HomeMy WebLinkAboutC-3830 - Mariners Library Left Turn0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
May 9, 2007
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879
Subject: Mariners Library Left Turn (C -3830)
To Whom It May Concern:
On May 9, 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 June 21, 2006. The Surety for the
contract is Fidelity and Deposit Company of Maryland, and the bond number is
7579460. 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
EXECUTED IN FOUR U JONTERPARTS
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINERS LIBRARY LEFT TURN - Contract No. 3830
BOND NO. 7579460
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 549
being at the rate of $ 9.38 per thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to HILLCREST CONTRACTING, INC. hereinafter
designated as the "Principal'. a contract for construction of MARINERS LIBRARY LEFT TURN -
Contract No. 3830 in the City of Newport Beach, in strict conformity with the plans, drawings,
specifications, and other Contract Documents maintained in the Public Works Department of the
City of Newport Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute MARINERS LIBRARY LEFT
TURN - Contract No. 3830 and the terms thereof require the furnishing of a Bond for the faithful
performance of the Contract;
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
. duly authorized to transact business under the laws of the State of
California as Surely (hereinafter "Surety' ), are held and firmly bound. unto the City of Newport
Beach, in the sum ofFIFI -m= uutisnrm FIVE i Nx=Tw Dollars ($ 58,502.00 ) lawful
money of the United States of America, said sum being equal to 100% of the estimated amount of
the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principals
heirs, executors, administrators, successors, or assigns, fall to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on Its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to Its true
intent and meaning, or falls to indemnify, defend, and save harmless the City of Newport Beach,
Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
12
'f
�YS
J
T
_i
:C
N
s :!
Y ,
1
9 •
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shag be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the some shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shag be extended and maintained by the Principal in full
ford and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, it is agreed that the
death of any such Principal shag not exonerate the Surety from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 23RD day of FEBRUARY . 2006.
�Wqp 14WOKIRIVIA600 1 1
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
# Name of Surety
801 N. BRAND BLVD., SUITE, PENTHOUSE
GLENDALE, CA 91203
Address of Surety
(818) 409 -2800
i Telephone
Ivor
I� IEJ�Fji-
MATTHEW P. FLARE /ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
` i ::wsem�aecft*y Orr06o7ARmm uaRARY LEFT TURN C=MAAS` ER INFORMAL COWRACrAm
13
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 02/23/06 before me,
LEXIE SHERWOOD - NOTARY PUBLIC
personally appeared
MATTHEW P. FLARE
personally
known to me to be the
person whose name
is subscribed to
the
within instrument and
acknowledged to me
that he executed
the
same in his authorized
capacity, and that by his signature on
the
instrument the person
or the entity upon
behalf of which
the
person acted, executed
the instrument.
WITNESS my hand a d official seal.
LEXIE SHERWOOD
' ✓/' COMM. #1593951 3
fsLY.i� NOTARY PUBLIC 0 CAUFORMA n
Signatu of Notary Public ORANGE COUNTY
Comm. Exp. JULY 27, 2009
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMNT
PERFORMANCE BOND
TITLE OR TYPE OF DPCUMWT
NUMBER OF PAGES 2 Dpi OF DOCUMEW 02/23/06
CAPACITY CLAIMED 23Y SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLES)
❑
PARTNER(S)
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑
OTHER:
SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NAME OF PERSONS) OR ENTITY(S)
LIJ
0
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
ON February 27,2006, before me. Michelle Santiago, Notary Public , personally
appeared Glenn J. Salsbury. personally known to me, to be the person whose name is
subscribed to the within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the person or entity
upon behalf of which the person acted, executed the instrument.
omANTIAGO Witness my I
373488- CALIFORNIA t� OUNTY ���(�N P�'J Sapt. T, 20081 Michelle
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: Performance Bond
Document Date: February 23.2006 Number of Pages: Two
Signer(s) Other Than Named Above Fidelity & Deposit Company of Maryland
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
Ek Corporate Officer — Title(s): President
❑ Partner - 0 Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
•
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article V l; Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date h e it by nominate, constitute
and appoint Richard A. COON, Charles L. FLAKE, David L. CULB E and Lexie
SHERWOOD, all of Anaheim, California, EACH its true make, execute, seal
and deliver, for, and on its behalf as surety, and as i y . nderlaldngs, and the
execution of such bonds or undertakings r p9� t ° se s coding upon said Company, as fully and
amply, to all intents and pu osVAd bee d acknowledged by the regularly elected officers of
the Company at its Iti M ° er persons: This power of attorney revokes that issued on
behalf of Richard A , h� avid L. CULBERTSON, Matthew P. FLAKE, Lexie SHERWOOD, dated
January 14, 2005.S�>
The said Assistant does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of November,
A.D. 2005.
ATTEST:
�p otiYpfr
W ,
State of Maryland i ss:
City of Baltimore J
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric A Barnes Assistant Secretary
"a,
By:
William J. Mills Vice President
On this 7th day of November, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland. duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same. and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seat of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
,,nuwiq,
x,A4
Constance A. Dunn Notary Public
My Commission Expires: July 14, 2007
POA•F 012.4150H
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
June 21, 2006
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879
Subject: Mariners Library Left Turn (C -3830)
To Whom It May Concern:
On May 9, 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
May 17, 2006, Reference No. 2006000332654. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 7579460.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
cere
LaVonne M. Harkless, MMC
City Clerk
cc: Public Works Department
R. Gunther, P.E.
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
EXECUTED IN FOUR CO NT RPARTS Pt•UH: INCLUDED IN
PERFORMANCE BOND
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINERS LIBRARY LEFT TURN - Contract No. 3830
BOND NO. 75794§Q
FOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of Califoriia, by motion
adopted, has awarded to HILLCRERT CONTRACTTNC. INC. hereinafter
designated as the "Principal," a contract for construction of MARINERS LIBRARY LEFT TURN -
Contract No. 3830 in the City of Newport Beach, in strict Conformity with the plans, drawings,
specifications and other Contract Documents in the office of the Public Works Department of the
Ctly of Newport Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute MARINERS LIBRARY LEFT
TURN - Contract No. 3830 and the terms thereof require the furnishing of a bond, providing
that if Principal or any of Principal's subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the work agreed to
be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay cite
same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
FIDELITY AM DEPOSIT COMPANY OF MARI'T ANN duly authorized to transact
business under the laws of the State of California, as Surety, (refered to herein as " SureV) are
held firmly bound unto the City of Newport Beach, in the sum of FIM EW- Try FIVE Hi» TWO & to /100
Dollars ($ 58,502.00 ] lawful money of the United States of America, said sum
being equal to 100% of the estimated amount payable by the City of Newport Beach under the
terms of the Contract for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by these
present
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, Implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
insurance Code with respect to such work or labor, or for any amounts required to be deducted,
willhheid and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety VA 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 requlred by
the provisions of Section 3250 of the Civil Code of the State of California.
• 10
M1. 1
J
;2
y:
t•
v
1
�- • ti
0
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections $247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
addltions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an Individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 23RD day of FEBRUARY 2006.
HILLCREST CONTRACTING, INC.
FIDELITY AND DEPOSIT
COMPANY OF MAR .AND
i, Name of Surety
I
801 N. BRAND BLVD., SUITE, PENTHOUSE
GLENDALE, CA 91203
Address of Surety
(818) 409 -2800
Telephone
BSS
Authorized Signaturerl itle
i
MATTHEW P. FLARE /ATTORNEY -TN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
j
t .
11
&:
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 02/23/06 before me, LEXIE SHERWOOD - NOTARY PUBLIC
personally appeared
known to me to be th,
within instrument and
same in his authorized
instrument the person
person acted, executed
MATTHEW P. FLAKE personally
person whose name is subscribed to the
acknowledged to me that he executed the
capacity, and that by his signature on the
or the entity upon behalf of which the
the instrument.
WITNESS m hand and fficial seal. LEXIESHERWOOD
L COMM. I IF 3
NOTARY rueuC 0 • CALIFORNIA
uwaxw �y
signatu a otac P lic
ORANGE COUNTY
Comm. Exp. JULY 27, 2009
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
PAYMENT BOND
TITLE OR TYPE OF DOCMIEW .
NUMBER OF PAGES 2 DATE OF DOCUMENT 02/23/06
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
❑
PARTNER(S)
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑
OTHER:
SIGNER IS REPRESENTING• FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NAME OF PERSON(S) OR ENTITY(S)
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside
ON February 27,2006, before me Michelle Santiaoo, Notary Public , personally
appeared Glenn J. Salsbury., personally known to me, to be the person whose name is
subscribed to the within instrument and acknowledged to me that he executed the same in
his authorized capacity, and that by his signature on the instrument the person or entity
upon behalf of which the person acted, executed the instrument.
om ANTIAGO Witness my ha and official seal
37 9486 - CALIFORNIA OUNTY a $ept. 7, 2008'
Miehallp . a ian mmi4ry Pu
OPTIONAL
Though law does not require the information below, it may prove valuable to persons
relying on the document and could prevent fraudulent removal of this form to another
document.
Description of Attached Document
Title or type of Document: Payment Bond
Document Date: February 23, 2006 Number of Pages: Two
Signer(s) Other Than Named Above Fidelity & Deposit Company of Maryland
Capacity(ies) Claimed by Signer
Signer's Name: Glenn J. Salsbury
❑ Individual
ia Corporate Officer — Title(s): President
❑ Partner - 0 Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing: HILLCREST CONTRACTING, INC.
•
•
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date y nominate, constitute
and.appoint Richard A. COON, Charles L. FLAKE, David L. CULB t _ E and Leme
SHERWOOD, all of Anaheim, California, EACH its true make, execute, seal
and deliver, for, and on its behalf as surety, and as it e y ndertakings, and the
execution of such bonds or undertakings t p9�t� se s coding upon said Company, as fully and
amply, to all intents and pu osUfgd bee acknowledged by the regularly elected officers of
the Company at its Iti IM er persons. This power of attorney revokes that issued on
behalf of Richard A I h avid L. CULBERTSON, Matthew P. FLAKE, Lexie SHERWOOD, dated
January 14' 2005 ' n0
The said Assistant does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of November,
A.D. 2005.
ATTEST:
pp9�EFlO,�ri
1 t
t{� j
State of Maryland l ss:
City of Baltimore J
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
I✓ /! J
Eric D. Barnes Assistant Secretary
By:
William J. Mills Vice President
On this 7th day of November, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice. President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
",,•mfg: "`�`
POA -F 012 -4150H
Constance A. Dunn Notary Public
My Commission Expires: July 14, 2007
0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
t �
Recorded in Official Records, Orange County
Tom Daly, Clerk- Recorder
ilil iilllllllllllllilllillll llllllllllllNIIIIIIIUIIIINIIIUIIIIIInIIIIINO FEE
2006000332654 03:49pm 05/17/06
213 160 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 Hillcrest Contracting of Corona,
California, as Contractor, entered into a Contract on February 14, 2006. Said Contract
set forth certain improvements, as,follows:
Mariners Library Left Turn Lane (C -3830)
Work on said Contract was completed prior to the opening of the new library on April 20.
2006, and was found to be acceptable on -May 9. 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.
Executed onCua_ f o7 a �� S° at Newport Beach, California.
kP
Y'
O
K V
W
>
�o cs Director
o
City ewport Beach
U ?
s$
U
,
,D_
CD U_
g
U> VERIFICATION
certify, undo$ penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed onCua_ f o7 a �� S° at Newport Beach, California.
kP
• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
May 10, 2006
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notices of Completion (C -3585 & C -3830)
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
9 0
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 GCI Construction, Inc., of Costa Mesa,
California, as Contractor, entered into a Contract on October 14, 2004. Said Contract set
forth certain improvements, as follows:
Mariners China Cove and 62nd Street Wastewater Puma Station Rehabilitation (C -3585)
Work on said Contract was completed on March 31. 2006, and was found to be
acceptable on May 9. 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.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �tf%w2�4 % at Newport Beach, California.
BY I',,
City Clerk
• C -�N30
C '38/100- 20��
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. l
May 9, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
R.Gunther, P.E.
949 - 644 -3311 or rgunther @city.newport- beach.ca.us
SUBJECT: MARINERS LIBRARY LEFT TURN LANE — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3830
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.
DISCUSSION:
On February 14, 2006, the City Council authorized the award of the Mariners Library
Left Turn Lane contract to Hillcrest Contracting. The contract provided for the
construction of a left turn pocket, including asphalt paving, concrete curb, and a small
block wall, off of Irvine Avenue to provide access to the new Donna and John Crean
Mariners Library.
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: $58,502.00
Actual amount of bid items constructed: 65,629.40
Total amount of change orders: 0.00
Final contract cost: $65,629.40
Mariners Library Left Turn Lane - Cc n And Acceptance of Contract No. 3830
May 9, 2006
Page 2
The final overall construction cost was 12.2 percent over the original bid amount.
Pursuant to City Council Policy F -3, written authorization to exceed the original contract
by 10 percent was approved by the City Manager. The overage was due to additional
quantities required over the bid estimate for 2" thick asphalt finish course, 4" thick
stamped colored concrete sidewalk, and a split face block wall. No change orders were
issued for the project.
Environmental Review:
The project was Categorically Exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This
exemption covers minor alterations of public highways and facilities involving negligible
or no expansion of use beyond that existing at the time the project was authorized by
City Council.
Funding Availabilitv:
Funds for the project were expended from the following account:
Account Description
Mariners Library
Account Number
7261- C5100661
Amount
$65,629.40
All work was completed prior to the opening of the new library on April 20, 2006.
Prepared by:
R. Gunther, P.E.
Construction Engineer
• CITY CLERK
CITY OF NEWPORT BEACH
Mariners Library Left Turn - Contract No. 3830
App ved by
S ephen G. Badum
Public Works Director
Contractor License Classification(s) required: "A"
1.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
MARINERS LIBRARY LEFT TURN - Contract No. 3830
THIS AGREEMENT, entered into this _ day of , 2006, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Hillcrest Contracting, Inc. hereinafter "Contractor,"
is made with reference to the following facts:
WHEREAS, City has solicited for bids for the following described public work:
MARINERS LIBRARY LEFT TURN - Contract No. 3830
WHEREAS, Contractor has been determined by City to be qualified to perform the work and
Contractor's proposal, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for MARINERS LIBRARY LEFT TURN - Contract No.
3830, 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 m6st 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.
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 Fifty -Eight Thousand, Five Hundred Two
and 001100 Dollars ($58,502.00).
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: Bill Patapoff
(949) 644 -3311
(949) 644 -3308 Fax
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
Hillcrest Contracting, Inc.
1467 Circle City Drive
Corona, CA 92879
951 - 273 -9600
951 - 273 -9608 Fax
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
` G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
2
• •
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 11185) 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 00291288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
by the Labor Code of the State of
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self - insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
3
W 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.
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
4
0 0
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and/or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H,3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
APPROVED AS TO FORM:
C <_
AA O C.HARP
Assistant City Attorney
U
HILLCREST CONTRACTING ,,711C'.,
By,
(Corporate Officer)
Title:
Glenn J. Salsbury - President
Print Name:
B
(Financial Officer)
TitieEiner G. Lindholm- V.P. /Secretary
Print Name:
Company Profile
Company Profile
Page 1 of 3
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
1400 AMERICAN LANE, 19TH FLOOR TOWER 1
SCHUAMBURG, IL 60196 -1056
800 - 382 -2150
Agent for Service of Process
ANDREW K. PLATT, C/O ZURICH NORTH AMERICA 801 N. BRAND BLVD., 13TH FLOOR GLENDALE, CA 91203
Unable to Locate the Agent for Service of Process?
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the
glossary.
http:// cdinswww.insurance.ca.gov /pls/wu co prof/idb co prof utl.get co prof?p EID =6217 03/01/2006
n
U
•
Reference Information
NAIC #:
39306
NAIC Group #:
0212
California Company ID #:
2479 -4
Date authorized in California: January 01, 1982
License Status:
UNLIMITED- NORMAL
Company Type:
Property & Casualty
State of Domicile:
MARYLAND
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the
glossary.
http:// cdinswww.insurance.ca.gov /pls/wu co prof/idb co prof utl.get co prof?p EID =6217 03/01/2006
n
U
•
Company Profile
0
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
CREDIT
FIRE
LIABILITY
MARINE
MISCELLANEOUS
PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
WORKERS' COMPENSATION
Company Complaint Information
Company Enforcement. Action Documents
Company Performance.& Comparison Data
Composite Complaint_Studies.
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
http:// cdinswww ;insurance.ca.gov /pls /wu co prof/idb co prof utl.get co prof?p EID =6217
Page 2 of 3
03/01/2006
r�
LJ
16 1 k Client#: 1723db Ht
ACORD- CERTIFICATE OF LIABILITY
INSURANCE
02122/06D Y)
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arroyo Insurance Services
Carter Salisbury Ins Brokers
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
50 E. Foothill Blvd., #201
POLICYEFFECTWE
POLICYEXPIRATION
MMMDrM
Arcadia, CA 91006
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
HILLCREST CONTRACTING, INC., AND
ROS -MAR EQUIPMENT COMPANY
P.O. BOX 18984467 CIRCLE CITY DR.
CORONA, CA. 92879.1898
INSURER A Interstate Fire & Casualty Company
AGL1400724
INSURER B: Safeco Insurance Co.
01/31/07
INSURER c: State Compensation Fund
$1,000,000.
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1 S
LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTWE
POLICYEXPIRATION
MMMDrM
LIMITS
A
X
GENERAL LIABILITY
AGL1400724
01/31/06
01/31/07
EACH OCCURRENCE
$1,000,000.
X COMMERCIAL GENERALLIABILITY
DAMAGE TO RENTED
$50000.'
CLAIMS MADE FX-100CUR
MEDEXP(Anycneperwn)
$-9-
PERSONALSADV IWURY
$1,000,000.
X $25,000 DIED
BI /PD EA.00C.
X
XCUICONTRACTUAL
GENERAL AGGREGATE
s2,000,000.
/BROAD FORM
GENL AGGREGATE
LIMIT APPLIES PER.
PRODUCTS- COMPMPAGG
$2000000.
X
POLICY
FXI PELT LOC
B
X
AUTOMOBILEUMI1ITY
ANY AUTO
25CCO02623
12/19/05
12/19/06
COMBINED SINGLE LIMIT
(Ea axMaM)
E1,OO9,000
X
BODILY INJURY
(par Person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
80DLLY INJURY
(Per =WW)
E
HIRED AUTOS
NON- OWNEDAUTOS
X
PROPERTY DAMAGE
(Per acctlent)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHERTHAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
A
EXCESSIUMBRELLAUABILITY
UM01606932
01/31106
01/31107
EACH OCCURRENCE
$4000000.
X
OCCUR D CLAIMS MADE
AGGREGATE
s4.000.000.
S
$
DEDUCTIBLE
X
$
RETENTION s$5.000.
C
WORKERS COMPENSATION AND
713000669104
10101105
10/01106
X WCSTATU- OTH. FR
10
EMPLOYERIETORIILRY
ANY PROPRIETORIPARTNERIEXECUTIVE
OFFICERRAEMBER EXCLUDED?
CERTIFICATE WILL
FROM STATE COMP-
FOLLOW
ENSATION
E.L. EACH ACCIDENT
000- -
E.L. DISEASE -EA EMPLOYEE
$1000000
Ityea, A, PROVISIONS
SP PR VISION w
FUND INSURANCE CO.
E.L. DISEASE - POLICY UMIr
$1 000 000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT l SPECIAL PROVISIONS
ALL OPERATIONS USUAL TO THE NAMED INSURED.
RE: IRVINS BLVD., LEFT TURN POCKET TO MARINERS LIBRARY
THE CITY OF NEWPORT BEACH, AND THE CITY OF COSTA MESA, THEIR OFFICERS, AGENTS, OFFICIALS,
EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSUREDS AS RESPECTS
(See Attached Descriptions)
CITY OF NEWPORT BEACH, PUBLIC
WORKS DEPARTMENT
3300 NEWPORT BLVD.
Newport Beach, CA 92658 -8915
LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WILL jIaaaWFj=MAIL 'An DAYS WRITTEN
:E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,jafXM XWAMMXXXXM
ACORD 25 (2001108) 1 of 3 OS37669IM37461 LOC a ACORD CORIpORAT10N 1988
AMS 25.3 (200+105) 3 of 3 #637669IM37461
0
INSURED: HILLCREST CONTRACTING, INC.
0
POLICY NUMBER: AGL1400724 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization: THE CITY OF Any person or organization that the insured is required
NEWPORT BEACH, CITY OF COSTA.MESA, THEIR OFFICE tbontracttonameasanadditiona !insured.
AGENTS,OFFICIALS, EMPLOYEES & VOLUNTEERS
It is further agreed that such insurance as is afforded by this policy for the benefit of the above Additional In-
sureds) shall be primary insurance as respects any claim, loss or liability arising out of the Named Insured(s)
operations, and any other insurance maintained by the Additional Insured(s) shall be excess and non-contributory
with the insurance provided hereunder.
(if no entry appeaFs above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liabAity arising out of "your work" for that insured by or for you.
CL 246 (11185)
CG 20 10 11 85 elec.aps
Copyright, Insurance Services Office, Inc., I W Page 1 of 1 D
0 0
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG 24 04 10 93
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST
OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement effective
Jan. 31, 2006 12:01 A.M. standard time
I Policy No.
Named Insured
Countersigned by
(Authorized Representative)
SCHEDULE
Name of Person or Organization:
THE CITY OF NEWPORT BEACH, CITY OF COSTA MESA, THEIR OFFICERS,AGENTS,OFFICIALS,
EMPLOYEES AND VOLUNTEERS
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV— COMMERCIAL
GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule above
because of payments we make for injury or damage arising out of your ongoing operations or "your work° done
under a contract with that person or organization and included in the "products- completed operations hazard," This
waiver applies only to the person or organization shown in the Schedule above.
CL 675 (10.93)
CG 24 04 10 93elec.APS. Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1
0 0
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG 22 79 0196
EXCLUSION- CONTRACTORS - PROFESSIONAL LIABILITY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following exclusion is added to paragraph 2., Exclusions of COVERAGE A— BODILY INJURY AND
PROPERTY DAMAGE LIABILITY (Section I— Coverages) and paragraph 2., Exclusions of COVERAGE B—
PERSONAL AND ADVERTISING INJURY LIABILITY (Section I— Coverages):
1. This insurance does not apply to "bodily injury," "property damage," "personal injury" or "advertising injury'
arising out of the rendering of or failure to render any professional services by you or on your behalf, but only
with respect to eittw or both of t-he foollowing operations:
a. Providing engineering, architectural or surveying services to others in your capacity as an engineer,
architect or surveyor; and
b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services
in connection with constriction work you perform.
2. Subject to paragraph 3. below, professional services include:
a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,
surveys, field orders, change orders, or drawings and specifications; and
b. Supervisory or inspection activities performed as part of any related architectural or engineering activities.
3. Professional services do not include services within construction means, methods, techniques, sequences
and procedures employed by you in connection with your operations in your capacity as a construction
contractor.
CL 801 (1 -96)
CG 22 79 01 96elecAPS Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1
THIS ENDORAENT CHANGES THE POLICY. PLEASE READ PAREFULLY.
F S A F E C a ADDITIONAL INSURED CA 713512 93
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
Wah respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the
e ^dorselmenf
Endorsement effective
12 -19 -05
e
Named Insured
Countersign
.HILLCREST CONTRACTING INC.
(AUtmonaBO Representauve)
Schedule .
Name of Person or Organization: PER SCHEDULE ON FILE WITH COMPANY
Address: 3300 Newport B1. Newport Beach, Ca. 92658 -8915
Premium: $ INCL
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement)
x
A. Under LIABILITY COVERAGE WHO IS AN INSURED is changed to include as an "insured" the person(s) or
organization(s) shown In the Schedule, but only with respect to "bodily injury" or "property damage" resulting from the
acts or omissions. of:
1. You;
2. Any of your employees or agents;
3. Any person, except the additional Insured or any employee or agent of the additional insured, operating a covered
"auto" with the permission of any of the above.
IL The insurance afforded by this endorsement does not apply.
To "bodily injury" or "property damage" arising out of the sole negligence of the person(s) or organization(s) shown
in the Schedule.
CA 7136 12 93 Page 1 or 1
THIS ENDORONT CHANGES THE POLICY. PLEASE REA104�AREFULLY.
S A F E C Cr WAIVER OF TRANSFER RIGHTS
OF RECOVERY AGAINST OTHERS
This endorsement modifies insurance provided under the following:
CA 7134 12 93
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the.
endorsement
Endorsement effective
a
.12 -19 -05
Named Insured
Countersig y
HILLCREST CONTRACTING INC.
(Authorized Representative)
SCHEDULE
Name of Person or Organizatiom
PER SCHEDULE ON FILE WITH COMPANY
(If no entry appears above, information required to complete this endorsement will he shown in the Declarations as applicable
to this endorsement).
We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments
we make to them or on their behalf for injury or damages. arising out of your contract with that person or organization. The
waiver applies only to the person or organization shown in the Schedule.
Premium: $ INCL
CA 7134 12 93
cuo-isat,�xromoma�o-v
r 0
ARROYO
INSURANCE SERVICES
Date: 2/22/06
City of Newport Beach
3300 Newport B1.
Newport Beach, Ca, 92658
Re: Insured: Hillcrest Contracting, Inc.
Company: Interstate Fire and Casualty Company
Policy No: UMOI606932
Term: 01/31/06 to 01/31/07
Gentlemen,
CITY OF NEWPORT BEACH, etal . for certain work performed by the above
captioned insured requires the cancellation wording for their certificate of Insurance be
amended to exclude the "Endeavor to .......... But failure to........." wording contained
in the cancellation clause.
It is agreed and understood that, in the event, of cancellation or non - renewal,
Carter Salisbury Insurance Brokers will advise CITY OF NEWPORT BEACH, etal .
And will not be the responsibility of Interstate Fire and Casualty Company
Very truly yours,
a
George B. sbury, MBA, CPCU, CL , ARM.
Carter Salisbury Insurance Brokers
50 E. Foothill Blvd., Suite 201, Arcadia, CA 91006
(626) 294 -1720 • Fax: (626) 294 -9245
E -mail: georges@arroyoins.com • julieo @arroyoins.com • Licenses #0735912 & 0556538
02 -28 -06 07:55
STATE
COMPENSATION
IN SUPt AN C6
FUND
FROM- hillcrest CvctinE • T -611 P.002/002 F -420
13OLICYHOLDER COPY SK
P.O, BOX 420607, SAN FRANCISCO,CA 94142, -0607
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 02 -27 -2006
THE CITY Of NEWPORT BEACH SK
PUBLIC WORKS DEPTARTMENT
3200 NEWPORT BLVD
NEWPORT BEACH CA 52663 -3816
GROUP 000719
POLICY NUMBER: 0006691 -2005
CERTIFICATE ID; 826
CERTIFICATE EXPIRES: 10 -01 -2OOB
10- 01- 2005/10 -01 -2006
THIS CERTIFICATE SUPERSEDES AND CORRECTS
CERTIFICATE # 924 DATED 02 -27 -2008
UOB:ALL CALIFORNIA OPERATIONS
This Is to certify that we have Issued a valld Workers' Compensation insurance policy In a form approved by the
California Insurance Commissioner to the employer named below for the policy period Indicated.
This policy is not subject to cancellation by the Fund except upon30 days advance written notice w the employer.
We will also give you 30days advanca notice should this Polley be cancelled prior to Its normal expiration.
This certifintte of Insurance is not an Insurance policy and does not amend, extend or alter the coveraae afforded
by the policy listed heraln. Netwlthstanding any requirement, term or condition of any contract or other document
with respect to which this cartlticate of Insurance may be issued or to which It may pertain, the insurance
afforded by the policy dasorlbed hersln Is subject to all the terms, exclusions, and conditions, of such policy.
V
ORI2EO REPRESENTATI PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2055 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10-01 -2003 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2006 -02 -27 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME:
THE CITY OF NEWPORT BEACH
EMPLOYER
HILLCREST CONTRACTING INC
PO Box lass
CORONA CA 02870
IPMF,CSJ
IREV.1 -eat PRINTED : 02 -27 -2006
FEB -27 -2006 11:59 FROM: �/ 7149391654 T069496443318 P.1 /1
Fax #: CCfgK1 6y7 `A13 p
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach
Date Received: , a?7 d 6 Dept. /Contact Received From: �P/iat' A 6S &,
Date Completed: zk a 7 ZO 6 Sent to: %P` a,14P eZ By: AA,2 do n
Company /Parson required to have certificate: 111crCS rorl fra clyrfe, . Zi+1C in
el -
p
1. GENERAL LIABILITY
i �A �! 1 4_ I Gp�-�_
A.
INSURANCE COMPANY: 1 ► r C `A &vt6t
B.
AM BEST RATING (A: VII or greater):
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California? Lid Yes
❑ No
D.
LIMITS (Must be $9M or greater): What is limit provided?
A -Iih") 0<
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is It Included? es OWO
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its ,,����
officers, officials, employees and volunteers): Is it included? gales
❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be included):
is it included? eYes
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? 0 Yes
M<0
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
ff. 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? Yes
[I No
D.
LIMITS (Must be $1M min. BI & PD and $500,000 UM): What Is limits provided? t k, I
E.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? Yes
❑ No
F,
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers on );
Is it included? V Ix ❑ 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.
ul. WORKERS' COMPENSATION nn LL_ /_ //rr L Q
k coo
A.
INSURANCE COMPANY: V 7yl - ✓I
B.
AM BEST RATING (A: VII or greater):
C.
LIMITS: Statutory
�,�
D.
WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes
I9No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes
&No
IF NO, WHICH ITEMS N,EED� TO BE COMPLETED? VJDf% %m Q - k*A I'yevy
,r�_
KAa
H ✓ "tQeG�
02 -15 -06 11:59 FROM- hillcrest *acting
0 T -259 P.001 /002 F -443
BH J CREST CONTRACTING
General Engineering Contractors tican rr471664A
02 -06 -06
City of Newport Beach
Public Works Department
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
Attention: Steve Luy
Regarding: Irvine Ave. Turn Pocket
Dear Steve,
Attached are our prices for the left turn pocket at the Mariner's Library. Please note the
following conditions:
1. Price is based on 8:00 AM to 4:00 PM working hours.
2. No irrigation or landscape removals or modifications are included.
3. Construction surveying is not included.
4, Prices are good thm 06- 30 -06,
Please call if you have any questions_
Yours Truly,
rry
i
B
Chei'Estimator
4
R
P.O. Box 1898 • Corona. California, 92878 -1898 • (951) 273 -9600 • FAX (951) 273 -9608
c:28 FROM- hillcrast C2Ltractinff Adik T -279 P.001 /001 F -501
Rid Item Prices for : IRVINE AM @ MARINERS
LIBRARY
JERRY BLAIR 211ww
/laaaNhr Yl /M 77nir Prirn T ml Arina
?—EMWVALS, EXCAVATION, &GRADING
LOOLS
$13,600.000
$13,600.00 -
= TYPE A CURB & GUTTER
10.00LF
$65.000
$650.00 -
THICK CROSS GUTTER
210.00817
$23.000
$4,830.00
AC BASE COURSE
52,OOTN
$140.000
$7,280,00
2" AC CAP
21.00TN
$140.000
$2,940.00.r
--- 7CK STAMPED CONC. ON 4" CMB
112.00 SF
$61.000
$6,832,00—
TROTECTIN PLACE
LOOLS
$100,000
$100.00 ,
SP -YT FACED 13LOCK WALL
27.00LF
$210.000
$3,670,00,
C -6" CURB & GUTTER
116.001,17
$65.000
$7,540.00
TRAFFIC STRIPING & SIGNING
LOOLS LS
$2,250.000
$2,250,00
T'tAFFICCONTROL
lAOLS
$3,400.00O
$3,400.00''
DEEP ROOT MOISTURE BARRIER
110.001-F
$31.000
$3,410.00
SubtntaI
$58,502.00
3 ALS
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARINERS LIBRARY LEFT TURN - CONTRACT No. 3830
TABLE OF CONTENTS
INSTRUCTIONS ............................................................... ..............................1
DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................2
NOTICE TO CONTRACTOR ............................................................ ..............................3
CONTRACT...................................................................................... ............................... 4
LABOR AND MATERIALS BOND .................................................... .............................10
FAITHFUL PERFORMANCE BOND ................................................ .............................12
PROPOSAL................................................................................ ............................... PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
CITY OF COSTA MESA ENCROACHMENT PERMIT ....................... ...............................
01 0
1
1
1
1
2
2
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
MARINERS LIBRARY LEFT TURN
CONTRACT NO. 3830
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -2
PROTECTION
5 -7
ADJUSTMENTS TO GRADE
5 -8
SALVAGED MATERIALS
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -7.2
Working Days
6 -7.4
Working Hours
1
1
1
1
2
2
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
0 0
6 -9 LIQUIDATED DAMAGES
SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK
7-8
PROJECT SITE MAINTENANCE
7 -8.5
Temporary Light, Power and Water
7 -8.6
Water Pollution Control
7 -8.6.1
Best Management Practices and Monitoring Program
7 -10
PUBLIC CONVENIENCE AND SAFETY
7 -10.1
Traffic and Access
7 -10.2
Storage of Equipment and Materials in Public Streets
7 -10.3
Street Closures, Detours, Barricades
7- 10.3.1
Construction Sequencing
7 -10.4
Public Safety
7- 10.4.1
Safety Orders
7 -10.5
"No Parking" Signs
7 -10.6
Street Sweeping Signs
7 -10.7
Notice to Businesses and Residents
7 -15 CONTRACTOR LICENSES
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
SECTION 9 MEASUREMENT AND PAYMENT
9-3 PAYMENT
9 -3.1 General
9 -3.2 Partial and Final Payment
PART 2--- CONSTRUCTION MATERIALS
SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel
SECTION 214 PAVEMENT MARKERS
214-4 NON - REFLECTIVE PAVEMENT MARKERS
214 -5 REFLECTIVE PAVEMENT MARKERS
PART 3 - -- CONSTRUCTION METHODS
5
5
5
6
6
6
6
6
6
7
7
7
7
7
8
8
8
8
9
9
9
9
11
11
11
11
11
11
11
11
11
SECTION 300 EARTHWORK 11
312 -1 PLACEMENT 16
PART 4
SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE
MATERIAL 16
• •
300 -1
CLEARING AND GRUBBING
12
300 -1.3
Removal and Disposal of Materials
12
300 -1.3.1
General
12
300 -1.3.2
Requirements
12
300 -1.5
Solid Waste Diversion
12
SECTION 302
ROADWAY SURFACING
12
302 -5
ASPHALT CONCRETE PAVEMENT
12
302 -5.1
General
12
302 -5.4
Tack Coat
13
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
13
302 -6.6
Curing
13
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
13
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
13
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
303 -5.1
Requirements
13
303 -5.1.1
General
13
303 -5.5
Finishing
13
303 -5.5.1
General
13
303 -5.5.2
Curb
13
303 -5.5.4
Gutter
13
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATION
13
308 -1
GENERAL
13
SECTION 310
PAINTING
15
310 -5
PAINTING VARIOUS SURFACES
15
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
15
310 -5.6.6
Preparation of Existing surfaces
15
310 -5.6.7
Layout, Alignment and Spotting
15
310 -5.6.8
Application of Paint
15
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
16
312 -1 PLACEMENT 16
PART 4
SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE
MATERIAL 16
• 0
400 -2 UNTREATED BASE MATERIALS 16
400 -2.1 General 16
400 -2.1.1 Requirements 16
• • SP 1 OF 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
MARINERS LIBRARY LEFT TURN
CONTRACT NO. 3830
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. R- 5905 -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 includes: removing existing improvements; constructing curb, gutter,
cross gutter, decorative walk and wall; placing asphalt pavement; and performing other
appurtenant and incidental items of work as required to complete the work in place."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The City will provide one set of
construction staking as required to construct the improvements. Additional stakes or re-
staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor
shall notify the City in writing two working days in advance of the time that the stakes
are needed. All existing street and property corner monuments are to be preserved.
The Contractor will be back - charged for the cost of restoring any survey ties and/or
monuments damaged by the Contractor, including the cost of filing the required corner
records or record of surveys with the County of Orange."
• SP 2 OF 16
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and then schedule a meeting with the
City Surveyor to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
Contractor shall have the affected survey monuments restored per records, at his
expense. The Contractor's Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
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.
• • SP 3 OF 16
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - -- UTILITIES
5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the work and is not re- useable, the Contractor shall provide
and install a new pull or meter box or cover of identical type and size at no additional
cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -
owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and
survey monuments.
For adjustment of Southern California Edison, The Gas Company, SBC, Cable
Television, and other utility facilities to the finish grade, the Contractor shall submit to
the Engineer a written request specifying facilities to be adjusted. The City will contact
each utility company and request the utility company to adjust its facilities per the
franchise agreement and asking the utility company to coordinate the adjustments with
the City's contractor. The Contractor shall then coordinate with each utility company for
the adjustment of these facilities.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve
box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged
materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The
Contractor shall make arrangements for the delivery of salvaged materials by
contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402.
The contractor shall remove and salvage City -owned sewer manhole covers and grade
rings and City owned water valve cans and covers, and furnish and install new sewer
manhole cover and water valve covers prior to finish grade adjustment. Salvaged
material shall be delivered to City Utilities Yard.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed."
02/23/2006 10 :57 000000000000 ENGINEERING PAGE 03/03
SP 4 OF 16
No work shall begin until a "Notice to Proceed" has been issued, a pre - construction
meeting has been conducted, and a schedule of work and Traffic Control Plan has
been approved by the Engineer. The Contractor shall submit a construction schedule
to the Engineer for approval a minimum of five working days prior to commencing any
work. Schedule may be bar chart or CPM style.
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 its original schedule and has
demonstrated that it will be able to maintain its approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from its 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 )ob."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within twenty consecutive working days after the date on the
Notice to Proceed. "
It shall be the Contractor's responsibility to ensure the availability of all material prior to
the start of work. Unavailability of material will not be sufficient reason to grant the
Contractor an extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1",t
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 4ffi, the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday
in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half
day), December 251" (Christmas), and December 3181 (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 a.m. to 4:00 P.M.
Monday through Friday.
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 4:00 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working
during any of these hours must be made at least 72.hours in advance of the desired
time period. A separate request must be made for each work shift. The Engineer
"41 2,27_ ad'
0 • SP5OF16
reserves the right to deny any or all such requests. Additionally, the Contractor shall
pay for supplemental inspection costs of $123.90 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
$500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 per day is the
minimum value of the costs and actual damage caused by the failure of the Contractor
to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City .
seven calendar days notice of the time desired for 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. Shutdowns will not be allowed on Fridays. The Contractor will be
responsible for completing all water connections within the time period allowed. The
times and dates of any utility to be shut down must be coordinated with the City of
Newport Beach, Utilities Department. The City must approve any nighttime work in
advance.
The Contractor shall contact the City's Storm Drain Supervisor, Jim Auger at (949) 795-
7045, 24 -hours in advance of the abandonment of any storm drain lines or manholes.
The Contractor shall contact the City's Park Maintenance Supervisor, Randy Kearns at
(949) 795 -8534, 48 -hours in advance of the need to shut down any irrigation systems
for Newport Shores Park.
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
• • SP6OF16
16th Street. The Contractor shall make arrangements for the delivery of salvaged
materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402.
An underground utility district is also underway in the neighborhood and the work shall
be coordinated with the underground contractor."
7-8 PROJECT SITE MAINTENANCE
7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
elects to use City water, he shall arrange for a meter and tender an $813 meter deposit
with the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage and repair charges for damage to the
meter."
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc."
7-8.6 Water Pollution Control. Add to this section, "Surface runoff water,
including all water used during sawcutting operations, containing mud, silt or other
deleterious material due to the construction of this project shall be treated by filtration or
retention in settling basin(s) sufficient to prevent such material from migrating into any
catch basin, Newport Harbor, the beach, or the ocean."
7 -8.6.1 Best Management Practices and Monitoring Program. The
contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater runoff from the project site. The BMP will be approved by the Engineer
prior to any work. The Contractor shall monitor the adjacent storm drains and streets
for compliance. Failure of the Contractor to contain runoff will result in immediate
cleanup by City Forces and the back charging of the contractor for all costs plus 15
percent.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accord with Section 7 -10 of the Standard Specifications
and the Work Area Traffic Control Handbook (WATCH) also published by Building
News, Inc.
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. Such measures shall be shown on the Detailed
Traffic Control Plans (see Section 7- 10.3).
The Contractor shall phase his construction activities in order to minimize the
inconvenience to the community. The Contractor shall submit any proposed changes in
0 • SP7OF16
writing to the Engineer prior to beginning any construction. No additional compensation
will be due the Contractor for any approved changes."
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 shall meet the following requirements:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and /or lighted.
4. All streets shall be open to traffic at the end of each work day.
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."
• • SP8OF16
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 -10.6 Street Sweeping Signs. After posting temporary "NO- PARKING -TOW
AWAY" signs, the Contractor shall cover street sweeping signs, on those streets
scheduled for work in a manner approved by the Engineer. Immediately after
construction is complete and the street is opened to traffic, the Contractor shall
promptly uncover the street sweeping sings and remove the temporary "NO PARKING -
TOW AWAY" signs."
7 -10.7 Notices to Businesses and Residents. Ten working days prior to
starting work, the Contractor shall deliver a construction notice to the adjacent
homeowners, within 100 feet of the project, the adjacent school and library describing
the project and indicating the limits of construction. The City will provide the notice.
Forty -eight hours prior to the start of any construction, the Contractor shall distribute to
the adjacent businesses and 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, what disruptions may occur, and approximately when construction
will be complete. An interruption of work at any location in excess of 14 calendar days
shall require re- notification. The Contractor shall insert the applicable dates and times
at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re- notification using an explanatory
letter furnished by the City.
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.
• • SP 9 OF 16
7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up -to -date and submitted to the Engineer at the time each progress bill is submitted.
Upon completion of the project, the Contractor shall provide "As- Built" corrections upon
a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to
final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the item of work in place and no other compensation will be allowed thereafter.
Payment for incidental items of work not separately listed shall be included in the prices
shown for the other related items of work. The following items of work pertain to the bid
items included within the Proposal:
Item No. 1 Removals, Excavation and Grading: Work under this item shall include
removing, excavation, disposing of existing roadway materials in reconstruction areas
only, subgrade compaction, grading and all other related work as required by the
Contract Documents. Work under this item shall also include providing bonds,
insurance and financing, preparing the SWPPP, obtaining a rider to the City's permit
with the City of Costa Mesa, complying with City of Costa Mesa requirements,
construction schedule, and all other related work as required by the Contract
Documents. Irrigation and landscaping removal and modifications will be performed by
others and are not a part of this bid item.
Item No. 2 Protect in Place: Work under this item shall include protecting all
existing improvements in place and all other work items as required to complete the
work in place.
Item No. 3 Type "A" PCC Curb and Gutter: Work under this item shall include
constructing P.C.C. curb and gutter with a 6 -Inch curb face, re- chiseling of curb face for
existing underground utilities, restoring all existing improvements damaged by the work,
0
• SP 10 OF 16
and all other work items as required for performing the work complete and in place
Gutter width shall be 18 inches unless otherwise noted.
Item No. 4 Type "A" PCC Curb and Gutter (Costa Mesa): Work under this item
shall include constructing P.C.C. curb and gutter with a 6 -Inch curb face, re- chiseling of
curb face for existing underground utilities, restoring all existing improvements
damaged by the work, and all other work items as required for performing the work
complete and in place in compliance with City of Costa Mesa requirements. Gutter
width shall be 18 inches unless otherwise noted.
Item No. 5 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include
placing crushed miscellaneous base, base compaction, constructing 8 -inch thick P.C.C.
cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc.
boxes and covers to grade, and all other work items as required to complete the work in
place.
Item No. 6 5 -Inch Thick Asphalt Pavement Base Course: Work under this item
shall include constructing 5 -inch thick asphalt pavement base course and all other work
items as required to complete the work in place.
Item No. 7 2 -Inch Thick Asphalt Pavement Finish Course: Work under this item
shall include constructing 2 -inch thick asphalt pavement finish course and all other work
items as required to complete the work in place.
Item No. 8 4 -Inch Thick Stamped Colored PCC Sidewalk on 4 -Inch CMB: Work
under this item shall include constructing the 4 -inch thick stamped colored P.C.C.
sidewalk on 4 -inch crushed miscellaneous base, and all other work items as required to
complete the work in place. The stamp pattern and color shall match existing as
specified in the plans.
Item No. 9 Split Face Block Wall: Work under this item shall include constructing
a footing and a split face block wall to match the existing adjacent block walls as shown
on the plans, and all other work items as required to complete the work in place.
Item No. 10 Deep Root Moisture Barrier and Root Pruning: Work under this item
shall include exposing and trimming the roots of trees interfering with the construction
and installation of moisture barriers to the satisfaction of the City's Arborist, installing
deep root moisture barrier and all other work items as required to complete the work in
place.
Item No. 11 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, posting 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
• • SP 11 OF 16
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. 12 Traffic Striping and Signing: Work under this item shall include
installing traffic striping, regulatory signs, pavement markers, inventorying existing curb
markings and replacing those markings in kind when curb replacement is required and
all other work items as required to complete the work in place.
9-3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560 -C -3250 unless specified otherwise."
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 drawings."
SECTION 214 - -- PAVEMENT MARKERS
214-4 NONREFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new non - reflective pavement markers types A and AY
shall be ceramic."
214-5 REFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new reflective pavement markers shall have glass- covered
reflective faces or be 3M Series 290."
PART 3
CONSTRUCTION METHODS
SECTION 300 --- EARTHWORK
0
300 -1 CLEARING AND GRUBBING
300 -1.3. Removal and Disposal of Materials
• SP 12 OF 16
300 -1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall
meet with the Engineer to mark out the areas of roadway removal and replacement."
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." And replace the words 1-Y2 inch" of the last
sentence with the words 'two (2) inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 302 - -- ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302 -5.1 General. Add to this section: "The asphalt concrete (AC) base course
used shall be III -133 -AR -4000. The asphalt concrete (AC) finish course used shall be
III -C3 -AR -4000. All cracks 1/4-inch or greater in width shall be cleaned and sealed with
a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks
greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt
concrete mix. The pavement shall then be cleaned with a power broom
• SP 13 OF 16
302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete
patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —
tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
302 -6 PORTLAND CEMENT CONCRETE PAVEMENT
302 -6.6 Curing. Add to this section: "The Contractor shall not open street
improvements to vehicular use until P.C.C. has attained the minimum compressive
strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength
may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by
the use of additional Portland cement or admixtures with prior approval of the
Engineer."
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.1 Requirements
303 -5.1.1 General. Add to this section: "Sidewalk 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 Finishing
303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X"
for water valve locations. "X" shall indicate the number of feet from the curb face to the
valve. To determine the location of sewer laterals and water services, the Contractor
must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402."
303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line
tolerances to within 0.01 feet of those elevations shown on the plan."
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -1 General. Add to this section: "The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
• • SP 14 OF 16
shall be responsible for ensuring that no tree roots are pruned or cut that could
compromise the stability of the tree.
The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr.
John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the
work. The Contractor shall describe the method of pruning and removing minor tree
roots that may be encountered during construction. The Urban Forrester will decide at
that time if a formal submittal is required for review by the City.
If the Contractor encounters large tree roots, he/she shall cease work at that location
and immediately contact the City's Urban Forrester for inspection. Upon inspection, the
Urban Forrester may require the Contractor to formally submit a plan for removing the
large roots to the City for review.
The submittal shall adhere to the following guidelines
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root - pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root - cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and /or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump - grinding machine
instead of a root - pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre- approved by the City's Urban Forester.
0
• SP 15 OF 16
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
SECTION 310 - -- PAINTING
310-5 PAINTING VARIOUS SURFACES
310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to
read: "The Contractor shall remove all existing thermoplastic traffic striping and
pavement markings prior to application of slung seal by a method approved by the
Engineer."
310.5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to
read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor
shall be responsible for the completeness and accuracy of all layout alignment and
spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment
shown on the plans. The Contractor shall mark or otherwise delineate the new traffic
lanes and pavement markings within 24 hours after the removal or covering of existing
striping or markings. No street shall be without the proper striping over a weekend or
holiday. Stop bars shall not remain unpainted overnight. The Contractor shall locate
and inventory all existing curb markings (e.g. red, yellow or green curb) in the
project limits and repaint in kind, where the curb has been replaced. A written
copy of the inventory noting the location of the curb markings shall be provided to
the engineer."
310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic
striping and markings shall be applied in one coat, as soon as possible and within 24
hours after the finish course has been applied.
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.45 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re- install "NO PARKING, TOW - AWAY" signs and
re- notify the affected residents, at the Contractor's sole expense. In addition, if the
n
U
• SP 16 OF 16
Contractor removes /covers /damages existing striping and/or raised pavement markers
outside of the work area, he shall re- stripe /replace such work items at no cost to the
City.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL
312 -1 PLACEMENT. Amend this section with:
"I. The location of raised pavement fire hydrant marker shall conform to the City of
Newport Beach Standard Plan No. STD - 902 -L.
2. The Contractor shall not replace raised pavement markers until fifteen days
after the application of the pavement or slurry."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements. Add to this section: 'The Contractor shall use crushed
miscellaneous base or better as the base materials."
F:IUSERSIPBW1Shared\Contracfs\FY 05- 061NEWPORT SHORES PAVEMENT C- 37211SPECS C- 3721.doc
CITY OF COSTA MESA •
DEPARTMENT OF PUBLIC SERVICES
77 FAIR DRIVE, COSTA MESA, CA 92626
Public Services: (714) 754 -5323 • Fax: (714) 754 -5028 • TDD: (714) 7545244
Call (714) 754 -5025 by 3:00 p.m. for next business day inspection
DATE: 01 -06 -2006 Encroachment PERMIT NO. P806 -00013
BY: WONG_G
Original Permit No. : ;
Address of Work: 498 BROADWAY
Suite or Unit #
Location:
Description of Work:
CONTRUCTION SOUTHBOUND LEFT TURN LANE. SAW CUT AND REMOVE EXISTING CURB AND GUTTER. CONSTRUCT NEW
CURB AND GUTTER AND PAVE NEW LEFT TURN POCKET. MODIFY LANDSCAPE, IRRIGATION SYSTEM AND 16" HIGH CINDER
BLOCK WALL.. RESTRIPE PER PLAN. TRAFFIC CONTROL PER ATTACHED PLAN. -
Stan Date: 01/23/2006
Permit Expiration Date: 07/06/2006
Building Reference No: NIA
Planning Reference No. (Project No.): N/A
Contractors Name: CITY OF NEWPORT BEACH
Phone No:
949 -644 -3311
Address: 3300 NEWPORT BLVD
NEWPORT BEACH, CA
State License No.....:
City Business License No.:
- -
- -.
...'�Insurance Company: - -
-
Insurance Certificate No.
24 -Hour Emergency Contact: CITY NB DISPATCH
24 Hr Telephone No.:
(949) 644L3717
-- UG.Service Alert ID No -; WILCALL
Name: CITY OF NEWPORT BCH'S I`EUE WY
Applicant's
Developer's Name: -
- -
-
Telephone No.:
FEES: Permit Fees: $,D.00,.-a ,� -
BOND AMOUNT:
40.00
_
DEPOSrr -
. TOTAL F* £F$O`00` -i-
-
Date:
06'
SIGNATURE OF APPLICANT
6—
PERMIT APPROVED FOR CITY ENGINEER By: � /+�_
�i._�Date:
NOTE: Applicant shall reference the attached Conditions, and Municipal Code Sections applicable to this permit
J
CITY OF NEWPORT BEACH
° o"
CITY COUNCIL STAFF REPORT
0 (mloo-yC*)
Agenda Item No. s19
February 14, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen G. Badum
949 -644 -3311
sbadum@cfty.newport-beach.ca.us
SUBJECT: MARINERS LIBRARY LEFT TURN - AWARD OF CONTRACT NO. 3830
TO HILLCREST CONTRACTING
RECOMMENDATIONS:
Approve the plans and specifications.
2. Adopt Resolution No. making findings that this work is deemed an urgent
��.. necessity and wave standard bidding procedures.
2. Award Contract No. 3830 to Hillcrest Contracting for the Total Bid Price of
$58,502, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $3,500 (6 %) to cover the cost of unforeseen work, and
geotechnical, materials testing, and survey as needed under the existing On -Call
Professional Services Agreements not to exceed $8,000.
4. Please appropriate $70,000 from unappropriated surplus Circulation &
Transportation fund balance to the Mariner's Library capital improvement account
(7261 - 05100661) for street improvements related to library access and traffic.
DISCUSSION:
During the course of construction of the new Mariners Library, staff revisited the
potential need to modify the median alignment on southbound Irvine Avenue to provide
a left turn pocket which will accommodate traffic turning into the library entrance.
Working with the City of Costa Mesa (the City boundary is the centerline of Irvine
Avenue), staff has secured permits to construct a small left turn pocket that will improve
safety for vehicles wishing to enter the library parking lot from the southbound direction.
N
• Mariners Library Let — Award of Contract No. 3830
February 14, 2006
Page: 2
The planned Library opening is April 20, 2006. In an effort to construct the turn pocket
before the library opening, staff solicited three bids from contractors who are currently
or have recently performed work for the City. The following bids were received by the
Public Works Department.
BIDDER TOTAL BID AMOUNT
Low Hillcrest Contracting $58,502
2 Elite Bobcat Service, Inc. $65,645
3 Excel Paving Company $79,100
In addition to the above work, landscape and irrigation work will be performed under
current City contracts. The estimated cost of this work is $8,000.
Environmental Review:
The project is Categorically Exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This
exemption covers minor alterations of public highways and facilities involving negligible
or no expansion of use beyond that existing at the time the project was authorized by
City Council.
Geotechnical and Survey Services:
Geotechnical and survey will be performed under existing on call contracts as needed.
Funding Availability:
There are no funds currently appropriated for this project
$70,000 would become appropriated upon approval of
Amendment and sufficient funds will be available in the
project.
Account Description Account Number
Mariners Library 7261- C5100661
Prepared and submitted by:
lA-Vyk
Stephen G. Badum W
Public Works Director
Attachment: Budget Amendment
Funding in the amount of
the recommended Budget
following accounts for the
Amount
$70,000
.i
�J
0 •
} RESOLUTION NO. 2006-.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
NEWPORT BEACH AUTHORIZING THE EMERGENCY
BIDDING PROCESS FOR THE MARINERS LIBRARY LEFT
TURN PROJECT, CONTRACT NO. 3830
WHEREAS, The City of Newport Beach is currently constructing a joint library
facility, Donna and John Crean — Mariners Library, with Newport Mesa Unified School
District which is scheduled to open on April 21, 2006; and
WHEREAS, the City is proactive in its efforts to maintain safe highways; and
WHEREAS, The Public Works Department has determined that the
installation of a left turn pocket on southbound Irvine Avenue will provide improved
safety for vehicles desiring to enter the library parking lot ; and
WHEREAS, the location of the proposed left turn pocket resides within the
City of Costa Mesa's jurisdiction and that the City of Costa Mesa has approved a permit
to construct said project; and
WHEREAS, the City's standard bidding procedures would cause the
completion of the proposed project to occur beyond the library opening date; and
WHEREAS, the City Staff has implemented an emergency bidding process
for the construction of the southbound Irvine Avenue left turn pocket at Mariners Library.
NOW, THEREFORE, it is hereby Determined and Resolved by the City
Council of the City of Newport Beach that the construction of the Irvine Avenue left turn
pocket at Mariners Library is of urgent necessity for the preservation of life, health and
property; and
BE IT FURTHER RESOLVED, that the City Council hereby authorizes and
approves the emergency bidding process for the Mariners Library Left Turn, Contract
No. 3830, in accordance with Section 1110 of the City Charter.
Adopted this 14th day of February, 2006.
ATTEST:
LaVonne Harkless
CITY CLERK
Don Webb
MAYOR
F:1 UsersVP SWISharedlResolutlons%Mariners Library Left Turn Emergency Award-doe
NO. BA- O68A Q of Newport Beach . 044
• BUDGET AMENDMENT
2005 -06 AMOUNT: $7a,000.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
8 Increase Expenditure Appropriations AND M Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
from additional estimated revenues
NX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase expenditure appropriations in the Circulation & Tranportation Mariners Library improvement
account from unappropriated fund balance for median alignment modification on southbound Irvine Avenue
to provide left turn into the library entrance (Contract # C3830).
ACCOUNTING ENTRY:
BUDGETARYFUND BALANCE
Fund Account Description
260 3605 Circulation & Transportation
REVENUE ESTIMATES (3601)
Fund/Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Signed:
Signed:
Signed:
Approval: Administrative Services Director
Administrative Approval: City Manager
City Council Approval: City Clerk
Amount
Debit Credit
$70,000.00 "
$70,000.00
off" /d -6U
Date
Date
Date
Description
Division
Number
7261 Circulation & Transportation Fund
Account
Number
C5100661 Mariners Library
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Approval: Administrative Services Director
Administrative Approval: City Manager
City Council Approval: City Clerk
Amount
Debit Credit
$70,000.00 "
$70,000.00
off" /d -6U
Date
Date
Date