HomeMy WebLinkAboutC-3453 - West Newport Sewer Main Replacement Project0 •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
June 25, 2003
A.D. General Engineering
2829 N. Glenoaks Blvd., Suite 106/101
Burbank, CA 91504 -2660
Subject: West Newport Sewer Main Replacement (C -3453)
To Whom It May Concern:
On June 25, 2002, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on August 14, 2002. The Surety for the
contract is Indemnity Company of California, and the bond number is 831718P.
Enclosed is the Faithful Performance Bond.
Siin(�cerely,
a G%crx
�✓ LaVonne M. Hakless, CMC
City Clerk
LMH:Iib
cc: Public Works Department
Michael J. Sinacori, Construction Engineer
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us
StP. -13' 01 ITHU) 08 :54 ALLEN LA"*
TEL:818 348 547; P.003
BOND N0, 831718P
PREMIl1M: $2,290.00
EXECUTED IN TRIPLICATE
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
BOND NO. 831718P
FAITHFUL PFRFORWNCE BOND
The premium charges on this Bond is $ Two Thousand Two Hundred Ni nety and 00 /100
being at the rate of $ Twenty Dollars Per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of Cafiforrda, awarded to A.D. General
Engineering construction, km, fnrrematter designated as the °Prineipar. a contract for
construction of WEST NEWPORT SEWER MAIN REPL CMENT, Contract No. 3453 in the
City of Newport Beach. in strict conformity with the plans, drawings, specificatiorts, and other
Contract Documents maintained in ft 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. 3453 and the
temps thereof require the furnishing of a Bond for the faithful performance of the Contract:
NOW. THEREFORF_ we, the Principal, and INDEMNITY COMPANY OF CALIFORNIA
_ dilly authofized to transact business under the laws of the state of
Cafiforria as Surety (hereinafter -Sunetyl. are held and firmly bound undo the City of Newport
Beach, in the sum of one hundred fourteen thousand, five hundred forty and 00(100 Dollars
($114,540.00) lawful money of the Unded States of America, said sum being equal to 100;6 of the
estimated arnount of the Contract, to be paid to the City of Newport Beach, its successors, and
assigns; for which payment vuell and truly to be made. we bind ourselves, our heirs, executors and
administrators, successors, or assigm jointly and severally. fly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH. that I the Principal, or the Prtnapal's
heirs, executors, administrators, successors, or assignm tail to abide by. and well and itvly keep
and perform any or all the work, covenants, conditions, and agreements In the Contract
Documents and any alteration thereof made as therein provided an its part, to be kept and
performed at the time and in the manner therein specified. and in an respects according to its true
intent and meaning, or fails to indemnify, defend and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated. then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwitse this obligation shall
became null and void.
SIP, -13' 01(THU) 08:59 ALLEN LAKE TEL:8I8 348 5J71 P.004
PAGE 17
As a part of the obligation segued 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, insured 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 ttds Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terns of the Contract or to the work to be performed thereunder or
to the specifications accompanying the some shag in any way affed its obligations on this Bond.
and it does hereby waive notice of any such change. extension of tune, 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 Vie date of forma! 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 13th dayof September 2001.
A.O. GENERAL'
ENGINEERING CONSTRUCTION �.
Name of Contractor (Principal) A oraed Signal Ue
Scott A. Snyd Presi e'
INDEMNITY COMPANY
OF CALIFORNIA I
Name of Swett' Agent Signature
17780 Fitch #200
Irvine, CA 92714
Address of Surety
800 782 -1546
Telephone
,C. Michael Henley
Attorney -In -fact
Print Name and Title
VOTARY ACKNOWLWGNHf M OF CONTRACTOR AND SURETY MUST BE ATTACHED
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725, IRVINE, CA 92623 . (949) 263 -3300
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY
OF CALIFORNIA, do each severally, but notjointly, hereby make, constitute and appoint:
* * *C. MICHAEL HENLEY, JOINTLY OR SEVERALLY * **
as the true and lawful Attorrrey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts
of suretyship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in
connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said
Attomey(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of November 1, 2000:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of
Attorney, qualifying the atomey(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the
Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,
undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these
presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 8`h day of November, 2000.
By:
David H. Rhodes, Executive Vice President
By: V v
Walter A. Crowell, Secretary
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
Y AND /N °•.••••
OOVANYO.c�
....PO... O�
R.9j:':4i •
,G OPPOggA 0 9
)P
SEAL
0C 5
1967
1936
rOWF ,•`LD'
cgUFOFNxP
On November 8, 2000, before me, Diane J. Kawata, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the entity upon behalf of which the persons acted, executed the instrument.
WITNESS my hand and official seal.
SiSignature i.
CERTIFICATE
DUWE J. KAWATA
COMM. #1187828
NOTARY PUBUC- CALIFORNIA E
m ORANGE COUNTY
My Cantu Ev. Jan. 8, 2002
The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does
hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective
Boards of Directors of said corporations set forth in the Power of Attorney, are in force of the da of this Cc fi�cat�et.. p�
This Certificate is executed in the City of Irvine, California, the day of , Y i of Y (/(t l
7 •
David G. Lane, Chief Operating Officer
State of California
County of Los Angeles
On (3i j /o f before me, Veronica Lynn Sognalian, Notary Public,
perso ally appeared C. Michael Henley who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
z..
r22, Z;a j
0
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of 1�7,� AXl el
Onq
Date
personally appeared
J VESNA PERIC
y : COMM. 61218676
¢ NOTARY PUBLICLALIFORNIAr!+
a LOS ANGELES COUNTY
My Commission Expires May 9,200;
ersonally known to me
proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNV SS my han t al d official seal.
Place Notary Seal Above / IaUreoflloudNry —' Public
OPTIO a�N3
T hough 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
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
RIGHTTHUMBPRINT
OF SIGNER
0 1999 National Notary Asaeeiatioo • 9350 Oe Soto Ave_ P.O. Box 2402 • Chatavour. CA 913132402 • w rationalnotar,crg Prod No. 5907 Reorder. Galt Ta0.Free 1 -600- 8]6-682]
August 14, 2002
C1tY OF NEWl'ORAEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
A. D. General Engineering
2829 N. Glenoaks Blvd., Suite 106/101
Burbank, CA 91504 -2660
Subject: West Newport Sewer Main Replacement (C -3453)
To Whom It May Concern:
On June 25, 2002, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
July 10, 2002, Reference No. 20020572191. The Surety for the contract is
Indemnity Company of California, and the bond number is 831718P. Enclosed is
the Labor & Materials Payment Bond.
Sincerely,
oe(lam »7.444,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Michael J. Sinacori, P. E., Principal Civil Engineer
encl.
3300 Newport Boulevard, Newport Beach
;13'01(THU) 08:58 ALLEN LAWRENCE TEL 818 348 5472 P. 001
BOND NO. 831718P
PREMIUM: Included in
Performance Bond
EXECUTED IN TRIPLICATE
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
BOND NO. 831718P
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of Galifomia has awarded to Name of
Contractor, hereinafter designated as the 'Principal," a contract for construction of WEST
NEWPORT SEWER MAIN RF.PLACEMEWr, Contract No. 3453 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. 3453 and the
terns thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fad to pay for any materials, provislorts, 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 or any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
INDEMNITY COMPANY OF
THEREFORE. CALIFORNIA We the undersigned authorized to transact
business under the laws of the State of Cal mia. as Surety, (referred to herein as "Surety are
held firmly bound unto the City of Newport Beach, in the sum of one hundred fourteen
thousand, five hundred forty and 801100 Dollars (114,540.00) lawful money of the United
States of America, said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the Contract: for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns. jointly and
severalty, 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 otter supplies, implements or
machktM used in, upon, fa, 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
tnswance Code with respect to such work or lab", 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 attomeys fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California_
SEP. ;13' 01 ITHUI 08.59 ALLEN LAW E TEL 818 348 541; P-002
PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and mporations
entitled to file claims under Section 3181 of the Callfamia 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 W"ESS WHEREOF this instrument has been duly executed by the above named
Principal and Surety, on the 13tfr day of September —2001,
2001,
A.D. GENERAL'
ENGINEERING CONSTRUCTION
(Jame of Contractor (Principal)
INDEMNITY COMPANY
OF CALIFORNIA
Name of Surety
17780 Fitch /200
Irvine, CA 92714
Address of Surety
C. Michael Henley
Attorney -In -Fact
Print Name and Tice
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
. j
• •
POWER OFATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX I97 25, IRVINE. CA Q2623 .19491 263-13W)
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPAN)
OF CALIFORNIA. do each severally, but not jointly, hereby make, constitute and appoint
* * *C. MICHAEL HENLEY, JOINTLY OR SEVERALLY' *'
as the tine and lawrol Attomeyls)- in -Fatt, to make, execute, deliver and acknowledge, for and on behalf ol'said corporations as sureties. bonds, undertakings and contracts
of suretyship giving and granting unto said Auomey(s) -in -Pact full power and authority to do and to perform every act necessary, requisite or proper to be done in
connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation. and all of the acts of said
Attorney(s) -in -Fact, pursuant to these presents, arc hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of November 1, 2000:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be. and that each of them hereby is, authorized to execute Powers of
Attorney. qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the
Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney:
RESOLVED- FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,
undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these
presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 8'h day of November. 2000.
1
By
..�Y,ANO /jy�"n,,
pc
David H. Rhodes, Executive Vice President
,•,�JP +�pPOiyq�.,F� �,,
GOphPANY
,�-L OPPORy C
=¢` SEAL <_
:a{ gn2
to
p
OCT.5 O
1967
1936
Walter 4, Crowell, Secretary
, rDW P „r':A g'
'•,,1p
C'gOFORN\P
...* yC'
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
On November 8, 2000, before me, Diane J. Kawata, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the persons whose names arc subscribed to the within instrument and acknowledged to me that they executed the same in their authorized
capacities- and that by their signatures on the instrument the entity upon behalf of which the persons acted, executed the instrument.
WITNESS my hand and official scat.
Signature C�
CERTIFICATE
N0111H1C•C WA
COMM. 01167M
m owANwc,GEE00UrNTY m
tMcarnn Fm.Jan. e,2W2 r
The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does
hereby certify that the foregoing Power of Attomey remains in full force and has not bee revoked, and Furthermore, �hru the provisions of the resolutions of the respective
Boards of Directors of said corporations set forth in the Power of Attorney, are In force a. of the date o his Cc tl iticat
This Certificate is executed in the City of Irvine. California, the A day of
I Ca 4.
David O. Lane, Chief Operating Officer
State of California
County of Los Angeles
On before me, Veronica Lynn Sognalian, Notary Public,
personally appeared C. Michael Henley who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
bc.iG�iiCA'.'/�>ti aaGlvSuPJi
1 l'� (;Jmmiu5l�f 0725csC50 i
z .:,.; Notary PubLc - California �
Los An9dw County
►9yCarcnF�reaF>�a.�
# 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
On
per:
I ss.
�I VESNA PERIC It
y COMM. #1218676 y
a NOTARY PUBUC�ALIFORNIAm
LOS ANGELES COUNTY
j` My Commission Expires May B, 2003 �(
Place Note, Seal Above
Personally known to me
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, kxecuted the instrument.
my ,Hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
-••
❑ Individual
Top of thumb here
❑ Corporate Officer — Title(s):
❑ Partner —❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
0 1999 ib,5w %1 oyAVOtiaEw,•93590e solo A".. P.O. Box M •CN1ewoM. CA 91313 -292• w,+enelor&mta7ror9
PmJ. NO. 5907 ikwOer. Caa TO9ine 109�870{dZ1
RECORDIN8 ii&6 4Ti63 BY AND
WHEN RECORDED RETURN TO:
City Clerk V JUL 19 A 9 :14
City of Newport Beach
3300 New ort 'Coe' e
Newport . A, CLEfti;
CIT f F x.D BEACH
40
Recorded in official Records, County of Orange
Darlene Bloom, Interim Clerk- Recorder
IIIIIllllliillllllliillllllllllllllllllnllllilllllllllllNO FEE
20020572191 103a 07110102
100 73 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and A.D. General Engineering, of Burbank,
California, as Contractor, entered into a Contract on September 25, 2001. Said Contract
set forth certain improvements, as follows:
West Newport Sewer Main Replacement (C -3453)
Work on said Contract was completed on February 28, 2002, and was found to be
acceptable on June 25. 2002, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Indemnity Company of California.
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on aS a60a at Newport Beach, California.
BY l/ 1 9
City Clerk
I ,
June 26, 2002
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Main Beach Sewer Force Main
Replacement Project (C -3296)
Notice of Completion for the Corona Highlands Water Main
Replacement Project (C -3345)
Notice of Completion for the West Newport Sewer Main
Replacement Project (C -3453)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
�I
IrJ
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosures
3300 Newport Boulevard, Newport Beach
0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NOTICE OF COMPLETION
6103"
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and A.D. General Engineering, of Burbank,
California, as Contractor, entered into a Contract on September 25, 2001. Said Contract
set forth certain improvements, as follows:
West Newport Sewer Main Replacement (C -3453)
Work on said Contract was completed on February 28. 2002, and was found to be
acceptable on June 25. 2002, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Indemnity Company of California.
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on as � 6oa at Newport Beach, California.
BY l/
City Clerk
:r
TO:
FROM:
SUBJECT:
0
Mayor and Members of the City Council
Public Works Department
. C3$ 3
June 25, 2002
CITY COUNCIL AGENDA
ITEM NO. 8
WEST NEWPORT SEWER MAIN REPLACEMENT, CONTRACT NO.
3453 — COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
JUN 2 5 2002
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
5. Approve Amendment No. 1 to the Professional Services Agreement with
Engineering Resources for additional as- needed construction support services from
$28,163 to $43,208 and authorize the Public Works Director to execute the
Amendment.
DISCUSSION:
On September 25, 2002, the City Council authorized the award of the West Newport
Sewer Main Replacement contract to A.D. General Engineering of Burbank, California.
The contract provided for the emergency replacement of approximately 300 feet of
sewer that had collapsed within West Coast Highway near Cappy's Restaurant. The
Contractor had significant difficulty installing the sewer line because of depth and
groundwater conditions. As a result, portions of the sewer lines needed to be re-
constructed at the Contactor's expense. Despite the reconstruction effort, three of the
sewer line joints had infiltration from the groundwater. These portions will be lined - at
the Contractor's expense, as part of the recently awarded sewer lining project. Other
than the completion of the sewer lining project, this contract has been completed to the
satisfaction of the Public Works Department. A summary of the contract cost is as
follows:
Original bid amount: $114,540.00
Actual amount of bid items constructed: 114,723.00
Total amount of change orders: 1,971.91
Final contract cost: $116,694.91
SUBJECT: West Newport Sewer Replacement, Contract No. 3453 - Completion acceptance
June 25, 2002
Page 2
Two change orders were executed for the project. The first change order totaling
$23,933.91 compensated the contractor for excess groundwater conditions and slurry
backfill and additional paving requested by the City Staff. The Contractor was also
charged for overtime inspection per the contract, which was shown as a deduction on
the first change order. The second and third change orders totaled a deduction of
($21,962) for repayment by the contractor for damages to landscaping, inspection cost
for the re- construction effort, and compensation to the City for the required lining of the
Coast Highway portion of the new sewer main. Net change orders were $1,971.91, or
1.72 percent over the original contract amount.
Funds for the project were expended in the following account:
Description Account No. Amount
Sewer Main Master Plan Improvement 7531- C5600292 $ 116,694.91
Because of the emergency nature of this work, Engineering Resources was contracted
to perform design survey as well as construction inspection and support services. Due
to the problems involved with this contract, the inspection effort exceeded the original
approved contract amount. Attached is Amendment No. 1 to Engineering Resources'
Professional Services Agreement for additional construction support efforts.
Approximately half of the inspection costs are paid for by the contractor through the
deductive change order described above.
A total of $24,847 is needed to accomodate Amendment No. 1. Funds are available
from the contingency balance of this project in Account No. 7531- C5600292 in the
amount of $12,845.09 and an additional $12,001.91 is available in Account No. 7533 -
05600339. Pursuant to Council Policy this Amendment to the original Professional
Services Agreement requires approval by the City Council.
Respectfully submitted,
M
WORKS DEPARTMENT
G. Badum, Director
J. Sinacotl, P.E.
I Civil Engineer
0
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
FOR
AS- NEEDED ENGINEERING AND CONSTRUCTION SUPPORT SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this _ day of June 2002, by and between the CITY OF
NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and
Engineering Resources of Southern California, Inc., whose address is 3550 E. Florida
Avenue, Suite B, Hemet, CA 92544, (hereinafter referred to as "Consultant "), is made
with reference to the following:
RECITALS:
A. On , September 24, 2001, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT', for As-
Needed Engineering Construction and Support Services for a not -to- exceed fee
$20,000.
B. On November 19, 2001, the CITY increased the not -to- exceed
compensation to from $20,000 to $28,163 for additional inspections services.
C. CITY desires to enter into this AMENDMENT NO. 1 to further
increase compensation from $28,163 to $43,208.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1 as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
.. y
• •
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT
NO. 1 on the date first above written.
APPROVED AS TO FORM:
By:
Robin Clauson
Assistant City Attorney
CITY OF NEWPORT BEACH,
A municipal corporation
AN
Stephen G. Badum,
Public Works Director
City of Newport Beach
ENGINEERING RESOURCES, INC.
F:\ USERS\PBViAShared\Agreements\Fy 01 -02 \Engineering Resources Amendment 1.doc
C
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 2:00 p.m. on the 11th day of September, 2001,
at which time such bids shall be opened and read for
WEST NEWPORT SEWER MAIN REPLACEMENT
Title of Project
Contract No. 3453
$136,800
Engineer's Estimate
--Wen G. Badum
P lc Works Director
Prospective bidders may obtain one set of bid documents at actual
cost at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
General "A" Contractor License Classification required for this project
For further information, call Michael J. Sinacori, Project Manager at (949) 644- 3342
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................1
BIDDER'S BOND ............................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5
NON - COLLUSION AFFIDAVIT .......................................................... ..............................6
NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7
CONTRACT...................................................................................... ..............................8
LABORAND MATERIALS BOND .................................................... .............................14
FAITHFUL PERFORMANCE BOND ................................................ .............................16
PROPOSAL.................................................................................... ...........................PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
}
0
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words
"Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to waive
any minor irregularity or informality in such bids. Pursuant to Public Contract Code
Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure performance under
the contract. The securities shall be deposited in a state or federal chartered bank
in California, as the escrow agent.
PAGE 2
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the California
Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
A 7�8 RICO
Contractor's License No. & Classification
Date
10
PAGE 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO- 3453
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 chaner city, in the principal sum of Ten Percent of 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 WEST
NEWPORT SEWER MAIN REPLACEMENT, Contract No. 3453 in the City of Newport Beach,
is accepted by the City of Newport Beach and the proposed contract is awarded to the
Principal, and the Principal fails to duly enter into and execute the Contract Documents for the
construction of the project in the form required within ten days (10) (not including Saturday,
Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this
obligation shall becomc 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 shalt not exonerate the Surety from its
obligations under this Bond.
Witness our hands this 10th payof September 2001.
A.D. GENERAL
ENGINEERING CONSTRUCTION
Name of Contractor (Principal)
INDEMNITY CO. OF CALIFORNIA
Name of Surety
17780 Fitch, Suite 200
Address of Surety
800 782 -1546
Telephone
C. Michael Henley, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725, IRVINE, CA 92623 • (949) 263 -3300
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY
OF CALIFORNIA. do each severally, but notjointly, hereby make, constitute and appoint:
* * *C. MICHAEL HENLEY, JOINTLY OR SEVERALLY * **
as the true and lawful Attomcy(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts
of suretyship giving and granting unto said Ahomcy(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in
connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said
Attomey(s) -in -Fact, pursuant to these presents, are hereby ratified and confimmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of November I, 2000:
RESOLVED, that the Chaimman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of
Attorney, qualifying the attonmey(s) named in the Powers of Attomey to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the
Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attomcv:
RESOLVED. FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attomcv or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,
undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these
presents in be signed by their respective Executive Vice President and attested by their respective Secretary this 81h day of November, 2000.
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
OCT.5
1967
On November 8. 2000. before me, Diane L Kawala, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the entity upon behall'of which the persons acted, executed the instrument.
WITNESS my hand and official seal.
Signature I��`
CERTIFICATE
DIANE J. RAWATA
DIANE , AWATA
D NOURYPUBUC- MIFCAIYA
m OWGE COUNTY
My Caftan Fv. Jan. B. 2602
The undersigned, as Chief Operating Of7iccr of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does
hereby ceni fy that the foregoing Power 0I'Atlorricy remains in full force and has not been revoked, and further more, that the provisions of the resolutions of the respective
Boards o'Directors of said corporations set fonh in the Power of At�tom�/c,y. are in fort,,; of tt—he date of this Certificate.
This Certificate is executed in the City of Irvine. California, the � day of `�
By _
David G. Lane. Chief Operatine Officer
ID- 1380(11/00)
1
By'
4 ANDS /,h
David H. Rhodes, Executive Vice President
E .............
j ,GOP
'¢ ` SEAL
By. U
? Ol 1936
Walter A. Crowell, Secretary
°o�7 v,. /OWP
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
OCT.5
1967
On November 8. 2000. before me, Diane L Kawala, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the entity upon behall'of which the persons acted, executed the instrument.
WITNESS my hand and official seal.
Signature I��`
CERTIFICATE
DIANE J. RAWATA
DIANE , AWATA
D NOURYPUBUC- MIFCAIYA
m OWGE COUNTY
My Caftan Fv. Jan. B. 2602
The undersigned, as Chief Operating Of7iccr of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does
hereby ceni fy that the foregoing Power 0I'Atlorricy remains in full force and has not been revoked, and further more, that the provisions of the resolutions of the respective
Boards o'Directors of said corporations set fonh in the Power of At�tom�/c,y. are in fort,,; of tt—he date of this Certificate.
This Certificate is executed in the City of Irvine. California, the � day of `�
By _
David G. Lane. Chief Operatine Officer
ID- 1380(11/00)
State of California
County of Los Angeles
N
On September 10, 2001 before me, Veronica Lynn Sognalian, Notary Public,
personally appeared C. Michael Henley who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
NI
Veronica Lynn �ognali t Notary Pub
N't
----- .....
01
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
State of California
L�� \
County of ss. � -� =� ,� -1 1�-1
On 9=1
Date
personally appeared
0
VESHA PC-RI
n ` COMM. 04296098
NO T PU3LtCdlA IyO ii A N
LOS ANGELES COON iV "
lj My Commission Expires May 9, 2003
Place Notary Seal Above
X personally known to me
proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
my han¢ al cl official seal.
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
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
Number of Pages:
RIGHT THUMBPRINT
OF SIGNER
0 1999 Natbnal Notary Ae alion • 9350 De Solo Ave.. P.O. Box 2402 • Chatsworth, CA 9131 3 -24 02 • v na4onal,wtar," Prod, No. 5907 Beat r: Call Tall -Free 1-eo9 -F? c 7
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
Subcontract Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
�C�PI'�/fC� �bl�nOO�tYl�4lZiST�/nC,
Bidder
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
Completed Name /Agency To Contact Number
0
Sewer Force Main Extension in Bell Canyon
Triunfo Sanitation District
1001 Partridge Drive Ste 150 Ventura, CA 93003
(805) 658 -4605
Mark Capron
$ 43,000.00
Date Complete May 1998 -
% of cost of work with own forces 100%
Heil Ave. Storm Drain Extension
City of Fountain Valley
10200 Slater Ave Fountain Valley, CA 92708
(714) 593 -4400
Bob Kellison
$ 38,915.00
Date Complete 2/25/99
% of cost of work with own forces 100%
Sewer Main Segment Repair City Project # FY- 98 -ww -11
City of Lompoc
100 Civic Center Plaza Lompoc, Ca 93438 -8001
(805) 736 -1261
Chuck Haight
$ 72,979.60
Date Complete 3/31/99
% of cost of work with own forces 97%
Repair of Earthquake Damaged Sewer Mains in Euclid Ct. - 18TH Ct. between Georgina
Ave and Colorado Ave.
(We were a Sub to Preussag Pipe Rehabilitation Contact Tony McDonald (714) 428 -4515)
(2615 S. Rousselle St. Santa Ana, Ca 92707)
City of Santa Monica
(310) 434 -2618
Eungia Chusid
Total Contract Amount $ 1,375,972.00
Date Complete for our portion of 10/99
% of cost of work with own forces 95%
Sewer Force Main Extension in Bell Canyon
Triunfo Sanitation District
1001 Partridge Drive Ste 150 Ventura Ca 93003
(805) 658 -4605
Mark Capron
$ 15,852.00
Date Complete July 1999
% of cost of work with own forces 100%
r
LI
The Reconstruction of Main Line Sewer in Pioneer Drive between Chester St. and Pacific
Ave.
City of Glendale
633 E. Broadway Rm 205 Glendale Ca 91206
(818) 548 -3945
Kevin Runzer
$ 171,950.75
Date Complete 8/20/99
% of cost of work with own forces 97%
El Molino Ave Sanitary Sewer Project
City of San Marino
2200 Huntington Drive San Marino Ca 91108
(626) 300 -0714
Carlos Alvarado
$ 67,787.89
Date Complete 9/30/99
% of cost of work with own forces 100%
Repair of Earthquake Damaged Sewer Mains in 19TH Ct. to Centinela Ave. between
Washington Ave and Colorado Ave. Project #9
(We were a Sub to Preussag Pipe Rehabilitation Contact Tony McDonald (714) 428 -4515)
(2615 S. Rousselle St. Santa Ana, CA 92707
City of Santa Monica
(310) 432 -2618
Eungia Chusid
Total Contract Amount $ 1,206,884.00
Completed 4/01
% of work with own forces 95%
Repair of Earthquake Damaged Sewer Mains in Ocean Ave./Barnard Way to 3rd St
between Pico Bl. & So. City Limits; 3rd St. to Lincoln Blvd. &16th St. between Ocean Park
& So. City Limits; Lincoln Blvd, to 16th St. between Ashland Ave. and So. City Limits
Project 15B
(We were a Sub to Preussag Pipe Rehabilitation Contact Tony McDonald (714) 428 -4515)
City of Santa Monica
(310) 432 -2618
Eungia Chusid
Total Contract Amount $ 613,861.00
Our Portion of Work Completed 9/00
% of work with own forces 95%
Repair of Earthquake Damaged Sewer Mains bounded by 19th Court, Montana Ave.
Centinella Ave. and Colorado Ave. Project 10
(We were a Sub to Preussag Pipe Rehabilitation Contact Tony McDonald (714) 428 -4515)
City of Santa Monica
Eungia Chusid
Total Contract Amount $ 4 *58.00 •
Our Portion of Work Completed 9/00
% of work with own forces 95%
Cavanagh, Cedar Court, and Bohlig Roads - Water Main Replacement
City of Glendale
141 Glendale Ave Water Division Glendale CA 91206
(818) 548 -3997
Trang Nguyen, P.E.
$ 327,000.00
Completed on December 8, 2000
% of work with own forces 90%
Jamboree Zone 111 Water Main Replacement Project
City of Newport Beach
Public Works Department
3300 Newport Blvd
Newport Beach, CA 92658 -8915
Michael J. Sinacori, P.E., Utilities Engineer and Project Manager
(949) 644 -3311
$ 267,311.00
Completed on April 5, 2001
% of work with own forces 95%
Construction of Potable Water System Improvements, In Lincoln Park (Phase 111)
The City of Pomona
505 So. Garey Ave.
Pomona, CA 91769 -3186
Hong Wong
(909) 620 -2341
$ 325,892.00
Completed on June 21, 2001
% of work with own forces 90%
2000/2001 Water Main Replacement Program
City of Monrovia
415 South Ivy Ave
Monrovia, Ca 91016
Bassil Nahhas, Utilities Eng.
(626) 932 -5550
$ 258,450.00
Completed June 30,2001
0
2000/2001 Sewer Main Replacement Program
City of Monrovia
415 S. Ivy Ave
Monrovia, Ca 91016
Bassil Nahhas, Utilities Eng.
(626) 932 -5550
$198,000.00
Completed July 20, 2001
0
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of 1 tf�)
PAGE 6
being first duly sworn, de oses and says that he or she is
- D • of ,A-Or p— � t ' 1 ,9tr. , the party making the
foregoing bid; that the bid is not made in the interest of, or 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
and correct.
A -0 C tntiq �0 nc,
Bidder
Subscribed and sworn to before me this
foregoing is true
_ day of 12001.
n [SEAL]
r�C cicu�¢C.od
Notary Public
My Commission Expires:
9 46
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of ss.
t r-
On.61 lo-6 1 before me,
Date
personally appeared
VESNA RERI� !g
H COMM. 01210076
NOTARY
CIL pUgpMp
LOS ANt3ELE U
My Commission Expires May 9 2009
Place Notary Seal Above
(personally known to me
proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
my han¢ al d officiat seal.
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
Signer's Name:
❑ Individual
by Signer
❑ Corporate Officer — Title(s): _
❑ Partner —❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
RIGHT THUMBPRINT
OF SIGNER
0 1999 Naeoeal Notary A aatioa•9350 De Soto Ave., P.O. Box 2402• ClalsvoM, CA 913132,102• m ealionalmtary.o,9 Prod No. 5907 Reixaer call Toll -Free 1- 800-876E827
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall
ten (10) days (not including Saturday, Sunday
Notice of Award to the successful bidder:
FOITel�i
be executed and delivered to the Engineer within
and Federal holidays) after the date of receipt
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Engineer within ten (10) days (not
including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award
to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
1J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PAGE 8
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
CONTRACT
THIS AGREEMENT, entered into this 25th day of September, 2001, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and A.D. General Engineering Construction,
Inc., hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has requested bids for the following described public work:
WEST NEWPORT SEWER MAIN REPLACEMENT
Project Description for Contract No. 3353:
The work necessary for the completion of this contract consists of installing
approximately 260 linear feet of 12 -inch vitrified clay pipe (VCP), two 48 -inch
diameter manhole and other associated appurtenances to construct the sewer main.
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. 3453, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
• • PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of one hundred fourteen thousand, five
hundred forty and 001100 Dollars ($114,540.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Michael J. Sinacori
(949) 644 -3342
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
A.D. General Engineerincl
2829 N. Glenoaks Boulevard
Suite 106/101
Burbank, CA 91504 -2660
818- 559 -7383
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
0
0 PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
0
4. Other Insurance Provisions
0 PAGE 11
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, empfoyees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
• • PAGE 12
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole 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.
Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
PAGE 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
anrt vPar fir-0 writtan ahnva
CITY CLERK
°• • • ••
ATTORNEY CITY
CITY OF NEWPORT BEACH
A MVorporation By
Homer Blud , City Manager
A.D. General Engineering Construction, Inc.
By: �R/iif _ �i, a 1 &' -1 fd7-
Authorized Si g ature and Title
SEP-13 -2001 13:32 FROM:INSURF&E -WEST 8055791916 0:19496443318 P:2,4
ACRD, CERTIFICA -M OF LIABILITY
INSURMCE 09 /11/
09/11/220000 1
PRODUCER (805) S79 -1900 FAX (BOS) S79 -1916
ITsurance West Corporation
2450 TApo St.
Simi Valley, CA 93063
pac
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
INSURERS AFFORDING COVERAGE
INRuRF.D A.D. General Engineer ng Construct on, Inc.
2829 N. Clenoaks 81., 8106/101
Burbank, CA 91SO4
INSURERA' Valley Forge Ins. Co.
INSURER B: American Cas Co of Reading PA
NSURF.RC: _
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BUN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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,
NR
TYPE OF INSURANCE
POLICY NUMDBR
POLICY EFFEOTIYE
POU MPI�RnT DN
05/23/2002
LIMITS
A
GP.NF.RAL L11RnJT/
X COMMERCIAL GENPRALUARILITY
CLAIMS MADE n OCCUR
CP2049721328
05/23/2001
EACH OCCURRENCE
6 1,00-0,00-0
FIRE DAMAGE(ArW mW fts
S 100,00
MED EXP fAM ono Pn. P)
_
S 1 10 , 00
PERSONAL A ADV INJURY
6 1000.000
GENERAL AGGREGATE
F 1 000 000
GENL AGGRGGATC LIMIT APPLIES PER:
POLICY PRO'
7 LOC
PRODUCTS -COMFJOPAGG
3 1,000,0 -
B
AUTONODnDUADIIJTY
X
ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
BUA2049721314
05/23/2001
05/23/2002
COMBINED SINGLE LIMIT
IPA ACM!")
6 1,000,000
BODILY INJURY
(Per pamml
S
BODILY INJURY
IP awdm")
4
PROPF11jY DAMAGE
(Pq Pmd9m)
f
GARAGE LIABILITY
ANY AUTO
AUTO ONLY- GAACCIDENT
6
OTHER THAN F.A ACC
AU ONLY: AGO
f
6
EXCESS LIARLLITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION 6
EACH OCCURRENCE
9
AGGREGATE
9
4
6
WORKERS COMPENSATION AND
FMPI.OYERR' UABIWTY
TORYIIMI ER
G.l, EACH MCIOEMT
9
EL DISEASE - EA EMPLOYD
E
E.L. DISEASE -POLICY LIMIT
6
OTHER
DESCIIPMON OF OPERATIONRII .00ATNfNBNFHICLESI6XCLUSION9 ADDED RY ENDORSEMENTISPECUIL PROVIMONB
Re: West Newport Sewer Main Replacement, Contract No. 34S3
ity of Newport Beach, its officers, agents, officials, employees and VulOnteers are named as
additional insured per the terms of the blanket additional insured endorsement G- 179574.
usiness Auto Additional Insured endorsement attached. Insurance is primary for General Liability
nd Auto Liability. 10 day notice for non- payment
CERTIFICATE HOLDER I I ADDITIONAL INSURED; MSURR LETTER: cANUW -L ITuN
SHOULD ANY Or TH6 ABOYF. DEACAMED POLICIES BE CANCELLED DEPORE THE
FXPIRATON OATS THEREOF, THE R76UINO COMPANY WILL 1}10@XJ0{D01V MAIL
iO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Newport Beach X10 MMXKXgftX)iKX WAUXKXWt D&XXX
3300 Newport 81. !(DIXX/J(706btl1f3( X9GEYi00tNYa=XXXXXXX
Newport Beach, CA 92663 AUTNORpFFD rRyBE OVA
ACORD 265 (7197) FAX: (949)644 -3318 WIICORD CORPORATION 1998
r -WEST 8055791915
SEP -13 -2001 13:32 FROM:INSLIR� �� 19496443318 P:3/4
G- 17957 -F
C/VA (Ed. ()4/98)
is MVw (a,w/„IlpAwO A,. Y"Y'
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT
This andorsament modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. WHO IS AN INSURED (Ssctlon 1T) is amended to
Include as an insured any person or organization
(called additional insured) whom you are required to
add as an additional insured on this policy under:
1. A written contract or agreement; or
2. An oral contract or agreement where a certificate
of Insurance showing Met person or organization
as an additional insured has been issued; but
the written or oral contract or agreement must be:
1. Currently in effect or becoming effective during the
term of this policy; and
2 Executed prior to the "bodily injury," 'property
damage; 'personal injury" or "advertising injury'
B. The insurance provided to the additional insured is
limited as follows:
1. That person or organization is only an additional
insured with respect to liability arising out of:
a. Your premises;
b. "Your work' for that additional Insured; or
c. Acts or omissions of the addltlonal insured in
connection with the general supervision of
'your work." C.
2. The Limits of Insurance applicable to the
additional insured are those specified in the
written Contract or agreement or In the
Declaratlons tot this policy, whichever is less.
These Limits of Insurance are inclusive and not In
addition to the Limits of Insurance shown in the
Declarations.
3, Except when required by contract or agreement,
the coverage provided to the addltlonal Insured by
this endorsement does not apply to:
a. "Bodily Injury' or 'property damage" occurring
attar.
(1) All work on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the
additional insured at the she of the
covered operations has been completed;
or
G-1 7957-F
(Ed. 04196)
(2) That portion of 'your work" out of witch
the injury or damage arises has been put
to its intended use by any person or
organization other than another contractor
or subcontractor engaged in performing
operations for a principal as pan of the
same project
In. "Bodily Injury or "property damage' arising
out of acts or omissions of the additional
Insured other than In connection with the
general supervision of'ycur work."
4. The insurance provided to the additional insured
does not apply to "bodily injury; "property
damage," "personal injury," or "advertising injury"
arising out of an arcbIlecfs, engineers, or
surveyor's rendering of or failure to render any
professional services Including:
>L The preparing, approving, or failing to prepare
or approve maps, shop drawings, opinions,
reports, surveys, field orders, change orders
or drawings and specifications; and
b. Supervisory, or inspection activities performed
as part of any related architectural or
engineering activities,
As respects the coverage provided under this
endorsement, Paragraph 4b. SECTION IV —
COMMERCIAL GENERAL LIABILITY CONDITIONS
is amended with the addition of the following:
4. Other Insurance
b. Excess insurance
This Insurance is excess over;
Any other valid and collectible insurance
available to the additional insured whather
primary, excess, contingent or on any other
basis unless a contract specifically requires
that this Insurance be either primary or
primary and noncontributing. Where required
by contract, we will consider any other
insurance maintained by the additional
insured for injury or damage covered by this
endorsement to be excess and
noncontributing with this Insurance.
Page 1 of t
SEP -13 -2001 13:33 FROM:INSURP WEST 8055791916 :19496443318 P:4/4
POLICY NUMBER: BUA2049721 314 BUSINESS AUTO
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
It is agreed that the "Who Is An Insured" provision is amended to Include as an insured the person
or organization designated below as an additional Insured, subject to the following provisions:
(1). This insurance applies only with respect to any Liability arising out of the operation of
covered autos on the additional insureds premises described below;
(2). The Named Insured is authorized to act for such additional Insured In all matters pertaining
to this Insurance, Including receipt of notice of cancellation;
(3). Return premium, if any, shall be pald to the Named Insured;
(4). Nothing contained herein shall affect any right of recovery as a claimant which the
additional Insured would have if not designated as such.
Primary Wording is Included in policy form CA0001
SEP-19 -2001 WED 09:00 AM 0 FAX N0. • F. 07/10
(S'CAL-S U RANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: 6 14/0/ DEPARTMENT /CONTACT RECEIVED FROM: 3H 4aW MM
DATE COMPLETED: SENT TO: 4yh A/ BY: &91h
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: A• D• 6f-Alk Z 6UQJFFR/9
GENERAL LIABILITY:
A. INSURANCE COMPANY: U /NF
B. AM BEST RATING (.a VII or greater): A; X11
C. ADMITTED COMPANY: ( Must be California Admitted) Is company agmined in California? Yes ✓ No—
D. LIMITS: (Must be 51,000.000 or greater) What is limit provided? I /I mo,ty0
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? Yes ✓ No_
F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and
volunteers). Is it included? Yes ✓ No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes ✓ No_
H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited solel by their negligence.)
Does endorsement include-solely by negligence" wording? Yes No ✓
I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail: per Lauren Farley the City will actxpt the endeavor wording.
Q. AUTOMOBILE LIABILITY:
A_ INSURANCE COMPANY: ��n • D�8 PA
B. AM BEST RATING (A VII or greater): AXV _
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes / No
D. LRZTS: ( Must be S 1,000.000 minimum BI & PD and 5500,000 UM) What is limits provided? / 004
E. ADDITIONAL INSURED WORDIN TO INCLUDE: (The City its officers agents. officials, employees and
volunteers). Is it include!? Yes ✓ No!
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes ✓ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COMPENSATION
A. INSURANCE COMPANY: NOA14F S`HOtcJN
B. AM BEST RATING (A VII or greater)
C. LIMITS: Statutory
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes_ No_
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No ✓
IF NO, WHICH ITEMS NEED TO BE COMPLETED ? de'ylf affnON
SEP;19 -2001 10:09 FROM :INSURR - WEST 8055791916
0:19496443318 P:1/2
Insurance West Corp.
2450 Tapo Street
Simi Valley, CA 93063
Phone: (805) 579 -1900 ♦ Fax: (805) 579 -1916
License #0786031
Fax Cover Sheet
Pages: 2
Date:
9/19/2001
To:
City of Newport Beach
Attn:
Shawna
Fax #
949 - 644 -3318
From:
Paulette Carpenella
Re:
A.D. General Engineering Construction Inc.
Policy #
1806901
Dear Shawna,
This is to confirm that the above insured has workers compensation with the
State Compensation Insurance Fund, policy number 229 -01- 018069,
effective 01/01/01 to 01/01/02,
Attached is my fax confinnation of the request to issue you the certificate.
Also I spoke with Nicolette at the State Fund, 877- 405 -4545 and she will
fax you a. certificate tomorrow.
If you have any questions or need additional information please feel free to
call
Dh y.u,
SEP -19 -2001 10:09 FROM: I NSUROE —WEST 8055791916
SENDING CONFIRMATION
DATE = SEP -12 -2001 WED 14:38
NAME = INSURANCE —WEST
TEL 8055791916
•70:19496443318 P:2'2
PHONE
18662662071
PACES
= 0
START TIME
: SEP-12 14:37
ELAPSED TIME
: 00'00 1, '�
MODE
a ECM
RESULTS
: NO ANSWER
FIRST PAGE OF RECENT DOCUMENT FAILED TO SEND FULLY...
Insurance West
Agana Q Brokers
lawmncc war Corpamtion
Llcmm 1178603)
2450 Tapp 9tteet
3)101 Valley, CA 93063
1'e7: (803) 979.1900
Fax; (8o5) ,-79.7976
\ a.ma0: Iasw slaM[1611nkmat
www.(nvarwtecweer.eom
Fax
pum,
i
owls
To:
$ale PVn4
AUn:
Ccruftte Udk
Fax F.
86&X6 -W77
Fromt
Paws m Ll pmcul
Vr
A, 1). re ml ({nD, wnug 72"1418069
If you clo not nteef�- raupo80% pdarc 6ou oar of noon as pauw,-
Pl", Fend a oeraf+ tc m the 6mww198 fM the abbw. tosurrd:
Cby of Newpon oeaab, ba OKOM. Agora, Mciala, amploytroa
And Vohmt< err /
Nc' Newporti l
Ncwpntr lkuch, CA 91663
iH: Wes Newport 3enm Main Rcptoom rnt, Coaaelt No. 3435 !� .
plenr, Iralxde -,wwr of Sabrogatwn M favor of Gre qty. Jul
if yon have xay qulzd na plma W frea m cab M..
SeP 14 02 09:23a State Of California (949) 724 -22GS P.1
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
ENCROACFIMENT PERMIT
fR�01201REV 2tl98) pewnlit NO --
1201 -6DP -0621
)n compliance nrilh (Check one)' 12 -ORA- VAR -VAR
,y Your app icatmn M Se tember 13, 2001
Date
❑ Ut.ery No-ice Nu _ Of _ SEPTEMBER 13, 2001
F] Agreement No a , of
RAN Car tract No of
TO:
A D. GEN ENGINEERING CONST , 114C
2829 N GLENOAKS BLVD.,STE, 106!101
BURUANK, CA 91504
VESNA PERIC, SECRETARY
TEL'8181559- 7383: FAX 'R18 /559 -5502
I_
$16000
P.4"ance Bond Arr.of(1) P:Iymerl80nd ARWUnI (2}
S NA _ S
aalid Company
17- ber (t) 8urtd Mtrmber (:')
—.J
PERMITTEE
And subject to '.he following. PERMISSION IS HEREBY GRANTED to
Perform the worK authorized under Caltrans Entaoachment Permit No.1201 NUM -0370 issued to the City of
Huntington Beach all in accordance with all terms and conditions of that original permit. Permittee shall keep
complete copies of that permit on the )obsite at all times while work is in progress.
Permittee shall notify the California Highway Patrol Commander at 71141567-6000 and State Permit Inspector
Shahryar Deravi at 9491724 -2152 for work north of MacArthur Rlvd., or Tom Shamsabadi at 9491724 -2567 for work
south of MaoAfthtu Blvd, a minimum of 43 hours prior to the start of work Failure to comply with this requirement will
result in suspension of this permit.
A t;Nuuldei closure is required whenever equipment is parked within paved shoulders: all shoulder Closures shall
conform to Standard Plan T -10
P'errnittee r hall be billed either periodically or after completion of work for all Caltrans inspection charges and
for any costs incurred by Caltrans Maintenance forces relative to this permit.
Tbc roflnwino a rachmrnfs are also incbtled as part of this permit
(Check appliCalrle).
No
Review
X Yes
F1
No
General Provisions
fIYes
X
No
Utildy M3inl6nance Prows-nc
Yes
X
No
Special Provisions
)
C.1 Yes
n
No
A Cal -OSHA permit w aurred prior to beginning work.
U Yes �. No The mforinalion m the
perms __
This permit is void ,miess the work is complete before
This permit -s () be strictly construed and no other wor<
No protect wpfL shall f>e r nmmenrvn until alt other ncu
Original to Pt rmittee
Mice. (2)
FILE 01 -037)
FILE 01-0621
Shahryar Ueiavi - State Permit Inspector
Tom Shamsabadi - State Permit Inspector
Prepared by ATE
In addition to fee, the permittee will be billed
auudl wets rut
X
Yes
No
Review
X
Yes
No
Inspection
X
Yes
No
Field Work
(if dray Caltrans BHorf cxpgnded)
reviewed and is comcieard pnor to approval of in,s
specifically mem*ned is hereby authonxed
,Its and environmental _clearances have beep oblamed.
APPROVO)
District Director
Sep 14 01 09:24a State Of California (9491 724 -2265
• • p.2
STATE OF CALIF OFINIA • DEPARTMENT OF TRANSPOWATION
STANDARD ENCROACHMENT PERMIT APPLICATION
PART A
Tq0100 (REV. �Ug?)
Pcrnussroni, requested to encromh nn the Stile H,ghway Rfghr Pl
c =J W ry ac fnllnws; ICumpleir ail hems NA if not urpl¢ghle. )
- _ -_ Application is not romplde until all [.:quire anachmenh are Includtld
<. ADDRESS OR(, PFET NAME
B. WORK TO BE F ERFORME15 BY
L) UWN =OncFs CONTRA(
DATr
page t
_FOf( ;CALT!ANS USE..._ `
rNO
omT"IM
2X STAMP
12 6'iN
DATE Of $IMPL14 /1 .r 0)
PIPES I
21. FULLY DE! CRIBE WORk WITHIN STATE RMr (eddi0onal space on reverse side it needed): Attach COlnplete plans (nmummn 5
beta Iolded:ll.G cemwnctcr Y, 20 confimontoe (a S':( I I')) spats. [aks. malt% fill , if applicable.
UcrY.QF TitF^i.r
I .. ^
YOUR OWN FIE[ ERENCF. NO. - _ HAS any Olney Caaram Deaenmenl re,ngwea yuur Glans" YES I NO
22. Is any wort being done on applicant's property? n YES NO pf'YES.• onauy acscnte m Senian .7,�.�no atucn sae
ate Sratllnp mane.)
23. Is a City, County, or other agency involved in the enviranlnental approval? 4
U YES (Cheek WCVMnrXallon type and altaw imooved:Ppy) (j CATEGORICALLY EXEMPT ❑ND, L -1 EIIL
IJ NO (CIM.h Int CAPoOnry UClew In 9cvri[M ]3e, worn dPFMOno 1nA Pro)tlCl) _ _
238. 0FUG i,SIGNC.eANNERS, u CONSYAUC.TION I M 01FF IC-AY IONOF ( —jr ON]IRUCTION RECOr($TRUGT(CN, MAWTE6VtNCV. OR
OEC(WAT(ONS, PARADES AND SIGNALS Od ANY OTHER TRAFFIC CONTROL RESURFACING OF A ONVEWAY OR R( +AO AP PItOACH
CELECHATIONS SY STEMS "NO DEVICE S. 41CL110WG AMTION OR REPLACEMENT Or ROAGWAV OE VICES OR
(] OrtCu PAYING ADDITION nF NEW tL£MFWS n MARKINGS (OLAPE SCOFFS. UARRIF.R, IIGRTINC. STRIPING.
L_1 vFNCE Ll PUBLIC VT:LITY MODIFICATIONS _ MARKGH.I, ETC+
f tXICUTIONS. HOOKUr.S Lt MOVIE (VnLMING
I] SIMVK MAILIto Fj-'Ij SIUE'VgtKS IGU11tNS C EROSION CONYROL
LJRENIR /MAINTENANCE OFEXISIINGMIGHWAY! 0 AUnYEY
U NON: Or Trlt MOVF. epav&*e. aNF94TW C$fI Hwra hen Me Fertile Oleta1 __
n
23 b. OOeS t� - pr01CCl CeaSe a l;utrclara�al d�angO In the elgndKanca ul a tKStafleal rae0u(Ce? (II "YES; request aPWaTlIe Pan'B" 1(om
D YES u NO Iho PONnX 011ie ")
23 C. 15 the plCkCt On an 9Xf51inp hlgtiway Of VaIel -left) one atl,VAy M OW" mi; al 01 a s= resourCB m- lutling a Slafb W I2e[, .I rock WiClpppnp V�
a taslodc Watling? (] YES J NO ;II'YES; request appdaaien PA"-B- lent one Peamil OH¢el
Tile Under:lgrmd agrlers end understonds ahst a permit Can be denied or a bond required for non - payment of prior
or present permit fens, that the work will M! done in accordance with Caltrans rules and regulations subject to
inspection and approval, and that permit fees may still be due when an application is withdrawn or denied, and that
a denial may he appealed in accordance with California Streets and Highways Code, Section 671.5.
74. GANIZI T NOR APPLICANT NAME (Qnnt w jype l -- 25. BUSINESS PHONE ,1
aa. ARCI IIl'C( T, CNGINF.ER OR PROJECT MAMt F R NAME (prmr d�pal 27. SWAIN $ PHO -Z C _ —( —
2e U$INFSS ADORFSS (I IUW Cllya Zp Code.) /
ll-a � 1�e ;rill,
%4T RI!EO S�C TUHE (I. RINT OR TYP A 91�TtTLE —r 57 UATEy
r.M(+ una M
(
0
•
Page 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 3453 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 Mobilizations
@ , ` 1C& Dollars
and
Cents $ 54
Per Lump Sum
2. Lump Sum Traffic Control 11
( q-�'lad03r LooVu Was
and �_ �
IA-0 Cents $
Per Lump Sum
3. 1,500 S.F. Roadway Pavement Section
Removal
@54h4j:gQ 16 Dollars
and 40 _
Cents $ a ` $ 3t
Per Square Foot
E
E
Page 2 of 4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 150 Tons Construct AC Pavement
"
V_�D Cents $�° Per Ton
5. 110 Tons Construct Aggregate Base
Dollars
and 00 a 75y-
Vl� Cents $ 35 $ �
Per Ton
6. 80 S. F. Reconstruct 1/2 PCC Driveway Approach
@ (Tilt, Dollars
and 6D
t� Cents $ 10 $ _5-W�
Per Square Foot
7. 140 S. F. Reconstruct PCC Sidewalk
@ /1 Dollars
kj and ,II co
V�z Cents $
Per Square Foot
8. 40 L.F. Reconstruct PCC Curb and Gutter
a Y Dollars
and
l/t-O Cents
Per Linear Foot
9. 225 S. F. Reconstruct Raised Median
Bomanite
@ Dollars
and
1/ld7 Cents $ 0' $
Per Square Foot
0
0
Page 3 of 4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 260 L.F. Install 12 -Inch VCP Sewer Main
�CoLb Dollars
�� —wand
I'k-0 Cents $ ,00' $ a bD
Per Linear Foot
11. Lump Sum Remove Existing and Install new 4 -Inch
Sewer Lateral with CleIaA nnoouut ,
@ a rs
and
r\p Cents $ BCD 70 °
Per Lump Sum
12. Lump Sum Remove Existing 48 -inch Brick Manhole
and interfering existing 8 -inch VCP sewer
and Install 48 -Inch Sewer Manhole and
8 -inch VCP Sewer
13.
11151
qtcl�
Dollars
and
yt-� Cents $ ;�, a p aW —
Per Lump Sum
Lump Sum Install 48 -Inch Sewer Manhole
@ 6 q4l j "VIt fars
and
Yt-D Cents
Per Lump Sum
Lump Sum Restore Existing Improvements
Damaged by the Work����
@ (1� �wUFCrr) to Dollars
and
Cents
Per Lump Sum
$ 51
TOTAL PRICE IN WRITTEN WORDS
and fl ,r) Cents
Price (Figures)
( t co l
Date
Bidder's Telephone nd Fax Numbers
and Title
1D53LlL(P
Bidder's License No(s).
and Classification(s)
E
Page 4 of 4
lars
�yDoo
Total
Bidder
Bi der AuthodziDcl Signature
00,19 ,-D -6 1,ern n�`-� GLd
Bidder's Address
i,, r--- I CO— 91 S-6 l
• 0
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
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 -7
ADJUSTMENTS TO GRADE
3
5 -8
SALVAGED MATERIALS
3
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
3
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
3
6 -7
TIME OF COMPLETION
4
6 -7.1
General
4
6 -7.2
Working Days
4
6 -7.4
Working Hours
4
6 -9
LIQUIDATED DAMAGES
4
SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR
5
7 -5
PERMITS
5
7 -7
COOPERATION AND COLLATERAL WORK
5
7 -8
PROJECT SITE MAINTENANCE
5
7 -8.5
Temporary Light, Power and Water
5
7 -8.6
Water Pollution Control
6
7 -8.8
Steel Plates
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
6
7 -10.1
Traffic and Access
6
7 -10.2
Storage of Equipment and Materials in Public Streets
6
7 -10.3
Street Closures, Detours, Barricades
6
7 -10.4
Public Safety
7
7- 10.4.1
Safety Orders
7
7 -10.5
"No Parking" Signs
7
7 -10.7
Notice to Residents
7
7 -15
CONTRACTOR LICENSES
7
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
8
SECTION 9
MEASUREMENT AND PAYMENT
8
9 -3
PAYMENT
8
9 -3.1
General
8
9 -3.2
Partial and Final Payment
10
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR AND RELATED MATERIALS
10
201 -1
PORTLAND CEMENT CONCRETE
10
201 -1.1.2
Concrete Specified by Class
10
201 -2
REINFORCEMENT FOR CONCRETE
11
201 -2.2.1
Reinforcing Steel
11
201 -5
CEMENT MORTAR
11
201 -5.6
Quick Setting Grout
11
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
11
300 -1
CLEARING AND GRUBBING
11
300 -1.3
Removal and Disposal of Materials
11
300 -1.3.1
General
11
300 -1.3.2
Requirements
11
300 -1.5
Solid Waste Diversion
11
0 0
SECTION 302
ROADWAY SURFACING
12
302 -5
ASPHALT CONCRETE PAVEMENT
12
302 -5.1
General
12
302 -5.4
Tack Coat
12
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
12
302 -6.6
Curing
12
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
12
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
12
303 -5.1
Requirements
12
303 -5.1.1
General
12
SECTION 310
PAINTING
13
310 -5
PAINTING VARIOUS SURFACES
13
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
310 -5.6.6
Preparation of Existing Surfaces
13
310 -5.6.7
Layout, Alignment and Spotting
13
310 -5.6.8
Application of Paint
13
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
14
312 -1
PLACEMENT
14
PART 4
SECTION 400
ALTERNATIVE ROCK PRODUCTS, ASPHALT
CONCRETE, PORTLAND CEMENT CONCRETE
AND UNTREATED BASE MATERIALS
14
400 -2
UNTREATED BASE MATERIALS
14
400 -2.1
General
14
400 -2.1.1
Requirements
14
APPENDIX
CITY'S CALTRANS PERMIT 1001 -NUE -0370
• SP1of14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
WEST NEWPORT SEWER MAIN REPLACEMENT
CONTRACT NO. 3453
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans 5- 5185 -S (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction, (1994 edition),
including Supplements; (4) Standard Specifications for Public Works Construction
(1997 edition), including supplements. Copies of the Standard Special Provisions and
Standard Drawings may be purchased at the Public Works Department. Copies of the
Standard Specifications may be purchased from Building News, Inc., 3055 Overland
Avenue, Los Angeles, California, 90034, telephone (310)202 -7775.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion
of this contract consists of installing approximately 260 linear feet of 12 -inch vitrified
clay pipe (VCP), two 48 -inch diameter manhole and other associated appurtenances to
construct the new sewer main. Contractor shall expose the connection points at the
beginning and ending manholes, Stations 1 +00 and 3 +59, prior to laying new sewer
pipe to verify elevations.
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction
staking as required to construct the improvements. Any additional stakes or any
restaking or costs thereof shall be the responsibility of the Contractor. The City's
Surveyor will file a Corner Record or Record of Survey with the County Surveyor's
Office prior to the start of any construction. After completion of all construction, the
City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's
Office for any monuments that have been replaced. All existing street and property
corner monuments are to be preserved."
9 • SP2of14
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and protect them during construction
operations. In the event that existing survey monuments are removed or otherwise
disturbed during the course of work, the Contractor shall have the affected survey
monuments restored per records, at his expense. The Contractor's Engineer or
Licensed Surveyor shall also file the required Corner Records with the County of
Orange upon monument restoration.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
• • SP3of14
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - -- UTILITIES
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -
owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and
survey monuments. The Contractor shall coordinate the adjustment of Southern
California Edison, The Gas Company, Pacific Bell and cable television facilities to the
finish grade with the appropriate utility company.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve
box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged
materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The
Contractor shall make arrangements for the delivery of salvaged materials by
contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402.
SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to
this section, "The time for completion as specified in Section 6 -7, shall commence
at the time of City Council award.
The Contractor shall furnish City with certificates of insurance with original
endorsements effecting coverage required by this contract (Section G) to the City for
processing and approval prior to City permitting any work on site to commence.
No work shall begin until a schedule of work has been approved by the Engineer. The
Contractor shall submit a construction schedule to the Engineer for approval a minimum
of two working days prior to commencing any work. Schedule may be bar chart or CPM
style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until 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."
• • SP4of14
The term "work" as used herein shall include all removal of P.C.C. curb and gutter, ,
and asphalt base and pavement, construction of P.C.C. curb and gutter, roadway base
material, and asphalt concrete roadway, construction of new 12 -inch VCP sewer and
manholes, restoration of existing improvements impacted by the work, and construction
of other incidental items of work."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section, "After City award, the Contractor shall
complete all work under the Contract within 20 consecutive working days. This
schedule includes five (5) days for processing of contract, bonds and insurance
documents.
It will be the Contractor's responsibility to ensure the availability of all material prior to
the start of work. Unavailability of material will not be sufficient reason to grant the
Contractor an extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st,
the third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), and December 25th (Christmas). 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 8:00 a.m. to 4:30 P.M.
Monday through Friday. Restricting traffic to less than two lanes in either direction on
Coast Highway will only be allowed between 9:00 a.m. and 3:00 p.m. No lane closures
will be allowed on Eastbound Coast Highway prior to 9:00 a.m.
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M.
on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any
of these hours must be made at least 48 hours in advance of the desired time period.
A separate request must be made for each work shift. The Engineer reserves the right
to deny any or all such requests. Additionally, the Contractor shall pay for supplemental
inspection costs of $50.00 per hour when such time periods are approved.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive
calendar day after the twenty (20) consecutive working days specified for completion of
the work, the time specified for completion of Work, whichever occurs first, as adjusted
in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld
from moneys due it, the daily sum of $500.
• SP5of14
Revise paragraph two, sentence one, to read, "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500 per day is the minimum
value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time."
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
the disruption time to the public.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Delete the first sentence and replace with the following, " The
contractor will be required to obtain a no fee City of Newport Beach Encroachment
permit prior to the start of work. The Contractor is also required to obtain a rider to the
City's Caltrans NUE permit for work in West Coast Highway. A copy of the City's
Caltrans permit and requirement is attached in the appendix."
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
three working days notice of the time he desires the shut down of facilities to take
place. The City will also salvage all significant plant material. The City will also be
responsible for replanting of the landscape material. The successful contractor shall
designate the area of landscape disturbance prior to start of work as approved the
Engineer. Damage to areas outside the designated areas will be repaired by the City
and deducted from the final payment. Contractor is to notify City Parks
Superintendent, Marcy Lomeli, three days prior to any work at 949 - 644 -3069.
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 times and dates of any utility to be shut down must be coordinated with
the City of Newport Beach, Utilities Division. The City must approve any nighttime work
in advance.
The City will provide bypassing of sewer flow on Seashore Drive Drive for the
connection work at Manhole within Coast Highway (Station 1 +00) during normal
working hours. The Contractor shall be responsible for maintaining sewer flow at all
other times. The Contractor arrange for City bypassing two days in advance of the
need for bypass by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402."
7-8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor
elects to use the City's water, he shall arrange for a meter and tender a $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."
• 0 SP6of14
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water
containing mud, silt or other deleterious material due to the construction of this project
shall be treated by filtration or retention in settling basin(s) sufficient to prevent such
material from migrating into any catch basin, Newport Harbor, the bay, or the ocean."
7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These
plates may be obtained for a rental charge of $15.00 per plate per week or part thereof.
In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting
and for the use of trench plates. The Contractor shall obtain plates from and return
plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of
plates available and to reserve the plates, the Contractor must call the City's Utilities
Superintendent, Mr. Ed Burt, at (949) 718 -3402.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide
traffic control and access in accord with Section 7 -10 of the Standard Specifications
and the Work Area Traffic Control Handbook (WATCH) also published by Building
News, Inc. and per Caltrans requirments."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials shall not be stored in streets,
roads, or sidewalk areas. Contractor may store equipment and materials in limited
spaces within the City parking lot as approved by the Engineer. Contractor will restore
parking lot to its preconstruction condition."
7 -10.3 Street Closures, Detours and Barricades. Add to this section "The
Contractor shall submit to the Engineer - at least two working days prior to the pre -
construction meeting - a traffic control plan and detour plans(s) for each street and
parking lot. The Contractor will be responsible for processing and obtaining approval of
a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to
the conditions of the traffic control plan. 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 and per Caltrans requirments. The
traffic control and detour plans must meet the following requirements:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and /or lighted.
n
►J
0 SP7of14
4. Vehicle access on One -Way Seashore Drive may be limited during working
hours via detours placed by the Contractor. A flagman shall be provided to
allow local traffic to pass the work area on Seashore Drive.
5. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection days, it shall
be the Contractor's responsibility to make alternative trash collection
arrangements by contacting the city's Refuse Superintendent, Mr. William
Russo, at (949) 718 -3468 and all property owners."
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least forty -eight hours in advance of the need for
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least
forty -eight hours in advance of the need for enforcement. The signs shall (1) be made
of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches
high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign
Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting. The
Contractor shall install "No Parking" signs at each parking space in the parking lot that
he intends to occupy during the work.
7 -10.7 Notices to Residents. Five working days prior to starting work, the
Contractor shall deliver a construction notice to the adjacent residents, within 500 feet
of the project, describing the project and indicating the limits of construction. The City
will provide the notice.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Engineering Contractor A License. At the
start of work and until completion of work, the Contractor shall possess a Business
License issued by the City of Newport Beach.
0 • SP8of14
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up -to -date and submitted to the Engineer at the time each progress bill is submitted.
Upon completion of the project, the Contractor shall provide "As- Built" corrections upon
a copy of the Plans. The "As- Built' correction plans shall be submitted to the Engineer
prior to final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid
for each item of work shown on the proposed shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the work in place and no other compensation will be allowed thereafter. Payment for
incidental items of work not separately listed shall be included in the prices shown for
the other related items of work. The following items of work pertain to the bid items
included within the Proposal:
Item No. 1 Mobilization: Work under this item shall include all preparation and
scheduling of materials and equipment necessary to complete the contract work.
Item No. 2 Traffic Control: Work under this item shall include providing the
required traffic control including, but not limited to, preparation of traffic control plans,
signs, delineators, traffic cones, barricades, arrowboards, steel plates, and all other
work necessary to comply with the WATCH and the City of Newport Beach
requirements. This item shall also include the delivery of all required notices, posting of
signs, and all other costs incurred in notifying the residents.
Item No. 3 Roadway Pavement Section Removal: Work under this item shall
include the removal and disposal of the existing roadway asphalt surface including old
40 foot wide reinforced PCC Highway as shown on profile and all other work items as
required to complete the work in place.
Item No. 4 Construct Asphalt Pavement: Work under this item shall include all
required to place the asphalt paving within the work limits as shown on the drawings
and all other work necessary to replace the paving complete and in place.
• SP9of14
Item No. 5 Construct Aggregate Base: Work under this item shall include all work
required in placing of aggregate base within the work limits as shown on the drawings
and all other work necessary to provide the aggregate base complete and in place.
Item No. 6 Remove and Reconstruct Existing and Construct P.C.C. One -Half of
Driveway Approach: Work under this item shall include the removal of existing
improvements and the construction of P.C.C. driveway approach, the depressed curbs
and gutter, dowels and all other work necessary to remove the existing improvements
and construct the driveway approach complete and in place.
Item No. 7 Remove and Reconstruct Existing and Construct 4 -Inch Thick P.C.C.
Sidewalk: Work under this item shall include the removal and disposal of the existing
sidewalk, subgrade compaction, construction of 4 -inch thick P.C.C. sidewalk, and all
other work items as required to complete the work in place.
Item No. 8 Remove Existing and Construct P.C.C. Curb and Gutter: Work under
this item shall include the removal of existing improvements and the construction of
P.C.C. curb and gutter, type "A ", with 2 -foot gutter and all other work necessary to
remove the existing improvements and construct the P.C.C. curb and gutter complete
and in place.
Item No. 9 Remove Existing and Construct Raised Median Bomanite: Work under
this item shall include the removal of existing improvements and the construction of
raised median Bomanite and all other work necessary to remove the existing
improvements and median Bomanite complete and in place.
Item No. 10 Install 12 -inch VCP Gravity Sewer Pipe: Work under this item shall
include furnishing and installing all pipe material including, but not limited to, pavement
removal, exposing utilities in advance of pipe excavation operations, trench excavation,
shoring, bracing, temporary patching or trench plates, control of ground and surface
water, bedding, backfill, compaction, installation of sewer pipe, potholing of all existing
facilities, connections to existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials and all other work
necessary to install the pipe complete in place.
Item No. 11 Remove Existing and Construct New Sewer Lateral and Cleanout
Including Trench Resurfacing: Work under this item shall include removal of existing
sewer lateral to restrooms and construction of a new sanitary sewer lateral and
cleanout in accord with the City of Newport Beach STD - 406 -L, including, but not limited
to, exposing utilities in advance of the work, excavation, temporary patching or plating,
control of ground or surface water, backfill, compaction, trench resurfacing, disposal of
excess excavated materials, construction of a new sewer lateral and cleanout and all
other work necessary to construct the sewer lateral and cleanout complete and in place.
11
• SP 10 of 14
Item No. 12 Remove Existing 48 -inch Brick Sewer Manhole and 8 -inch VCP
and Replace Install New 48 -inch Sewer Manhole and 8 -inch VCP sewer: Work under
this item shall include furnishing and installing manhole per City STD -406 -L in Seashore
Drive (Station 3 +59) and 8 -inch VCP sewer main, including, but not limited to,
pavement removal, exposing utilities in advance of the work, excavation, temporary
patching or plating, control of ground or surface water, backfill, compaction, disposal of
excess excavated materials, installation of 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, disposal of existing brick manhole and
excess excavation materials and all other work necessary to construct the sewer
manhole complete and in place.
Item No. 13 Install New 48 -inch Sewer Manhole: Work under this item shall
include furnishing and installing manhole per City STD -406 -L in West Coast Highway
(Station 1 +84), inlcuding, but not limited to, pavement removal, exposing utilities in
advance of the work, excavation, temporary patching or plating, control of ground or
surface water, backfill, compaction, disposal of excess excavated materials, installation
of 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, disposal of existing brick manhole and excess excavation materials and all
other work necessary to construct the sewer manhole complete and in place.
Item No. 14 Restore Existing Hardscape Surface Improvements Damaged by the
Work: Work under this item shall include the replacement of hardscape improvements
not otherwise covered and all other work necessary to restore the existing
improvements complete and in place.
9 -3.2 Partial and Final Payment. Add to this section, "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section, 'Portland Cement
concrete for construction shall be Class 560 -C- 3250."
• • SP 11 of 14
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."
PART 3
CONSTRUCTION METHODS
SECTION 300 --- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General. Add to this section, 'The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall
meet with the Engineer to mark out the areas of roadway removal and replacement."
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly
made to a minimum of two (2) inches." And replace the words 1 '/z 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.
• • SP 12 of 14
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 302 - -- ROADWAY SURFACING
302 -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 '/4 -inch or greater in width shall be cleaned and sealed with
a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks
greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt
concrete mix. The pavement shall then be cleaned with a power broom."
302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete
patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —
tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
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 shall be opened to pedestrian
access on the day following concrete placement. In addition, all forms shall be
removed, irrigation systems shall be repaired, and backfill or patchback shall be placed
within 72 hours following concrete placement. Newly poured P.C.C. improvements
subject to vehicle loads shall not be opened to vehicle traffic until the concrete has
cured to a minimum strength of 2,000 psi."
0 • SP 13 of 14
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 re- striping 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 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
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."
0
• SP 14 of 14
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."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements. Add to this section, "The Contractor shall use crushed
aggregate base as base materials."
F:Wsem; PBW\Shared \Contracts \FY 01 -02 \WEST NEWPORT SEWER MAIN C- 3453 \SPECS C- 3453.doc
APPENDIX
City Caltrans Encroachment Permit — 1201 -NUE -0370
STATE OF CALIFORNIA . DEPARTMENT OF TRANSPORTATION
ENCROACHMENT PERMIT.
TR-"20 (REV. 2198)
In compliance with (Check one):
X Your application of MAY 22, 2001
❑ Utility Notice No. of
❑ Agreement No. of
❑ R/W Contract No. Of
TO:
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663
M. SINACORI, UTILITIES ENGINEER
949/644 -3342
l
1201 -N U E -0370
Dist/Co /Rte /PM
12 -ORA- VAR -VAR
X NO Inspection
Date
May 23, 2001
Fee Paid
D,
EXEMPT
$
Performance Bond Amount (1)
P;
No
Utility Maintenance Provisions
, PERMITTEE
And subject to the following, PERMISSION IS HEREBY GRANTED to:
Enter onto all conventional State highways within the Newport Beach City limits to perform routine maintenance and to
make emergency repairs to existing water, sewer and street lighting facilities, and to pothole as necessary to locate
existing electrical facilities. FREEWAYS ARE EXCLUDED from this permit.
All work shall be performed in accordance with current Caltrans Standard Specifications, Standard Plans and the attached PERMIT UTILITY
MAINTENANCE PROVISIONS.
Permittee shall contact State Permit Inspector SHAHRYAR DERAVI at 949/724 -2152 for work north of MacArthur
Boulevard, or RAHIM MONAJEMI at 9491440 -4480 for work south of MacArthur Boulevard, prior to the start of work on
each emergency repair, and 2 working days prior to the start of routine maintenance work. Failure to comply with this
requirement will result in suspension of this permit.
Permittee's Contractors shall each furnish the State with a signed application requesting a separate Caltrans "DP"
permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A
The following attachments are also included as pan of this permit
(Check applicable):
❑ Yes
X NO Inspection
X
Yes
❑
No
General Provisions
❑
Yes
X
No
Utility Maintenance Provisions
X
Yes
❑
No
Special Provisions
❑
Yes
❑
No
A Cal -OSHA permit required prior to beginning work;
actual costs for:
❑ Yes
X NO Review
❑ Yes
X NO Inspection
❑ Yes
X NO Field Work
(If any Caltrans effort expended)
This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized.
No proiect work shall be commenced unfit all other necessary permits and environmental clearances have been obtained.
RAHIM MONAJEMI -State Permit Inspector
File 01 -0370
Mtce. (2) 1 Ken Nelson, Acting District Director
Prepared by Alfred Anguiano ory Mohtasharni, District Permit Engineer
FM 91 1436 Page 1 of 2
CITY OF NEWPORT BEACH. • •
1201•NUE -0370
MAY 23, 2001
deposit of $80.00 will be required from each Contractor at the time of application.
Each of Permittee's Contractors will be billed periodically for all Caltrans inspection charges and for any costs incurred
by Caltrans Maintenance forces relative to this permit.
In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable:
1. Permittee shall contact the California Highway Patrol Area Commander prior to implementing traffic control which
requires lane closures.
2. Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or
parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized.
3. Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the
limits of this work.
4. All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end
of the each work period.
5. Orange vests and hard hats shall be worn at all times while working within State right -of -way.
6. Unless otherwise authorized by the State Permit Inspector, the full width of traveled way shall be open for use by
public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day
preceding designated legal holidays, and when field operations are not actively in progress.
7. In the event of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these
Special Provisions shall prevail.
8. Unless otherwise approved by the State Permit Inspector no work that interferes with public traffic shall be
performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM.
99. Immediately following completion of the work permitted herein, Permittee shall fill out and fax to 949/724 -2265 the
attached Questionnaire to initiate final permit processing.
WATER POLLUTION CONTROL PROVISIONS
• Permittee shall fully conform to the requirements of the Caltrans statewide NPDES Storm Water Permit, Order No.
99 -06 -DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control Board on July 15, 1999.
When applicable, the Permittee shall also conform to the requirements of the General NPDES Permit for
Construction Activities, Order No. 92 -08 -DWQ, NPDES No. CAS 00002, and any subsequent General Permit in
effect at the time of issuance of this Encroachment Permit. These permits regulate storm water and non -storm water
discharges associated with year -round construction activities. Please note that the Santa Ana Regional Water
Quality Control Board has designate October 1s` through April 30rh as the "Rainy Season."
• For all projects of 2 hectares (5 acres) or more the Permittee shall develop, implement, and maintain a Storm Water
Pollution Prevention Plan (SWPPP) conforming to the requirements of Caltrans statewide Permit, the General
NPDES Permit for Construction Activities, and the "Caltrans Storm Water Quality Handbook, Construction
Contractor's guide and Specifications," effective August 30, 1997, and subsequent revisions.
• For all projects less than 2 hectares (5 acres), the Permittee shall develop, implement, and maintain a Water
Pollution Control Program (WPCP) conforming to the requirements of Caltrans Specification Section 7- 1.01G,
"Water Pollution Control ", and the "Caltrans Storm Water Quality Handbook, Construction Contractor's Guide and
Specifications ", effective April 30, 1997, and subsequent revisions. A copy of the WPCP must be submitted to
Encroachment Permits prior to proceeding with any soil disturbing activities.
• Copies of the Permits and the Construction Contractor's guide and Specifications of the Caltrans Storm Water
Quality Handbook may be obtained from the Department of Transportation, Material Operations Branch, Publication
Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, telephone: 916/445 -3520. Copies of the
Permits and Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100, Irvine,
California, Telephone: 949/724 -2260.
Page 2 of 2
STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION
ENCROACMIENT PERMIT ANNUAL UTILITY PROVISIONS
TR - 0160 A (Rev. 2/94)
Any public utility or public corporation who lawfully maintains a
utility encroachment, or their agent, may perform routine or
emergency maintenance on such facility in accordance with the
following provisions:
UEI. EXCLUSIONS: These provisions do not authorize tree
trimming, work on freeways, expressways, aerial
capacity increase on designated "Scenic Highways ", or
other activities not specifically provided for in this
permit.
UE2. POSSESSION OF PERMIT REQUIRED: The permit or
a copy thereof shall be kept at the site of the work and
must be shown to any representative of the Department
or any law enforcement officer on demand. WORK
SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB
SITE AS PROVIDED.
UE3. NOTICE REQUIRED: Before starting work, the
permittee shall notify the Department's representative.
In emergencies, the Department's representative shall be
notified as soon as possible.
UE4. STANDARDS OF WORK: All work shall conform to
recognized standards of utility construction and
Department's current Standard Specifications.
UES. EMERGENCY REPAIRS: The permittee may make
emergency repairs, altering traffic flow, excavating
through improved surfaces, only when breaks in the
conduit, cable, or pipeline over or under the pavement
present a definite public hazard or serious interruption of
essential service. In such cases, the Department's
representative shall be notified immediately.
UE6. OPEN EXCAVATIONS: No excavation shall be left
open after daylight hours, unless specifically authorized
and adequate protection for traffic is provided in
accordance with general provisions, "Protection of
Traffic ". Backfill and pavement replacement shall be
performed in accordance with General Provisions,
"Restoration and Repairs in Rights of Way ".
UE7. TRAFFIC CONTROL HOURS: Work requiring traffic
control shall be conducted between 9:00 a.m. and 3:00
p.m. or as otherwise authorized by the Department's
representative.
UE8. WORK PERMITTED - AERIAL.:
Install additional capacity (in the same location), except
facilities over the traveled way on designated "Scenic
Highways% or on Structures.
2. Maintain, inspect, remove, repair or replace (n the same
location) all aerial facilities except over the traveled way
or on Structures.
3. Perform insulator washing and interconnect splicing of
cables.
4. Install or remove service connections with potential to
ground of 300 volts or less, except over the traveled
way.
5. Install, maintain, remove, repair or replace aerial service
connections with potential to ground of 300 volts or less,
over the traveled way when specifically stated in permit.
6. Installations and clearances shall be equal to those
required by either the State of California Public Utilities
Commission orders or the California Occupational Safety
and Health Regulations (CAI. - OSHA), Division of
Industrial Safety, Safety Orders, promulgated in the
California Code of Regulations, Title 8, Chapter 4,
whichever is greater.
1. Maintain, inspect, remove, repair or replace (in the same
location) all underground facilities except those requiring
trenching in the traveled way.
2. Install additional capacity in existing ducts except for
facilities not in compliance with the Department's current
"Manual on High and Low Risk Facilities within
Highway Rights of Way" or on Structures.
3. Install air flow monitoring transducers and piping in
existing ducts.
4. Barholing, potholing, cleaning, rodding and placing float
ropes.
5. Adjust access cover to grade and replace in kind or with
larger size pull boxes.
6. Interconnect splicing of cables.
7. Install service connections perpendicular to the highway
using jacking and boring methods under the traveled
way. Electrical service is restricted to a potential to
ground of 300 volts or less. Gas and domestic water
services are restricted to 5.08 centimeter (2 ") in diameter
or less.
8. Permanent pavement patching for work authorized by
this permit.
UEIO. FAILURE TO COMPLY: Failure to comply with the
terms and conditions above shall be grounds for
revocation of this permit.
1� _ 3s
EP 94 0001
STATE OF CALIFORNIA • DEPARTMENT •RANSPORTATION •
STANDARD ENCROACHMENT PERMIT APPLICATION
2_vir0
Page 1
TR-0100 (REV. 8/97) :.FOR CALTRANS USE . ".
Permission is requested to encroach on the State Highway Right of PF7RMIT NO.
Way � /! /
Way as follows: (Complete all items: NA if not applicable.) L ZO✓ <," v It O l 2
74o
Application is not complete until all required attachments are included. nI.ST/CO /RTF /PM
1. COUNTY
2. ROUTE
3. POSTMILE
SIMPLEX STAMP
Orange
Various
I VAR
MARKERS. ETC.)
❑ MOVIE, TV FILMING
4. ADDRESS OR STREET NAME
S. CITY
❑ SIDEWALKS /GUTTERS
Newport Beach
12 pg' A4W-/
6. CROSS STREET (Distance and direction from site)
7. PORTION OF RIGHT OF WAY
23 b. Dons this project rouse a substantial change In the significance of a historical resource?
N/A
B. WORK TO BE PERFORMED BY
9.EST.STARTDATE
10. EST. COMPLETION
DATE S MP XSTAMP
❑ OWN FORCES N CONTRACTOR
Annual
DATE
I
/ `
EXCAVATION
11. MAX. DEPTH
2AVG. DEPTH
14.LENGTH
15. 6URFAC;t TYPE
1GEST.COSTINSTATE W
W
17. TYPE
18. DIAMETER
19. VOLTAGE / PSIG
20. PRODUCT
PIPES
21. FULLY DESCRIBE WORK WITHIN STATE R/W (additional space on reverse side if needed): Attach complete plans (minimum 5
sets folded 21.6 centimeter X 28 centimenter (8.5' X 11')) specs, calcs, maps, etc., if applicable.
NUE permit application for work in State right of way for maintenance
and emergency repairs or minor replacement of existing water, sewer and
street light facilities installed by developers or contractors. This
Permit application is requesting permission to allow potholing
existing facilities. Developers will apply for seperate permit for
installation.
YOUR OWN REFERENCE NO.
Has any other Calirans Department reviewed your plans? U YES ❑ NO
22. Is any work being done on applicant's property? ❑ YES ❑ NO (it 'YES." briefly describe in section 421, and attach site
and grading plans.)
23. Is a city, county, or other agency involved In the environmental approval?
❑ YES (Check documentation type andaeach approved copy) ❑ CATEGORICALLY EXEMPT ❑N.D. ❑EIR
❑ NO (Check the category below in section 238, which describes the prgect)
238- ❑ FLAGS, SIGNS, BANNERS, ❑ CONSTRUCTION / MODIFICATION OF
C] CONSTRUCTION. RECONSTRUCTION, MANTFNANCE, OR
DECORATIONS, PARADES AND SIGNALS OR ANY OTHER TRAFFIC CONTROL
RESURFACING OF A DRIVEWAY OR ROAD APPROACH
CELEBRATIONS SYSTEMS AND DEVICES, INCLUDING
❑ D TCH PAVING ADDITION OF NEW ELEMENTS.
E] ADDITION OR REPLACEMENT OF ROADWAY DEVICES OR
MARKINGS (GLARE SCREEN, BARRIER, LIGHTING, STRIPING,
❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS,
MARKERS. ETC.)
❑ MOVIE, TV FILMING
❑ MAILBOX EXTENTIONS. HOOKUPS
❑ SIDEWALKS /GUTTERS
❑ EROSION CONTROL
❑ REPAIR /MAINTENANCE OF EXISTING HIGHWAYS
❑ SURVEY
❑NONE OF THE ABOVE (Itpm%ectmootsd= bed in,eoro wtdq&ies, MownApprx tkn Pert B/mm Ae Penn, OKx »J
23 b. Dons this project rouse a substantial change In the significance of a historical resource?
❑YES ❑ NO (If 'YES; request applicatlm Part 'B' fmm
the Permit Office)
23 c. Is this protect on an existing highway or street where the activity Involves removal of a scenic resource including a stand of Usea a rock outaoppng or
a historic building? ❑ YES ❑ NO (If'YES,'request application Part'B' from the Permit Office)
The undersigned agrees and understands that a permit can be denied or a bond required for nonpayment of prior
or present permit fees, that the work will be done In accordance with Caltrans rules and regulations subject to
Inspection and approval, and that permit fees may still be due when an application is withdrawn or denied, and that
a denial may be appealed in accordance with California Streets and Highways Code, Section 671.5.
STANDARD ENCROAC&ENT PERMIT APPLICATION • Page 2
TR -0100 (REV. 81971
21. Description of work (continued)
FEE CALCULATION - FOR CALTRANS USE
❑ CASH /CHECK ❑ CREDIT CARD EXEMPT ❑ PROJECT EA _ _ _ _ _ _
❑ SET FEE ❑ AS ❑ AX ❑ DEFERRED BILLING (UNty)
CALCULATED BY
(1)
(2)
REVIEW
1. HOURS 0 $
2. HOURS 0 $
1. FEE/ DEPOSIT
$
DATE
2. FEE / DEPOSIT
$
DATE
TOTAL FEE/ DEPOSIT
$
$
INSPECTION
I. HOURS ®$
2. HOURS ®$
1. FEE/ DEPOSIT
$
DATE
2- FEE! DEPOSIT
$
DATE
TOTAL FEE/ DEPOSIT
$
$
FIELD WORK
HOURS 0 $
$
$
$
CASH DEPOSIT IN
LIEU OF BOND
$
$
$
TOTAL COLLECTED
CASHIER'S INITIALS
$
$
$
The current houdy rate is set annually by Headquarters Accounting. District Office staff do not have authority to nodify Nws rate.
PERFORMANCE BOND ❑
DATE
AMOUNT
$
PAYMENT BOND ❑
DATE
AMOUNT
$
LIABILITY INSURANCE REQUIRED? ❑ YES ❑ NO
AMOUNT
$
FM 91 1403
STANDARD ENCROACHONT PERMIT APPLICATION • Page 2
TR -0100 (REV. 8197)
21. Description of work (continued)
FEE CALCULATION - FOR CALTRANS USE
❑ CASH/ CHECK Cl CREDIT CARD 9�€XEMPT Cl PROJECT EA _ _ _ _ _ _
❑ SET FEE ❑ AS ❑ AX ❑ DEFERRED BILLING (Utlity)
CALCULATED BY
(1)
(2)
REVIEW
1. HOURS @ $
2. HOURS ®$
1. FEE/ DEPOSIT
$
DATE
2. FEE / DEPOSIT
$
DATE
TOTAL FEE / DEPOSIT
$
$
INSPECTION
1. HOURS ®$
2. HOURS @ $
1. FEE/ DEPOSIT
$
DATE
2. FEE/ DEPOSIT
$
DATE
TOTAL FEE/ DEPOSIT
$
$
FIELD WORK
HOURS 0 $
$
$
$
CASH DEPOSIT IN
LIEU OF BOND
$
$
$
TOTAL COLLECTS
CASHIER'S INITIALS
$
$
$
'The current hourly rate Is set annually by Headquarters Accounting. District Office staff do not have authority to modify this rate.
PERFORMANCE BOND ❑
DATE
AMOUNT
$
PAYMENT BOND ❑
DATE
AMOUNT
$
LIABILITY INSURANCE REQUIRED? ❑ YES ❑ NO
AMOUNT
$
FM 91 14W
0 -
ATTACHMENT
CALTRANS DISTRICT 12
ENCROACHMENT PERMIT
WATER POLLUTION CONTROL PROVISIONS
Any runoff draining into Caltrans Right of Way must fully conform to the current
discharge requirements of the Regional Water Quality Control Board (RWQCB) to avoid
impacting water quality. Permittee will fully conform to the requirements of the Caltrans
Statewide National Pollutant Discharge Elimination System ( NPDES) Storm Water Permit,
Order No. 99 -06 -DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control
Board on July 15, 1999, in addition to the BMPs specified in the Caltrans Storm Water
Management Plan (SWMP). When applicable, the Permittee will also conform to the
requirements of the General NPDES Permit for Construction Activities, Order No. 99 -08 -DWQ,
+ NPDES No. CAS000002, and any subsequent General Permit in effect at the time of issuance of
this Encroachment Permit. These permits regulate storm water and non -storm water discharges
associated with year -round construction activities.
Please note that project activities should pay extra attention to storm water pollution
control during the "Rainy Season" (October I` — May I") and follow the Water Pollution
Control BMPs to minimize impact to receiving waters. Measures must be incorporated to
contain all vehicle loads and avoid any tracking of materials, which may fall or blow onto
Caltrans Right of Way.
For all projects resulting in 2 hectares (5 acres) or more of soil disturbance or otherwise
subject to the NPDES program, the Contractor will develop, implement, and maintain a Storm
Water Pollution Prevention Plan (SWPPP) conforming to the requirements of the Caltrans
Specification Section 7-1.01G "Water Pollution Control ", Caltrans Statewide NPDES Permit, the
General NPDES Permit for Construction Activities, and the Caltrans Storm Water Quality
Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control
Program (WPCP) Preparation Manual ", anj "Construction Site Best Management Practices
(BMPs) Manual" effective November 2000, and subsequent revisions.
For all projects resulting in less than 2 hectares (5 acres) of soil disturbance or not
otherwise subject to the requirements of the NPDES program, the Contractor will develop,
implement, and maintain a Water Pollution Control Program (WPCP) conforming to the
requirements of Caltrans Specifications Section 7- 1 -.01G, "Water Pollution Control ", and the
Caltrans Storm Water Quality Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and
Water Pollution Control Program (WPCP) Preparation Manual ", and "Construction Site Best
Management Practices (BMPs) Manual" effective November 2000, and subsequent revisions.
Copies of the Permits and the Construction Contractor's Guide and Specifications of the
Caltrans Storm Water Quality Handbook may be obtained from the Department of
Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks
Drive, Sacramento, California 95815, Telephone: (916) 445 -3520. Copies of the Permits and
Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100,
Irvine, California 92612, Telephone: (949) 724 -2260. Electronic copies can be found at
httn : /hvww.dot.ca.2ovihq /construc /stormwater.html
Revised 3/08/01
•
State of California — Department of Transportation
WORK COMPLETION NOTICE
12 -MP -0037 (Rev. 1/94)
Permit No:
City /Rte.lPvl:
Inspector:
Permittee:
All work authorized by the above - numbered permit Was completed on:
Si°ned:
CUSTOMER SERVICE QUESTIONNAIRE
INSIDE THE OFFICE
EXCELLENT .
VERY GOOD
GOOD
POOR
Staffcoutteous and helpful
Staff quick and efficient
Explanations and instructions clear
'
TELEPHONE ANSWER LNG
Timely response
1
Receiving information and answers
INSPECTION
Inspector courteous and helpful
Pre construction meeting set and
Held in a timely manner
Inspector at the job site frequently
Inspector able to answer questions
And deal with problems
OVERALL PERFORMANCE
What would you say is our overall
Performance?
Fill out the form immediately after the completion of the work permitted and fac to
(949) 724 -2265
STATE OF CALIFORNIA, DEPARTMENT OWSPORTATION Specifications for tMeontrol systems. These General Provisions
ENCROACHMENT PERMIT GENERAL PROVISIONS are not intended to impose upon the permittee, by third parties, any
TR -0045 (REV. 8198) duty or standard of care, greater than or different from, as required
by law.
1. AUTHORITY: The Department's authority to issue encroachment
permits is provided under, Div. 1, Chia. 3, An. 1, Sect. 660 to 734 of 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permittee shall
the Streets and Highways Code. plan and conduct work so as to create the least possible
inconvenience to the traveling public; traffic shall not be
2. REVOCATION: Encroachment permits are revocable on five days unreasonably delayed. On conventional highways, permittce shall
notice unless otherwise stated on the permit and except as provided place properly attired Bagger(s) to stop or warn the traveling public
by law for public corporations, franchise holders, and utilities. These in compliance with the Manual of Traffic Controls and Instructions to
General Provisions and the Encroachment Permit Utility Provisions Flaggers Pamphlet.
are subject to modification or abrogation at any time. Permitmes'
joint use agreements, franchise rights, reserved rights or any other 16. STORAGE OF EQUIPMENT AND MATERIALS: Equipment and
agreements for operating purposes in State highway right of way are material storage in State right of way shall comply with Standard
exceptions to this revocation. Specifications Standard Plans and S 'al Pr '
3. DENIAL FOR NONPAYMENT' OF FEES: Failure to pay permit
fees when due can result in rejection of future applications and
denial of permits.
4. ASSIGNMENT: No party other than the permittce or permittee's
authorized agent is allowed to work under this permit.
5. ACCEPTANCE OF PROVISIONS: Pemnitme understands and
agrees to accept these General Provisions and all attachments to this
permit, for any work to be performed under this permit:
6. BEGINNING OF WORK: When traffic is not impacted (see
Number 35), the permittee shall notify the Department's
representative, two (2) days before the intent to start permitted
work. Permittee shall notify the Department's Representative if the
work is to be interrupted for a period of five (5) days or more, unless
otherwise agreed upon. All work shall be performed on weekdays
during regular work hours, excluding holidays, unless otherwise
specified in this permit.
7. STANDARDS OF CONSTRUCTION: All work performed within
highway right of way shall conform to recognized construction
standards and current Department Standard Specifications,
Department Standard Plans High and Low Risk Facility
Specifications, and Utility Special Provisions. Where reference is
made to "Contractor and Engineer;' these are amended to be read a;
" Permittee and Department representative."
8. PLAN CHANGES: Changes to plans, specifications, and permit
provisions are not allowed without prior approval from the State
representative.
peer ovrs ons. Whenever the
Permittee places an obstacle within 3.63 in (12') feet of the traveled
way, the permissive shall place temporary railing (Type K).
17. CARE OF DRAINAGE: Pernittee shall provide alternate drainage
for any work interfering with an existing drainage facility in
compliance with the Standard Specifications, Standard Plans and/or
as directed by the Department's representative.
18. RESTORATION AND REPAIRS IN RIGHT OF WAY: Permittee
is responsible for restoration and repair of State highway right of
way resulting from permitted work (State Streets and Highways
Code, Sections 670 et. seq.).
19. RIGHT OF WAY CLEAN UP: Upon completion of work,
permittee shall remove and dispose of all scraps, brash, timber,
materials, etc. off the right of way. The aesthetics of the highway
shall be as it was before work started.
20. COST OF WORK: Unless stated in the permit, or a separate written
agreement, the permittee shall bear all costs incurred for work
within the State right of way and waives all claims for
indemnification or contribution from the State.
21. ACTUAL COST BILLING: When specified in the permit, the
Department will bill the permilme actual costs at the currently set
hourly rate for encroachment permits.
22 AS -BUILT PLANS: When required, permittee shall submit one (1)
set of as -built plans in compliance with Department's requirements.
Plans shall be submitted within thirty (30) days after completion and
approval of work.
9. INSPECTION AND APPROVAL: All work is subject to
monitoring and inspection. Upon completion of work, permittm shall
request a final inspection for acceptance and approval by the
Department. The local agency permittee shall not give final
construction approval to its contractor until final acceptance and
approval by the Department is obtained. 23.
10. PERMIT AT WORKSITE: Permittee shall keep the permit
package or a copy thereof, at the work site and show it upon request
to any Department representative or law enforcement officer. If the
permit package is not kept and made available at the work site, the
work shall be suspended.
11. CONFLICTING ENCROACHMENTS: Pemdttee shall yield start
of work to ongoing, prior authorized, work adjacent to or within the 24,
limits of the project site. When existing encroachments conflict with
new work, the permittee shall bear all cost for rearrangements,
(e.g., relocation, alteration, removal, etc.).
It PERMITS FROM OTHER AGENCIES: This permit is invalidated
if the permittee has not obtained all permits necessary and required
by law, from the Public Utilities Commission of the State of
California (PUC), California Occupational Safety and Health
Administration (Cal - OSHA), or any other public agency having
jurisdiction.
13. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum
Passageway of 1.21 meter (4') shall be maintained through the work
area at existing pedestrian or bicycle facilities . At no time stall
pedestrians be diverted onto a Portion of the street used for vehicular
tmffic. At locations where safe alternate passageways cannot be
provided, appropriate signs and barricades shall be installed at the
limits of construction and in advance of the limits of construction at
the nearest crosswalk or intersection to detour pedestrians to
facilities across the street.
14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee
shall provide traffic control protection warning signs, lights, safety
devices, etc., and take all other measures necessary for traveling 25.
public's safety. Day and night time lane closures shall comply with
the Manuals of Traffic Controls, Standard Plans, and Standard
As -Built plans or accompanying correspondence shall not include
disclaimer statements of any kind. Such statements shall constitute
non - compliance with these provisions. Failure to provide complete
and signed As -Built plans shall be cause for bond or deposit retention
by the Department.
PERMITS FOR RECORD PURPOSES ONLY: When work in the
right of way is within an area under a Joint Use Agreement (JUA) or
a Consent to Common Use Agreement (CCUA), a fee exempt permit
is issued to the permitter for the purpose of providing a notice and
record of work. The Permittee's prior rights shall be preserved
without the intention of creating new or different rights or
obligations. "Notice and Record Purposes Only" shall be stamped
across the face of the permit.
BONDING: The permitee shall file bond(s), in advance, in the
amount set by the Department. Failure to maintain bond(s) in full
force and effect will result in the Department stopping of all work
and revoking pemrit(s). Bonds are not required of public
corporations or privately owned utilities, unless perminee failed to
comply with the provision and conditions under a prior permit. The
surety company is responsible for any latent defects as provided in
California Code of Civil Procedures, Section 337.15. Local agency
permittee shall comply with requirements established as follows: In
recognition that project construction work done on Stare property will
not be directly funded and paid by State, for the purpose of
protecting stop notice claimants and the interests of State relative to
successful project completion, the local agency permittee agrees to
require the construction contractor furnish both a payment and
performance bond in the local agency's name with both bonds
complying with the requirements set forth in Section 3 -1.02 of State's
current Standard Specifications before performing any project
construction work. The local agency permittee shall defend,
indemnify, and hold harnless the State, its officers and employees
from all project construction related claims by contractors and all
stop notice or mechanic's lien claimants. The local agency also
agrees to remedy, in a timely manner and to State's satisfaction, any
latent defects occurring as a result of the project construction work.
FUTURE MOVING OF INSTALLATIONS: Permittee, understands
and agrees to rearrange a permitted installation upon request by the
Department, for State construction, reconstruction, or maintenance
26.
27.
28.
29.
30.
work on the highway. The permittee at his sole expense, unless under
a prior agreement, JUA, or a CCUA, shall comply with said request.
ARCHAEOLOGICAIAHSTORICAL: If any archaeological or
historical resources are revealed in the work vicinity, the permittee
shall immediately stop work, notify the Department's representative,
retain a qualified archaeologist who shall evaluate the site, and
make recommendations to the Department representative regarding
the continuance of work.
PREVAILING WAGES: Work performed by or under a permit
may require permittee's contractors and subcontractors to pay
appropriate prevailing wages as set by the Department of Industrial
Relations. Inquiries or requests for interpretations relative to
enforcement of prevailing wage requirements are directed to State
of California Department of industrial Relations, 525 Golden Gate
Avenue, San Francisco, California 94102.
RESPONSIBfLI[TY FOR DAMAGE: The State of California and
all officers and employees thereof, including but not limited to the
Director of Transportation and the Deputy Director, shall not be
answerable or accountable in any manner for injury to or death of
any person, including but not limited to the Pcrmittee, persons
employed by the permittee, persons acting in behalf of the permittce,
or for damage to property from any cause. The pertnitlee shall be
responsible for any liability imposed by law and for injuries to or
death of any person, including but not limited to the permittee,
persons employed by the permitter, persons acting in behalf of the
permittee, or for damage to property arising out of work, or other
activity permitted and done by the permittee under a permit, or
arising out of the failure on the permittee's par to perform his
obligations under any permit in respect to maintenance or any other
obligations, or resulting from defects or obstructions, or from any
cause whatsoever during the progress of the work, or other activity
or at any subsequent time, work or other activity is being performed
under the obligations provided by and contemplated by the permit.
The permittee shall indemnify and save harmless the State of
California, all officers, employees, and State's contractors, thereof,
including but not limited to the Director of Transportation and the
Deputy Director , from all claims, wits or actions of every name,
kind and description brought for or on account of injuries to or death
of any person, including but not lirnited to the Permium. persons
employed by the permittee, persons acting in behalf of the permittee
and the public, or damage to property resulting from the
performance of work or other activity under the permit, or arising
out of the failure on the permittee's part to perform his obligations
under any permit in respect to maintenance or any other obligations,
or resulting from defects or obstructions, or from any cause
whatsoever during the progress of the work, or other activity or at
any subsequent time, work or other activity is being performed under
the obligations provided by and contemplated by the permit, except
as otherwise provided by statute.
The duty of the permittee to indemnify and save harmless includes
the duties to defend as set forth in Section 2778 of the Civil Code.
The permitter waives any and all rights to any type of expressed or
implied indemnity against the State, its officers, employees, and Stale
contractors. It is the intent of the Parties that the permiree will
indemnify and hold harmless the State, its officers, employees, and
State's contractors, from any and all claims, suits or actions as set
forth above regardless of the existence or degree of fault or
negligence, whether active or passive, primary or secondary, on the
par of the State, the permittee, persons employed by the permittee,
or acting on behalf of the PermiuM
For the purpose of this section, "State's contractors" shall include
contractors and their subcontractors under contract to the State of
California performing work within the limits of this permit.
NO PRECEDENT ESTABLISHED: This permit is issued with the
understanding that it does not establish a precedent.
FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC
ACCOMMODATION:
A. The permium for himself, his personal representative,
successors in interest, and assigns as part of the consideration hereof,
does hereby covenant and agree that:
1. No person on the grounds of race, color, or national origin shall be
excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination in the use of said facilities.
2. That in connection with the construction of any improvements on
said lands and the furnishings of services thereon, no discrimination
shall be practiced in the selection and retention of first -tier
subcontractors in the selection of second tier subcontractors.
3. That such discrimination shall not be practiced against the public in
their access to and use of the facilities and services provided for
31.
32.
33.
Kill
35.
ft; A
public accommodations (such as eating, sleeping, rest, recreation),
and operation on, over, or under the space of the right of way.
4. That the permittee shall use the premises in compliance with all
other requirements imposed pursuant to Title 15, Code of Federal
Regulations, Commerce and Foreign Trade, Subtitle A. Office of the
Secretary of Commerce, Part 8 (15 C.F.R. Part 8) and as said
Regulations may be amended.
B. That in the event of breach of any of the above
nondiscrimination covenants, the Slate shall have the right to
terminate the permit and to re -enter and repossess said land and the
land and the facilities thereon, and hold the same as if said permit
had never been made or issued. ,
MAINTENANCE OF HIGHWAYS: The permittee agrees, by
acceptance of a permit, to properly maintain any encroachment. This
assurance requires the permntce to provide inspection and repair any
damage, at permittee's expense, to Stole facilities resulting from the
encroachment.
SPECIAL. EVENTS: In accordance with subdivision (a) of Streets
and Highways Code Section 682.5, the Department of Transportation
shall not be responsible for the conduct or operation of the permitted
activity, and the applicant agrees to defend, indemnify, and hold
harmless the State and the city or county against any and all claims
arising out of any activity for which the permit is issued.
Permitter understands and agrees that it will comply with the
obligations of Titles 11 and Ill of the Americans with Disabilities Act
of 1990 in the conduct of the event, and further agrees to indemnify
and save harmless the State of California, all officers and employees
thereof, including but not limited to the Director of Transportation,
from any claims or liability arising out of or by virtue of said Act.
PRIVATE USE OF RIGHT OF WAY: Highway right of way shall
not be used for private purposes without compensation to the State.
The gifting of public property use and therefore public funds is
prohibited under the California Constitution, Article 16.
FIELD WORK REIMBURSEMENT: Pamince shall reimburse
State for field work performed on permittee's behalf to correct Or
remedy hazards or damaged facilities, or clear debris not attended to
by the permittee.
Notification of Department and TMC: The Permiltce shall notify
the Department's representative and the Traffic Management Center
(TMC) at least 7 days before initiating a lane closure or conducting
an activity that may cause a traffic impact. A confirmation
notification should occur 3 days before closure or other potential
traffic impacts. In emergency situations when the corrective work or
the emergency itself may affect traffic. TMC and the Department's
representative shall be notified as soon as possible.
Underground Service Alert (USA) Notification: Any excavation
requires compliance with the provisions of Government Code Section
4216 et. seq., including , but not limited to notice to a regional
notification center, such as Underground Service Alert (USA). The
permittee shall provide notification at least 48 boors before
performing any excavation work within the right of way.
n
work on the highway. The pertain" at his sole expense, unless under
a prior agreement, JUA, or a CCUA, shall comply with said request.
26. ARCHAEOLOGICAL/HISTORICAL: If any archaeological or
historical resources me revealed in the work vicinity, the permittee,
shall immediately stop work, notify the Department's representative,
retain a qualified archaeologist who shall evaluate the site, and
make recommendations to the Department representative regarding
the continuance of work.
27. PREVAILING WAGES: Work performed by or under a permit
may require permittee's contractors and subcontractors to pay
appropriate prevailing wages as set by the Department of Industrial
Relations. Inquiries or requests for interpretations relative to 31.
enforcement of prevailing wage requirements are directed to State
of California Department of Industrial Relations, 525 Golden Gate
Avenue, San Francisco, California 94102.
RESPONSIBILITY FOR DAMAGE: The State of California and
all officers and employees thereof, including but not limited to the
Director of Transportation and the Deputy Director, shall not be
answerable or accountable in any manner for injury to or death of
any person, including but not limited to the permittee, persons
employed by the permittee, persons acting in behalf of the pernimee,
or for damage to property from any cause. The permitter shall be
responsible for any liability imposed by law and for injuries to or
death of any person, including but not limited to the permittee,
persons employed by the permium, persons acting in behalf of the
permiittee, or for damage to properly arising out of work, or other
activity permitted and done by the permittee under a permit, or
arising out of the failure on the permitte's part to perform his
obligations under any permit in respect to maintenance or any other
obligations, or resulting from defects or obstructions, or from any
cause whatsoever during the progress of the work, or other activity
or at any subsequent time, work or other activity is being performed
under the obligations provided by and contemplated by the permit.
The permittee shall indemnify and save harmless the State of
California, all officers, employees, and State's contractors, thereof,
including but not limited to the Director of Transportation and the
Deputy Director , from all claims, suits in actions of every name,
kind and description brought for or on account of injuries to or death
of any person, including bra not limited to the permittee, persons
employed by the permittee, persons acting in behalf of the permihee
and the public, or damage to property resulting from the
performance of work or other activity under the permit, or arising
out of the failure on the permittee's pan to perform his obligations
under any permit in respect to maintenance or any other obligations,
or resulting from defects or obstructions, or from any cause
whatsoever during the progress of the work, or other activity or at
any subsequent time, work or other activity is being performed under
the obligations provided by and contemplated by the permit, except
as otherwise provided by statute.
The duty of the permittce to indemnify and save harmless includes
the duties to defend as set forth in Section 2778 of the Civil Code.
The permittee waives any and all rights to any type of expressed or
implied indemnity against the State, its officers, employees, and State
contractors. It is the intent of the parties that the permittce will
indemnify and hold harmless the State, its officers, employees, and
State's contractors, from any and all claims, suits or actions as set
forth above regardless of the existence or degree of fault or
negligence, whether active or passive, primary or secondary, on the
part of the State, the permittee, persons employed by the petmittee,
or acting on behalf of the permittee.
For the purpose of this section, "State's contractors' shall include
contractors and their subcontractors under contract to the State of
California performing work within the limits of this permit.
29. NO PRECEDENT ESTABLISHED: This permit is issued with the
understanding that it does not establish a precedent.
30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC
ACCOMMODATION:
A. The permittee, for himself, his personal representative,
successors in interest, and assigns as part of the consideration hereof,
does hereby covenant and agree that:
1. No person on the grounds of race, color, or national origin shall be
excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination in the use of said facilities.
2. That in connection with the construction of any improvements on
said lands and the furnishings of services thereon, no discrimination
shall be practiced in the selection and retention of first -tier
subcontractors in the selection of second -tier subcontractors.
3. That such discrimination shall not be practiced against the public in
their access to and use of the facilities and services provided for
public accommodations (such as eating, sleeping, rest, recreation),
and operation on, over, or under the space of the right of way.
4. That the perminee shall use the premises in compliance with all
other requirements imposed pursuant to Title 15, Code of Federal
Regulations, Commerce and Foreign Trade, Subtitle A. Office of the
Secretary of Commerce, Pan 8 (15 C.F.R. Part 8) and as said
Regulations may be amended.
B. That in the event of breach of any of the above
nondiscrimination covenants, the State shall have the right to
terminate the permit and to re -enter and repossess said land and the
land and the facilities thereon, and hold the same as if said permit
had never been made or issued.
MAINTENANCE OF HIGHWAYS: The permittee agrees, by
acceptance of a permit, to properly maintain any encroachment. This
assurance requires the permiaw to provide inspection and repair any
damage, at permittee's expense, to State facilities resulting from the
encroachment.
32. SPECIAL, EVENTS: In accordance with subdivision (a) of Streets
and Highways Code Section 682.5, the Department of Transportation
shall not be responsible for the conduct or operation of the permitted
activity, and the applicant agrees to defend, indemnify, and hold
harmless the State and the city or county against any and all claims
arising out of any activity for which the permit is issued.
Penninee understands and agrees that it will comply with the
obligations of Titles 11 and 111 of the Americans with Disabilities Act
of 1990 in the conduct of the event, and further agrees to indemnify
and save harmless the State of California, all officers and employees
thereof, including but not limited to the Director of Transportation,
from any claims or liability arising out of or by virtue of said Act.
33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall
not be used for private purposes without compensation to the Slate.
The gifting of public property use and therefore public funds is
prohibited under the California Constitution, Article i6.
34. FIELD WORK REIMBURSEMENT: Permittee shall reimburse
State for field work performed on permittee's behalf to correct or
remedy hazards or damaged facilities, or clear debris not attended to
by the permittee.
35. Notification of Department and TMC: The permittee shall notify
the Department's representative and the Traffic Management Center
(TMC) at least 7 days before initiating a lane closure or conducting
an activity thin may cause a traffic impact. A confirmation
notification should occur 3 days before closure or other potential
traffic impacts. In emergency situations when the corrective work or
the emergency itself may affect traffic, TMC and the Department's
representative shall be notified as soon as possible.
36. Underground Service Alert (USA) Notification: Any excavation
requires compliance with the provisions of Government Code Section
4216 et. seq., including , but not limited to notice to a regional
notification center, such as Underground Service Alen (USA). The
pertnittee shall provide notification at least 48 hours before
performing any excavation work within the right of way.
September 25, 2001
CITY COUNCIL AGENDA
ITEM NO. 4
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: WEST NEWPORT SEWER MAIN REPLACEMENT PROJECT - AWARD OF
CONTRACT NO. 3453
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Adopt Resolution No. 2001 - affirming the emergency bidding process for the
West Newport Sewer Main Replacement Project, Contract No. 3453, with a
minimum of five affirmative votes approving the process per Section 1110 of the
City Charter.
3. Award Contract No. 3453 to A.D. General Engineering for the total bid price of
$114,540 and authorize the City Manager to execute the contract.
4. Establish an amount of $15,000 to cover the cost of unforeseen work.
5. Authorize a Budget Amendment transferring $150,000 from the unappropriated
Wastewater Fund Balance to Account No. 7531- C5600292.
PROJECT BACKGROUND
The Utilities Department received a phone call from the resident at 5601 Seashore Drive
close to noon on Thursday, August 23, stating that their home was flooded with sewer
water. Crews responded immediately to the scene with Vactors in an effort to mitigate the
spill. A General Services Vactor truck was also called to the scene. Wastewater crews
assisted the homeowner with clean up and odor problems.
The blockage was caused by excessive corrosion of the 8 -inch steel sewer pipe that
crosses West Coast Highway approximately 900 feet east of the intersection of Prospect
Street (see project location map). The corrosion resulted in the collapse of the sewer. A
temporary repair was made to maintain the sewer service, which took most of the
weekend. It became apparent during the repair that other sections were also corroded.
Another failure is imminent, along with the risk of another backup.
"OPTO) i ZOWTI x ul -1q
0 0
Subject: West Newport Sewer Main Replacement —Award of Contract No. 3453
September 25, 2001
Page: 2
APPROVAL OF EMERGENCY BIDDING PROCESS
Staff prepared contract documents for the replacement of approximately 260 linear feet of
sewer main in less than a week. The replacement pipe will be 12- inches instead of the
existing 8- inches to increase capacity in the area. The sewer pipe will be vitrified clay and
will replace all sections of steel pipe within this reach. Traffic will be impacted on Coast
Highway during the anticipated 20 days of construction and minor delays can be expected.
Staff solicited bids from five contractors for the emergency work; GCI Construction, Majich
Brothers, Ken Thompson, Inc., A.D. General Engineering, and Dotty Brothers. Each of
these contractors have been successful low- bidders on past Public Works projects. Three
of the contractors are currently working within the City. The bid period for the project was
one week with the bid opening on September 11, at 2:00 p.m. Attached is the bid
summary, which indicates A.D. General Engineering submitted the lowest responsible bid
of $114,540. This bid is 16 percent below the engineer's estimate of $136,800. Because
of the emergency nature of this project, the City Manager authorized preliminary work (not -
to- exceed $30,000) to begin prior to Council's approval.
There is currently $304,000 available in the Sewer Main Master Plan Improvement Project
Account, although those funds have already been earmarked for other projects throughout
the coming year. There are sufficient funds in the Unappropriated Fund Balance of the
Wastewater Fund to cover the estimated project costs for this emergency repair.
Section 1110 of the City Charter allows the City to proceed on an emergency basis if the
work is deemed of urgent necessity by the City Council for the preservation of life, health,
or property and shall be authorized by Resolution passed by at least five affirmative votes
containing a declaration of facts constituting such urgency.
Staff recommends approval of the plans and specifications, approval of the emergency bid
process, award to A.D. General Engineering, and requests a Budget Amendment of
$150,000 from the Wastewater Fund balance to the Sewer Main Master Plan Improvement
Capital Project, Account No. 7531- C5600292.
Respectfully uyln ed,
,__PUBLIC WORKS DEPARTMENT
Stephen G. Badum, Director
By: 4r�4wv
Michael aco ', P.E.
Principal ineer
Attachment: Resolution 2001 -
Project Location Map
Budget Amendment
Bid Summary
RESOLUTION NO. 2001-
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
NEWPORT BEACH AUTHORIZING THE EMERGENCY
BIDDING PROCESS FOR THE WEST NEWPORT SEWER
MAIN REPLACEMENT PROJECT
WHEREAS, The City of Newport Beach provides wastewater service to the
citizens of Newport Beach; and
WHEREAS, the City is proactive in its efforts to maintain and operate the
wastewater system and has appropriate levels of staff and equipment to maintain a
highly effective system; and
WHEREAS, The City is proactive in its efforts to replace and improve the
wastewater system through its Wastewater Capital Improvement Program by replacing
aging and known problem sewers; and
WHEREAS, the City Utilities Department Staff reported a 8 -inch steel sewer
main with excessive corrosion which resulted in a collapse of a twenty -foot length of the
sewer pipe on Thursday, August 23, 2001; and
WHEREAS, the City Staff believes another collapse or sewer backup is
imminent; and
WHEREAS, the City Staff has implemented an emergency bidding process
for the replacement of 260 linear feet of sewer main.
NOW, THEREFORE, it is hereby Determined and Resolved by the City
Council of the City of Newport Beach that the replacement of the sewer is of urgent
necessity for the preservation of life, health and property; and
BE IT FURTHER RESOLVED, that the City Council hereby authorizes and
approves the emergency bidding process for the West Newport Sewer Main
Replacement, Contract No. 3453, in accordance with Section 1110 of the City Charter.
Adopted this day of September, 2001.
ATTEST:
LaVonne Harkless
CITY CLERK
Garold Adams
MAYOR
F:\ Users \PBW\Shared \Resolutions \West Newport Sewer - Emergency Award.doc
Z
W
E
Ya
�w
L�
3N
Y
O
z3
U
1 J
J
a
z
� w
O w
� U
3
z w
w
3 3
W
n
Q
Z
O
Q
U
O
J
C* of Newport Beach
BUDGET AMENDMENT
2001 -02
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
• NO. BA- 010
AMOUNT: S1so,000.ao
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the West Newport Sewer Main Replacement Project, Contract No. 3453.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
530 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Account
Division
Account
Division
Account
Division
Account
Division
Account
Signed:
Signed:
Signed:
Description
Wastewater Fund Balance
Description
Description
Number 7531 Sewer Main Replacement
Number C5600292 Sewer Main Master Plan Improvement
Number
Number
Number
Number
Number
Number
Amount
Debit Credit
$150,000.00
$150,000.00
Number
Number
AutorwUc System Entry.
Fina ci Approval: Administrativ S rvices Director Date
4
Administrative Appr al: City Manager /D R6
City Council Approval: City Clerk Date
Z
U
Q
W
ym
O
a
3
W
Z
U.
O
N
U
yW
hb
W
x
U
co
n
9L
LLI
O OQ
N
U
a ul
� f
� � W
N
V U
W
S
u-�u
Z W
QO
V �
0
m m
C
3
!A
o 0
o $
CO y
M Y
� f
w
a
W
W Z
!Y
w
Z W
LQ E3
Z �
W O
0
v
a
f
O
C
f
f
0
m
O
O
N
c
V
N
N
N
a
n
v
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Z
0
O
0
O
0
O
0
C
0
C
0
O
0
O
0
0
G
0
0
0
0
0
0
0
0
0
O
O
O
Z
z
O
O
vJ
OO
P
W
C
N
C
P
O
O
O
O
O
0
O
O
Lr
Ill
O
O�
P
l0
M
vl
L
O
N
LQ
O�
CFJ
1�
P
IJ1
M
M
ti
ti
M
IO
ti
IA
M
N
�
<
N
P
crz
a
rl
Z
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
N
0
0
0
W
0
N
0
0
0
0
O
O
O
O
O
M
m
M
P
O
O
O
O
V
J7
Z
O
O
•~
•~
•~
.y
v1
O
N
vl
M
P
V
M
N
H
0
0
0
0
0
0
0
0
0
0
0
O
O
O
p
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
Z
OO
OO
O
OO
O
O
O
O
O
OO
OO
0
0
0
O
N
O
O
O
O
O
N
O
vl
O
N
O
m
O
i�
m
m
0
C l
0
O
O
O O
O
�
W
m
O
S
"J
V
0
0
0
0
0
0
0
0
0
0
0
0
0
a�
m
o
0
0
0
0
0
0
0
0
0
o
O
o
0
0
0
Ilf
O
O
O
of
N
O�
O
0
0
0
�
N
O
O
O
M
M
O
R
O
M
O
A
N
ti
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
Z
O
O
O
O
O
OO
OO
OO
IA
0
0
O
O
vt
O
O
O
O
P
N
N
m
vt
m
.y
m
N
m
P
K
V1
m
M
N
N
_-
^
.y
N
Vl
P
W
Z
Q
w
,.y
C7
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
0
N
0
vl
O
6
0
P
6 O
0
vl
0
O
0
O
0
O
0
O
0
Vf
3
N
tp
P
Q
�
of
tD
N
in
P
J
O
o
0
0
0
0
0
0
0
0
0
0
0
0
0
1iJ
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
FQ
Z
00000000000
000
0
E
0
o
0
0
0
0
N
0
O
0
P
0
m
0
0
N
0
v1
O
n
n
O
0
0
0
p
�
W
¢
m
M
r1
N
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
0
0
0
0
0
0
O
O
O
W
F
O
O
vl
0
0
0
of
O
O
O
O
O
O
O
Z
0
0
lD
P
N
.y
M
N
O
O
O
O
O
W
Z
O
O
N
O
O
ul
O
W
vl
vl
N
O
W
{A
LL
C
C
LL
LL
LL
LL
LL
!r
J
J
J
VI
F
A
N
VI
J
V1
J
.J
J
J
-i
J
Z
0
0
0
0
0
0
Ill
O
O
Ol
r
N
N
L
O
7
P
N
O
O
O
g
v
c
x
ou
,
w
3
a
v
a
o
U
v
p`
U
m
U
al
m
u
a
u
>
c
w
D
o
v
D
Y
a
ti
a
s
0 m
,
-
N
m
c
-
U
P
O
LL
MM
7
J
N
W
W
N
S
U
3
V
L
C
C
C
C-
0 f
Y
a
m
C
c
0
u
0
u
i
o
u
0
u
u
0
0
v
a
f
O
C
f
f
0
m
O
O
N
c
V
N
N
N
a
n
v
* of Newport Beach
BUDGET AMENDMENT
2001 -02
EFFECT ON
BUDGETARY FUND BALANCE:
Increase Revenue Estimates
fq
Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
PX
from additional estimated revenues
from unappropriated fund balance
cvot AnlAnnnl-
NO. BA- 010
AMOUNT: $1so,aoo.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
I
SEP % 5
�_. BV I 1.
ED-
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the West Newport Sewer Main Replacement Project, Contract No. 3453.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
530 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITUREAPPROPRIATIONS (3603)
Description
Wastewater Fund Balance
Description
Amount
Debit Credit
$150,000.00
Description
Division Number 7531 Sewer Main Replacement
Account Number C5600292 Sewer Main Master Plan Improvement $150,000.00
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
AutomaUc System Entry. r�
Signed:
Fina ci Approval: Administrativ S as Director Date
Signed:
/Administrative A"ppr al: Cpi7tyy Manager D e
Signed: �Ap /y'�(_,. � -/V�
r
City Council Approval: City Clerk Date
! •
RESOLUTION NO. 2001- 79
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
NEWPORT BEACH AUTHORIZING THE EMERGENCY
BIDDING PROCESS FOR THE WEST NEWPORT SEWER
MAIN REPLACEMENT PROJECT
WHEREAS, The City of Newport Beach provides wastewater service to the
citizens of Newport Beach; and
WHEREAS, the City is proactive in its efforts to maintain and operate the
wastewater system and has appropriate levels of staff and equipment to maintain a
highly effective system; and
WHEREAS, The City is proactive in its efforts to replace and improve the
wastewater system through its Wastewater Capital Improvement Program by replacing
aging and known problem sewers; and
WHEREAS, the City Utilities Department Staff reported a 8 -inch steel sewer
main with excessive corrosion which resulted in a collapse of a twenty -foot length of the
sewer pipe on Thursday, August 23, 2001; and
WHEREAS, the City staff believes another collapse or sewer backup is
eminent; and
WHEREAS, the City Staff has implemented an emergency bidding process
for the replacement of 260 linear feet of sewer main.
NOW, THEREFORE, it is hereby Determined and Resolved by the City
Council of the City of Newport Beach that the replacement of the sewer is of urgent
necessity for the preservation of life, health and property; and
BE IT FURTHER RESOLVED, that the City Council hereby authorizes and
approves the emergency bidding process for the West Newport Sewer Main
Replacement, Contract No. 3453, in accordance with Section 1110 of the City Charter.
Adopted this 25th day of September, 2001.
NOR11116M 0% f1JILP WPM"
Garold Adams
MAYOR
ATTEST:
LaVonne Harkless
CITY CLERK
• •
STATE OF CALIFORNIA }
COUNTY OF ORANGE
CITY OF NEWPORT BEACH }
I, LAVONNE M. HARKLESS, City Clerk of the City of Newport Beach, California, do
hereby certify that the whole number of members of the City Council is seven; that the foregoing
resolution, being Resolution No. 2001 -79 was duly and regularly introduced before and adopted by
the City Council of said City at a regular meeting of said Council, duly and regularly held on the
25th day of September, 2001, and that the same was so passed and adopted by the following vote, to
wit:
Ayes: Heffernan, O'Neil, Ridgeway, Glover, Bromberg, Proctor, Mayor Adams
Noes: None
Absent: None
Abstain: None
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the
official seal of said City this 26th day of September, 2001.
(Seal)
4� /il,ka —&,
City Clerk
Newport Beach, California
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 1. 2001
Majich Bros., Inc.
P.O. Box 337
1286 E. Calaveras Street
Altadena, CA 91003 -0337
Gentlemen:
Thank you for your courtesy in submitting a bid for the West Newport Sewer Main
Replacement Project (Contract No. 3453) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
oil
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 9
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 1, 2001
Ken Thompson, Inc.
8851 Watson Street
Cypress, CA 90630
Gentlemen:
Thank you for your courtesy in submitting a bid for the West Newport Sewer Main
Replacement Project (Contract No. 3453) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITlY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 1, 2001
GCI Construction, Inc.
245 Fischer Avenue, Suite B -3
Costa Mesa, CA 92626
Gentlemen:
Thank you for your courtesy in submitting a bid for the West Newport Sewer Main
Replacement Project (Contract No. 3453) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
AM" M,W ;,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach