Loading...
HomeMy WebLinkAboutC-3715 - Irvine Avenue Sidewalk between Private Road and Santiago Drive• CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 28, 2007 C. J. Construction, Inc. 10142 Shoemaker Avenue Santa Fe Springs, CA 90670 -3404 Subject: Irvine Avenue Sidewalk Between Private Road and Santiago Drive (C -3715) To Whom It May Concern: ............. .. On March 28, 2006, 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 May 12, 2006. The Surety for the contract is First National Insurance Company, and the bond number is 6263852. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRWIE AVENUE SIDEWALK BETWEEN PRIVATE RQAD A1NO SANTIAGO A- BOND NO, 6263852 f FUj PERFORMANCE BOND The premium charges on this Bond is $ 4 r 0 3 4.0 0 being at the rate of $ 7 _ r, / 1 _ s s _ thousand of the Contract price. WHEREAS, the City Court of the City of Newport Beach, State of California, by motion adopted, awarded to C.J. Construction, Inc., hereinafter designated as the "Principal°, a contract for construction of IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE, Contract No. 3715 in the City of Newport Beach, in strict conformity with the plans, drawirxgs, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference: WHEREAS, Principal has executed or is about to execute Contact No. 3715 ant the � Isms thereof require the famishing of a Bond for the faithful performance of the Convect; NOW. THEREFORE, we, the Principal, and FIRST NATIONAL INSURANCE COMPANY duly authorized to transact business under the laws of the State of Callromia as Surety (hereinafter 'Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of (Two Hundred Two Thousand Two Hundred Fifty and No/100 ($202,250.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach. Its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, sucoessors, or assigns, jointly and severally. fmnly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators. successors. or assigns: fall to abide by, and well and truly keep and perform any or all the work, wvenw ts, conditions, and agreements In the Contract Documents and any alteration thereof made as therein.provided on its pant, to be Koo and, performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach. its officers, employees and agents, as therein stipulated, than, Surety will faithfully perform the same, to an amount not exceeding ft sum specified in this Band; otherwise this obYcgiatlon shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in tivs Peftmance Bond, Owe shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, Incurred by the City, only in the event the City Is required to bring an action In law or equity against Surety to wftrce the obligations of this 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 sPedlications accompanying the same shall in any way affect Its obligations on Oft bond, and ri does hereby we" nice of any such change, extension of tine, alterations or additions of the Contract or to the work or to the spedFlcations. This Faithful Performmanoe Bond shall be extended and maintained by the Principal In full force and exact for one (1) year fotbwing the date of formal acceptance of the Project by the City. In the overt that the Prku*al executed this bond as an individual, R is agreed that the death of any such Principal shall not exonerate theSurety from Its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Princes and Surety etwve named, on the 22ND day of JULY , 2005. C.J. CONSTRUCTION, INC. Name of Convector (Principal} FIRST NATIONAL INSURANCE COMPI Name of Surety 120 VANTIS ALISO VIEJO, CA 92656 Address of Surety (949) 86076602 Tolephone__ TAMRA J. ANDREDE _ Print Na rne and True 1 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 I OF ATrO MEY PO BOX 34526 ir SSAMJWA 481241526 KNOW ALL BYTHESB PRESENTS: BOND NO: 6263852 • FIRST NATK NAL (NMPAWE COMPANY OF AMERICA PO BOX 346M SEATTLE, WA 98724 -1628 No. 12724 That FRET NATION& INSURANCE COMPANY OF AMERICA, a Wad*oon wtpuetrk does bm W ePPoltl wawrrrrrwarratrwrrrrwrrrwrrtaatrrrwn -- rAwAJ. AmmH: Rwadac. marssrarsrrassawpssrrrasrsurrsrraa »rwssrr» agars aS Ina and tawU ammorAsH7-fed. wth Md authmly b eoectle on Delon of the CWVWW NOW and auey baMa or WWNUMWs and 00W dacun Gnb Of a Onear dMt xW bled by No amVmW in the amass of ae budness, and b bbd FIRST NATIONAL INSURANCE COMPANY OF AMERICA ftleW Be A* as If such YaatatNis bed bean di* metaled by Ns mptamy elected dtaera at Its hm a oNca. M VRTMM WHEREOF. KRST NATIONAL NSURANCE COMPANY OF AMERICA toe mo u" and Massed these "Ordli tde 13th day Of February 2002 R.A. PERSON. SECRETARY MIKE MCOAVICK, PRESIDENT E*ed*M VM BYE d FMST NATIONAL ININWANIE COMPANY OF AMERICA: (slice V. Sedbn 13. - flDE M AND SURETY BONDS ... the Prealdslk ay Vbe PreekleK the Saaebry, and ary AashbM Vice P/asidmd appobded fbf dMt pNpaea by the dker in dwrge of atrey 9pNatlma, nhal eadi hm eaedo* b appohl h&i Ws AS albmeys -b-W or WWW 09Mr appmptbb on vMh a*** b mmaAe on banal of to on"M tdeft and analy bade and after docananb of ttbiN dmmbr MaLied by the oong ay in the ease of k9 bAbleaL.. On WN itehmmt otalmW or aridattdg such epwk*nft tM dp m*m May be died by iHC89M10. On ON YWtm d =k ft such audmoV or on atryl band or NdeddmW of tM company. AM seal, or a bmicnis timed. may be Wipmesed or dbwd or in ary 01W malMa mpmduoeot Plodded. hoWW- OW ft and "I not be noommlt b to vaW of any stwdt bmirmmA oruhdmfaheW' E1dsd0aM a Rea6btonoff* Board of Ohm ms of FAST NATIONAL INSURANCE COMPANY OF AMERICA sdsplad! A* 26.1070. 'On ant cmtRale am dN1 by tM Seaebty gran asetabrd ala6bhy Of ft CWWV SON oar. m TOM pw*iDns ofANda V. Secibn 13 dna Bylaws mss M A copy d9Mpowe-okVsrtMyappok*na ammAedpusamt tomb. NO (EY CNtlyiW tha<aeN � spPOfttbnetd b b tdllohoe and dfehi. tM eipthebae d eM cNtlfyiW oticermey be by iecaMthMe. Ord tMaeN d tM CanvNy mar ba a tamMhde thahaoi' I, RA Piatsan. Sam" of FRET NATIONAL NMIRA N:E COMPANY OF AMERICA, do hemby om* 10 tM breFN 0dt8d8 Of 20 Bylaws and Of a Rmk dm of tM Board of Vkedma of die encmtm . and of a Power of AM" WuW p nun t theralo, aM lim and woad. and dW both Me By-laws tM Ramak Man and tt8 Powarof Adomay are aM b hd bm aid aRad. M YtIiNE8�6 WHEREOF.1 Rare ThahetaAO sd ay hand 8rd dNMd to taminia eaa d said owpaabn SEAL 6.104~7f9M his 22ND dWd JULY �E � RA PERSON, SECRETARY 2005 041722992 PDF • !" i. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of ORANGE J On JULY 22, 2005 before me, BERTRAM J. PRITCHARD, NOTARY Data Nano a Me of Durst (e.g.. 'Jam Doe, Nomry Fubfi personally appeared TAMRA 7 ANDRFDR Nemefal a sigMrt %1 Nl personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person($] whose namepili) fs/8)0 subscribed to the within instrument and acknowledged to me that 1)@ /sheMW executed the same in Wher"iX authorized capacity(Mlo, and that by f)0 /her/%0 signatureW on the instrument the personpg), or the entity upon behalf of which the personX acted, executed the strument. WITNESS h an i seal. Signature d Notary VUNIC OPTIONAL Though the information below is not required by law, it may prove valuable to persons relymg on the document and could prevent fraudulent removal and reattachment of this to= 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: fiffiew • Individual Top of thumb here • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ®1999 Nelmal Notary RSmdallon • 93500e Sdo Ave., PO. acv 2102 • Cha[awwln, G 913112!02.4ww.naOYNIfX169ry0y Nod No. M7 aeordeC Gag 704- m tiAllltlro-W[r EE?'rNA,M _;. FgITCHARD COMM. ri 1484142 C 'G _ NC15ry F,1niiGCaiifornia� Orancs County h.^y Gomm. Expires i JAf VARY 20, 2008 Nl personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person($] whose namepili) fs/8)0 subscribed to the within instrument and acknowledged to me that 1)@ /sheMW executed the same in Wher"iX authorized capacity(Mlo, and that by f)0 /her/%0 signatureW on the instrument the personpg), or the entity upon behalf of which the personX acted, executed the strument. WITNESS h an i seal. Signature d Notary VUNIC OPTIONAL Though the information below is not required by law, it may prove valuable to persons relymg on the document and could prevent fraudulent removal and reattachment of this to= 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: fiffiew • Individual Top of thumb here • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ®1999 Nelmal Notary RSmdallon • 93500e Sdo Ave., PO. acv 2102 • Cha[awwln, G 913112!02.4ww.naOYNIfX169ry0y Nod No. M7 aeordeC Gag 704- m tiAllltlro-W[r J CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ° a"a �.�., ss. On before me, c � r.i -a U-- & at, '"t. P" 6 `! V Dam t _ Ne we Ted Olfi.(e.g.' Dc0.�' personally appeared SANDRA E.SCHOTT Commission #1372993 .m Notary Public - California r Z Los Angeles County f rely Comm. Expires Sep 30, 2006 � jiersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(ef whose name(er-is/ame- subscribed to the within instrument and acknowledged to me that he/sheNfrey executed the same in his/herRheir authorized capacity(ie*, and that by hisiherM"ir signature(4 on the instrument the person(s), or the entity upon behalf of which the perso*) acted, executed the instrument. WITN S my hand a d o icial seal. SiryaWre d Nolay Fobli OPTIONAL Though the Wormadon below is not required bylaw, it may prove valuable to per s relying on the document and could prevent fraudulent removal and reattachment of this form to another documenL Description of Title or Type of Document Date: 1 lL"US Number of Pages: Signers) Other Than Named Above: JA MM- 0bC1(4de Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here * Corporate Officer — ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact O Trustee ❑ Guardian or Conservator 0 Other: /1 Signer Is Representing: Ci7 l kf� .6m nl-ro in t �nc 0 1998 Nell Noary Association • 9390 N ao Ave.. F.O. e M • fiA91W oM CA 91313,NM • rmw.nadoMho"..0M PuA W. 5907 ono ; Cal TW" 1- 60"781W �E m V N Y1 H N A i C A Z i a m a 0 m A 0 � a p o � a � h a a a p a N N 01 �n O 9 > n p n O O C ? ul n F� 4\v CxFy a i s Y NJ�O C m ti o w Q to o C no dz n 0 x co N w n (D ul r r • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 12, 2006 C.J. Construction, Inc. 11418 Fidel Avenue Whittier, CA 90605 Subject: Irvine Avenue Sidewalk Between Private Road and Santiago Drive (C -3715) To Whom It May Concern: On March 28, 2006, 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 April 7, 2006, Reference No. 2006000232891. The Surety for the contract is First National Insurance Company, and the bond number is 6263852. Enclosed is the Labor & Materials Payment Bond. Sincerely, CA LaVonne M. arkl6g, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.caus CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Q.QhlTRACT N0.37U BOND No. 6263852 LABOR AND MATERIALS PAYMEN7„LOND WHEREAS, the City Council of the City of Newport Beach, Stele of California, by motion adopted, has awarded to C.J. Construction, Inc., hereinafter designated as the `Pnnc pal; a contract for construction of IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE, Contract No. 3713 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and otter Contract Documents in the office of the Pubic Woks 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. 3715 and the terms thereof require the furnishing of a bond, providing that If Principal or any of Principal's subcontractors, "I fail to pay for any materials, prwAOona, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extant hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, 'IRST NATIONAL INSURANCE COMPANY duty authorised to transact business under the laws of the State of California, as Surety, (referred to herein as `Surety") are held firmly bound unto the City of Newport Beach, in the sum of (Two Hundred Two Thousand Two Hundred Fifty and Noll 00 ($202,250.00) lawful money of the United States of America, said uan being equal to 1009E of the estimated amount payable by the City of Newport Beach under the terms of the Ciontract; for which paymant well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these P THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principe's subcontractors, fait to pay for any materials, provisions. or other supplies, implements or machinery used in, upon, for, or about the performance of the work Contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted. withheld and paid over to the Employment Development Department from the wages of employees; on the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and below, then the Surety will pay for the same, in an amount not exceeding the sum specified In this Bond, and also, in Case suit Is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. Pl7 ZOND NO: 6263852 •' 11 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to rile claims raider Section 3181 of the California Civil Code so as to give a right of action to't hem or their assigns In any suit brought upon this Bond, as required by and in aoWrOnce with the provisions of Sections 3247 at. seq. of the Civil Code of the State of Ca6(omia, And Surety, for value received, hereby 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 #wewxW or the specdcations accompanying the same shall in any vase aflact Ns obligations on this Bond, and 4 does hereby waive notice of any such dhanp , extension of time, alleratias or additions to the tarms of the Contract or to the work or b 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 fhls Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surely, on the 22ND, . day of JULY .4 � 2m C.J. CONSTRUCTION, INC. Name of Contractor (Principal) FIRST) NATIONAL INSURANCE COMAN' Name of Surety 120 VANTIS ALISO VIEJO, CA 92656 TAMRA-J. ANDREDE ATTORNEY -IN -FACT Address of Surety Print Name and Title (949) 860 -6602 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 r :r . MAMA WA 991,24-152fi KNOW ALL MY THESE _fin BOND NO: 6263852 FlRBT h0Ymomi. EwBURANCE COMPANY OF AMENCA PO BOX mm SEATR.E, NEt 2a1241928 rim 12M 1 That FIRST NATIONAL EMIRAWE COMPANY OF MEWC�A�, * VV*�yh/M�EBp oo corporation, �does shhsweb�Ysa�pVI NgNiNtMiMHiNNIMtNHMNAHiiMtptiWiY� 'AV�w�I.iv�vau,.wl w^�+��hWM,ie MtMNNititttNM�ttNMtNNttliii ,ttNptttttiRq. Its sue end k wtl atoroyta }Naiad, wAh tall add* to moscub an bao2 of the CMWW and surely bond$ or urdarat*ga end Ww d0cunaaras of a sings I dwmaer bsuad W to om4wW in to muse of he taalimm, a1d to bid FIRST NATIONAL INSURANCE COMPANY OF AMERICA Miareby as A* as if sad iab'hehhNts had baondutreneaaed by Ne hetulmy elecbd aBlosrs N is thalro am= . MWffM MNMEREOF, FOW NATIONAL t11SBRANCE COMPANYOFAIEAIPdt los comilad and mam dMmo MONO YYe 1314 day of peMamY 2002 E*Ad km tm Maws of FMST NAIKWAL BSUMNM COIPANYOFAMt1iI M Arts b V. Sadm 13. - FIDELITY AND SURETY BONDS _ 20 PmkMK any Via Pmadart, the Secretary, and arty ANMW vice Pmsfdard appolded for that ptspoae by the dkw in ahoW of suety opalaNena, dial eadh hm auft tty b appoid Ndfddlrab as aftmaysi►fad or alder alai eppraprisoe 1Nea wMlr lutssit, m ONKW an bdW of Vw son WW $cM* and aaatr bads mist other &mum pr d sinter dander bowed byte ompay In to mace of Is s 4hraitese... frh aO' kmhm wt otddhp Cr a iftu Eq alrh Vpdnb" foe sitrolurm aft be SOW by feraidfe. On Orly imimert ColdxAq such aullwA or an any fond Orr undwtli ill of the Clrrtpary, 00veA, or a fermate bored, nay be inpraeead er edlsad Orr i any Qdw rnarrar mpmdu4 pmalded, hoomm Maas lyre creel chili rot be necessary Inft we* or any sum knoru"torwdattNdmt.' - Mitred Irma a lieraitim of to Boad of omodors of FIRST NATIONAL&MMANCE COMPANY OF AWNWA adopled July 20.1870. "On my cardlado awated by to SeaetaEy or an aaelasom a mdW of to Cwrgay soN am. 0) Thar pmsbido of Ankle V. Sedm 13 ofthe By-I.eeaa, and 0A ACgydtre�appgkWnart ,e/grxaedPumaaRtrepNO.eM X Cart[yint this Bald WAW40OMW a V*&reEt k In fat brue snd egad, Mo sltrxbae d2o Mff t OflowniaJ be ay tlsehio, ad to seal of to CaagahtY may be a faeslaft twool' 1, RA Plram, Saaeiihy of F2MSi U&IIONAL INSURANCE COMPANY OF AIERICA, dD havotly co* 20 to billig MI ehdmca of 20 By -Laws and d a ReotlaMm of the Dowd of Oksms of do Capaatar, NO of a Power of A2onoy Ismail pursumit Moab, are Ina and cwm* end tut bath toe By -Laws, the RaaObMon SOW to Few ofAtirroyaleoNin U Ism adaged. IN WRItE=WHEREOF, I ham lureato ad wry hand must abed to taaesata fled of std mrpora0on SEAL 6&10491FiMF7rta Zia 22ND dsyd JULY ,2005 RJL PERSON, SECRETARY mY121= PDF • 9 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ss. 'Z( �! �„ra <�« _ On before me, vr_wa��iArNluIOtlL! Date A _ Name Tlb aO Dae,N qR personalty appeared T� personally known to me u proved to me on the basis of satisfactory evidence to be the personal whose name(gris/are- subscribed to the within instrument and acknowledged to me that he/shoVmy executed SANDRA E. SCHOTT ` the same in his /herMmir authorized " commission # 1372993 [ capacity(ieo, and that by his /herNheir Notary Public - California signature($) on the instrument the person(s), or Z Los Angeles County the entity upon behalf of which the persoo(•s) y Comm. Expires Sep 311, 2006f acted, executed the instrument. Aaa -sue" WITN S my ha d Ificial seal. " OPTIONAL Though the information below is not required by law, it may prove valuable to persons te/ymgon The docunrenf and Could prevent fraudulent removal and reattachment of th s form to anodrer document. Description of Tide or Type of Document Date: 7 �� -05 - Number of Pages: _ Signer(s) Other Than Named Above: _d 1de i _ Capacity(ies) Claimed by Signer Signer's Name: L-1 Individual n Top of thumb here 14 Corporate Officer — Title(s): i Partner —1, i Limited C General Attorney -in -Fact Trustee 1-1 Guardian or Conservator C Other: f _ Signer Is Representing: _� l Pto 1 rtC ' & 1999 Net W allay Assecl • 9350 De Seto Ave.. P.O. am 2062 • CM1aswen0, CA 91313 -20D2 • m1w.re0mi Mlary erg P W, 5907 aeama: CM Tek .1-d1P876-0 7 i RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder ItlIIIIIIIIIIIIIIIIIIIIIIiIIIIIIIiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 200600023289108:01am 04107106 105 13 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 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C. J. Construction, of Whittier, California, as Contractor, entered into a Contract on July 26, 2005. Said Contract set forth certain improvements, as follows: Irvine Avenue Sidewalk Between Private Road and Santiago Drive (C -3715) Work on said Contract was completed on March 1. 2006, and was found to be acceptable on March 28;2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Companv. a W U W in o� X is I certify, knowledge. Pubf c Vy"s Director City o ,VWewport Beach VERIFICATION of perjury, that the foregoing is true and correct to the best of my Executed on XrC4_J 9 q; A00 id at Newport Beach, California. BYVC i i 1 •���� City Clerk If rf CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 29, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C -3677) Notice of Completion (C- 3715)f Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and All American Asphalt, of Corona, California, as Contractor, entered into a Contract on July 7, 2005. Said Contract set forth certain improvements, as follows: Newport Heights, Cliffhaven, Seawind, and Pacific View Pavement Rehabilitation and Southbound MacArthur Boulevard Median Modifications (C -3677) Work on said Contract was completed on February 24, 2006, and was found to be acceptable on March 28. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. Public VV -*s Director City o ewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on )V d"' Q, a 00 4 , at Newport Beach, California. BY 6<6 M • City Clerk CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C .3715 Agenda Item No. 13 March 28, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department (: ) : ; �D06 R.Gunther, P.E. 949-644 -3311 rgunther@city.newport-beach.ca.us APPROM SUBJECT: IRVINE AVENUE SIDEWALK AT SANTIAGO — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3715 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one (1) year after Council acceptance. 5. Approve a Budget Amendment transferring $14,500 from the Unappropriated Circulation and Transportation Fund to Irvine Santiago Sidewalk Construction Account (7261-05100792.) DISCUSSION: On July 26, 2005, the City Council authorized the award of the Irvine Avenue Sidewalk at Santiago contract to CJ Construction. The contract constructed the last portion of sidewalk needed along southbound Irvine Avenue within the City. The work included removing shrubbery and private improvements from public right -of -way between Private Road and Santiago.Drive, excavating into the hillside, constructing a six -foot maximum height retaining wall and a six -foot wide sidewalk within the right -of -way, installing irrigation and landscape materials behind the sidewalk, and restoring irrigation and landscape materials behind three homes. • Irvine Avenue Sidewalk at Santiago - Completlew Acceptance of Contract No. 3715 March 28, 2000 Page 2 The retaining. wall was constructed from split face block and capped with a 36" high wrought iron fence. The wall was recessed by two feet at four locations to provide areas for ground cover and vines which were planted to soften the face of the wall. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual amount of bid items constructed: Total amount of change orders: Final contract cost: Four Change Orders totaling $25,583 provided for additional traffic signal wiring at the street corner, additional sod repair, masonry pilasters. The final overall construction cost includin g percent over the original bid amount. Environmental Review: $202,250.00 197,928.00 25,583.00 $223,511.00 drains, revisions to the and modifications to the change orders was 9.5 This project is Categorically Exempt from the provisions of CEQA per Section 15301, Class 1(c), pertaining to minor alterations of public streets involving no expansion of use. A Notice of Exemption was filed with the County Clerk. Funding Availability: Funds for the project were expended from the following account: Account Description Account Number Amount Transportation and Circulation 7261- C5100792 $223,511 The original scheduled completion date was November 21, 2006. Due to the owner's construction of their private wall at their cost and change order work, the work was completed on March 1, 2006. Prepared by: R. Gunther, P. E. Construction Engineer Attachment: Budget Amendment Submitted by t en m ublic Works Director %(y of Newport Beadb NO. BA- 06BA -055 BUDGET AMENDMENT 2005 -06 AMOUNT: S1a,5oo.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated Circulation and Transportation Fund Balance for the Irvine Avenue Sidewalk project at Santiago. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 260 3605 Circ & Transportation - Fund Balance REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Services Director Manager Amount Debit $14,500.00 Automatic Credit $14,500.00 3 -�� Date Date Signed: City Council Approval: City Clerk Date Description Division Number 7261 Transportation and Circulation Account Number C5100792 Sidewalk Construction Irvine /Santiago Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Services Director Manager Amount Debit $14,500.00 Automatic Credit $14,500.00 3 -�� Date Date Signed: City Council Approval: City Clerk Date CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 13th day of July 2005, at which time such bids shall be opened and read for IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE Title of Project Contract No. 3715 $194,000 Engineer's Estimate by lephen G. Badum blic Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: http://www.city.newportw beach.ca.us/r>bwbidl istldefault. as P Click: Online Services — Public Works Bid List Prospective bidders may obtain one set of bid documents for $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Frank Tran, Project Manager at (949) 6443340 i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... .............:................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON- COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL :........................................................::::::::............ ......................:........ . PR -1. SPECIAL PROVISIONS ................................................................. ...........................SP -1 z 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON- COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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 223DD, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.gpo.gov/davisbacon 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 2e999 ".114 Contractor's License No. & Classification -4Jh Bidder n 7� /3�Js Date RECD JUL 0 9 2005 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PEIRrENT na BID Dollars (S 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE, Contract No. 3715 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 7TH day of JULY 2D05. C.J. CONSTRUCTION, INC. Name of Contractor (Principal) A ed S' re/TiUe FIRST NATIONAL INSURANCE COMPANY U/a(�%A/( 4- " Name of Surety Authorized AgeAt Signature 120 VANTIS ALISO VIEJO, CA 92656 Address of Surety (949) 860 -6602 Telephone TAMRA J. ANDREDE ATTORNEY -IN -FACT Print Name and Tide (Notary acknowledgment of Principal & Surety must be attached) PO BOX 34526 SEATLT$ WA 961241526 KNOW ALL BY TNESE PRESENTS: POWER *PST NATIONAL INSMWX COMPANY OF AMERCA OF ATTORNEY Po BOX 24M SEATTLE, WA 88174 -Phi6 Na 17724 That FIRST RATIONAL INSURANCE COMPANY OF AMERICA, a Wasib"m mryoraim, does twmW aptoiNt aaarrnrpar« rrrssnrrrrswawnparrnarpuurraT 'A[AttAJ ATdDItF,�E: A'tvtrs@de. C81i��r" r" r�" r" arrrrwwsrarrrwrr +uwa«rwararsuMasa Re bus add least with aA &Mw ty to etaculs an behalf of the owwaly 06AV ad surety bonds or undertikhgs and dher dOmmnents of a smle dxar W Issued by the cwWmy N the amens of is txraaums, and b bind FIRST NATIONAL WSURANCE COMPANY OF AMERICA ihmsby as Aunt' as if such YNbtaneds had been duy mw*AW by to mWA" elected officers at IR horns once. IN WnNESS WHEREOF. FIRST NATIONAL INSURANCE COMPANY OF AMERICA has mWaded and adeded sane phpents ifs 13th day of Febnmy , 2002 �bf.kl^ Lt— CAL-, R.A. PIERSON, SECRETARY III MCOAII VICK, PRESIDENT CERTIFICATE Extra fen to Sy4.ars of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: Artfda V, Secton 13. - RDEUTY ANO SURETY SOBS ... the Preabent any We President, the Seam. 80 et' AsssRnt AN Awaldent appMW Or that laapme W the Ot6mr N dWW of surely Oparlitio , AA atc h have a Awly b appoW ahmwduals as aoomeysa fad or wide' other appropriate ttnSwth autWdty to e ecide (m beast of the ownpwW tbl8iy and suety bpafs ad Oohs domtttNMS of sugar durader Issued by to tWrnpmy in the course Of b bLdness... On cry iaetmmert ma%NV or evidencing aruch appoirdoma out dUnaamw may be affixed, t8' famanlle. On any Ira4rmmnl mnfadnt mxh autW W Or on any bond or wWertAdrp of tb =WM. the seal, or a facsimile ttereM, may be brrprasaed or attired or M cry otter mamar reprodtmad; p wAded, hmvtar, teat the seal stall not be neoe99ay lO the w8li y of any such eamanea or urWmUwg.* Extract from a Rosahudon of to Board of Diacwm of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adoplad A* 28.1070. "On ary CKMtceu exaaded by the Seaetaly or an asaisart sero aq of tar CwWV soap oA 0) The proA sbm t Article V. Section 13 of the By-4a wa, ad (1) A Oopy of to POW-o alCmnY appoWomd. eamooNd pursuant tureta, and (W) CodHyYrt and am Pomw-okwonw eppoindowd is M fun force and effet, 00 801811" of the mrNyyp oltmr may be by basks le, and the seal of Ira CorrlpmW may be a famanna t wwV t RA PWM, Seaelary of FRt3T NATIONAL INSURANCE COMPANY OF AMERICA, do harely m* tart hue fo ap*q aftacts of the BY4. ws and of a Rowk t n of the Board Of Oirect m of Its couporaton. and of a Poaw of Attorney hemmed pusmaa diamb, are arms and caret, and OW bob die Sy -Laws, rte Resolution OW ft POW Of AlRrney arsst9i In 1411 bm ardetect. IN WITMESS WWMOF, I hays here ato sat my had and d m d Dis femimte seal Of sod corporation SEAL tlas 7TH dwat JULY 2005 RA. PIERSON, SECRETARY 6-10491FNEF7M OU12MM PDF 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of ORANGE On JULY 7, 2005 Data before me, BERTRAM J. PRITCHARD, NOTARY Name and Thin of Wbar (e.g�.'Jane Doe. Notary Publi personally appeared TAMRA 7 ANDREDE , Nere.W al Signegsl VBERTRANIJ. f iITCHARD 1464142 ic u nity nla c wnty n. Expires 20, 2008 6 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(% whose nameN) is /aYe subscribed to the within instrument and acknowledged to me that Do /she/tKo executed the same in NXrher1thp0[ authorized capacity(ft, and that by 110/herAX00 signatureN on the instrument the person¢S), or the entity upon behalf of which the person(K) acted, execute the instrument. WITN S and lal seal. n vi otary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • Individual Top 0Ihumb here • Corporate Officer — Title(s): • Partner — ❑ Limited O General ❑ Attorney -in -Fact - ❑ Trustee _ ❑ Guardian or Conservator - ❑ Other: Signer Is Representing: 0 1999 National Notary Amoaakon - 9360 De SOO Ave.. P.D. Box 2 0 • Chala rffi. CA 91313Q6 • vrc mficminale,yam Red_ No, 5907 Reamer: Can TW Free i $Wd]6-062] • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Califom } ss. County of 91�7. ya,, On �a-f before me,t�t/ /W a, 3 -�'D�/ �a'�"7 A ,6//c-.,, , eta Neme end Tale of OMmr .g,'Jane Due, lob, Pubkj personalty appeared Nam(s) of signercs) rsonally known to me SANDRA E. 1617" 0 proved to me on the basis of satisfactory SCHOTT evidence Commission # 1372993 i Notary Public - California a to be the persont9j' whose name(a'ris/are- Los Angeles County subscribed to the within instrument and My Comm. Expires Sep 30, 2006 acknowledged to me that he/sAekherexecuted the same in his/hefM"ir- authorized capacity(tes)- and that by his/herAheir- signaturegO on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT SS my and and official seal. J/ Signature of Notary Public OPTIONAL Though ma intormallon below is not required by law, it may prove valuable to parsons relying on the document and could prevent fraudulent removal and reattachment of this form to another documentt..,�_,�� Description of Attached Document � � J /��7'�— D Title or Type of Document: [ 1.00 OC.1P�'+�`� 4a Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by`1SI er C� Signer's Name: c l� t T1 �1'1U C1 Individual L44 ` c Top of thumb here .�erporate Officer — Title(s): 1" 4. , , . ❑ Partner -0 Limited 0General ❑ Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: / Signer Is Representing: 0 1999 National Notary Ae iaeon • 9390 De Sato AVM.. P.O. eox 2 • Ch dh. CA 913132 • wvw.neiwd.ouoy" Pmtl. No. 59ar Aootl r.. Call Tome t� TINGID =89U616&aftmm=O&altsrc =0 Man our NeesRoom forthe latest news god mesa releases for MIS company and take. Beat Dmup ,..rrte.3r Deal's ConsumvRmprt- Includes Bests Financial Strength Rating and ratchets along Min V*sa, comprehens it anaryfical commentary, detailed business mrsw and keyfinancial data. Y....-? Ropert Reveal pare: 0510312005 (mpresen5 the latest significant change). Historical Reports are milable In Rests Company Repot ArchWe. ( ,Baa1'a liescul Summery Reports(Flibinclal O. ftv) - Wadable in three venoons, these presentston styes reports feature balance sheet, Income statement, key financial performance teals including profitabilty, Iiquicky, and reserve analysis. Dale Slaps 2005 Basle Statement File- PIC. VS. Contains data compiled as m OWDU5 (Quality Cmss Checked). a Slmle Umaaar- Ma years offinancial data spenlfically on this company. I Compadaym - side- by-slde financial annals ache compahymsh a peer group of up In Me other Companies Wu select t ComooSte- cmduath Mis company's financials against a peer group composts. Report displays both the average and total composite, ofyour selected peer group. Financial Strength Rating and Tmanclal �i} ❑ ❑[�ja VJ �S�/Ju�� I' �Y IJ1J `t1�'�I.V.J��LJ�Je /.�wm� ❑JC CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: 4-4441 Address:/ U1,1 y�yi 11� ''p5 &tk °tots-7 0 Phone: Sol- `di+3 -71(rZ State License Number. Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: r] Au rized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON- RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 p Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. E No. 2 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. D 8 0 1 0 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) d Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 0 No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's curren financial condition . t—rJf v Bidder thorized Sionature/Title 10 0 CJ CONSTRUCTION, INC. 9 11418 Fidel Avenue • Whittier, CA 90605 • Phone (562) 777 -2222 • Fax (562) 777 -2220 Removal of trees and adjacent curb, gutter and sidewalk at Various locations City of BelPflower 16600 Civic Center Drive Bellflower, CA 90706 (562) 804 -1424 ext 2250 Paul Zweip Completed 3 -25-03 Final contract price $74,743.70 with change orders, original contract price $65,491.00 2690 Damaged parkway City of Norwalk 12700 Norwalk Blvd. Norwalk, CA 90650 (562) 9295745 Toni Tucker Completed 08 -21 -2002 Final contract price $603,153.84 with change orders, original contract price $590,500.00 Installation & Repair Concrete PK0001-4 (Year 3 of 3 year contract) City of Ontario 1425 S. Bon View Ave. Ontario, Ca 91761 -4406 (909) 391 -2507 ext. 6717 Dale Adcock Completed 4 -14-03 Final contract price $ 825,000.00 with change orders original contract price $696,578.00 2003/2004 Annual concrete Repair Project City of Arcadia 240 Huntington Dr. Arcadia, CA 91107 (626) 256 -6552 Mark Rynkiewicz Started 4/06/04 Completed 10/19/04 Final contract price $220,100.50 with change order, original contract price $176,975.00 qW MW Curb, Gutter and Sidewalk Reconstruction Project No. 4471 City of Fullerton 303 W Commonwealth Avenue Fullerton, CA 92832 -1775 (714) 738 -6875 Karen Kobayashi Completed 3-25 -03 Final contract price $353,703.20 with change orders, original contract price $312,251.25 Sidewalk repair Project and Curb & Gutter Repair Citywide 6150 City of Riverside 3900 Main st Riverside, Ca 92522 Started 7 -19-04 Completed 12 -17 -04 Final contract price $527,816.30 with change orders, original contract price $492,810.00 Daniel Chachella (909) 826 -5889 Curb, Gutter and Sidewalk Maintenance 2003 -23 City of Cypress 5275 Orange Ave. Cypress, CA 90630 Started 10/06104 3 year contract Original contract price $244,700.00 Gonzalo Vasques (714) 229 -6752 ADA Bus Stop Modifications Phase 3, Package 1 Orange County Transportation Authority P O Box 14184 Orange, Ca 92863 -1584 Started 9 -7 -05, completed 2 -28-05 Final contract price $300,368.00 with change orders, original contract price $282,765.00 Landscape Construction/Maintenance for Pacific Electric Right of Way C-0872 Orange County Transportation Authority PO Box 14184 Orange, Ca 92863 -1584 Started 6/09/03 3 year maintenance Final contract price $1,059,852.00 with change orders, original contract price $960,000.00 Insurance Agents Andreini & Co. One McArthur PI. Ste. 100 South Coast Metro, CA 92707 (714) 327 -1400 McLure Insurance Agency 2112 N. Main St.,Suite 205 Santa Ana, CA 92706 (714) 664 -8911 Bonding Agent The Bond Source 17821 E. 17th St., Suite 280 Tustin, CA 92780 (714) 832 -8730 Surety Co. First National Insurance Co. 2677 N. Main St. #600 Santa Ana, Ca 92705 (714) 437 -3744 W 9W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 NON- COLLUSION AFFIDAVIT State of California ) ) SS. County of . ]iA .Same bein first ly swprn, deposes and says that he or-Ae is SI&tt- of Usng ruc ony JAC-- the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, .partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the St of lifornia that the foregoing is true and correct. Bidder Auth rized Siqnatu&7itle Subscri d and swo to before me this Aa� day of 2005. EAL ublic My Commission Expires: 11 SANDRA E. SCHO H Commission # 1372883 z Notary Public - California > Los Angeles - County aMy Comm. Expires Sep 30, 2006 W MW CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 DESIGNATION OF SURETIES Bidders Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): `Fa Mr CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MW 0 IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 CONTRACTOR'S INDUSTRIAL SAFETY RECORD /% TO ACCOMPANY PROPOSAL /a Bidders Name (�Jf&rn51f_e4 �Yl , ZA C­` Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2004 2003 2002 2001 2000 Total 2005 1 No. of contracts �� I �3 I �� 13 30 Total dollar Amount of Contracts (in 3 06 2 a, �3/ o �fl.- a S d��. a s3� r 3 i , Thousands of $ ) ' No. of fatalities I o ,o/ 6/ . a _61- _o No. of lost Workday Cases i0� �d� —0 �D� �o� �o� No. of lost workday cases involving permanent , . ° 6 D O� 10 transfer to , another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: r%aoQ.�9 Title 1i,,ae. -J The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partnersijoint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Calif f } ss. County o (.1(�! o (� J L j� On 7 13'as before me, so d q e �" ng. ! . w,c Dale T n Name and Title of Mmr .g.,'Jare Doe, riKdery Public') personally appeared SANDRA E. SCHOTi Commission # 1372993 z Z ..m Notary Public - California _ Los Angeles County My Comm. Expires Sep 30, 2006 r -1 Syiersenally known to me 0 proved to me on the basis of satisfactory evidence to be the personfa) whose name(e) is /ase- subscribed to the within instrument and acknowledged to me that he/ske 44Wexecuted the same in his /her/their authorized capacity(ie4, and that by his/her/theif signature(sj on the instrument the person(a), or the entity upon behalf of which the persors(e) acted, executed the instrument. WeITN my hand a ificial seal. Synatuntd OPTIONAL Though the infomratton below Is nor required bylaw, it may prove valuable to persona relying on th document and could prevent fraudulent removal and reattachment of this form to anotbor document. Description of Attached Title or Type of Document: -D-Zoy �1�d2• Document Date: 7, e. 3 --0 Signer(s) Other Than Named Above: Capacity(lies) Claimed Signer's Name: ❑ Individual NXorporate Officer — Title(s): ❑ Partner — ❑Limited ❑Gel ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Number of Pages: 0 1999 We" N=q Association- 9399 De Soto Ave., P.O. B 2402•ChabwoM, CA 913132402• x» mdbnelnmary.olg PW. NO.5 7 Rmader. Call TWme 1 � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 ACKNOWLEDGEMENT OF ADDENDA i Bidders name �T�' �iC� 01, - The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature i I I I I i I i I 15 MW NW 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: 6sr Business Address: A/ / 14 ke. Telephone and Fax Number: Za..) -) 777- .;2--7-Z2- (,:56a--) 777 California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued: y 8f�&' Expiration Date: #,340 O List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: J6Atl gu,-no - fe- -eso, 0.x . J'A.-s,�J. �- The following are the names, titles, addresses, and phone numbers of all individuals, firrn members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telep one I p n (Ste) Corporation organized under the laws of the State of 16 14W 1W The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: /%.e/ For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. ?N' Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for la pliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Ye Are any claims or actions unresolved or outstanding? 1es / N 17 qW MW 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certifilcate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 If yes to any of the above., explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. �t�dh, Bidder dV1nsamo (Print name of Owner or President oftorp4rati onlreom pany) Title 1 Date Subscribed and sworn to before me this day of 005. L] SANDRA E.SCHOTr Commission # 131 993 z Notary Public - California uty Los Angeles County 0MyCgmm.E*uSop30.2006f 18 CITY OF NEWPORT BEACH WORKS DEPARTMENT wn G. Badum. Director July 19, 2005 vL " 10 Y � RECD V''i y 21 2005 C.J. Construction, Inc. 1/'�� rlf csimile: 562- 777 -2220 11418 Fidel Avenue ,yam Whittier, CA 90605 Subject: Irvine Avenue Sidewalk Between Private Road and Santiago Drive Contract No. 3715 Low Bid Notification Gentlemen: Bids for the above project were opened on July 13, 2005. Your firm was the apparent lowest responsible bidder. On July 26, 2005, the City Council of the City of Newport Beach may award the above referenced contract to your firm. Because time is of the essence the City is sending you the contract documents to assist you in providing the insurance and bonding documents so that the contract can be completed within 10 days of the date shown on the Notification of Award. Enclosed are four copies of the Contract. Once you receive notice confirming award of the contract, you will be required to provide, within 10 days, 4 fully executed copies of the: Contract Labor and Materials Payment Bond Faithful Performance Bond Please note that the enclosed Contract Documents are the only forms acceptable to the City for this purpose. In addition, the contract provisions require you to furnish original certificates of insurance and original endorsements in strict compliance with all of the requirements outlined in Section G. INSURANCE. An individual authorized by the surer_.to bind. . .c behalf-must—execute .. these_,.documentS...-Also, the_ ........... J- Cancellation Clause shall read: "Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificate holder named to the left." All certificates and endorsements must be received and approved by the City before the contact will be considered complete. No work will be authorized until all bonds and insurance documents are approved. Please return as a complete package all four copies of the completed contract documents with the insurance certificates and 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3311 - Fax: (949) 644 -3318 • www.ctty.newport- beach.ca.us M • endorsements included in each copy. We suggest you fax a complete copy of Section G. INSURANCE of the contract documents to your insurance carrier to expedite the process. There are no exceptions to our insurance requirements. We have attached SAMPLE certificates and endorsements that are acceptable to the City. Failure to enter into the contract within 30 calendar days or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder's security. In the event the bidder to whom an award is made fails or refuses to execute the contract or submit the required original insurance and bond documents within the said time, the City may declare the bidder's security forfeited, and may award the work to the next lowest responsible bidder, or may call for new bids. Upon approval of the insurance documents and execution of the contract by the City of Newport Beach, the distribution of the contracts will then be (1) City Clerk, (2) Project File, (3) Contractor, and (4) Bonding Company. All of the executed documents referenced above must be returned within ten (10) working days of receipt of the "Notification of Award," that will be faxed on Wednesday, July 27, 2005, the day after award by City Council. Please return all documents to the attention of: Shari S. Rooks Public Works Specialist Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Very truly yours, Frank Tran, P.E. Project Manager Enclosures f :luserslpbw\sharedlcontracts%fy 0"51irvine ave sidewalk c-371511etter - low bid notification.doc • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 CONTRACT THIS AGREEMENT, entered into this RKAday of 1" , 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and C.J. ons ruction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: Project Description: IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE Contract No.: 3715 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, Pen-nits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3715, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 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 $202,250.00. 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: Frank Tran, PE (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: C.J. Construction, Inc. 11413 Fidel Avenue Whittier, CA 90605 562- 777 -2222 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this projectilocation or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty.(30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner. for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 • • K. WAIVER A waiver by City or any tens, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APPR VED AS TO FORM: CITY ATTORNEY 25 CITY OF NEWPORT BEACH A Municipal Corporation N OATE(LMBOD"M CERTIFICATE LIABILITY INSURANCE 7/28/2005 MOLURE INSURANCE BROKERAGE, INC. 2030 E. 4TH STREET, SUITE 206 SANTA ANA, CA. 92705 INSURE CJ CONSTRUCTION, INC. 11418 FIDEL AVE. WHITTIER, CA 90605 r.T•}v=a.Tcr --9 THIS CERTIFICATE IS ISSUED AS A I ONLY AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE DOES AFFORDING COVERAGE THE �I-NSURER A: COLONY INSURANCE COMPANY 39993 A +VIII . IINE nco a FINANCIAL INDEMNITY COMPANY )19852 A +VII THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LT11 POLICY NUMBER wffwZpEpcRtp-'-"l 05/03/05 " 05/03/06 UMTTS A R GENERAL LIABILITY R COMNIERCNL GENERAL LIABILITY CLABGMADE ® OCCUR X DED, 2500 SLI63426 EACH OCCURRENCE s 1,000,000 PREMIsas ma OmYeIn f 100,000 MEDEXP ("a WMA) S EXCLUDED PERsDNAL&AwwuRY s 1,000,000 R OED: 2500 CENISM AGGREGATE s 2,000,000 GENL AGGREGATE LIMIT APPLIES POLICY PRO- KR LDc PRODUCTS- COMMPAGG f 2,000,000 B X AUTOMOBILE UABL17Y ANYAUTO AULOWNEDADTOS SCHEgAEDAUTOS HIREOAUTOS NDNCWNMAVTOS COW: 1000 -- FCFICV 7863656 -1 05/03/05 05/03/06 ( ,SI"GLBU^uT S 1,000,000 X BDDILYIN.WRT (pwpM ) S INCLUDED X X BONLYINAIRY (Pwwddw) 530, OOOU148I X x PROPERTY (PbrE $60, OOOUl�ID2 x cold_ 1000 GARAGE LIABILITY ANYAUTO AUTOONLY- EAAODDENT S OTKERTHAN EAACC AUTOONLY: AGG S S E1OCESSMABpdLA LNBBITY OCCUR 71 CWMSANDE DEDUCTIBLE RETENTION S EACH OCCURRENCE s AGGREGATE E S S E W ORNERS COkf4UMTIONAND EMPLOYEFZ LIABILITY WN fA20PNETOROARTNBLDECYIN! aFfC�NffiYB91 E5J.1.0®I Hy�. tlmoipeuOx SPECIALPPDV60NSnsoA -E.L EACH ACCBIFM E El DISEASE - EA EMPL $ FI DISEASE. POLICYLWIT S OTHER DESCRIPTONOFOPBNT IONS$LOCATg14IVE"ICLES/ EX MUSIONSAODEDBY @IOORSEA*WISPECW.PROVWKS RE, CONTRACT NO. 3715- IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE NEWPORT, CA THE QTY, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSUREDS AS PER ATTACHED BLANKET FOR U156 -0702. THE CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 ATTIC SHARI S. ROOKS, PUBLIC WORKS SPECIALIST ACORD25(2001118) SRDULDANYOF THE ABOVE DESCRIBED FOUCIESSE CANCELLED BEFORE THE EXPMATON DATE THEREOF. THE ISSUING INSURER WBLU K"wL -ID— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Perron or Orge "im (AWItlonat InewedR THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS SHARI S. ROOKS, PUBLIC WORKS SPECIALIST 33M NEWPORT BLVD. NEWPORT BEACH, CA 92663 A. SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions is amended and the following added: This Insurance does not apply to: Additional Insured Contractual Llabliky `Bodily injury' or "property damage• for which the 'additional insured(s)' are obligated to pay damages by reason of the assumption of liability in a contract or agreement. Finished Operations or Work *Bod#y injury' or 'proparty damage': (1) occurring after your work', including materials, parts or equipment furnished in oonnec6on with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the "additional insured(s)' at the site of the covered operations has been completed; or (2) occurring after that portion of your work• out of which the injury or damage arises has been put to its intended use by any person or organization. Negligence of Additional Insured 'Bodily injury' or •property damage" directly afieing out of or resulting from the sete- negfgence of the 'additional insured(s)". S. SECTION II — WNO IS AN INSURED is amended and the following added: The person or organization (called 'additional Insured") shown in the Schedule is also an insured but only. a. with respect to indirect GabiFty caused by or resulting from your ongoing operations performed for that "additional insured(s)"; and b. when you and the person or organization shown in the Schedule have agreed In writing in a contract or agreement that such person or organization be added as an 'additional Insured" on your policy. A person's or organization's status as an 'additional insured' under this endorsement ends when their contract or agreement with you ends. C. SECTION IV — COMMERCIAL GENERAL UABILITY CONDITIONS, 4. Other Insurance is amended and the following added: The insurance afforded• by this Coverage Part for the "additional insured" shown in the Schedule is primary insurance and we will not seek contribution from any other insurance available to that •additionei insured ", ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. 1,115612.0403 Page 1 of 1 x,7c5equaiaNumber F 0024 #CAFCFICV7863656 - 0100000 DESIGNATED INSURED ENDORSEMENT This endorsement forms a part of Policy No. FCFICV78&16%01 issued to CJ CONSTRUCTION INC by the (Name of Insurance Company) Financial Indemnity Company at its Agency located (city and state) Van Nuys, California and is effective from oammoos (1201 a.m. Standard Time). Name of Perso(s) or Organization(s): THE CITY OF NEWPORT, ifs OFFICERS. AGENT,OFFICLUS. EMPLOYEES AND VOLUNTEERS 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 Each person or organization indicated above is an insured for Liability Coverage, but only to the extent that person or organization qualifies as an insured under Part I, Liability of the policy. Nothing herein contained shall be held to vary, after, waive, or extend any of the terms, limits of liability, conditions or exclusions of the policy to which this endorsement is attached, other than as stated above. This endorsement must be attached to the revision Declarations when issued after the policy is written. U-642 (10103) Ftftt SDOCUDFTEND AUG -10 -2005 14:15 FROM:CS CONSTRUCTION 15627772220 TO:949 644 3316 P.2/2 SK CERTHOLDER COPY STATE PO. BOX 420807, SAN FRANCISCO,CA 94142 -0807 =kNIPHNSATICIN IN SI,JRANcr.rc FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 07 -28 -2005 GROUP: 000228 POLICY NUMBER: 0027742 -2005 CERTIFICATE 10: 88 CERTIFICATE EXPIRES: 01 -01 -2005 01 -01- 2008/01 -01 -2008 CITY OP NEWPORT BEACH $300 NEWPORT BLVO NEWPORT BEACH CA 92883 SK This is to certify that we have issued a valid Workers' Compensation Insurance policy In a form approved by the California Insurance Commissioner to the employer wood below for the Polley period indicated This policy Is not subject to esncollation by the Fund except upon30 days advance written notice to the employer. We will 8190 give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance Is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed heraan. Notwithstanding any requirement, term or Condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy describod herein is subject to all the terms, exclusions, and conditions, of such policy. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - JOHN SARNO VICE PRESIDENT - EXCLUDED. ENDORSEMENT #1800 - CHRISTOPHER SARNO VICE PRESIDENT - EXCLUDED. ENDORSEMENT #1800 - CAROL T. SARNO PRESIDENT - EXCLUDED. ENDORSEMENT #2055 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01 ^2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER DF SUBROGATION EFFECTIVE 2005 -07 -28 IS ATTACHED TO AND FORMS A PART DF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER C.J. CONSTRUCTION, INC. AND /OR SARNO, JOHN AND /OR SARNO, CAROL T. 11418 FIDEL AVE WHITTIER CA 80805 IGJS,CN1 iRSV.I -se! PRINTED : 07 -28 -2005 g 16 05 11:5p9{a/� CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach_ Date Received: DeptJContact Received From: o- C� Date Completed: Sent to: Sj�QA_j r-1 0, By: Company /Person required to have certificate: %T (r3Y1S'hit rCt7 on I. GENERAL LIABILITY A. INSURANCE COMPANY: L B. AM BEST RATING (A: VII or greater): P.1 C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes WNo D. LIMITS (Must be $1M or greater): What is limit provided? mi) E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? OrYes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its �r officers, officials, employees and volunteers): Is it included? IN Yes ❑ No G. PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? 9Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes XNo L 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. IL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 9 ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? I rn) E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? f Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): .ct.- 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. ID. WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): Ax, i C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? / 1 p ❑ Yes No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Ct][ or'�l/ VILL GCIr-vm`ii"It /1 ),1. CfA . 9 0 Oyler, Shauna To: Farley, Lauren Subject: RE: CJ Construction Thank you - - - -- Original Message--- - From: Farley, Lauren Sent: Tuesday, August 16, 2005 1:56 PM To: Oyler, Shauna Subject: RE: 0 Construction Approved on Colony Ins. Co. I approved Douglas and sent it back to you yesterday. - - -- Original Message---- - From: Oyler, Shauna Sent: Tuesday, August 16, 2005 1:49 PM To: Farley, Lauren Subject: Cl Constriction I just received approval of the above insurance documents. The General Liability provider is Colony Insurance Company. They are not admitted, but have an AVIII rating. Will you accept them? Also, have you talked with John Douglas and approved his insurance? I dropped a copy of his insurance off with Mia last week. 1 License Detail f • Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 720989 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 07/19/2005 * * * Business Information * * * C J CONSTRUCTION INC 11418 FIDEL AVE WHITTIER, CA 90605 Business Phone Number: (562) 777 -2222 Entity: Corporation Issue Date: 04108/1996 Expire Date: 0413012006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * .. Class Description IFA GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 1036166 in the arr $10,000 with the bonding company http: / /www2.cslb.ca.gov /CSLB_LIBRAR`Y/License +Detail.asp 07/19/2005 License Detail • Page 2 of 2 SURETY COMPANY OF THE PACIFIC. Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) J( CHRISTOPHER SARNO certified that he /she owns 10 percent or more of the voting stock/ the corporation. A bond of qualifying individual is not required. Effective Date: 08/14/2000 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 229 - 0027742 Effective Date: 01/01/2004 Expire Date: 01/01/2006 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2005 State of California. Conditions of Use Privacy Policy http: / /www2.cslb.ca.gov /CSLB_LIBRAR`Y/License +Detaii.asp 07/19/2005 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, Califomia 92663 Gentlemen The undersigned declares that he has Carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3715 in acoordance 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 N IN WORDS PRICE PRICE 2. 3.. 13 Lump Sum Mobilization Try Dollars '3.5 and Ma __ Cents $ Per Lump Sum 'j•S Lump Sum Traffic Control @!0 it_ T''AwO.Aw) Dollars and .Cents $ (0 Per Lump Sum Lump Sum Import Selected Bark Fill Materials Srt T11-yus&nd Dollars and _ -- l/d Cents $ %. VOC) Per Lump Sum Lump Sum Grubbing, Clearing, & Grading * vt 'Dollars and /V a Cents $ &Q22 Per Lump Sum • • ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. I 7 Q E 10 11 1,600 S.F. 4 -inch PCC Sidewalk @AA&W TblouswCA Six Dollars �g and y a Cents $ $ - ` 1606 Per Square Foot 1650 S.F. Concrete Block Retaining Wall @Stxt� 5►x T6u544Wj Dollars and np h.) A Cents $ An' $ Qp Per Square Foot Lump Sum Drainage System 61ut, TLauoSa►v►d Dollars and N( o, Cents $ 61wo Per Lump Sum 8 LF Concrete Return Wall @Twu Tk6LAb*nd Dollars and N1p Cents $ �� $ 2-boo." Per Linear Foot 2 EA Concrete Split -Face Block Pilaster @ T►Aosc. TbW0Sjwj Dollars and Nil+ Cents $ 1,Zoo, $ 3,a0b.60 Per Each 1 EA Replace #5 Pull -box and Install Pedestrian Push Buttons @� 't6irn,rd Dollars and N �+ Cents $ III oOD Per EA 1 EA Reconstruct PCC Curb Access Ramp @116!0 T : - Dollars w and H 1jL_ Cents $ 9500-"° $ 500.00 Per Each • • PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 25 LF Reconstruct Type A Curb and Gutter @ vJ oliars nd o0 ru� Cents $ 3o $ 75�' Per Linear Foot 13. 8 EA Core Existing Curb; Install Curb -drain ' @fw, T11w,sw .1vwr fiars and N /A Cents $ Per Each 14. 2 EA Relocate Water Meter @7-444 TAM16 .off Dollars and Wlp Cents $ Slow., Per Each 15. Lump Sum Install Irrigation System @64 40- Dollars and Cents Per Lump Sum 16. Lump Sum Furnish and Install Plants 17 @�AvL- i*6, swmj Dollars and W& Cents Per Lump Sum Lump Sum 90 -Day Plant Establishment & Maintenance Period �'__�J @ohe. C4aNCi ftUe D ars and Oct& Cents Per Lump Sum 18. Lump Sum Furnish and Install Wrought Iron Fence Ca7Tar.�ye ovsAyj Dollars and ivio Cents Per Lu p Sum $ 2,4 va-&' $ G06." 60 .o $ 61000 $150, I�� PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL . AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 4 EA Area Drain & Culvert Through Curb @ TmAdil `Dollars and ,, AuI* Cents $ 5 wo. Per Each 20. Lump Sum Survey @T44^ M&IL swv A Dollars and NIA Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS -nmp l Lnd and °� Cents Date ( Sba)7774y2,0 -9af Bidder's Telephone and Fax Numbers ��o f gf Bidder's License No(s) and Classification(s) r�r $ ly $ J02 2 f ao Total Price (Figures) B�der f:Wsers\pbwlshared\contractslfy 04- 05Vrvine eve sidewalk o-37151proposal o-3715.doc Authorized Sionature and Title Address PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 2 2 -9.3 Survey Service 2 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4 -1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 3 5 -2 PROTECTION 3 5 -7 ADJUSTMENTS TO GRADE 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 • i 6-7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Public Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 8 7 -10.7 Notice to Residents and Temp Parking Permits 8 7 -15 CONTRACTOR LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9-3 PAYMENT 9 9 -3.1 General 9 9 -3.2 Partial and Final Payment 12 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS PART 3 - -- CONSTRUCTION METHODS 201 -1 PORTLAND CEMENT CONCRETE 201.1.1.2 Concrete Specified by Class 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel 12 12 12 12 12 PART 3 — CONSTRUCTION METHODS SECTION 300 • • 13 202 -2 CONCRETE BLOCK 12 202 -2.1 Masonry Units 12 202 -2.2 Mortar, Grout and Water 12 202 -2.2.1 Mortar 12 202.2.2.2 Grout 12 206-5 METAL RAILINGS 12 206 -5.1 Metal Hand Railing Materials 12 210 -1 PAINT 13 210 -1.5 Paint Systems 13 PART 3 — CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 13 300 -1.5 Solid Waste Diversion 13 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 13 303.5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 13 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.5.2 Curb 14 SECTION 304 METAL FABRICATION AND CONSTRUCTION 14 3042 METAL RAILINGS 14 304 -2.3 Wrought Iron Railing 14 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 15 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 15 308 -2.3 Topsoil Preparation and Conditioning 15 308 -2.3.2 Fertilizing and Conditioning Procedures 15' 308-4 PLANTING 15 308 -4.1 General 15 308 -4.2 Protection and Storage 15 308 -4.5 Tree and Shrub Planting 15 308 -6 MAINTENANCE AND PLANT ESTABLISHMENT 18 0 SP 1 OF 18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE CONTRACT NO. 3715 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. M- 5355 -S); (3) the City's (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of installing traffic control, removing existing improvements, surveying and constructing a concrete block wall, PCC sidewalk, PCC curb access ramp, and other incidental items of work. Private work contracted by the adjacent property owners may be built concurrent with this project. The contractor shall contact these owners to determine what private improvements are desired. If the Contractor and adjacent property owners agree to contract with each other, such work will be performed outside of Contract No. 3715, but the City of Newport Beach shall in no way be held a party to such contract. However, the City agrees that the Contractor may extend the construction period by no more than 15 working days (subject to the Engineer's written approval) due to the private work and may extend the length of use of the City's traffic control during these additional days to provide access from Irvine Avenue to perform the private work, provided that the owners) pay all costs for such extension. • • SP2OF18 Below are the adjacent property owners' contact information: Name: Phone No: Address: Robert & Colleen Walker 949 - 548 -5646 2001 Irvine Avenue John & Susan Curtis 949 - 646 -3823 2009 Irvine Avenue George & Madeline Skaug 949 - 645 -1220 2019 Irvine Avenue° 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall use the existing City survey records for the project design to provide construction survey services that are required to construct the improvements. All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall restore survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments, at his sole expense. The Contractor's Surveyor shall then file the required Record of Survey or Corner Records with the County of Orange. 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. i • SP 3 OF 18 SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5- -- UTILITIES 5 -2 PROTECTION. Add the following: "in the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City- owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Superintendent, at (949) 718 -3402. SP 4 OF 18 The Contractor shall remove and salvage City -owned sewer manhole covers and grade rings and City -owned water valve cans and covers, and furnish and install new sewer manhole cover and water valve covers prior to finish grade adjustment. The Contractor shall deliver salvaged material to the City's Utilities Yard. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet his/her original schedule and has demonstrated that he/she will be able to maintain his /her approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his/her overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under this Contract within forty (40) consecutive working days after the date on the Notice to Proceed. It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1s` the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4`", the first Monday in September (Labor Day), November I Vh (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24t', (Christmas Eve — half day), December 25h (Christmas), and December 31"` (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 AM to 4:30 PM, Monday through Friday. • • SP 5 OF 18 The Contractor, his/her subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 PM to 6:30 PM on weekdays or 8:00 AM. to 6 PM. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7-- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he/she desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any night -time work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West • • SP 6 OF 18 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Superintendent, at (949) 718 -3402. See Section 2 -6 for possible adjacent private property work." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at htto://www.city.newport- beach. ca. u sip u bwo rks/l i n ks. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 0 • SP7OF18 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add to this section: "Contractor shall install temporary construction fence at the private property side adjacent to the construction area upon approval of the property owners." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: 'The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. • • SP8OF18 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. Lane nearest the median on S/B Irvine Avenue shall be open at all times. A lane closure nearest the construction area is allowed only between 8:00 AM to 3:00 PM on S/B Irvine Avenue. 4. All advanced warning sign installations shall be reflectorized and/or lighted. 5. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent at (949) 718- 3468 and all property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. 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 PUBLIC CONVENIENCE AND SAFETY 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, describing the project and indicating the limits of construction. The City will provide the notice. • • SP9OF18 Forty -eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter famished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor A License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: • • SP 10 OF 18 Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, temporary construction fence and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. 3 Grading and Importing Back Fill Materials: Work under this item shall include all rough grading of the site and importing suitable materials for backfill in the event that excavated materials are not approved for backfill by the Engineer. Item No. 4 Grubbing and Clearing: Work under this item shall include removing all natural, objectionable materials from the site within the construction limits, and all other work as required to complete the work in place. Item No. 5 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 6 Concrete Split -Face Block Retaining Wall: Work under this item shall include constructing footings, concrete retaining walls per APWA Standard Plan 618 -1 and all other work items as required to complete the work in place. Item No. 7 Drainage System: Work under this item shall include supplying and installing all excavation, material and other work as required to complete the work in place (see Detail No. 7 on sheet 5). Item No. 8 Concrete Return Wall: Work under this item shall include constructing footings, concrete return wall per Detail No. 3 on sheet 3 and all other work items as required to complete the work in place. Item No. 9 Concrete Split -Face Block Pilasters: Work under this item shall include constructing footings, split -face CMU pilasters per Detail No. 8 on sheet 3 and all other work items as required to complete the work in place. Item No. 10 Replace Pull -box and Install Pedestrian Push Buttons (PPB): Work under this item shall include furnishing and installing a #5 Pull -box; furnishing and replacing 2 -inch conduit with new conductors; furnishing and installing 2 ADA • • SP 11 OF 18 pedestrian push buttons on existing Type 17 and Type 1A poles, and all other work items as required to complete the work in place. Item No. 11 Remove and Construct P.C.C. Curb Access Ramp: Work under this item shall include removing existing improvements and constructing P.C.C. access ramps, and all other work items as required to complete the work in place. Item No. 12 PCC Curb and Gutter (Type A): Work under this item shall include providing and installing PCC Curb and Gutter and all other work items as required to complete the work in place. Item No. 13 Relocate Water Meter: Work under this item shall include relocating existing Water Meter and all other work items as required to complete the work in place. Item No. 14 Install Curb Drain: Work under this item shall include coring existing curb, installing curb drain per CNB STD -184 -L and all other work items as required to complete the work in place. Item No. 15 Install Irrigation System: Work under this item shall include furnishing and installing all schedule 40 PVC irrigation pipes, valves, fittings, heads, rotors and all other work necessary to remove the existing irrigation system, construct the new irrigation system and connect to the existing irrigation system complete and in place. Item No. 16 Furnish and Install Plants: Work under this item shall include obtaining and installing all plants and groundcovers specified and all other work as required to complete the work in place. Item No. 17 90 -Day Plant Establishment and Maintenance Period: Work under this item shall include the maintenance of all plantings, weeding, irrigation, fertilization, replacement of dying plantings for a period of 90 consecutive calendar days, and all other work necessary for 90 -day plant establishment and maintenance complete and in place for City's contracted work along sidewalk only. The residents will be responsible for their arrangements for private plant establishment and maintenance. Item No. 18 Furnish and Install Wrought Iron Fence: Work under this item shall include furnish and install wrought iron fence and all other work as required to complete the work in place (see Detail 5 on Sheet 3). Item No. 19 Area Drain and Culvert Through Curb: Work under this item shall include furnishing and installing NDS Atrium Grate, NDS Catch Basin, PVC riser, Culvert, Culvert Adaptors and all other work as required to complete the work in place (see Detail 9 on sheet 5) Item No. 20 Survey: Work under this item shall include supplying any and all survey required to complete the work in place. • • SP 12 OF 18 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 202 -2 CONCRETE BLOCK 202 -2.1 Masonry Units. Replace entire paragraphs with: "Masonry unit shall be 12 "x6 "x16" and 8 "x6 "x16" Split Face One Side, Grade N -11 units conforming to the latest A.S.T.M. Designation C -90, manufactured by ORCO BLOCK, Stanton, California. Color shall be NU -FAD. A sample shall be submitted to the Engineer for approval prior to construction." 202 -2.2 Mortar, Grout, and Water. 202 -2.2.1 Mortar. Add to this section: "Mortar shall be freshly prepared and uniformly mixed in the ratio by volumes of 1 part cement,'' /2 part Hydrated Lime, 3 parts sand, and shall conform to A.S.T.M. Designation C -270. If plastic type cement is used the Hydrated Lime shall be omitted. Mortar shall match color of block." 202 -2.2.2 Grout. Add to this section: "Grout shall be a fluid consistency and mixed in the ratio by volumes, 1 part cement, 3 parts sand, or 1 part cement, 3 parts sand, 2 parts pea gravel." 206 -5 METAL RAILINGS 206 -5.1 Metal Hand Railing Materials. Add to this section: 'The base material for wrought iron railing shall conform to ASTM A207 for shapes and bars. Railing panels shall be shop welded, primed, coated and marked for assembly in the field. • • SP 13 OF 18 Railings, connections, post embedment and attachments shall be designed to support 50 pound per linear foot vertical and lateral loads acting simultaneously on each member. 210 -1 PAINT 210 -1.5 Paint Systems. Add to this section: "Paint systems for wrought iron railing shall be black primer and black enamel paint intended for use in a marine environment." 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. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS • 303 -5.1 Requirements • SP 14 OF 18 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, at (714) 718 - 3402." SECTION 304-- -METAL FABRICATION AND CONSTRUCTION 304 -2 METAL RAILINGS 304 -2.3 Wrought Iron Railing Wrought iron railing shall be welded into panels, ground flush and match - marked in the shop. Contractor shall submit shop drawings to Engineer for approval prior to fabrication and installation. Panels shall be shop -primed and painted after fabrication. Posts and pickets shall be vertical; Rail shall run parallel to the top of slope of the finished wall. Contractor shall submit primer and paint samples to the Engineer for approval prior to painting. All surfaces shall be shall be coated with one coat of zinc -rich (rust preventative) primer and two coats of black paint for wrought iron application. Prior coats shall be completely dried before application of any subsequent coats. Panels shall fit together in the field without need for fasteners. Adjacent panels shall align with each other with a variation not to exceed '/ inch Maximum variation of panel members from vertical or level shall be 1/16 inch per foot. Surfaces of all metalwork to be in contact with grout shall be thoroughly cleaned of all dirt, grease, and other foreign substances before grout is placed. Posts shall be grouted into block -out holes as shown on the plans. Grout shall be Por- Roc or Quik Rok which is placed in strict adherence to the manufacturer's recommendations. The exposed surface of the grout shall be sloped to drain moisture away from posts. • • SP 15 OF 18 If wrought iron railing or its paint is damaged during construction, Contractor shall repair and repaint two coats of black paint at the Contractor's sole expense. The Contractor's method of repair shall be subject to the prior approval of the Engineer. SECTION 308 -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.3 Topsoil Preparation and Conditioning 308 -2.3.2 Fertilizing and Conditioning Procedures. Add to this section: "Fertilizing and soil conditioning materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight, and manufacturer's guaranteed analysis. Fertilizing and soil conditioning material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals, or plants. The Contractor shall furnish a Certificate of Compliance stating that the material substantially meets the specifications. Exact fertilizing and conditioning materials and the required composition and quantities shall be determined by agronomic soils test. Commercial fertilizer shall be a palletized or granular product having a chemical analysis as specified here in. Commercial fertilizer shall be free - flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be used. Fertilizer composition shall be 16 -20 -0. Organic soil amendment shall be redwood sawdust free of shavings or particles of other woods such as fir or pine, supplied in bulk and .5% nitrogen stabilized by standard techniques. An acceptable substitute would be nitrogen stabilized fir or cedar sawdust ground to 0 -114" particle size and 1.0% nitrogen stabilized. PLANT TABLETS Plant tablets shall be Scotts Agriform 20 -10 -5 applied at the following rates: Tablet Size 21 Gram 5 Gram Container Size 1 Gallon 5 Gallon Ground Cover Plants Application Rates No. of Tablets 1 3 1 308 -4 PLANTING. Add to this section: 'The Contractor shall replant those areas excavated or damaged, at all construction locations, as a part of his irrigation system installation with vegetation of the same type as that removed. Ground cover shall be planted in accordance with Section 308 -4.7. Turf restoration shall be planted in accordance with Section 308 -4.3." 308 -4.1 General. Add to this section: "Plant names indicated or listed in the "Plant Sign" on the Plans. Condition of plants shall be symmetrical, typical for variety and species, sound, healthy, vigorous, free from plant disease, insect pests, or their 0 • SP 16 OF 18 eggs, and shall have healthy normal root systems, well filling their containers, but not to the point of being root bound. Plants shall not be pruned prior to delivery, except as authorized by the Engineer. In no case shall trees be topped before delivery. All plant material shall be subject to the inspection and acceptance of the Engineer before planting. The Engineer shall inspect the plants for size and condition of root growth, insects, injuries and defects. Plants not accepted are to be removed from the site immediately and replaced with suitable plants. The Engineer reserves the right to reject entire lots of plants represented by defective samples. The Contractor shall moisten prepared surfaces immediately prior to installing plant material. The Contractor shall install plant material immediately after delivery to the site, within 24 hours after harvesting to prevent deterioration. The Contractor shall water landscaped areas immediately after installation." 308 -4.2 Protection and Storage. Replace this section with: "All plants shall be inspected by the Engineer prior to planting, including plants previously approved at the nursery. The Contractor shall be responsible for the condition of all plants, planted or otherwise until acceptance. The Contractor shall regularly water all nursery stock in containers and place them in a cool area protected from the sun and drying winds. The Contractor shall not allow plants to dry out before or while being planted. Exposed roots shall be kept moist by means of wet sawdust, pear moss or burlap at all times during planting operations. Do not expose roots to the air except while being placed in the ground. Wilted or diseased plants, weather in place or not, will not be accepted and shall be replaced at the Contractor's sole expense." 308 -4.5 Tree and Shrub Planting. Replace this section with: 'Planting holes shall be approximately square for container grown plants, and circular for balled and burlapped plants. The holes shall be twice the width of the plant container or ball, unless otherwise shown on the Plans. The holes shall be one - and -half times the depth of the root ball, or as shown on the Plans. The hole shall be larger, if necessary, to permit handling and planting without injury or breakage of the root ball or root system. Any plant having a broken or cracked root ball before or during planting shall not be planted. In the event that underground construction work or obstructions are encountered in the planting operation, alternate locations for plant material will be selected by the Engineer. Containers shall be opened and removed in such a manner that the root is not injured. Balled plant wrappings shall be loosened or cut back after plant is positioned in the planting hole. The native soil at the bottom of the planting holes shall be scared to a depth of 6- inches. A. Planting Procedures. The following material shall be thoroughly blended and used as a backfill mix. 6 parts by volume on -site soil • SP 17 OF 18 4 parts by volume Nitrogen Stabilized Organic Amendment 1 lbs. 16 -20 -0 per cubic yard of mix 2 lbs. Iron Sulfate per cubic yard of mix No mixing for individual planting holes will be permitted. Mix planting soil prior to backfilling and stockpile at the site. Iron sulfate shall not contact cement surfaces because severe staining could occur; repair and or replacement of stained cement shall be the responsibility of the Contractor. 2. Remove all plants from their containers and set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Plant each plant in the center of the pit and backfill with prepared soil. Compact the backfill mix around the ball or roots. Do not use soil in muddy condition for backfilling. Do not fill around trunks or stems. Cut off all broken or frayed roots. For balled and burlapped plants, all burlap, ropes or wire shall be removed from the top of the root balls. 3. Thoroughly water each plant when the hole is one -half filled 4. After watering, backfill the remainder of the hole and tamp the soil in place until the surface of the backfill is level with the surrounding area and the crown of the plant is at the finished grade of the surrounding area. 5. After backfilling, a basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least six inches (6 ") of water. Basins shall be the same size as the container size of each individual plant. The basins shall be constructed of amended backfill material. 6. Set the plant tablets to be used with each plant on the top of the root ball so the required number of tablets to be used in each hole can be easily verified. Bury tablets upon approval by the Engineer. 7. Immediately after planting, apply water to each tree and shrub by means of a hose. Apply water in a moderate stream in the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. 8. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, well below the root system of grass and plants. 0 0 SP 18 OF 18 9. Basins around shrubs and trees in slopes shall be permanently maintained. In turf areas, basins shall be maintained thirty (30) days following tree planting. They shall be removed at that time, unless otherwise directed by the Engineer. B. Pruning. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one -third of the branching structure. Upon approval of the Engineer, pruning may be done before delivery of plants, but not before plants have been inspected and approved. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT Replace this section with: "The maintenance period shall be a minimum of ninety (90) days after "Date of Acceptance of Installation" of all planting areas. The Contractor shall request in writing from the Engineer notification of the date of the start of the maintenance period. At the acceptance of all planting areas, the Contractor shall request in writing from the Engineer notification of the date of the completion of the maintenance period. The maintenance period shall not officially begin or end without written notification from the Engineer. The Contractor shall water, weed, fertilize, mow, edge, prune, spray and apply topdressing as necessary to promote a healthy growing condition. All planted areas shall be kept free of debris and shall be weeded and cultivated at intervals not to exceed ten (10) days. The Contractor shall maintain the project in a neat and attractive manner throughout the maintenance period. The first mowing of lawn areas shall be performed when the grass is 2 ' /.-inches high and shall be repeated as often as necessary to maintain the lawn at a height of 2 Y2- inches. In no case shall the lawn be cut lower than 1 %- inches in height. The contractor shall adjust the irrigation system to sufficiently saturate root zone without rotting trees, shrubs, and ground cover. The Contractor shall fertilize with "Gro-Power Plus" at 30 lbs. /1,000 s.f. every thirty (30) calendar days (twice during the maintenance period), or as indicated by the agronomic soils test. Apply "Gro-Power Controlled Release Nitrogen" five (5) calendar days before the end of the maintenance period, or as indicated by the agronomic soils test. The Contractor shall adhere to fertilization requirements of the soils tests (provided by the Engineer) at no additional cost." F:IUSERS%PBMSharedlContractslFY 04- 0511RVINE AVE SIDEWALK C- 37151SPECS C- 3715.doc E n1509) E; P� N EJ y Et- E E. Ot o= m.. ISM Tot c a ^^^O•K-•_`NDARDS PUBLIC 600 mm' 15M (•5) EENBOOSTANDARDSINC., GREENBO COMMITTEE 194 mm (7 5/8.1 618-1 15M (•4) 15M (•41 cu o Layout fine Typ, Design limits For slope 1 E Tot. 3 Tot. 2 JOx'& E2 50 mm 15M (•5) (2'I Cl. 'E g\op° 2 E Masonry construction 200 mm E 15M (•5) 8')) EO m? 0? 295 mm (7 5/8') E M= (II 5/8'1 E r W7 j E n1509) E; P� N EJ y Et- E E. Ot o= m.. ISM Tot c 1& ^^^O•K-•_`NDARDS PUBLIC 600 mm' QI- EENBOOSTANDARDSINC., GREENBO COMMITTEE (2') surcharge 618-1 i 199• cu o Layout fine Typ, Design limits For slope 1 E or surcharge, Typical """ JOx'& E2 \ t 1 y g\op° 2 Masonry construction 15M (•5) 194 mm - C - (7 5/8') E E N^ 200 mm 15M US) P°y, (6') 200 mm lc (8') 15M (•4) ISM (•4) P - Tot. 2 —i�, Tot. 2 Pal 15M (•4) Tot. 2 W W H -1.4 in (4' -8') max. TYPE A WALL TYPE B WALL 50 mm (2') TYp 7E" N� AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN ^^^O•K-•_`NDARDS PUBLIC MASONRY RETAINING WALL METRIC EENBOOSTANDARDSINC., GREENBO COMMITTEE 618-1 i 199• 'tme I SHEET 1 OF 3 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NOTE: DIMENSIONS SHOWN ON THE PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER 1016 1219 1422 1626 1829 Type Design H (3' -49 (4' -0') (4' -81 (5' -4') (6'-01) 1000 1100 1200 1300 1400 A W i3' -29 i3' -6`) l3' -IO') (4' -29 (4' -6') A ® IS 0 1 46 p B (•4 0 1606 1e4 O 6) A ®. ISM 0 406 1590 406 (•4 0 16) (•5 0 161 A © 15M 0 406 15M 0 406 15M 0 406 8 (e4 0 16) 1e4 O 16) (,5 0 16) Footing Conc. m3 /m 0.27 0.30 0.31 0.34 0.37 (4.0) CF /tF (2.91 (3.2) (3.4) (3.7) 0 615 kg /m 13 13.5 17.5 19 22.5 Rein(. Ibs /LF (8.5} (8.9) 11.6) (12.8 S 05.1 NOTE: DIMENSIONS SHOWN ON THE PLAN FOR METRIC AND ENGLISH UNITS ARE NOT EXACTLY EQUAL VALUES. IF METRIC UNITS ARE USED, ALL VALUES USED FOR CONSTRUCTION SHALL BE METRIC VALUES. IF ENGLISH UNITS ARE USED. ALL VALUES USED FOR CONSTRUCTION SHALL BE ENGLISH VALUES. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER 1016 1219 14 22 1626 1829 Type Design H (3' -49 (4' -0') (4' -81 (5' -4') (6'-01) 850 9S0 1050 1150 1250 B W f2' -8') (3' -0.) (3' -41 i3'-8') (4' -0') ® IS 0 1 46 p B (.4 0 6)6 6) (#4 B ® 0 04 16) (#5 O 6)6 © 15M O 406 15M 0 406 15M 0 406 8 V4 O 161 (04 O 16) (•5 O 16) ® j . • • Place expansion joints of H =1829 mm 12(92 mm (40' -0'1 cc max. (6' -0') 40 161 ��(61 1(161 406 1161) mmI4606 mml - -- 466 mml - -y� —I _ -- ELEVATION- MASONRY CONSTRUCTION H =1829 mm H =1422 mm H =1016 mm 1(6'-0'1 ,(4' -8.1 , (3' -4'I I Front face finished ground line-- 6 mm (1/4') Premolded expansion joint filler Caulking ✓ E c UI_ 2 SECTION AN._. -A DESIGN CRITERIA: E Extend caulk- ing 150 mm (69 below finished grade � 15M (r4) 60p (1 600 mm m (2'-0') ') 15M (24) O 300 (12) ELEVATION PLAN FOOTING STEP DETAILS Layout line Masonry fm = 3.5MPO (500 psi) Tm= 10.3MPd (1500 psi) fs - 165MPO (24,000 pail n = 20 Reinf. Conc.r fc = 91APO (1300 psi) f'c = 22MPo (3250 psD Is = 165MPo (24.000 psi) n = 10 Earth = 19 KN /m3 (120 pct.) .6 m (2') Surcharge Equivalent fluid pressure - 5.6 kPa /m (36 pct) for determination of toe pressure. 4.2 kPo /m (27 pct) for determination of heel pressure. 1:2 (2:1) Unlimited Surcharge: Earth pressure determined from Rankine's formula ¢= 330-42'. Minimum al:owoble soil bearing capacity of foundation material = 96kPO (2000 psf.) AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER 50 mm (2') Cement MASONRY RETAINING WALL mortar cap H =1422 mm SHEET 3 OF 3 Omil mortar from vertical joint in first course above proposed ground H =1016 mm line at 813 mm (3' -4') (321 centers for weep holes.. Fill all cells with concrete Ground line front face -� 40 161 ��(61 1(161 406 1161) mmI4606 mml - -- 466 mml - -y� —I _ -- ELEVATION- MASONRY CONSTRUCTION H =1829 mm H =1422 mm H =1016 mm 1(6'-0'1 ,(4' -8.1 , (3' -4'I I Front face finished ground line-- 6 mm (1/4') Premolded expansion joint filler Caulking ✓ E c UI_ 2 SECTION AN._. -A DESIGN CRITERIA: E Extend caulk- ing 150 mm (69 below finished grade � 15M (r4) 60p (1 600 mm m (2'-0') ') 15M (24) O 300 (12) ELEVATION PLAN FOOTING STEP DETAILS Layout line Masonry fm = 3.5MPO (500 psi) Tm= 10.3MPd (1500 psi) fs - 165MPO (24,000 pail n = 20 Reinf. Conc.r fc = 91APO (1300 psi) f'c = 22MPo (3250 psD Is = 165MPo (24.000 psi) n = 10 Earth = 19 KN /m3 (120 pct.) .6 m (2') Surcharge Equivalent fluid pressure - 5.6 kPa /m (36 pct) for determination of toe pressure. 4.2 kPo /m (27 pct) for determination of heel pressure. 1:2 (2:1) Unlimited Surcharge: Earth pressure determined from Rankine's formula ¢= 330-42'. Minimum al:owoble soil bearing capacity of foundation material = 96kPO (2000 psf.) AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN MASONRY RETAINING WALL METRIC 618 - 1 SHEET 3 OF 3 n ► J 0 2004 Std PLAN ES -5G Y ° s � E H ri W Ui s e ad Si � W z �• coo Q W ^'��Fn3 a r5o c o JU ��`" 5 ry]I9 O E p — a` wo aC i� j 8 c ir0 $; = ui W m 00 N m dLL o F W Bs e c Q mL « •a i- w E u u W ~ V -F2 a J a w gg °pC h K «m. W ii, 6F ZO z z O 2 W U � O m I m� _ w « n m E s 2 O 46' O E r * W m r r« +y W LL W J ILL v \ \`J`JIUIy z a m Sg a Q es il3° 438 .. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda item No. 7 July 26, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, PE 949 - 644 -3328 ldalton @city.newport- beach.ca.us BY THE crry douw I M YOF NE1VP03IT SE"11 j SUBJECT: IRVINE AVENUE SIDEWALK BETWEEN PRIVATE ROAD AND SANTIAGO DRIVE — AWARD OF CONTRACT NO. 3T15 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Approve a budget amendment appropriating $24,000 from Transportation and Circulation fund balance, 260 -3605, to account 7261- C5100792. 3. Award Contract No. 3715 to CJ Construction, Inc., for the total bid price of $202,250, and authorize the Mayor and the City Clerk to execute the contract. 1 4. Establish an amount of $17,750 to cover the cost of unforeseen work. DISCUSSION: At 10:00 AM on July 13, 2005, the City Clerk opened and read the following total bid prices for this project: Bidder Total Bid Price Low CJ Construction, Inc. $202,250 2 Green Giant Landscape, Inc. 222,475 3 Alliance Streetworks, Inc. 233,920 4 Hillcrest Contracting 242,920 The low total bid price is 3% above the Engineer's Estimate of $196,000. The low bidder, CJ Construction, Inc. (CJ), possesses a General Engineering Classification "A" contractor's license as required by the project specifications. CJ has completed similar work for numerous Southern California agencies and their references are acceptable; however, they have not yet performed work for the City of Newport Beach. This project constructs the last portion of sidewalk needed along southbound Irvine Avenue within the City (see attached Location Map). The work includes removing shrubbery and private improvements from public right -of -way between Private Road and Santiago Drive, excavating into the hillside, constructing a six -foot maximum height retaining wall and a six -foot wide sidewalk within the right -of -way, installing irrigation 0 SUBJECT: S C . O � O ~ � W W i 1q IL W U F z N Z W LL] Q 8 Q UJ Z S G S N pp pOp Q O p O S �yj Q O O O O O O 0 O y= z � 0 O o � m U � W U U � ' W U Z Q = W r ¢ °G Q W `4 F- O U� �a ° m m W OD a Lu Zp? LL ? o °o° U_ °op °p•c°�So H J� o °o °o °Spg V W M 0 °opop°,p°p°,Sc4a It s S C . O � O ~ � W W i 1q IL W U F z N Z W LL] Q a� l0 x Y) n T Z S O O S N pp pOp O O p O O O� Q O O O O O O 0 O y= z � CJ ¢ U� N z o °o° °op °p•c°�So °o °So °o °o °Spg °o °opop°,p°p°,Sc4a N S U Z S O O O d '°V S w S O A N O S O 0 N S � CO,� °o,0 SfV So o0 o o 0o g oo ° °, 0000 0o g �JJ O O O S O N pp° O V S O S BSS000pogoo b W O O N O O O O J � �O�pp Q W Y N z� °oS °o, °o,g °o °oSSS °o, °oS °o8 °opp °o SS J Z D p S QV° r d p' S° N S S V S g O O N 0 Q vi C 1` N W .- N O M m CD d <D 0 M 0 In lh F S 0 O 0 O 0 0 S O 0 0 O 0 O 0 O 0 O 0 S O O p O o O S 0 � 0 S S O S S S S °O 8 o m O S 8 0. S 0 Z Z- O C N O � G O rp � tti u C f0 N 1n fN d f0 Oi fV O 1� a� Z Q Q N w W o °o S S O S S S S S S S S S S S o S S S Q Z G O O 8 O O S' O 0 p G S O O N O S O O G O O GG O fJ C Q Z J N O O G O Np M N W N T '• N ctq .- I� N r O O O O O O D O O° O O pp O O O O O O O O S O O p O 0 O 0 O S 0 O 0 O 0 O ° pZoo O °o °°SS °o gS °o °o QQO °a °O gS� °oSo 0 c; V o 0 [O 0 m 0 uS 0 W 0 t0 N fV ['! tG uYir fV N O tG N N O N � Z N Z 0 0 0 0 0 0 0 S p S O S O S O O O S O O S OU t Z o 0 0 0 `c ° ° 8 $ ° °0 0 0 0 °O °o °o °p °o 0 0 U 0 �- 0 N 0 0 0 0 N N� �- O N N N M O N N t0 O h In �- 0 N 0 N 0 O O J z Z p O O p p O G 0 O O 0 O 0 N O N p O O O N M O O G 0 N G 0 O O 0 O p 0 O G 0 O g O pp O GG 0 O O 0 O O 0 O D 0 g O S 5 LLi C �t> Cf Oi n � u'i O rn Q 0 o 0 0 0 o 0.6 O g S ° Oo, ° O0 ° oc, ° o ° o SO o oOON ° o o O O S o od O o S g °o 0 o ° S 0 W Lri c; N 7 O N N O O N N NS°O 16 N° N O W J J J W U) J ¢¢ W QS°o W J J J J QQ W J F O O CJ w m - m N m w a d 5 C S c .W d a 0 Z O - w .; .e - x s (L _� 3 C �jjVVjj p U w C@ y C V L N y lO d X" m m W c �ULL U EF LLa0 U m� U mfn �c mU € a£ S s a s m c_" a o ,z w W go U) m 9 W . is C) m a c a H m m m � m M c Wp p o •E L W L 12 A a p 5 E o dO Z C7 v �O V V KK R I 3d V W a� l0 x Y) n T Oft / of Newpo! i BecaCo NO. BA. 06BA -002 BUDGET AMENDMENT 2005 -06 AMOUNT: $2a,000.00 FECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AM X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for Irvine Avenue Sidewalk between Private Road and Santiago Drive. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 VENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Signed: Wad: Description Trans and Circ. Fund - Fund Balance Description Description Number 7261 Trans and Circulation Number C5100792 Sidewalk Construction Irvine /Santiago Number Number Number Number Number Number Financial Approval: Approval: City Services Director Amount Debit Credit $24,000.00 . $24,000.00 Z--,4f--"7Z- bate —(S— Date Signed: City Council Approval: City Clerk Date