McFadden Place Parking Lot, 21" Street and Balboa Boulevard) is located along the Balboa Peninsula in the City of Newport Beach. More specifically, the project will occur near the Newport Pier (Exhibits #1 -2). The McFadden Place Parking Lot (approximately 20,700 square feet) provides parking for visitors and customers to the Newport Pier and the surrounding commercial uses. The Balboa Peninsula is an area consisting of many uses such as residential, commercial, visitor - oriented and neighborhood retail and service use areas, and low cost visitor and recreational facilities. The project site is near the Newport Pier, which serves as popular destination points for the public to come and enjoy the low cost visitor and recreational facilities since it is easily accessible for those people going to the beach and are adjacent to Oceanfront, which serves as a major pedestrian path for the public along the peninsula. The project is being proposed to improve circulation and parking of the area. Surrounding development consists mainly of commercial and residential uses. Balboa Boulevard is located to the north. The Newport Pier and commercial and residential development exists to the south. Commercial and residential development exists to the east and west. The proposed project consists of the following: 1) reconfiguration of the existing McFadden Place Parking Lot; 2) widening of 21s' Street to provide two -way traffic between Balboa Boulevard and Court Street; 3) removing the street median on Balboa Boulevard to provide a left turn lane from Balboa Boulevard to 216' Street; 4) removing existing improvements such as concrete curb and gutter, asphalt pavement and landscaping and 5) construction of new concrete curbs, sidewalk, access ramps, asphalt pavement, irrigation and landscaping (Exhibit #3 -6). A number of e- "''ing Ficus trees and India Hawthorn will be removed and the new landscaping will consist of Queen Palms, Bougainvillea, India Hawthorn and wood mulch (Exhibit #6). Less than 5 cubic yards of grading for construction of asphalt pavement is proposed. The McFadden Place Parking Lot has a 5 -03- 502 -[City of Newport Beach] Staff Report- Consent Calendar Page 5 of 6 total of 135 metered parking stalls, of which 101 will be affected by the project (Exhibit #2 & #4). The proposed project will maintain the 101- metered stalls. The parking lot will be slurry sealed prior to being re- striped, but no change in the number of metered stalls is proposed. In addition, no changes are proposed to the length of parking time these meters offer or the cost of use of these meters. The proposed project will take place during the non - summer season and will be completed in two phases taking approximately six (6) weeks. Phase 1 will consist of: 1) widening of 21s' Street between Court Street and McFadden Place and 2) modification of the parking lot, paving, curbs, medians, landscaping, etc. and will approximately take four (4) weeks. During this time construction equipment will be stored in a portion of the parking lot. The parking lot will be closed during the work hours and for two (2) of the four (4) weeks. During the other two (2) weeks of construction, the work will allow public use of the parking lot each weekday evening. Throughout the weekends for all four (4) weeks, construction will be scheduled so that the parking lot will be available for public use. Temporary signage will be installed to direct the public to existing adjacent parking areas (westerly side of the McFadden lot, in the Newport Pier Parking Lot, and the Newport/Balboa Parking Lot between 23rd Street and 26`h Street), which the City states are not fully utilized during the non - summer season and can absorb any loss of parking from the construction activities. Phase 2 will consist of: 1) construction of the curb return and paving at 21 s` Street and Balboa Boulevard, 2) construction of the left turn lane on Balboa Boulevard and 3) modification of the storm drain facilities and will approximately take two (2) weeks. During this time construction equipment will not be stored in the parking lot and the entire reconfigured parking lot will be open and available for the public. In regards to water quality, the proposed project will not modify the existing drainage patterns, but will require the relocation and reconstruction of a catch basin on Balboa Boulevard (Exhibit #5). All other existing catch basins will be protected in place. However, new filters and trash collectors will be installed in these existing catch basins, which will catch oily material and debris (Exhibit #5). B. PUBLIC ACCESS As conditioned, the proposed development will not have any new adverse impact on public access to the coast or to nearby recreational facilities. Thus, as conditioned, the proposed development conforms with Sections 30210 through 30214, Sections 30220 through 30224, and 30252 of the Coastal Act. C. WATER QUALITY The proposed development has a potential for a discharge of polluted runoff from the project site into coastal waters. The development, as proposed and as conditioned, incorporates design features to minimize the effect of construction and post- construction activities on the marine environment. These design features include, but are not limited to, the appropriate management of equipment and construction materials, reducing runoff through the use of permeable surfaces, the use of non - invasive drought tolerant vegetation to reduce and treat the runoff discharged from the site, and for the use of post- construction best management practices to minimize the project's adverse impact on coastal waters. Therefore, the Commission finds that the proposed development, as conditioned, conforms with Sections 30230 and 30231 of the Coastal Act regarding the protection of water quality to promote the biological productivity of coastal waters and to protect human health 0 5 -03- 502 -[City of Newport Beach] Staff Report— Consent Calendar Page 6 of 6 D. LOCAL COASTAL PROGRAM 0 The LUP for the City of Newport Beach was effectively certified on May 19, 1982. The certified LUP was updated on January 9, 1990. As conditioned, the proposed development is consistent with Chapter 3 of the Coastal Act and with the certified Land Use Plan for the area. Approval of the project, as conditioned, will not prejudice the ability of the local government to prepare a Local Coastal Program that is in conformity with the provisions of Chapter 3. E. CALIFORNIA ENVIRONMENTAL QUALITY ACT As conditioned, there are no feasible alternatives or additional feasible mitigation measures available which would substantially lessen any significant adverse effect, which the activity may have on the environment. Therefore, the Commission finds that the proposed project, as conditioned to mitigate the identified impacts, is the least environmentally damaging feasible alternative and can be found consistent with the requirements of the Coastal Act to conform to CEQA. H: \FSY\Staff Reports \Feb04 \5 -03- 502 -[City of Newport Beach]CC(NB) 1' 1 •. fig: r V I�• �� F c^p4gfF9y. p3de�G CC �ti V� SFE �'1MV • V Q CEIVEI Coast Reg C 3 2003 COASTAL COMMISSION EXHIBIT r miammm 000z uoin.aa� _—z— aw ns —i'i c�E C" Owl trl Al .�♦ .�� �• ... _. 0 0 a n r n ro n o o i o 12 $z IE a � � oagj ��ggyi U U q Z O LL U 0� H ?0 JU •r" CYO �i LL Z 00 I- gU J H U) Z O U 7 O$ Q � U O J c N� c cc � c 01 gg� E� y 40 _C2 5s E� COASTAL COMMISSION = ZIiSOa saggo_ EXHIBIT# - PAGE Z OF Z 1'- w e- � of �� I ` -N Ar,: u ; m � , r� U W ,1 IV '` p ol b � gib, ;• ;',: �,�, ,�' u 04 a D 03€ gigs 0290 COASTAL COMMISSION EXHIBIT# I' PAGE � p_+ F 1 S v. O m D N O c N a �T T u 04 a D 03€ gigs 0290 COASTAL COMMISSION EXHIBIT# I' PAGE � p_+ F 1 O m D N O c N a �T T O A " °8�0 N� by YO O S �1 i i lea ' oil COASTAL C; rm ISSION Q EXHIBIT # 3 O PAGE v !� i q RECEIVE outh Coast Re t + io DEC 3 200 CALIFORNI COASTAL COMM SI N A:. i q. I �YN r�J �/ I AD d Ia; vs 6 :4t o #� �t E COASTAL COMMISSION i y " EXHIBIT# PAGE_ -L_OF4J- �z I p E �OQ a a m Pw O 6 ate r T/ - ' C O� ' t 1 �6 COASTAL COMMISSION EXHIBIT# S PAGE X —_OFI I iAy 9ia €S� yi3a Y 4gg 6: %3� aw T pi P i j w" • • s '2 51 3 9u� TS O��a ••f 1V-- IIA8ns ZO6 u t'j I o; a 1 . 1 { o V a O� o< - ma mr r,o iC zil COASTAL COMMISSION EXHIBIT #(_ PAGE 1 _OF APPENDIX C CUT SHEETS 0 02/17/2004 11:49 949 - 65643 PARKS TREES PAGE 02,.. ROOT BARRIER PANELS LINEAR APPLICATION Flexible top �r Safety Edge .,.y,...nnecti0 ROUND APPLICAnO" The CP Series - Root Barrier Panels: are manufactured from durable polyethylene material. Century Product panels feature 90 degree root deflecting ribs, self interiocidng panel to panel connection, eliminating joiner strips and gluing. As well as being a root impervious barrier, the CP panels direct roots downward to prevent costly damage to surrounding hardscapes and landscapes. These versatile panels can be used In linear and surround applications. The CP Series panels will reduce maintenance costs and liabilities for government agencies, cities and private industry. 0 Linear Application. For root pruning of existing trees or in planting situations where one .cw or more trees are in dose proximity to hardscapes.. ■+oeewo SurreundApp/ieaflon: For now tree planting or when the hardscape encircles the planter. MON FEATURES: • Flexible Top Safety Edge with fast„ error -free assembly. • Versatile barrier for linear or surround applications • Manufactured with SO"/ recycled plastic.. • Raised 90 degree root deflecting ribs. e 90 degree 314 Inch ribbed side infertoefdnp parcel connection. a Adjustable antl4ift polyethylene panels which can be separated into 1 toot sections. SPECIFICATIONS: CP Iknw: CPt2a, CPtad, CP24 -2, CPa6T AM CP464. >fe d" 7r4 61dr MW ew MMIlocklna Mvmd ea untori l: RWjdW 0000"b" b" pk$W YMt e6h~ NNdnn. Tfddu ae:.066 MATMAL P 6i enyPm tiara Ca mfr THICKNESS .oft nx PROPERTIES: ✓1SrY YE9T VALUE POLVEMLEx4 Capoumn T 1 a Yldd M38 410 T6jzqPSI Ela sfion o 6rN4 % n l "Afiliciry � %Vfel Inn LL 0830 150 Cen111everewo 0747 125,AM Psi TiMil 1. G DIM 56PL IbWL4 Environmenlel sera Deck R"Stulu 01603 1 Itr. RerdneN $hors b 02240 Be u.s. Standard For Technical ar FWd Support, plasm calf: M41632-7134 94° Root Surround Linear }. Deflecting Ribs Application Application hil Sidewalk Grsde 0 Sldewa& Greds Curb x. �P Curb w w oa Inner 90" J IJ Deflecting Ribs CENTURY PRODUCTS - Certified Arborist Endorsed Tree Root Barriers. Tree Guards, Water Barriers and Slope Guards.. .r 62/17/2004 11:49 949- 65043 Century Products U -sEMS p0011,,, ROOT BARRIER PANELS Century CP Serl" Panels are pre - assembled in two foot kxV segments which can be combined to create Various fRaths of bardef A. The specified number of panels shall be Joined togaflter and placed, bordering hardseepes to create a Iklear planting application, orconnacted 10 encircle the root hall for surround planting, S. Vertical 90 degree root deflecting ribs are always facing the root ball. 1. SPECIFICATIONS A, The root barrier shall be CP4eries, manufactured by Century Products, 1401 North Kraemer, Unit B, Anaheim, CA 92806, (714) 632.7083, or approved equivalent.. B. The barriers are black, molded, modular panels, manufactured using 50% recycled polyethylene plastic with ultraviolet inhibitors, .095 in thickness. Each panel has vertical go degree root deflecting ribs, protruding 3/4 inch in height The ribs have a minimum thickness of .085 and are placed 6Inches apart. An integrated, self - interlocking Joining system provides for instant assembly by sliding one panel into another 11. INSTALLATION A The specified number of panels shall be Joined together and placed, bordering hardscapes to create a sneer planting application, or connected to encircle the root ball for surround planting. B. Vertical 90 degree root deflecting ribs are always faclrlg the root ball. C. Always install the panels 1/2 inch above grade to avoid root penetration above the barrier. D. Prepare your installation as depicted in illustrations, Assemble panels as shown In Figure 1, PARKS TREES • PACE 03 Rpm 1 , (31 °M) E, Recommended backflll for surround planting 'I application$ is gravel or crushed rocic Avoid backfill lase than 3/4 inch or greater than 1 112 inch. Finish to grade. Do not distort barrier during Installation. F. Technical Questions 7 Call Century Products �� m at 14 632 -7088 for assistance. MARMACAPS IAOT111101 Sal intse"ldng anal to panel 'f"�rg stern tro µ1�p�row.m Nt rib, mdr ding 31 4 rib, protruding 3r4 Self Interlocking Connection U.S. CorpaMe OM-- Century Products USA 1401 North Kraemer OW,, as . Anaham. CA 92806 • Phons: (714) 672.7009 • (coal 4804M • Fes: (7141) $324tM Auet(i0lieM Offs" • c.R.ca Auetn0le 165 AOerrNe Road. Arornhp NNpMO, N.W -S. 210o • Phanc 01JS14M • Fee: 02462'U22 QK00ien 01111100 • Northiend Chipper Seim Ltd-0104 -20551 Laglay SYW%, LwV 1sy. e.c. 6044=4001 8PHIR8 DRI- SPLICE WIRE CONNEC# DS -3A -1297 WIRES BODY CRIMP PLUG SLEEVE 1. Insert wires through holes in base of body. 2. Twist stripped wires together and apply crimp sleeve with an indent type crimping tool. Trim excess bare wire. 3. DS -100 ONLY— Fill Plug to brim with DS-300 sealant. 4. Invert body and insert plug into body until it snaps tight. 5. Push wires all the way into the plug to completely seat the crimp sleeve. 6. DS -100 ONLY — Be certain sealant has formed into all holes in body. 2 � 1. SLIP BASE SOCKET OVER ENDS OF WIRES. STEP 1 2. STRIP WARES APPROX. 3/8' FROM ENDS - TWIST TOGETHER. 4 3 3. PUT CRIMP SLEEVE OVER WIRE ENDS - CRIMP AND CUT OFF EXCESS WIRE. 4. APPLY SEALER TO OUTSIDE OF SEALING STEP 2 PLUG - FILL CAVITY WITH SEALER. 5. PULL BASE SOCKET OVER CRIMPED CON - 8 S NECTION AS FAR AS POSSIBLE. 6. PUSH SEALING PLUG INTO BASE SOCKET. STEP 3 7. PUSH WIRES TO END OF BASE SOCKET TO ASSURE COMPLETE SEALING OF CONNECTION. S. RAIN BIRD 'SNAP -TITS' WIRE CONNECTOR OR APPROVED EQUAL. STEP 4 5 WIRE CONNECTOR N.T.S. ]M —DBY 0 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C3 a� Agenda Item No. 14 March 23, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department Robert Stein, P.E. 949 -644 -3311 rstein@city.newport-beach.ca.us BAR ., 2004 SUBJECT: NEWPORT BOULEVARD AND BALBOA BOULEVARD MERGER (MIXMASTER) - AWARD OF CONTRACT NO. 3654 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3654 to GMC Engineering, Inc. for the Total Bid Price of $282,887.25, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $28,000.00 to cover the cost of unforeseen work. 4. Approve Geotechnical and Survey work in the amount of $4,700.00. DISCUSSION: At 11:00 A.M. on March 11, 2004 the City Clerk opened and read the following bids for this project: Low 2 3 4 5 6 7 BIDDER GMC Engineering Inc. GCI Construction Inc. Excel Paving International Pavement Solutions Hillcrest Contracting Mega Way Enterprises Griffith Company TOTAL BID AMOUNT $282,887.25 $308,780.15 $318,239.90 $322,722.00 $324,002.97 $326,544.80 $332,982.00 Corrected Bid Amount is $321,152.40 V 0 .! Subject: Newport Boulevard and Balboa Boulevard Merger (Mixmaster) — Award of Contract No. 3554 March 23, 2004 Page: 2 The low total bid amount is 10 percent below the Engineer's Estimate of $314,000.00. The low bidder, GMC Engineering, Inc. possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. The project will reconfigure the McFadden Plaza parking lot and convert 2151 Street into a two -way street. The work consists of removing asphalt and concrete pavement; constructing concrete sidewalks, curb and gutter, asphalt concrete pavement sections, street and parking lot slurry, catch basins and concrete pipe, relocating and modifying traffic signals; installing pavement striping and signs; relocating lights; and modifying landscaping and irrigation. Per the Contract Specifications, the Contractor will have 30 consecutive working days to complete the work. Environmental Review: The 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 of highways and streets with negligible expansion in areas that are not environmentally sensitive. Geotechnical /Survey Services: Geotechnical and survey services will be provided by outside consultants per the On- Call Professional Services Agreement approved by Council on December 9, 2003. Funding Availability: Sufficient funds are available in the following account for this project: Account Description Newport Boulevard and Balboa Boulevard Merger (Mixmaster) Prepared by: Robert Stein, P:1=. Principal Civil Engineer Attachments: Project Location Map Bid Summary Account Number 7261- C5200472 Submitted by: Amount $315,587.25 0 0 9- 107718 LIMIT OF CONSTRUCTION SLURRY SEAL & STRIPING O sI���� o. • . �� 22N I!� 5� LIMIT OF CONSTRUCTION �141, cl)� LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BLVD. AND BALBOA BLVD. MERGER (MIXMASTER) DRAWN�2 APPROVED Nh I DATE C -3654 DRAWING ND. EXHIBIT A 1� I!� 5� LIMIT OF CONSTRUCTION �141, cl)� LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT BLVD. AND BALBOA BLVD. MERGER (MIXMASTER) DRAWN�2 APPROVED Nh I DATE C -3654 DRAWING ND. EXHIBIT A 2 U a W m 0 a W Z U- 0 U H Z W CL ui 0 C0 Y LL 0 U J m IL O N M O O Q O W ip F = C F U �c m d u ti p v o Y Y U d U 2 _ U U Q Q c U m O n J d W m } co m V L m 0 '0 C3 S O « O N S � e o wo w W ZWQ U �WU W F ? 0 W Uwa 0 O O N O N 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O N V N O O O O O O O O W O O t` O O O O O O O O O O N O 0 0 O M O O m m O N Ci 0 0 W O O (7 O xU N O fV 0 0 0 0 0 0 0 tD 0 0 0 Z O O 1 W W M N O N N O O O N W O n< O N M W W n O K Cl! O O W O N N 00 O W N N O N M M N Q M V O N 0; W V m p tV N N M V 00 G_ Q 0. N O O O O N O N O 0 0 0 0 0 00 O O O O O O N O 0 0 0 0 0 0 0 0 0 0 0 0 U 00 O M W W 1- 0 0 0 0 0 0 O N N O O O N O O N O O N O O O O M O O W = 0 0 0 fM G V (V O n N 0 W N N N N n A N W O M O O N O S N N S N O Z O N M N D7 W N N M O O t` iNil N O_ alclil Z O m r M M M N M O O O O O O O N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O W O O o o O O O O o N O o O o O O O O o O o O o O o 0 0 0 o 0' l(i 0 0 f0 W O O N M N O of O Ci 0 0 0 0 0 C> 0 0 0 Z 0 0 0 M 1+ W W N N n O o N O Om W O N r N N V N O N O O N O O O N D) O O O tJ C0 n N h � N m r Oi .- tD M M eD N CI fV .- C] c0 f0 6 N V V t+) m r (V 7 O tp O � J Q N C O O O O O O O N O O O O O O O O O O O O O O O N O 0 0 0 0 0 0 0 0 0 0 (VJ O O O O O O O O W O O O O O O O O O M O O O O O O h O O O O O O O W O O O F O O O O a (V Q •- V O a o N O O O o N m 0 O 0 N a N N N O' N , r N O O fV 0 O 0 O V N O O N 1� O O N O O O 0 O 0 O V (� — 0 h 0 0 0 N M N h N N W W N< O r M N O O N D W N M C] O O O O O O O O 0 0 0 ?" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W 0 O 0 N 0 O 0 O 0 O 0 N 0 O 0 O 0 N 0 O 0 O 0 O 0 O 0 O 0 O 0 N N N 0 O 0 0 0 0 0 0 OJ 0 0 Y m 0 0 0 0 tp W O N (V O N l� Ih N O O ro 0 0 0 M 0 0 0 N U Z Z O N O N 01 m i0 i 0 r V N W N 14 o N N W M M r M M O W W N W M V N n O A C W h t: M fV .- N tV Cq M N N V- ? V N tp V N tV N O V M r` c jR mQ L0 O 0 O 0 O 0 O 0 N 0 W 0 N 0 O 0 0 0 0 B O O O N O O O O O N O O O O N N O N O O O O O W O O O O O t• O O O O O O N M N N O O 0 0 0 0 ~ 0 M W •- a O M N N S S M N 0N N N O N O S N S N p 0 U Z N N N W — N r N O N V M — N V W W M W 1 N N ON V N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O N O O O O O O O O O O 0 0 0 0 0 0 0 0 0 F Z W N N N N W S 0 N +y tp O W N N N - O (V N N N ON O 0 O O V N Oi O c'f .- N tD N 0 a 0 m r 1�_ c'i Oi N W n N Oi O h O tM W m 0 � tD 0 N t0 C9 M W O n t") of Egg W Q Vl d 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 po 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 C v. N 0 O 0 O 0 o 0 W Q O O 0 0 0 0 v? V YJ b M n J J J h J fwil [axl .N-t ..7 (}j O h N taxi W J a J W h [axl W .w.l tr .w1 tail h N [[i W [azl FO d m u c u E > V > V u 68 ? o c P0, U U u w °' E Z G U O b oo O O v o x ^+ o: i n c 9 -ru wz h VU�nU Z o..� uw A o 2 u u u u m u m cUUU a o '` t' o— Nu �o n o c b e V c o c 0 c o c c a : o UUUU 0 a UUU w Upi! at:c c u u >> >> >> `m n y H m F 6 m d -.4 0 0 0 0 u o 0 u u y Q z y E u. u u u u� u, -;a 0 ?' E E E o m v E E E E E E u u E u ,0 T o n o 'o E E E NFU C4 tx a a'w ,3, �: 0: 6: C'6Qn'n. m W caw FFUUU- .UaO(n « drnaaa 0 0 0 • r Z U W Q � W co 00 a w Y Z 0 O L O U � J U m CL d 0 P ml 111 O Q �O w h Y A IL w ow Y U � W 2 U Z 11 0�� Q Q � C U m O n J d En m o C C .0.. O (n O � N � d O n N K tom. N d 0 O co C n U L11 d Q ix LLI m. p O r O w Q o Z Q 3 U � F- =a5w w Wr- ?LU F- O Z w P U W d °a O N 0 0 0 0 0 0 0 0 H Z a V{ t O W O O) O �D O aD y Oy N N O fD N �D C; N 0 O 0 N 0 O (j0 N ^ m ON 00 Q a —y o�n0000 00000 o 0 0 0 0 X W E O -0 WO m M N M�N N N 0 0 0 0 Z N O No r m N M 0 0 0 0 0 0 0 0 0 0 o 0 g o o 0 0 0 0 0 0 0 0a000 o ooLO Z V m O O M N 47 N O 0 0 O O 06 U Q 7 m C D 0 o 0 Q 0 0 0 0 0 0 0 0 °o 0 0 0 0 0 0 0 0 0 0 U U~ ri o 0 0 °rn 0 °o 0 M 0 M 0 a 0 ro 0 0 N 0 °o 0 °o z (DZ O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ci Z n t00 � O OA N N� N O W N N C O N r fp 1+ M pn p m0 N m � C N Q N N D W 0 0000` 00 0 0 0 o.r O oo 000 00000 Z (00 O O m M V w V tD m N 3 1D� N Gq M O o�iggoo°o,00 °oo °oa 0 N N 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0° O O h 0 O < O N N [O V< O N O O tp p Ov E O N W Q � `m D 0 0 0 0 0 0 0 0 0 0 0 0 C W H h O O O O O O O O O O C W O O N N N O vt O O r C\ N O Z y y y U F�0 W o , ' c a U5 c u _U c'� c cy iz e1 w i m i xNE v US 3 u D D D zz "ax"EZ aFW m W mc�i Mo o °avaoevo °a R m ° O 61 0 m m v C m 9 i m '° fa Li F C °o .E O W O C e e n N ° n w a W w F- U W Q K F W U W W zI FD 0 wa m �J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 zO O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 N 0 0 O 0 0D 0 0 0 W 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 O 0 0 0 O O O 00 M N m � N W N O N 2 8 0 0 0 �{ W O i W O O O U N W O O O V 8 O O O 8 O O O W N O 0 O O O O O O h N N O O n O O N W W a0 .- O N N W O W N O O M 0 0 0 0 W W O O E O N M Ld • O Y V Y K O fV V N N m N N Oi n M N th (d th O _ V N O E Q O pp L O O O O O O 0 0 0 0 0 0 0 0 0 0 N 0 M N 0 0 0 0 W O O M 0 0 0 N O O V O O� 0 0 0 M 0 0 F 0 0 0 O N 0 0 W W O W O N — • t O O O M O N O 00 0 O O O O O O N N O O O O O O O O O N O O O O O O O O O O O O O O N O 0 0 F O O D N W N W N 0 0 0 CI O O t0 f0 N O O � Oi O OJ tfi 0 0 fU 0 0 0 fV h 0 0 0 Z 0 0 0 Q7 n N n m O n N O N O 01 m N W N n N W O) O O O W N O O N n O O O G O O N O> m 0 01 O V m V n vi N M O m N M O W c (V (V M M W O D W O W W N N N h O 0 N ni V (V W 2 C Q O U w o 0 0 0 o N o 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 0 O O O N n N N W W o 0 0 0 0 0 0 W O O N O M O O W 0 0 0 N N O 0 0 V 0 O 0 O 0 CV <O � N � 0 O 0 M 0 O 0 O 0 W 0 O � fD 0 M O O 1� n 0 0 st' X 0 O 0 O tV M 0 0 1f1 0 O X 0 0 N Cl N O O F Z O O O M O a N n M N N N th W V M m N �- M �- N N r c0 lh N O O O O O O W O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1� O O O N d' O t0 O O O O O� of -aoo�d oiovr00000no N� ooronviov0000000ir000 y Z o 0 o M o n o 0 0 o rn rn o o N o m n o 0 0 0 0 0 0 o W N v N o 00 (O l0 .- N « l9 Oi 0 N n f7 m V e4 r O h W M N N N f0 M Ol (O EM i Q m a 1p m o o O O N O a{ O O O O O N O O O O O O O O O O O O O O p O N N O O O C° h 0 0 0 N N O M O 0 0 0 0 Y O N W O O N N O O N O 0 0 0 0 W W 0 0 0 C O O fV C) O N 0 0 0 0 0 61 r L(i r r to O W fV O1 O V 0 0 0 0 O fV 0 0 N O N z p 0 0 O O O O M r N n N �- O O O N O W O r W 2z N N N O N W N O O) N W W N M N O N N N C O O O O O O O N O 0 0 0 0 0 O O N O O O O O O O O O O O O O O O O O O O O O O N O O n O 0 0 0 0 0 0 W n O 0 0 0 0 0 N O 0 0 0 0 0 W N 0 0 O O O 0 0 0 0 (V n 0 0 y O N O O W M W Y] W O O W V N 6 d N N N r N m M n °i R m vi tV N t0 N tV W n (V Oi V tV C Q W T ? O O O O O N O N O O O O O O O O N O O O O O O O O O O O O O W O 0 0 0 0 0 0 fV fV r (V � O N O O t� Ol O OJ O !O O N 1[i OJ O m O O O 0 Ci O lam] 0 0 0 0 Z O N O N N O O N �- N N O O O O N N � ifl n Il: m M n N M Q N1 H vi N N ^ d v `v C v E > C7 > [7 w y n 3 w° z c c7UUQw O �N u u E o cU 0 0 0 004 .m u : mpa 0vwQ mveUUU t.E °N 0. d 0 m U C v u m u m <+ m ao N Y .0 C 'y Q m c m u° q F > > >;>> m u m w Q u W u u Q .u. . °_ 3 c €° E p, F F a n E E E E 3 E o E y u« m _, E E E a a G�nwic NFU 0.u'au'Ru'd Vl oGaW �QQ c°'ww °i O N N MN Al N W n N W N O m M N M m ,I;; N �- N N N N N N- N M m �J J 0 86 O m O � � a 0 w� 0 c m a W > F m Q w' o Lu m O w Q co O Z W Q Z w U w W W F ? - t O Z = F U W d C i E E Q O a V Q' � N N Q CO tiOS 000000000 Z N N O O O O O O O O n tp O N O O N m O m 0 aD 0 0 N co c0 n v.- c'i adrn 0 -5 N 0 N Q O M ""a" O O Q L O O O O O O -7 �Cn 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 m OO mn � N 'C O t°o V O N 0 m � V Q � O M U N O N 0 0 0 0 0 0 0 0 0 0 y O< 0 0 0 0 0 0 0 0 0 0 ci000nMc a0000 _ ? O �(1 0 0 0 0 0 0 0 0 0 0 p F m m QI 0 O 0 (p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N Z M N n V 0 V' tD O O) O m 0 M O W O t0 N M O O O N N 00 0 N N N m N O V N Q N m M a m o rn o 0 o 0 0 0 o 0 o 0 CO m N 0 0 0 0 0 0 0 0 0 0 jp y N6 NO y LO C 0 0 0 0 0 0 0 0 0 0 0 0 O N 0 0 0 0 0 0 0 0 0 0 0 O 6d N O N C W T > O N O O O O O O O O O o O N F M N a o O to C 0 N 0 0 0 O 0 0 O° 0 0° m O° (D f0 ^ - ' N _ O V la Q k. N N Q Q Q Q N Q y VJ = b h .-• .-• b V N oo .-. Z r n e Q d Z O a U W�-' q 02 u �= 9� c c U c t u u u cz 30 E E a z ."'- 3�a >2Z�aaaFr'n L° N cmi M v° v v o v v v a F C i E E Q O a V Q' � N N Q CO