Loading...
HomeMy WebLinkAboutC-5491 - FY 2013-2014 Sidewalk, Curb & Gutter ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC August 12, 2015 Grigolla & Sons Construction Company P.O. Box 949 Azusa, CA 91702 Subject: 2013-2014 Sidewalk, Curb & Gutter Replacement Project — C-5491 Dear Grigolla & Sons Construction Company: On August 12, 2014, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 August 19, 2014. Reference No. 2014000334679. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0628829. Enclosed is the Faithful Performance Bond. Sincerely,444�j ""l Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov THE FINAL PREMIUM IS PREDICATED ON THE This bond was executed in three(3) FINAL CONTRACT PRICE identical counterparts. EXHIBIT C CITY OF NEWPORT BEACH BOND NO, 0628829 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ g goo. op , being at the rateof$zs.00 / Sls.00 / $10.00thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Company, Inc, hereinafter designated as the "Principal," a contract for 2013-2014 Sidewalk, Curb & Gutter Replacement in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we,*the Principal, and International Fidelity Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Nine Thousand Nine Hundred Fifty dollars and 001100 ($639,950.00) 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, Grigolla & Sons Construction Co., Inc. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or falls to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. rr�r Grigolla & Sons Construction Company, Inc. Page C-1 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 shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of December 12013___. Grigolla & Sons Construction Co.. Inc. Name of Contractor (Principal) International Fidelity Insurance Company Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Arturo Ayala, Attorney--in-Fact Address of Surety Print Name and Title (858) 513-1795 _ Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Company; Inc. Page C-2 ACKNOWLEDGMENT State of California County of Orange )SS' On December 6 2013 before me, Susan Pugh Notary Public, personalty appeared Arturo Avala who proved to me on the basis of satisfactory evidence to be the person(() whose name(a) Is/a% subscribed to the within instrument and acknowledged to me that he/aImAbay executed the same in his/herltheir authorized capacityWs), and that by his/Glaeltt)e'tr signature*) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. ti iISF N� WITNESS m hand and official seal. y IL Signature susan ugh (seal) ACKNOWLEDGMENT" State of Cali omia County of ss. On 2` co 20—f before me, \.I t r0. t2351c v'ios Notary Public, personally appeared `C��\tom F1Yigo1� , who proved to me on the basis o satisfactory evidence to be the person(<whose nameKis/are subscribed to the within instrument and acknowledged to me that helshekhey executed the same in hisA"Othetrauthorized capacity(les); and that by his/her/their signatures(11'jon the instrument the person(s); or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �- �Cn Signature Grigolla & Sons Construction Company, Inc, ELVIRA BOLANOS Cemmliel0a # 1872681 i Notary Public • California Los Angeles C Ll M Comm, iresDec _ial 1S hi I, the undE compared Power of) of the saic "INTFSTIt t a President, cie President, EXecuhve Vice Presider omeys-in-Fact a agents power and authority titin and affix the Corporation's seal .thereto, bonds, and fated thereto; arid (2) any su ris of the Cog a of process, and Attomeys-in- ct I authority to axe f 6 Corporation and the uorporqb 'a seal may beaffi; Ki, r ognizance, contract of indemnity or other wr tle ar ere re or hereafter being h adapted. by the lid and bi ng upon the opo b with the same foro REOF, INTERNATIONAL FIDELITY INSURANCE Cl its on this 12th day of With, 2012: behalf as surety, any and all bonds and,undertakings, contracts of indemnity ill or permitted by law, statute rule mulation contract or otherwise, 11 as binding upon the �ald MERE ONAL �oql-TY INSURANCE to 611 intents and purposes, as if Uib same had been 'duly executed and .b authori of the B L ws of INTERNATIONAL ODELITY. INSURANCE t Wy of the fou%tesoWtionadoptedl V the Board of Oirectors J on the 20th day of My, 20 and by the Board o Olrectorsof ALLEGHENY )r SeGmta of the Corporation shall have the power to appoint, and to revoke refined or united in their respective powers 0 tborney, sand to execute on ikings, recognizances, Contracts at indemnity and other written otill allons in th lion mayappoint and revoke e ap�oinrtrnents of joint -control =dfraft, a waivers and consents on behalfa the Car oration; �ndl (3) the signature by. facsimile to any power ofattorney q certKationivehfoftheexecution bligation in the nature thereof or related thereto, such signature and seals rporation as the original sj?natum of such officer and the original sea] of the id effect as though manually affixed-" NY and ALLEGHENY CASUALTY COMPAt 1-1 M -M i executea arta !), Nz� CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC October 23, 2014 Grigolla & Sons Construction Company P.O. Box 949 Azusa, CA 91702 Subject: 2013-2014 Sidewalk, Curb & Gutter Replacement Project - C-5491 Dear Grigolla & Sons Construction Company: On August 12, 2014 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 August 19, 2014, Reference No. 2014000334679. The Surety for the bond is International Fidelity Insurance Company and the bond number is 0628829. Enclosed is the Labor & Materials Payment Bond. Sincerel!Brown, , Ae Leilani MC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov THE FINAL PREMIUM IS This bond was executed in three(3) PREDICATED ON THE identical counterparts. EXHIBIT FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO, 0628829 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Company, Inc, hereinafter designated as the "Principal," a contract for 2013-2014 Sidewalk, Curb & Gutter Replacement in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, International Fidelity Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Nine Thousand Nine Hundred Fifty Dollars and 00/100 ($639,950.00) 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. *Grigolla & Sons Construction Co., Inc. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fait to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 of seq. of the Civil Code of the State of California, Grigolla & Sons Construction Company, Inc. Page B-1 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 shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond, IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the Ftt, day of Qecember , 24 33. Grigolla & Sons Construction Co. Inc. Name of Contractor (Principal) International Fidelity Insurance Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Arturo Ayala, Attorney -in -Fact Address of Surety Print Name and Title (858) 513-1795 Telephone NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MIDST BE ATTACHED Grigolla & Sons Construction Company, Inc, Page B-2 ACKNOWLEDGMENT State of California County of orange }ss. On December 6 2611— before me, Susan Pugh , Notary Public, personally appeared Arturo Ayala who Proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) istam subscribed to the within instrument and acknowledged to me that helsheftW executed the same in hisAw*Wr authorized capacity(ias), and that by hisihaft ugr signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(*) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct,, WITNESS my hand and official seal n 0�'AN IP NTY "v h1y6G l:lr, C-arcnP 20 2015 Signature Susan Pugh _ (seal) ACKNOWLEDGMENT State of California County, of \ ss. On �2 �O 2a!_ before me, Notary Public, personally appeared \Y�Ly\C3 Ae�1� , who proved to me on the basis of sati ctory evidence to be the person whose name(soriskrre subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in his/tief�uthorized capacity(io<end that by his;4* heir -sl natures(sj -on the instrument the personk<-or the entity upon behalf of which the person(& cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ignature EWINA BOLANOS Commission N 1872861 _ Notary public - California Los Angeles County M Comm. Ex fres Oec 10, Irby) Grigolia & Sons Construction Company, Inc RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder NO FEE *$ R 0 0 0 6 9 0 8 8 0 4$ 201400033467911:40 am 08/19114 143 423 N 12 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 ► 1 i1 1 T NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Grigolla & Sons Construction + l Company, Inc. of Azusa, CA, as Contractor, entered into a Contract on November 27,._; 2013. Said Contract set forth certain improvements, as follows: 2013-2014 Sidewalk, Curb & Gutter Replacement Project (C-5491) Work on said Contract was completed, and was found to be acceptable on August 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on /3 at Newport Beach, California. c BY City Clerk c �AoRNke, ,19XV/ Fp August 13, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC RE: Notice of Completion for the following project: • 2013-2014 Sidewalk, Curb & Gutter Replacement Project (Contract No. 5491) Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincereljy�,�^� UV A Leilani L Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Grigolla & Sons Construction Company, Inc. of Azusa, CA, as Contractor, entered into a Contract on November 27, 2013. Said Contract set forth certain improvements, as follows: 2013-2014 Sidewalk, Curb & Gutter Replacement Project (C-5491) Work on said Contract was completed, and was found to be acceptable on August 12. 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. AM Nubllc works Uirector City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 1l�,yU� Ala tl/ at Newport Beach, California. t BY City Clerk TO: FROM PREPARED BY: PHONE: TITLE: CITY OF NEWPORT BEACH City Council Staff Report August 12, 2014 Agenda Item No. 6. HONORABLE MAYOR AND MEMBERS OF THE CIN COUNCIL David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov Alfred Castanon, Associate Civil Engineer (949)644-3314 2013-2014 Sidewalk, Curb & Gutter Replacement Project - Notice of Completion and Acceptance of Contract No. 5491 (CAP13-0020) ABSTRACT: On November 26, 2013, City Council awarded Contract No. 5491, 2013-2014 Sidewalk, Curb & Gutter Replacement project to Grigolla & Sons Construction Company, Inc., for a total contract cost of $639,950.00 plus $96,000.00 allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount General Fund 7013-C2001009 $ 305,850.00 Measure M 7282-C2001009 $ 413,200.00 GS Street Trees 3180-80806 $ 16,900.00 Total: $ 735,950.00 DISCUSSION: Overall Contract Cost/Time Summary The work necessary to complete this contract consisted of reconstructing sidewalk, curb and gutter, curb access ramps, driveways, and pruning tree roots in the Newport Heights and Lido Isle Communities. The contract was completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $ 639,950.00 $ 692,116.50 $ 43,833.50 $ 735,950.00 The actual cost of bid items constructed was $52,166.50 more than the original bid amount due to additions to the concrete replacement bid quantity as a result of favorable bid prices. Also, during construction, Municipal Operation staff identified 15 trees along 15th Street that required removal in order to complete the reconstruction of sidewalk, curb and gutter and residential driveways work desired. The final contract cost was approximately 15 percent above the original bid amount with three change orders totaling $43,833.50. The change orders included additional concrete replacement adjacent to Eastbluff Elementary School and the Balboa Yacht Basin; along with costs to pump concrete for the strada walkways on Lido isle. A summary of the project schedule is as follows: Estimated Completion Date per 2012 Baseline Schedule May 30, 2014 Project Awarded for Construction November 26, 2013 Contract Completion Date with Approved Extensions July 7, 2014 Actual Substantial Construction Completion Date June 13, 2014 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mar) Actual Awarded Contract Final Cost at Contingency Contract % Due to Directed % Due to Unforeseen Amount Completion Allowance Change Change Change $639,950.00 $735,950.00 15% or less +15% +15% 0% Allowed Contract Time (days) 85 Actual Time -15 Under (-) or Over (+) The work necessary to complete this contract consisted of reconstructing sidewalk, curb and gutter, curb access ramps, driveways, and pruning tree roots in the Newport Heights and Lido Isle Communities. The contract was completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: $ 639,950.00 $ 692,116.50 $ 43,833.50 $ 735,950.00 The actual cost of bid items constructed was $52,166.50 more than the original bid amount due to additions to the concrete replacement bid quantity as a result of favorable bid prices. Also, during construction, Municipal Operation staff identified 15 trees along 15th Street that required removal in order to complete the reconstruction of sidewalk, curb and gutter and residential driveways work desired. The final contract cost was approximately 15 percent above the original bid amount with three change orders totaling $43,833.50. The change orders included additional concrete replacement adjacent to Eastbluff Elementary School and the Balboa Yacht Basin; along with costs to pump concrete for the strada walkways on Lido isle. A summary of the project schedule is as follows: Estimated Completion Date per 2012 Baseline Schedule May 30, 2014 Project Awarded for Construction November 26, 2013 Contract Completion Date with Approved Extensions July 7, 2014 Actual Substantial Construction Completion Date June 13, 2014 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mar) ATTACHMENT A LIDO ISLE & NEWPORT HEIGHTS FY 2013-2014 Sidewalk, Curb and Gutter Replacement Project Location Map CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 08/12/2014 1 C-5491 City Clerk CITY OF NEWPORT O'.r r i NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 90:00 A.M. on the 31s' day of October, 2013, at which time such bids shall be opened and read for 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT Title of Project Contract No. 5491 $775,000 Engineer's Estimate Approved by �@ Patrick Thomas City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Mouse Graphics at (949) 548.5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project. "A or C-8" For further information, call Alfred Castanon, Project Manager at (949) 644.3314 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://wwvv.NewportBeachCA.gov CLICK: Onfine Services I Bidding & Bid Results City of Newport Beach 111114:4 Z44 aw.-TSIA Ogg" Contract No. 5491 TABLE OF CONTENTS NOTICEINVITING BIDS ........ _ ....... _ ........... .............. _ ...... ................... __ ............ Cover INSTRUCTIONS TO BIDDERS ................ ... _ .......... ............... ........... ......... _ ............. 3 BIDDER'S BOND ............................... ................... _ ......................... ....................... 5 DESIGNATION OF SUBCONTRACTOR(S) ................ ........ ....... .......... _ ........... ... _ ... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ......... ........................... _ 9 NON -COLLUSION AFFIDAVIT ... ... ................. 13 DESIGNATION OF SURETIES ..... ........ ...... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA ...................... _ ...... __ ...... ....... ........ .... _ 17 INFORMATION REQUIRED OF BIDDER ....... .......................... __ ....... .................. 18 NOTICE TO SUCCESSFUL BIDDER ...... ........ _ ....................................................... 21 CONTRACT_ .............................................................. ............................ ....... ........ _ 22 LABOR AND MATERIALS PAYMENT BOND............................................................... 33 FAITHFUL PERFORMANCE BOND .............. _ ............... .............. .................... 36 PROPOSAL....................... ......................... ........ ...... _ ..... ........ .................... ....... PR -1 SPECIAL PROVISIONS ..... __ ..... .............. ...... ........ ............. _ SP -1 APPENDIX — WORK SCHEDULE 2 City of Newport Beach 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT Contract No. 5491 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. '514132- A Contractor's License No. & Classification Grigolla & Sons Const. Co. INC. Bidder '�Z- J re"I ar uthorized S na ure/Title Ion n Date 10 Contract No. 5491, Bond No. GRISO-134 undersigned Principal ""d§unah/ our successors and assigns, executors, heirs and adm|nistrators, agree to be 'jointly and severally held and firmly bound to the City of Newport Beach, acharter city, in the principal SLIMof Ten Percent of Amount Bid Dollars ($ lo--. ***** _), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2013- 2014 SIDEWALK, CURB & GUTTER REPLACEMENT, Contract No. 5491 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails tuexecute the Contract Documents in thefonn(o) pnaechbed, including the required boode, and original insurance certificates and endorsements for the construction mfthe project withinthirty(3O)ca|endardaysafhar(hedm(aof the mailing of "Notification ofAwend".otherwise this obligation shall become null and void. +origolIa a Sons Construction co., Inc. **International Fidelity znoozauoe compa��_ |fthe undersigned Principal execuungthis Bond ioexecuting this Bond aomnindividual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this -121l grignIIa a ooua Construction Name of Contractor (Principal) International Fidelity zusora Company Name of Surety 13400 Sabre Springs Parkway Address of Surety (858) 513-1795 Telephone Arturo Ayala, Attorney -in -Fact -r - Print Name and Title 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange On 10/17/13 Date before me, Susan Puyh, Notary Public Here Insert Name and Title of the Officer personally appeared Arturo Ayala Name(s) of Signer(s) SUSAN PUGH l ,.'V, CCfVi & #1.934229 fiotary Public -California GRANGE COUNTY MyCornmExpires Air 29„2015 . - who proved to me on the basis of satisfactory evidence to be the person(x) whose name(k) is/ice subscribed to the within instrument and acknowledged to me that he/stwAhey executed the same in his/harAb& authorized capacity(), and that by his/karftokr signature(x) on the instrument the person(&), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Qv) _ — Place Notary Seal Above Sign```"`ammmmmmffffffe of Notary PublIc At P—u—g h OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: 10/17/13 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General 19 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages Signer's Name: ❑ individual ❑ Corporate Officer —Tltle(s)_ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: One �.�>�.��.- - - - _ _ �:_�_-c>��.�e:�:iii`�.`��>�:�t�"'��>`�t`��^�s�^�>�`�v�. - - • - :_ • _ � � �>� V 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item 45907 Reorder: Call Toll -Free 1-800-876-6827 ACKNOWLEDGMENT 0 0 0 .. 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 a 0 a 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0■■ a 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 000 State of California County of A 5 Iss. Cj Onk O 5 before me, (V i f 0. 1�c> ( p Notary Public, personally a peared (� ; who proved to me on the basis of satisfactory evidence to be the person whose namely is subscribed to the within instrument and acknowledged to me that he/sye/may executed the same in his/[Kr/tkr authorized capacity(iK), and that by his/kr/t*r signaturesk on the instrument the person, or the entity upon behalf of which the personpo acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT SS my hand and official seal. Signaure ELViRA BOLANOS r Commission # 1872881 ` i : "�► Notary Public - California Los Angeles County My Comm. Expires Dec 10, 2013 a a 0 0 a a a 0 0 0 E 0 0 0 0 a 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 a 0 a 0 0 0 0 0 0 0 0 0 00■ 0 0 0 0 0 a 0 0 0 0 a 0 0 0 a a 0 0 0 0 0 0 a 0 0 0 0 a 0 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: —X— Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: IF5 Trustee Power of Attorney CEO/CFO/COO President / Vice-PresidenG�ADT reasurer Other: Other Information: 7 Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. Tel (973) 624-7200. EWER ;VF ATTORNE` Bondis No GRISO-134 INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY_ CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint DWIGHT REILLY, ARTURO AYALA, DANIEL HUCKABAY Orange, CA. their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s)) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. he By -Laws of INTERNATIONAL FIDELITY INSURANCE This Power of Attorney is executed, and may be revoked, pursuant to and by authority of t COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY ata meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000: "RESOLVED, that (1) the President, Vice President, Executive Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, o +� fir a�,-Pnranr.P of nrnra„s anti Attornevs-in-fact with authority to execute waivers and consents on behalf oftheCorporation; and (3) the signature o any such Officer of the'Corporation and the Corporation's seal may be attixed by tacsimiie to any power ui aiiuiiiay UI GCI iiuG0LlUI ive I for the cAcQu1, of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, suc� signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed.” On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY ; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. ANY VAIIQ ,•G°'' IOTA 4iL� (/ A NOTARY PUBLIC OF NEW JERSEY =. My Commission Expires Mar. 27, 2014 y � 6 N ON CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. City of Newport Beach 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT Contract No. 5491 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Nam ('Q.e.Shn� ��^ ii Se.S � :g /7 J r(Ze V_ew)oval Address: I [,C� ( N , M ► ��� , N)OS\U, rill l.l't 91_1A 6 1 �'� n 1 �S rr �/ �► �/�bofi 4 O ,� Phone: � I q_ 1%_ b v 3 1 State License Number: 'SO ;t ( n Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Grrgolla & Sons Const. Co. INC. Bidder Authorize ignature/Title City of Newport Beach 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT Contract No. 5491 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name _ & Soya' COwt, Co. ANC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number %ln,n U a � L►W C,'(1Ct=. 1 (1 La � �-e_.YIGin f Project Description �Gr(laU 2 � �nIQGc � �cltl�l4C_, \ r t,) . C pS Approximate Construction Dates: From r\n I [o►*rac-r To: 9 - Z 01 Agency Name �Lj �-U OP 'C>au'N Contact Person Telephone (qoq) 3q 1J — l*Zoa Original Contract Amount $%5, ooa, Final Contract Amount $ IF5, b0 If final amount is different from original, please explain (change orders, extra work, etc.) tv 14 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 01 No. 2 Project Name/NumberProject Description Description S rde wklk tar b X Cr-u+l*r fk r(Dk4C m-en�6 Approximate Construction Dates: From 1 1 1 To: Agency Name Contact Person st 1��'�Gd GaS� C� nen Telephone (,i 0) _� 14 y - 3 �t Original Contract Amount $ I ba Final Contract Amount $ 1q►a6a If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. DO No. 3 Project Name/Number _X013 Lon r -f -t-c ProN;ec�-►- Project Description /P ep6C-e— C, f -L A UN00 Ea � Approximate Construction Dates: From �13 To: -ZI I13 Agency Name Contact Person -p,C n Telephone Q bo) a S S- c Original Contract Amount $ 911 153+Final Contract Amount $ i , �S_� If final amount is different from original, please explain (change orders, extra work, etc.) ry l A - Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor?f 6es, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number(olv CO e+ -C, -� Project Description lk&=0") R -P -0I 4 C -e_, Approximate Construction Dates: From I - 1 I To: Agency Name Contact Personfl-C- Telephone (IM) 5 Original Contract Amount $966.,4S6 Final Contract Amount $_ ;L1 Std If final amount is different from original, please explain (change orders, extra work, etc.) 11 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Na No. 5 ++ Project Name/Number �pII Concrtie--e_p1Q&e nn:c-� Project Description R:4,.nL%Q�l 4 SJ-eLAU<S Approximate Construction Dates: From To: d �' Agency Name Contact Person 11 '('`�`, � � r -e. G i a d 11 Telephone(56z) SOLI - Original Oy-Original Contract Amount $15n 7 Final Contract Amount $ 1 SO, 37�j If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number Project Description Approximate Construction Dates: From n'j — 13 To: Agency Name I \_ Contact Person Zr - � no- �u r c� ti i f \ Telephone Oil Original Contract Amount $kqO Final Contract Amount $ X19 0, (5 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Grigolla &Sons Const. Co. INC. ,Pn1^ Bidder Authorized ' ature/Title 12 �/ P.O. Box 949• Azusa, Ca. 91702 Ph# (626) 334-6634 Fax# (626) 334-5591 License # 514132-A Email: david@grigollaandsons.com Experience Levels Raymond L. Grigolla: Raymond started concrete construction with his father at age 16 as part time and after school full time. He has 29 years of managing field crews as well as first hand experience in constructing curbs, gutters, driveways, sidewalks, street pavement, breaking and demolition in-kind. Tracks and manages all company vehicles. Raymond Grigolla will be General Superintendant. David Grigolla: Senior estimator with 24 years of field and office experience. He handles all the estimates, contracts, billings, change orders, field measuring. Keeps all paperwork managing, in charge of safety issues. Manage all home owner letters and notices. David Grigolla will be General Manager. City of Newport Beach 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT Contract No. 5491 NON -COLLUSION AFFIDAVIT State of Califomia ) ss. County of � &-, An,4 icy being first duly sworn, deposes and says that he er-she is of GrigoIla & Sone Cn ct rn LNC , the party making the foregoing bid; tht the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the' bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the la sof the i�h foregoing is true and correct. Grigolla & Sons Const. Co. INC. -� Y t Bidder Authorized Si arp/Title Subscribed and sworn to (or affirmed) before me on this 1-7day of , 2013 by V 1 Cl=l Oli0, , proved to me on the basis of satisfactory evidence to the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] ; ELVIRA BOLA OS Commission # 1872881 z 2°� � Notary . Y Public - California Los Angeles County MY Comm. Expires Dec 10, 2013 13 &1��= Nota ublic My Commission Expires. City of Newport Beach 2013-2014 SIDEWALK. CURB & GUTTER REPLACEMENT Contract No. 5491 DESIGNATION OF SURETIES Bidder's name Grigolla & Sorts Const. Co. INC. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): 10� rt U160 41a- I � 14 City of Newport Beach 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT Contract No. 5491 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Grtgolla & Som Const. Co. INC. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2012 2011 2010 2009 2008 Total 2013 No. of contracts 1 UL ( S Ll d (I q, 37,-J Total dollar Amount of g 5 0 3$ 3 3 •9 �`l g Q6.3 Contracts (in �' �Y„Ilio�n r''ilt�or �.,,�111ror) �,i►Iron m;��,oh Thousands of $) M;U ('06 No. of fatalities No. of lost Workday Cases ` No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder Grigolla & Sons Const. Co. INC. Business Address: 6 • , Ok 9149 CW 417at Business Tel. No.: 6:kU- State Contractor's License No. and Classification: Title The above information was compiled from the recor hat are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 117 r k--, Y, Grigolla & Sons Const. Co. INC. & Sons Const. Co. INC. Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 City of Newport Beach 2013-2014 SIDEWALK. CURB & GUTTER REPLACEMENT Contract No. 5491 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Cirigolla & Sons Const. Co. INC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si nature 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Lcs PvnCa 6e_5 On t0- V ' 1 3 before me, F\v CYC,, nOT Date Here in rt Na a and Title ofA Offic ' personally appeared onylawto, j Ili Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)44are subscribed to the within instrument and acknowledged to me that la@414e/they executed the same in mer/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ELVIRA BOLA NOS I certify under PENALTY OF PERJURY under the laws Commission # 1872881 of the State of California that the foregoing paragraph is Z •: Notary Public - California true and correct. Z Los Angeles County My Comm. Expires Dec 10, 2013 t WITNESS I seal. Wndficial Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: /V Document Date: t – F7 k� Number of Pages: 2— Signer(s) Other Than Named Above: Signer(s) Capacity(ies)��Cllaiimed by Signer(s) Signer's Name: � Ck\/ �d CgYn 0�lc)\- Signer's Name:A-�\Y\ 6wicjMQ_ ❑ IndividualSE'c re�.�-j El Individual (� ❑ Corporate Officer g' Title(s): corporate Officer —Title (s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • ❑ Attorney in Fact • •• ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here 77 ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item 95907 Reorder: Call Toll -Free 1-800-876-6827 City of Newport Beach 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT Contract No. 5491 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GxJgolta & Sons Const. Co. INC. Business Address: 'P . 0 • `)GY 9 ", PZusG , CA 91-7 0J__, Telephone and Fax Number: 33L1- UQ -14 Ca �Lo - 3 34 - 5 5 5 I California State Contractor's License No. and Class: S 1 it 131 — A (REQUIRED AT TIME OF AWARD) Original Date Issued: 1-11- '%S Expiration Date: -1- 3 1- 1 S List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: r;C4 ollc - The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone -6(o3`i - Y VUSidtn-- 1r.b R rK qqq AZO54.LA C10Oa- l,;16-445- dot l l` uid %rccGu11 q-Sccx�i,cccv ' RO Rolegkg AZ„� , ��g1 n_94S om �,�,y agZH Corporation organized under the laws of the State of �Por n r Ck W. The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the Aames, addresses acid telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you eyerr failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No iRE Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. (Print name of Own6id or President of C oration/Company) C Grigollu & Sony n yt co, llyc �2�C�J 2 � �L-1 Bidder Authorize gnature/Title �:) GY. Title Date Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be he person whose name( is/0Q subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(K), and that by his/ *1t0K1r signature* on the instrument the person., or the entity upon behalf of which the person* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ff. &�__ Notary Public in and for said State My Commission Expires:�d ' 1-5 20 ELVIRA OL BANOS Commission # 1872881 (SEA1 '� Notary Public - California Los Angeles County My Comm. Ex fres Dec 10. 2013 City of Newport Beach 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT Contract No. 5491 •- F • - a r • rr Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Grigofla & Sons Const, Co. INC. Business Address: V, Q • I--)OY t 119 t uslq , CA 9 1-10 Telephone and Fax Number: 334- UL#14 G lLD - 3 34 - 5 5 91 California State Contractor's License No. and Class: !S ILI 133 int {REQUIRED AT TIME OF AWARD} Original Date Issued:1`3J- $5 Expiration Date: '1-' 9 !- 1 S List the name and title/position of the person{s} who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone W.34 I IA -r 11 y-4.:4" , Ro Bar gLtq kLsci , C.P. F1-7aa_ t,i w -9y5- A 11`i Corporation organized under the laws of the State of (rkylparn l" 4 ID The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: (U I'Dr All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? if so, explain. Have you ever failed to complete a project? if so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 19 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. ;S0)nkn Gr aAa (Print name of Own o�ident of C oration/Company) 9* -0110 &Sam ('ong Cn WC ._�._'t _" r 2 e^ Bidder Authorize gnatureJTitle '�-DGC(�+O'ry Title-- — (o Date On 101 i 7 i beforeme, i U C¢�'e t� J j Notary Public, personally appeared u'i Ca (.y f s''(�a who proved to me on the basis of satisfactory evidence to bye personX whose nameM is/om subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in his/her/their authorized capacity(A), and that by hisA*/ti�u signature($ on the instrument the person{, or the entity upon behalf of which the persortk acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires:12- t i�' E 3 20 ELVIRA BCLANOS Commission A 1872981 (SE p a Notary public • California Los Angeles County M Comm. Expires Dec 10. 2013 City of Newport Beach 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT Contract No. 5491 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS + LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Band and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 2413-2414 SIDEWALK, CURB & GUTTER REPLACEMENT CONTRACT NO. 5491 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 27th day of November, 2013 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GRIGOLLA & SONS CONSTRUCTION COMPANY, INC., a California corporation ("Contractor"), whose address is P.O. Box 949, Azusa, CA 91702, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the fallowing described public work: 2013-2014 Sidewalk, Curb & Gutter Replacement. The work necessary for the completion of this contract includes, but is not limited to: 1) removing sidewalk, curb and gutter, and access ramps; 2) removing or pruning tree roots; 3) removing trees; 4) constructing PCC sidewalk, curb and gutter, and access ramps; 5) installing tree root barriers; b) restoring private improvements impacted by the work, and 6) other incidental items to complete work in place as required by the Contract Documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 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, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5491, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. RINEF *'_ •.•L. 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. 3. COMPENSATION 3.1 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 Six Hundred Thirty Nine Thousand Nine Hundred Fifty Dollars and O0/100 ($639,950.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. 4. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 5. WRITTEN NOTICE 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third Grigolla & Sons Construction Company, Inc, Page 2 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Associate Civil Engineer City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: David Grigolla Grigolla & Sons Construction Company, Inc. P.O. Box 949 Azusa, CA 91702 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 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 Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all Grigolla & Sons Construction Company, Inc, Page 3 claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 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. 7.7 Nothing in this Section or 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 above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. ��d:1e1►L���l�i•7��? 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. Grigolla & Sons Construction Company, Inc. Page 4 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Grigolla & Sons Construction Company, Inc. Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aaron C Harp City Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: By. z"'A �Zll—­`) Keith Curry Mayor ATTEST: CONTRACTOR: Grigolla & Sons Date: / % Construction Company, Inc., a California corporation Date: By: Wry I By: Leilani I. Brown John rigolla City Clerk President Date: v'Z ( ( DaW Grigolla Secretary [END OF SIGNATURES] Attachments: Exhibit A — Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond Grigolla & Sons Construction Company, Inc. Page 6 INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. if Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements, A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than five million dollars ($5,000,000) per occurrence, ten million dollars ($10,000,000) general aggregate and five million dollars ($5,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Grigolla & Sons Construction Company, Inc. Page A-1 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance, For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of contract, with coverage to continue until final acceptance of the Work by City, At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 4, Other Insurance Requirements, The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subroqation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss, Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed Grigolla & Sons Construction Company, Inc. Page A-2 officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Aareements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B, City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. if such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. Grigolla & Sons Construction Company, Inc. Page A-3 E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self-insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. if Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right {but not the duty} to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Grigolla & Sons Construction Company, Inc. Page A-4 Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Grigolla & Sons Construction Company, Inc. Page A-5 THE FINAL PREMIUM IS This bond was executed in three (3) PREDICATED ON THE identical counterparts. EXHIBIT 8 FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO, 0628829 BOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Company, Inc. hereinafter designated as the "Principal," a contract for 2033-2014 Sidewalk, Curb & Gutter replacement in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal`s subcontractors, shall fall to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We*the undersigned Principal, and, Znte_rnation.a3 Fidelit Z.nsurance Co an duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as °Surety') are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Nine Thousand Nine Hundred Fifty Dollars and 001300 ($639,950.00) 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, these present. *Grigolla & Sons Construction Co., Inc. , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or r t; Principal's subcontractors, fail to pay for any materials, provisions, or other sup`�py implements or machinery used In, upon, for, or about the performance of the contracted to be done, or for any other work or labor thereon of any kind, or for amo�, due under the Unemployment Insurance Code with respect to such work or labor o fj' any amounts required to be deducted, withheld and paid over to the Employe Development Department from the wages of employees of the Principal � ;X subcontractors pursuant to Section 13020 of the Unemployment Insurance Code respect to such work and labor, then the Surety will pay for the sates, in an amountieiV exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9300 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 9500 et seq, of the Civil Code of the State of California. Grigolla & Sons Construction Company, inc, Page B-1 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 shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shali 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 day of ;irP, 203 L— Grigolla & Sons Construction Co,.Inc. Name of Contractor (Principal) International Fidelity Insurance OMPAD-y—, Name of Surety Authorized * nature/Title, Authorized Agent 26i:iafure 13400 Sabre Springs Parkway, Suite 245 �o Arturo _Ayala, _attorqty,:.�in-Fact Address of Surety Print Name and Title 858) 513-1795 Telephone NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GrIgolla & Sons Construction Company, Inc. Page B-2 ACKNOWLEDGMENT State of California County of --_-gXAn2e ss. On 201,;1- — before me, Nary Public, personally appeared otz Who proved to me on the basis of satisfactory evidence to be the parson(*) whose name(s) Islam Subscribed to the within instrument and acknowledged to me that helaboAhey executed the same in his4w*re;lr authorized capacity(ift), and that by hist (heir slgnatures�s) on the instrument the person(*), or the entity upon behalf of which the person(*) acted, executed the Instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct,,,A. WITNESS my hand and official seat. a C" TY Signature Susan P—Ugh (Sea ACKNOWLEDGMENT State Of California County of ss. On 20,,,1._ before sm, Notary Public, personally appeared who proved to ine an the basis of sati ctory evidence to be the name(�smm subscribed to the within instrument and acknowledged to me that ho/sheitbey executed the same in Hs/*efAheft--5Uthorized capacity(rwid that by hjs*e64**4"Ignatures(Wbn the instrument the person(,iry,'or the entity upon behalf of which the perwn{mcted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. lignature ELVIRA BOLANOS Commission # 1872881 Notary Public • oi Angeles iiouni;­" ........... M Ex ire$ 10, 0" Notary Public CaliforniaCallforri L LVM Los Angeles county .V� Comm.Cooirn� ex im Dectiec to. Grigolla & Sons Construction Company, Inc. THE FINAL PREMIUM IS PREDICATED ON THE This bond was executed in three (3) FINAL CONTRACT PRICE identical counterparts. EXHIBIT CITY OF NEWPORT 13EACH BOND NO. 0628829 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is$$ 9.9oo . oo being at the rate of $ L5, 00 s ao / 10. as thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Company, Inc, hereinafter designated as the "Principai," a contract for 2013-2014 Sidewalk, Curb & Gutter Replacement in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we; the Principal, and __, ntgnati.gnal Fidelity Insurance Company , duty authorized to transact business under the laws of time State of California as Surety (hereinafter "Surety");are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Nine Thousand Nine Hundred Fifty dollars and 00/100 ($639,950,00) 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 arcade, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Grigolla & Sons construction Co., Inc. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save 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. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Grigolla & Sons Construction Company, Inc. �� Page C-1 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 shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1 ) year following the date of formal acceptance of the Project by City, In the event that the Principal executed this bond as an individual, It is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond, IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th _ day of, D=.�.....__,2t7,,,_, Grigolla & Sons Construction Name of Contractor (Principal) International Fidelity Insurance Comnanv �'-%�' -f-^ Name of Surety —14 uv Authorized ,C> 1 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Arturo Ayala., Attornein-Fact Address of Surety Print Name and Title (B58) 513-1795 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Company, Inc, Page C-2 ACKNOWLEDGMENT State of Californ4a County of Orange ss, On December 6 2013 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(ji) whose name(R) Is/wo subscribed to the within Instrument and acknowledged to me that hlelexecuted the same in hjs/hadgel authorized and that by hist lqotr&x�s signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(ja) acted, executed the instrument. I certify under PENALTY OF PERJURY under tree laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official soul, F "A C' .......... A `Signature Susan Pugh {seal) ACKNOWLEDGMENT State of Calil®rnia C( *Z� } as. On k -2-- �0 20_-J� before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the persons} whose nameKislare subscribed to the within instrument and acknowledged to me that heishefthey executed the same in hlsihat�thrstc-authorized capacity(los)-, and that by his/her/their signatures(g)'on the instrument the person(e) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws, of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea[. Signature Grigolla & Sons Construction Company, Inc. ' IRA 10L�A LV ionle I NOS Commission 872881 � ELVIRA BOLANOS Commission # 1872881 m z Z I Fe -1- Notary Public . California Z I elM I Los Angeles ctggN N! Comm, Ex fres Dec1 , 013 UK��� rrNnw M 1 MFn laws ws of the State of - DWIGHT REILLY, ARTURO AYALA, DANIEL HUCKABAY i Orange, CA, their true and lawful attorney(s)-in-fact to execute seal and deliver for and on its behalf as surety, any and all bonds and undertakings contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or. permitted by law;. statute, rule, regulation, contract or otherwise, and the executlon of such instruments) m pursuance of these presents, shall:: be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY;. as fully and amply, to all intents and purposes, as if the same had been duly executed and `acknowledged. by their regularly elected officers at their principal Woes. nd y authority By -Laws This Power of is executed, and maj be revoked, pursuant to ONAL TY INSURANCE COMPANY IINTERNand T ONAL F DEL TCASUALTY NS RAN E COMPANYda granted meeting dutyyahelddon the 20th d y of J ly� 010 of he Board of D ecto sl of of Directors CASUALTY. COMPANY at a meeting duly field on the 15th day of August, 2000, "RESOLVED, that (1) the President, Vice President, Executive Vice President, or Secretary of the Corporation shall have the Fxrwar to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents, with power and authority as defined or limited in their respective powers of attorney, and to execute on behal of the Corporation and affix the Corporations seal thereto,: bonds, undertakings, recognizances, contracts of indemnity and other written obiiyat'ions in the nature thereof or related. thereto; and (2) any such. Officers'. of the Corpoi'ation.may appoint and revoke the ap ointments of .Joint-conhol custodians, agents for cc tanceof process, and Attorneys -in -fact with authority to execute waivers and consents on behalf otptha Corporation and (3) the signature o any suoh OffPer of the Corporation and In orporatlon's seal may. be affxed by facsimileto any power of attorney ar certiPicatian g9roen for the execution of any bond, undert0king; recognizance, contract of indemnity or. other written obllgaLon m the nature thereof or related thei eto. sunh signatura andseals when so used wIn thec heretofore or:hereaftei, being:: hereby adopted by the:Corporat{on as the original signature of such officer and tho original seal of the Corporation; to be valid and binding uponthe Corporation with the same force and effect asthough manually affixed," IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed arid attested these presents on this12th day of March, 2012: STATE OF NEW JERSEY County o4 Essex �:.vG-.�^'4,.�- 1 srtl 1936 JE ROBERT W. MINSTER i Executive Vice Presldent/ChiefG orating Officer A Y14P�,4 (international Fidelity Insurance Company) and .President (Allegheny Casualty: Company) On: this 12th day of March 2012, before me came the individual who executed the preceding :instrument, tome personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY `COMPANY; that the seals: affixed to said instrument are the Corporate Seals' of said Companies; that the said Corporate Seals and his signature were 'duly affixed by order of the Boards of Directors of said Companies, IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written N VA�> - f ��s_ ` A NOTARY PUBLIC OF NEW JERSEY #�'oa. My Commission Expires Mar 27, 2014 ++INNtblpl++++++ CERTIFICATION: 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of -the .By -Laws -of said Companies asset forth in said ` Power of Attorney, with the originals'. on file' in the home office of said companies; and :that: the same are correct transcripts thereot and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY .WHEREOF, I'have hereunto set my hand this 6th day of December, 2013 I GRIG8rS0-C1 Pu ADWALLADE 144C4PRLX CERTIFICATE OF LIABILITY INSURANCE TE(Mum"'Y" i 12f1612013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED B THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($) AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, 1 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAI D, sub)V to j the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not co r rights to the !_certificate holder in lieu of such endorsament(s). PRODUCER--4`rNTALf Bolton & Company PHONE m F P.O. Bax 6030 N Eft -(626)799-7000 Nay: (6 441-3233 Pasadena, CA 91102.6030 qp IDREss; — MAIC# _ _INSURER(S}AFPoRDING DDVEFtAGE 10636 kRBURER A:GOIden Eagte Insurance CQ k% INSURED INSURER B: Peerless Insurance Company 24198 Grigoila & Sons Construction Co., Inc. IINSURER c :Topa Insurance Co. _ PO Box 949 INSURER o: North American Casualty Group Azusa, CA 91702-0949 INSURERS: 18031 _- J —I _ INSURER F: _ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 SUBJECTTO L THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SR R I A ^.. TYPEOFiNSURANCE ,.._{.tNSR GENERAL UABLITY �- X COMMERCIAL GENERAL LIABILITY __j DWM&MADE EXIOCC.UR MAN I. X ! �.. POLICY NUMBER CBP8761283 IMM(D 5/19/2013 ' POLICY EXP MN YYY 51912014 UM EACH OCCURRENCE S UAMAIt1EE'JUH $ 1,000,000 100,000 MEDS%P( RTPelson $ 5,00 PERSOR§LSADVINJURY S 11000, GENERAL AGGREGATE $ N 2,000,000 f _ GEMLAGGREW, E LIMIT APPLIES PER: ,.XLOC-- - POLICY 1 I PRO.JECT ( -1 AUTOMOBILE LIABILITY i -If— IL,PRODUCT$-COMPfOP AGG $ III E.MB'ED I GLILIfoff$ 2,000,000 1,000,000 j8 X ANY AUTO �BA8276879 511912013 - 5IM014 aomy kNJURY(Ear pevwi S ALL OWNED SCHEDULED AUTOS AUTOS X HIREDAUTOSX ANONOg�� f nODILY IN URY (Pm ec«BHj $ RACCIDE A $ $ EACH OCCURRENCE $ . 1,000,600 UMBRELLA LIAB X OCCUR AGGREGATE $ 1,000,00 X EXCESBUAa CLAIMS -MADE XL660299M 5/19120131 511912014 DEDTX RETENTION$ 10,000 �C $ D WORKERS COMPENSAnON AND EMPLOYERS UABIUTY ANY PROPRIETORIPARTNERIEXECUrn+EYIR OFFTCERIMEMBER EXCLUDED? (Man49tory In NH) OESdRIPTION OF OPERATIONS bHow OES assaOOFO � N/AI ! — � X468344200104 107112013 10F1t2014 X WC STAT El. EACH ACCIDENT $ E.L DISEASE -EA EMPLOY $ 1,000,000 1,000, E.L. DISEASE -POLICY DMI7 1 $ 1x000,110 t Ij DP SenaMYc,Hnprespace kslegx6Rtlj ACORD Hat. Atlrt IdswalkCQF Gutter Replacement in variousBeach, Sidewalk, Curb &Gutter Replacement in various locations, Newport Beach, CA CA I City of Newport Beach, its elected or appointed officers, agents, officials, employees and volunteers are named as GL Blanket Additional Insuoredd per CG2010 X0704 and CG203T 0704 attached, only H required by written cantrectlagreement GL Primary Wording applies per 22-111 01W. G Notice of Cancellation per form IL00171198. (applies ... .�—.-._.._� CERTIFICATE HOLDER CANCELLATION Ci of Newport Beach tY 3300 Newport BOUIe9 ., 24 Newport Beach, CA 92443 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED THE EXPIRATION DATE THEREOF, NOTICE INILL BE ACCORDANCE WITH THE POLICY PROVISIONS. �---, -- AUTHOR[ZEO REPRESENTATAIE _ BEFORE ELIVERED IN - I ©1988-2010 ACORD CORPORATION. All rig is reserved. ACORD 25 (2010106) The ACORD name and logo are registered marks of ACORD M All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation 1. The first Named insured shown in the Declara- tions may cancel this policy by mailing or deliv- ering to us advance written notice of cancelta- tion. 2. We may cancel this policy by mailing or deliver- ing to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancel- lation if we cancel for nonpayment of pre- mium; or b. 30 days before the effective date of cancel- lation if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. lice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due, if we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be ef- fective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be suffi- cleat proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and re- cords as they relate to this policy at any time dur- ing the policy period and up to three years after- ward. O. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; IL 00 17 11 b. Give you reports on the conditions wend; and c. Recommend changes. 2. We are not obligated to make any inspects ns, surveys, reports or recommendations and ny such actions we do undertake relate only t in- surability and the premiums to be charged. e do not make safety inspections. We do not un- dertake to perform the duty of any persoor organization to provide for the health or s ty, of workers or the public. And we do not we nt that conditions: a. Are safe or healthful, or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply of only to us, but also to any rating, advisory, i ate service or similar organization which makes in- surance inspections, surveys, reports or r - ommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or recc m- mendations we may make relative to certifiba- tion, under state or municipal statutes, o - nances or regulations, of boilers, press, ire ves- sels or elevators. i E. Premiums The first Named Insured shown in tha Decta� tions: 1. is responsible for the payment of all premium and 2. Wilt be the payee for any return premiums pay. F. Transfer Of Your Rights And duties Under Thlis Policy Your rights and duties under this policy may note transferred without our written conserrt except in the case of death of an individual named insured If you die, your rights and duties will be transfers to your legal representative but only while acti within the scope of duties as your legal represen live. Until your legal representative is appoints anyone having proper temporary custody of yr property will have your rights and duties but cr with respect to that property. IL 0017 1198 Copyright, Insurance Services Office, inc., 1998 Page 1 of,i 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following is added to provision a. Primary Insurance of paragraph 4. Other Insurance under SECTIO IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: However, when an additional insured has been added to this Coverage Part by attachment of an endorsement, we will not seek contribution from the "additional insured's own insurance' provided that: (1) You and the additional insured have agreed in a written contract that this insurance is primary and contributory; and (2) The "bodily injury' or "property damage" occurs, or the'personal and advertising injury" is subsequent to the execution of such contract. B. For the purposes of this endorsement the following is added to SECTION V — DEFINITIONS: "Additional insured's own insurance" means other insurance for which the additional insured is designated as a Named Insured. I Includes copyrighted material of Lrsurance Services Office, Inc., with its permission. 22-911 {Q1tfl7) Page of 1 Policy Number. CBP8761283 Named Insured: GRIGOLLA & SONS CONSTRUCTION BOLTON & COMPANY Agent Code: 4295047 Agent Phone: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Locations) Of Covered ANY PERSON OR ORGANIZATION WHEN YOU AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT, AGREEMENT OR PREMIE THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL. INSURED ON YOUR POLICY PROVIDE INSURANCE SUCH AS IS AFFORDED UNDER THIS COVERAGE PART. SCHEDULED LOCATIONS OF COVERED OPERATIONS: ANY LOCATION AT WHICH YOU PERFORM WORK DESCRIBED IN WRITING IN THE CONTRACT, AGREEMENT OR PERMIT FOR A PERSON OR ORGANIZATION THAT HAS BEEN QUALIFIED AS AN ADDITIONAL INSURED UNDER TERMS OF THIS ENDORSEMENT A. 'Mt• t:i toincludeas an additionalinsured the iC 1 } •.: 'tshownthe Schedule, i only itrespect toliability for todity J f }U• f: .`' or �pefsonsl arid advertising injuryo caused, in wholeo pK 1 1. Your wn or omissions; or 2. 'The acts oromisslons of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the locefion(s) d noted above. B. 1 respedto the insurance afforded U these additional '•s, thefollowing additional : h ♦! apply: This Insurance does notapply to oa.effly Injury"or mproperty d~ occurring work includingmaterials,parts or I • - furnished connectioni h V on the project •I 1 h• _ • •'!. [• }- is 1m:p1 a } Y IG a h I : -dd • •{ the location of the wvered operations has been completed; or }i 2. That portion of "your work" out of which the injury or damage arises has leen put to Its intended use by any person or organization other than another Contractor or subcontractor engaged In ng operations for a principal as a part of the same project. ISG Pmpdrties, Irr—, 26Q4 1 CO 2010 47 04 Page 1 of 1 05Harm13 8761289 NN189475 ow arm .wum rsmnwau (VWV W" I Pl >, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT PROSECT CONTRACT NO. 5491 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen. The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 5491 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. 3. Lump Sum Mobilization 5 ems+ @�Dollars c� � ' and nts $ V7 i q 4 Per Lump Sum Lump Sum Traffic Control T�+ ` @ � Lkc Dollars and �— Cents Per Lump Sum 13,500 S.F. Remove and Construct 4 -Inch Thick P.C.C. Sidewalk @t� Dollars and cre? �J Cents $ (C-7 r $" Per Square Foot PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 28,000 S.F. Remove and Construct 4 -Inch Thick Colored/Stamped P.C.C. Sidewalk @ ) i Dollars t and { ? C.�._.._ Cents $ c �....'' $ Per Square Foot 5. 6,500 L.F. Remove and Construct Type °A' P.C.C. Curb and Gutter 0 91 @ 1 �✓�i C�1 Dollarsand0G Cents $ J��a� $ ( Per Linear Foot 2,000 S.F. Remove and Construct Residential P.C.C. Driveway Approach @ X Dollarsand / e Cents $ $ i1 Per Square Foot 4,500 S.F. Remove and Construct Commercial P.C.C. Driveway Approach @ Dollars n and 07 C'2 !�✓ Cents $ Per Square Foot --T 2,500 S.F. Remove and Construct P.C.C. Alley Approach C"k, @ 'ti —Dollars and �p E C? Cents Per Square Foot PR3of5 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 9. 2,000 S.F, Remove and Construct 8 -inch Thick P.C.C. Cross Gutter @ �4 Dollars and C� Cents tcc,, $ U , $ ' r coe� Per Square Foot 10. 40 S.F. Remove and Construct Catch Basin Cap Per Std -305-L Dollarsand cam' Cents cy $ Per Square Foot 11. 180 EA. Prune Tree Roots (L=10') @VDolars and r Cents $ } $ Per Each 12, 20 EA. Install Tree Root Barrier (L=10') Do"lfars r era c7 and nts $ 1 $ , �C Per Each 13. 1 EA. Tree Removal r Qre Dollars OIL, and Cents $ I ' $ U500, Per Each 14. 1 EA. Furnish & Install Tree Q36 -In h Box) Dollars Vu andc. Cents $ GIGO. $�., Per Each NNUM ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Sum Contract ISA Certified Arborist Aovr VV'0,N CyAv'Q—Dollars `=and OV Cents Per Lump Sum 16. 15 EA. Remove and Construct P.C.C. Curb Access Ramp ciA� AkVr-\�) Dollars and Cents $ Per Each 17. 5 EA, Install Raised Truncated Domes at Existing Access Ramp kuc- "r&Dollars and 0,0 Cents Per Each 18. 40 Ek Replace Existing Pull Box and Cover 4LL Dollars (,L�, and Cents $ eco $ Per Each 19. 15 EA. Remove & Replace with New Water Meter Box & Cover %k; I rarP and Cents $ Per Each PR5of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 10 EA. Remove & Replace with New Valve Box and Cover Dollars and q zae a�Cents $ �� � $ Per Each TOTAL PRICE IN WRITTEN WORDS FIR7�7KIRA a and � i 0 Cents ion If- I c-�, Date Dollars rD0 Total Price (Figures) trigona & Sons Const. Co. INC. tato-�C72C Qo�J Bidder's Telephone and Fax Numbers B dder's A orized Signature and Title Stli\25�L N Bidder's License No(s). and Classifications) P-b,$cox.01(9 PZO- Q,CNtli-7oa_ Bidder's Address Bidder's email address: J7auir�Or r�r_\iaa„d�arts c_o�, 1 1 1 1 2 2 2 2 2 3 2 2 2 3 3 3 3 3 3 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2013-2014 SIDEWALK CURB & GUTTER REPLACEMENT CONTRACT NO. 5491 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 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-1.1 Construction Schedule 1 1 1 1 2 2 2 2 2 3 2 2 2 3 3 3 3 3 3 3 6-2 PROSECUTION OF WORK 4 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-7.2 Working Days 4 6-7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7-1.2 Temporary Utility Services 5 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 PROJECT SITE MAINTENANCE 6 7-8.4.3 Storage of Equipment and Materials in Public Streets 6 7-8.6 Water Pollution Control 6 7-8.6.2 Best Management Practices (BMPs) 7 7-8.7.2 Steel Plates 7 7-10 PUBLIC CONVENIENCE AND SAFETY 7 7-10.1 Traffic and Access 7 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Safety 8 7-10.4.1 Safety Orders 8 7-10.5 "No Parking" Signs 8 7-10.7 Notice to Residents and Businesses 9 7-15 CONTRACTOR LICENSES 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment 14 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 15 15 15 15 201-2.2.1 Reinforcing Steel 15 205-5 METAL RAILINGS 15 206-5.1 Metal Railings Materials 15 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 15 300-1 CLEARING AND GRUBBING 15 300-1.3 Removal and Disposal of Materials 15 300-1.3.1 General 15 300-1.3.2 Requirements 16 300-1.5 Solid Waste Diversion 16 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 16 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 16 303-5.1 Requirements 16 303-5.1.1 General 16 303-5.5 Finishing 17 303-5.5.1 General 17 303-5.5.2 Curb 17 303-5.5.4 Gutter 17 SECTION 308 LANDSCAPE AND IRRIGATION €NSTALLATTION 17 308-1 GENERAL 17 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE PORTLAND CEMENT CONCRETE AND UNTREATED BASE 19 400-2 UNTREATED BASE 19 400-2.1 General 19 400-2.1.1 Requirements 19 SI CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 5491 INTRODUCTION SP 1 OF 19 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Work Schedule; (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard', Specifications for Public Works Construction as referenced and stated'' hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract includes, but not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The Contractor shall notify the City in writing two working days in advance of the time that the project markings or delineations 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 SP2OF19 monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." 2-9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed 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 ............................................ 15 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, one 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 41.3 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 SP3OF19 parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or Inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the P paragraph: "Within one week upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that a pull or meter box or cover that is not scheduled for replacement is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover and size at no additional cost to the City." 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. 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.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. SPOOF 19 The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-2 PROSECUTION OF WORK. Add to this section: "Before pruning tree roots listed on the Work Schedule as `Contract Arborist to Inspect', the Contractor's ISA Certified Arborist shall provide written documentation indicating tree root pruning can be performed without future tree damage. For trees requiring arborist inspection, the concrete work around the trees may be modified or eliminated from the contract. If the arborist cannot provide an explicit recommendation or requests tree removal, the Contractor shall obtain written approval from the Engineer to perform root pruning or tree removal work. The City's review time may take up to ten working days. Upon review, the Engineer will provide instructions to the Contractor regarding each tree's disposition. Trees slated for removal will be paid at the contract bid price. Working days will not be added to contract time for the City's review." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 85 consecutive working days after the date on the Notice to Proceed. The Contractor shall 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 St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 241h, (Christmas Eve), December 25t' (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday fails on a Saturday, the Friday before will be considered the holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. • #• The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m, to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $215 per hour when such time periods are approved. The contractor will not be allowed to work on Lido Isle December 18th to 22nd due to the Newport Beach Christmas Boat Parade. Sequence of Construction: 1. Back Bay Drive 2. Lido Isle 3. Newport Heights 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "Por each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, or the work in a designated area, 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 City 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 7-1.2 Temporary Utility Services. Add to this end of this section: "if the Contractor elects to use City water, he shall arrange for a meter and tender an $857.00 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." SP6OF19 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. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water" 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer 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 nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down.,, The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Operation Manager, at (949) 644-3011." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 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 in advance. 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." 7-8.6 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 SP 7 OF 19 retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.clea nwatern ewport. com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. I. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (W.A.T.C.H.), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 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. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: Emergency vehicle access shall be maintained at all times. 1. 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. 2. All advanced warning sign installations shall be reflectorized and/or lighted. 3. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners." 4. Type II barricades shall be located at the beginning and end of each individual closed pedestrian access area from time of removal until final cure of the sidewalk. 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING' signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are 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 non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 Notices to Residents and Businesses. The Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, ten working days prior to starting work, describing the project and indicating the limits of construction. The City will provide the Notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written City Notice clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared and provided 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 an "A" or "C-8" 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. At the time of the award and until completion of work, the Contractor shall retain an ISA Certified Arborist to assess all tree locations noted on WORK SCHEDULE. At the start of work and until completion of work, the Arborist shall possess a Business License issued by the City of Newport Beach. SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT SP 10 OF 19 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, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not limited to, providing bonds, insurance, submittals, and financing; establishing a field office; preparing and updating the SWPPP or BMP Plan and construction schedule; attending all construction meetings; surveying services; demobilizing; and completing and +keeping records of existing conditions prior to starting work for the Contractor's protection; and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not limited to, all labor and materials relating to delivering all required notifications, posting signs and all costs incurred notifying residents and businesses. In addition, this item includes 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, temporary striping, flag persons, and changeable message boards. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City of Newport Beach Requirements. Item No. 3 Remove and Construct Minimum 4 -inch Thick P.C.C. Sidewalk: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, compacting subgrade, constructing 4 - inch thick minimum P.C.G. sidewalk per CNB STD -180-L, installing temporary AC sidewalk, adjusting sidewalk to grade to match adjacent improvements, making in-kind repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Location of sidewalk removals and construction shall be directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Item No. 4 Remove and Construct Minimum 4 -Inch Thick Colored/Stamped P.C.C. Sidewalk: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, SP 11 OF 19 compacting subgrade, and constructing 4 -inch thick minimum colored/stamped P.C.C. sidewalk per CNB STD -180-L, saw -cutting joints, installing temporary AC sidewalk, adjusting sidewalk to grade to match adjacent improvements, making in-kind repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Location of sidewalk removals and construction shall be directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Item No. 5 Remove and Construct Type "A" P.C.C. Curb and Gutter: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "A" P.C.C. curb and gutter per CNB STD -182-L, 12" wide x 12" deep A.C. patch back, installing dowels, curb painting, re -chiseling of curb face for existing underground utilities, restoring all existing public and private improvements damaged by the work, making in-kind repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Location of curb and gutter removals and construction shall be directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification, Item No. 6 Remove and Construct Residential P.C.C. Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing, and disposing existing improvements associated with curb and gutter removals, and constructing P.C.C. driveway approach per CNB STD -164-L, 12" wide x 12° deep A.C. patch back, steel plating, restoring all public and private improvements impacted by the work; such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Location of driveway removals and construction shall be directed by the Engineer during construction. Item No. 7 Remove and Construct Commercial P.C.C. Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing existing improvements and constructing P.C.C. driveway approach per CNB STD -161-L, 12" wide x 12" deep A.C. patch back, steel plating as needed providing access during non -working hours, restoring all public and private improvements impacted by the work; such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, sod, other private improvements to preconstruction conditions and all other work items as required to complete the work in place. Contractor shall complete all improvement repairs within five (5) calendar SP 12 OF 19 days of City notification. Location of driveway removals and construction shall be directed by the Engineer during construction. Item No. 8 Remove and Construct P.C.C. Alley Approach: Work under this item shall include, but not limited to, all labor and materials relating to removing existing improvements and constructing P.C.C. alley approach per CNB STD -142-L, 12" wide x 12" deep A.C. patch back, steel plates as needed providing access during non -work hours, and all other work items as required to complete the work in place. Work under this item shall also include the removal and replacement of the existing curb per CNB STD -182-L Type B. Omission of this payment item in its entirety shall not result in any compensation. Item No. 9 Remove and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing damaged portions of existing cross gutter and spandrels, compacting subgrade and base material, installing dowels and base material, constructing 8 -inch thick P.C.C. cross gutter per CNB STD -185-L, 12" wide x 12" deep A.C. patch back, 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. Location of cross gutter removals and construction shall be directed by the Engineer during construction. Omission of this payment item in its entirety shall not result in any compensation. Item No. 10 Remove and Construct Catch Basin Cap Per Std -305-L: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing damaged portion of existing catch basin cap and spandrels, compacting subgrade, placing base material, compacting base, installing dowels, face plate, frame & cover, constructing P.C.C. cap per CNB STD -305-L, and all other work items as required to complete the work in place. Item No. 11 Prune Tree Roots (L=10'): Work under this item shall include, but not limited to, all labor and materials relating to root pruning and disposing per Section 308-1, removing and disposing of excess soil, reviewing trees identified on the Work Schedule by ISA Certified Arborist, and all other work required to complete the work in place. All utilities or other improvements damaged by the work, including, but not limited to, street light conduit and wires and private irrigation lines shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 12 Install Tree Root Barrier (L=10'): Work under this item shall include, but not limited to, all labor and materials relating to providing and installing new tree root barriers per Section 308-1, removing and disposing of excess soil, following the direction of the ISA Certified Arborist for trees identified on the Work Schedule, and all other work required to complete the work in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. This item may be removed or reduced SP 13 OF 19 in the contract at the City's discretion and no compensation shall be made for bid items removed or reduction. Item No. 13 Tree Removal: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of trees, roots to a minimum depth of 18 -inches below ground surface, and soil; adjusting surface grade to match adjacent improvements; making repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions; restoring the ground surface and all other work items as required to complete the work in place. Trees which have not been preselected by the City for removal may take up to ten working days to process and formally approve for removal per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Omission of this payment item in its entirety shall not result in any compensation. Item No. 14 Install 36 -Inch Box `Tristania Laurina' (Water Gum): Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for maintaining, furnishing and installing 36 -inch box 'Tristania Laurina' (Water Gum), transportation, delivery, storage, soil testing, placement, additional soil amendments, and all other work items as required for performing the work complete in place. One color photograph with human or measuring scale shall be provided to the Engineer for approval prior to delivery. A color photograph of the tree shall be taken from the nursery in which the plants will be delivered for submittal. Each tree shall be equipped with a 48 -inch Quick Crete tree grate type QS -48B -TG. Tree installation shall be completed by a C-27 licensed contractor. Item No. 15 Contract ISA Certified Arborist: Work under this item shall include, but not limited to, retaining an ISA Certified Arborist for the purpose of assessing tree condition for locations indentified on the WORK SCHEDULE as "Contract Arborist to Inspect." The Contractor's arborist shall provide written documentation on the condition of each tree and provide pruning recommendations to the Contractor. Following the arborist's report, concrete work around the trees may be modified or eliminated from the contract by the Engineer. Trees which have not been preselected by the City for removal and have been recommended by the arborist may require up to ten working days to process and formally approve for removal, per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 16 Remove and Construct P.C.C. Curb Access Ramp: Work under this item shall include, but not limited to, sawcutting, all labor and materials relating to removing; disposing existing improvements; importing and compacting subgrade; constructing P.C.C. Curb Access Ramp including minimum twelve square feet of raised truncated domes per GNB STD -181-L, retaining curbs, 12" wide x 12" deep AC patch back, curb painting, grooving, doweling into adjacent sidewalk; and all other work items as required to complete the work in place. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359- 3121 of Wisconsin. The Contractor shall have inspected the locations where new access ramps are to be installed and the unit price bid shall apply to all City standard curb access ramp cases. All ramp shall conform to current ADA regulations. Item No. 17 Install Raised Truncated Domes at Existing Access Ramp: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing of conflicting portions of concrete access ramp, constructing concrete base, installing minimum twelve square feet of raised truncated domes per CNB STD -181-L, and all other work items as required to complete the work in place. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359-3121 of Wisconsin. Omission of this payment item in its entirety shall not result in any compensation. Item No. 18 Remove and Replace Existing Pull Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing pull box; furnishing and installing new #3'l2F pull box and cover per CNB STD -204-L or 205-L; reconnecting existing wirings; restoring adjacent areas; and completing all other items as required to restore system operations that were damaged by the work. Location of pull box and cover removals and construction shall be directed by the Engineer during construction. Omission of this payment item in its entirety shall not result in any compensation, Item No. 19 Remove and Replace New Water Meter Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing water meter boxes, frames and covers to grade per GNB STD - 502 -L or STD -503-L, match the finish surface and all other work items as required to complete the work in place. Omission of this payment item in its entirety shall not result in any compensation. Omission of this payment item in part will not result in renegotiation in unit price. Item No. 20 Remove and Replace New Valve Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing all water valve frames and covers to grade per CNB STD -511-L, and all other work items as required to complete the work in place. Omission of this payment item in its entirety shall not result in any compensation. Omission of this payment item in part will not result in renegotiation in unit price. 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." SP 15 OF 19 PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement Concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 206-5 METAL RAILINGS 206-5.1 Metal Railings Materials. Add to this section: "Handrails shall be Schedule 80 - Type 316, TP316L, stainless steel conforming to ASTM A312. Steel railing shall be welded or seamless steel pipe conforming to ASTM A 53 or ASTM A 501.° PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: www/newportbeachca.gov/generaIservices and clicking on refuse, then selecting the link Franchised Haulers List." 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. SP 16 OF 19 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." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, Medians, and Alley Intersections, Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 '/z inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, MEDIANS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: 1. Driveway approaches shall be reconstructed and open for use within three calendar workdays after the commencement of driveway approach removal. The Contractor shall provide access during non -working hours. The approaches must be available for use over weekends and Holidays. 2. Driveway approaches shall be constructed one half at a time so that garage access is continuously maintained, unless a signed agreement with the property owner is obtained by the Contractor. 3. Curb access ramps, sidewalk, curb and gutter shall be reconstructed and open for use within five calendar workdays after removal. 4. Temporary AC shall be used if the concrete panels will not be replaced within the time limit. SP 17 OF 19 5. Ten inches of curb and gutter subgrade shall be compacted to 95 percent relative compaction. 6. Reconstructed sidewalk and curb access ramps shall be opened to public use on the day following concrete placement. 7. All forms shall be removed, irrigation systems shall be repaired, and backfill or patch -back shall be placed within 72 hours following concrete placement. 8. All damaged private improvements shall be repaired in-kind to the satisfaction of the Engineer within five days of reconstructed work. 9. P.C.C. work subjected to vehicle loads such as driveways and gutters shall not be opened to traffic until the concrete has cured to a minimum strength of 3,000 psi. The Contractor shall detour traffic around such work until the work is ready for public use. 10�All excavated areas shall be allowed to remain open no longer than 24 -hours prior to the placement of concrete." 303-5.5 Finishing 303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C., brick, or any other hardscape within private property in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S° or "W" for sewer or water lateral and a chiseled W -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 shall call the Utilities Operation Manager, at (949) 644-3011." 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 work. The Contractor shall retain and follow the written recommendation of the approved ISA Certified Arborist for the safe pruning and removing tree roots in areas specified on the Work Schedule. The Arborist shall provide a written report with the recommendations to both the Engineer and Contractor. No trees shall be removed unless formal written SP 18 OF 19 approval is provided by the City. Prior to tree removal, the Contractor and Arborist shall arrange to meet with the City's Urban Forester, Mr. John Conway at (949) 644-3083 at the site to discuss City standards and requirements. The contract arborist shall be listed on the Designation of Subcontractor(s) form. lim.-rent a• 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. Tearing of roots will not be acceptable. c. A root pruning sample at one selected site will be conducted and reviewed for approval by the City's Urban Forester. 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 or as noted by the Urban Forester on the submittal. 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. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. If there is a serious question about the stability of a tree such a large diameter roots must be removed, the Contractor shall notify the Engineer for approval. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. f. For trees recommended for removal, the Contractor shall notify the Engineer who will process the tree removal request with the General Services Department. 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimal of 14" below grade for sidewalks and 26" for curbs. b. The product shall be a minimal of 0.485 thickness and material of polyethylene plastic with ultra violet inhibitors. An example of the product will be submitted for approval by the Urban Forrester. c, The product shall be installed per manufacturer's specifications. The manufacturer's specifications must be submitted prior to commencement of the project," 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 approved equal, as the base materials." APPENDIX A - WORK SCHEDULE AREA - LIDO ISLE 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME & NO. SIDEWALK C & G (SF) ¢F) CURB ACCESS ROOT RES, DWY. COM. DYM ALLEY CROSS PAINT RP PRUG APPR. (SF) AYPR. {SF) APPR. {SF) GUTTER (SF) AMNIN (FT} UtBOX (EA) COMMENTS 112 Via Antibes 96 112 Via Antibes 56 112 Via Antibes 112 112 the Antibes 56 112 Via Antibes 88 104 ViaAmibes tfi 222. Via Lido Sod on IN, Barcelona 120 1 Street Light Box 107 Via Cortlova on St. Barcelona 54 115 Via Cordova on St. Baradona 24 115 Via Cordova on St. Barcelona 30 201 Via Cordova on St. Barcelona 54 2 1 St Lgt Box,1 W.M. Box 205 Via Cordova on & Barcelona 180 213 Me Cordova on SL Barcelona 276 1 Street Light Bax 217 Via Cordova on St. Barcelona 24 211 Via Lee Nord on St. Barcelona 35 211 Via lido Nord on St. Barcelona 35 217 Via Lido Nord on Sl. Barcelona 20 110 Via Barcelona or. Strada Centro 112 110 Via Barcelona a1 Strada Centro 56 101 Via Dion on Strada Cordova 204... 109 Via Dijon on Strada Cordova 27 111 Via Dijon m Strada Cordova 78 117 Via Dijon on Strada Cordova 42 1 117 Via Dijon on Strada Cordova 78 203 Via Dijon on Strada Cordova 30 203 Via Oiler, on Strada Cordova 54 209 Via Dijon w Sirxda Cordova 102... _. 209 Via Dijon on Store Cordova 54 215 Via Dijon an Strada Cordova 48 1 Street Light Box 217 Via Dijon on Strada Cordova 210 219 Via Dijon on Strada Coni 155 114 Via Cordova on Strada Centro m 114 Via Cordova on Strada Centro 80 114 Via Cordova on Suede Centro 192 114 Via Cordova on Strada Centra 400 114 Via Cordova on Strada Centro 56 115 Via Cordova on Strode Centro 200 119 Via Cordova on Strada Centro 144 115 Via Cordova or, Strada Centro 32 303 Me Lido Nord on Strada Cordova 64 303 Va Lido Nord 35 309 VIa Lso Nord 100 117 Via Dijon on Strada Centro 56 N6 Via Dijon on Strada Centro 144 118 Via Dijon on Strada Centro 56 118Via Dljonon Strada Centm 32 101 Via Dim m V. Lido Soud 55 310 Via Lido Scud on Strode Dijon 42 107 Via Eboli on Strada Dijon 78 107 Via Eboll on Strada Dion 54 109 Via Ebel on Strada Dijon 42 1 1 1 Street Light Box 11$ Via Eboli an Strands Dijon 72 117 Via Ebbs an Strada Dijon 24 117 Ma Ebbs on Strada Dijon 54 211 Via Eboii on Strada Non 132 215 Via Eboli on Strode Dijon 66 221 Via Eboll on Streda Dijon 78 225 Via Eboli on Strada Dgon 102 227 Via Eboli on Strode Dion 27 LIDO ISLE WORK SCHEDULE - Page i AREA - LIDO ISLE 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM {C-5491} LOCATION STREET NAME & NO. SIDEWALK (SF) C & G (LF) CURS ACCESS AIN RAMP (FTI(SF) ROOT PRUNING RES. OWY. COM. DWY. ALLEY CROSS GUTTER UIBOX APPR. (SF) APPR. (SF) APPR. (SF) (EA) ) COMMENTS 317 Via Lido Nod 20 100 Via Florence 72 101 Via Florence 80 101 lea Florence 72 104 Via Florence 16 109 Via Florence III Via morence 28 111 Via Florence 72 112 Via Florence 2211 115 Via Florence 115 Via Florence 115 Via Florence 116 Via Florence 116 Via Florence 119 Via Florence 88 119 Via Florence 28 119 Via Florence 56 123 Via Florence 20 123 Via Florence 35 300 Simon Contra 9 328 Piazra Ucloon S€rads Florence 80 328 Pinea Lido on Strada Fterrecz 56 321 Plazza Lido 126 328 Plana Utlo 170 328 Piazza Lido 24 328 Fuzee Lido 63 201 Via Firenze on Plasia Lido 50 300 Strada Centro on SV. Fbrence 56 300 Strada Centro on Sir, Florence 56 300 Strada Centro on Sm Florence 112 20 231 Via Firenze on Maine Florence 80 235 Via Firenze on Sloan Florence 136 333 Via Lido Nord on Strada Florence 136 32S Via Lido Nord 50 1 Scaar Clean Out 321 Rana Lido on Via Florence 40 1 321 Plana Lido on Via Florence 84 335 Raaa Lida on Via Firenze 1 street 89h6ig box 100 Via Genoa 156 100 Via Genoa 107 Via Genoa 240 115 Via Genoa 48 1 116 Via Genoa 48 123 Via Genoa 48 1 _ 124 Via Genoa 78 124 Via Genoa 125 Via Genoa 330 125 Via Gonna 131 Via Genoa 228 401 Piazze Lido on Via Genoa 330 401 Piazza Lida ors Via Genoa 48 401 Piazza Lift on Via Geona 350 Piazza Lido on Via Genoa 70 350 Piazza Lido on Via Genoa 200 Via Genoa on Rana tide 126 209 Via Genoa 209 Via Genoa 212 Via Genoa 215 Via Genoa 125 1 1 Street Light Box 216 Via Genoa LIDO ISLE WORK SCHEDULE - Page 2 AREA . LID0 ISLE 20134014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME &NO, SIDEWALK C&G (SF) (LF) CURB PAINT (FT) ACCESS ROOT RAMP PRUNING RFS, OWY, COM. DWY, ALLEY CROSS UJBO% APPR.(SF) APPR,(SF) APPR. ISE) GUTTER (FA) (SF) COMMENTS 220 Via Genoa 250 2 221 Via Genoa 35 221 Via Genoa 85 221 Via Genoa 229 Via Genoa 40 229 Via Genoa So 229 Via Genoa 35 339 Via tido Nord an Via Genoa 40 339 Via Udo NorJ on Via Geia 75 339 Via Lido Nod on Via Gema 125 412 Via Udo Saud on Via Havre 44 104 Via Havre 108 104 Via Havre 32 105 Via Havre 32 109 Via Havre 28 109 Via Havre 32 109 Via Havre 116 Via Havre 124 116 Via Havre 72 117 Vta Havre 132 Via Havre 133 Via Havre 28 133 Via Harrod 28 133 Via Have 136 Via Havre 56 137 Via Havre 68 137 Via Havre 44 140 Via Havre 16 1 140 Via Havre 44 1 141 Via Havre on Piazza Lido 1 1 I Street Light Box 412 Piazza tido 320 1 Street Light Box 412 Piazza Lido on Strada Havre 168 1 208 Via Havre on Strada Havre 80 1 Street Light Box 208 Via Havre on Strada Havre 64 218 Vla Havre on Sl ada Havre 560 218 Via Havre an Slade Havre 222 Via Havre on Strada Havre 368 2 1 $treet Light Box 222 Via Havre on Strada Havre 112 1 230 Via Havre en $trade Havre 230 Via Havre on Stratla Havre 450 Via Lido Bond on Strada Ithaca 48 1 109 Via Jucar on SUada Ithaca 48 115 Via Jucar on Strode Ithaca 204 123 Via Jucar on Strode Ithaca 180 1 1 Street Light Box 125 Via JUCar on SUada Ithaca 102 1 Water Meter Be. 129 Via Jucar on Strada Ithaca 204 431 Piazza Lido an Strada Ithaca 84 424 Piazza Litlo od Stratla Ithaca 48 426 Piazza Litlo 232 1 Street Light Be. 295 Via Jucar an Strada Ithaca i50 1 207 Via Jucar al Strada hhao, 76 217 Via Jucar an State fthaca 168 3 221 Via Jucar an Stratla lfhzca 78 425 Via Udo Nord on Streda Ithaca 42 104 Via Karon 32 104 Via Koren 104 Via Koren 108 Via Koren 112 Via Koren 44 LIDO ISLE WORK SCHEDULE - Page 3 AREA - LIDO ISLE 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (0-5491) LOCATION STREET NAME & NO. SIDEWALK (SF) C&G (LF) CURB ACCESS PAINT RAMP IFT) ROOT PRUNING RES. DWY. COM. DWY. ALLEY CROSS U(BOX APPR (SF) APPR. (SF) APPR. (SF) GUTTER (EA) (SF) COMMENTS 112 Via Karon 56 116 Via Kama 28 116 Via Karon 117 Via Koren 132 120 Via Karon 132 1 120 Via Karon 120 Via Karen 122 Via Komn 44 125 Via Karon 125 Via Koro, 125 Via Karon 126 Via Kamm 84 1 126 Via Karon 201 Via Karon on Piazza Udo 24 1 201 Via Koren on Piazza Udo 68 1 201 Via Koran on Piazza Lido 44 1 200 Via Karon on Strode Centro 144 200 Via Karon 96 1 1 1 1 Street Light Be. 205 Via Karon 96 205 Via Karon 28 1 206 Via Koros 56 We Via Koran 84 1 212 Via Karon 215 Via Karon 128 215 Via Karon 218 Via Koran 218 Via Karon 220 Via Karon 68 222 Via Koren 72 t stmetlightla. 222 Via Karon 441 Via Lido Nord on Via Karon 260 107 Via Menton on Strada Lorca 111 Via Montana on Breda Lane 121 Via Montane on Strada Lorca 201 Via Montana on Strada Lorca 102 1 207 Via Vendome on Strada Lorca 84 1 215 Via Mentone on Soada Lorca 156 221 Via Menton on Strada Loma 204 223 Via Montane an Strada Lorca 108 1 521 Via Lido Nord on Strada Loma 150 1 521 Via Lido Nord on Strada Lorca 48 520 Via Udo Sand 55 534 Via Lido Send 35 1 520 Via Lido Send on Strada Mentone 36 109 Via Nice on Strada Mentone 102 113 Via Nice on Strada Mentone 204 1 1 Street Light box 117 Via Nice on Strada Mentone 126 1 119 Via Nice on Strada Montana 48 127 Via Nice on Strada Monaco. 132 129 Via Nice on Baader Montana 135 Via Nice on Strada McNw3e 84 203 Via Nice on Strada Mentone 78 1 213 Via Nice on Btraria Meniona 150 1 1 228 Via Nice on Strada Mentone 48 102 ViaOrvfaW 108 Via Orvieto 72 111 Via OrAeto 115 Via OWBto 144 22 1 115 Via Gemara LIDO ISLE WORK SCHEDULE - Page 4 AREA - LIDO ISLE 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME&NO. SIDEWALK {SF} C & G CURB CESS ROOT PAINT {LF) Iii RAMP PRUNING RES. DM. COM DWY. ALLEY CROSS GUTTER APPR. (SF} APPR. {SFj APPR. {SF} (SP) UABOX (EA) COMMENTS 119 Via Orvieto 119 Via Orvieto 120 Via Orvieto 96 122 Via Orvieto 140 122 Via Cramer 125 Via Caviaro -04 2000 Via Orvieto on Strada Camaro 200 Via Orvieto on Strada Centro 200 Via Orvieto on Strada Centro 200 Via Orvieto 32 200 Via Orvieto 112 200 Via Orvieto 52 211 Via Ovieto 56 211 Via Orvieto 216 Via Orvieto 32 1 216 Via Orvieto 184 217 Via Orvieto 32 219 Via Orvieto 44 223 via Orvieto 92 224 Via Orvieto 152 1 at,, Light Box 224 Via Orvieto 227 Via Orvieto 112 616 Via Lido Saud on Strada Palermo 48 616 Via Lido Saud on Samda Palermo 36 105 Via Quito on Strada Palermo 78 109 Via Quito on Strada Town* 78 1 113 Via Bond on Simon Palermo 504 113 Via Quito on Simian Palermo 117 Via Quito on Strada Palermo 180 121 Via Quito on Strada Centro 112 124 Via Palermo on Strada Centro 232 1 200 Via Quito on Strada Centro 224 200 Via Quito an Biretta Centro 217 Via Gone m Sharia Palermo 219 Via Quito on Sande Palermo 480 223 Via Quito on Strada Palermo 204 225 Via Quito on Strada Palamm 78 623 Via Lido Nom 22 646 Via Lido Saud at Strata Quito 35 648 Via Lido Smvd at admire Qulm 11.25 103 Via Raverma an Strata Quito 48 1 105 Via Ravenna on Strala Code 48 107 Via Ravenna on Strata Quito 150 1 1 201 Via Ravenna on Strata Quito 201 Via Ravenna on Strata Quito 203 Via Ravenna on Strata Quito 330 1 1 2 2D9 Via Ravenna on Simla Quito ISO 1 211 Vi. Ravenna on Strata Quito 48 215 Via Ravenna on Strada Quito 217 Via Ravenna on Strata Quito 78 217 Via Ravenna on Strada Quito 219 Via Ravenna on Strata Quito 204 1 223 Via Ravenna on SVada QuiW 223 Via Ravenna on SVada Quito 100 Via San Remo neat to park 56 1 D Via San Remo max[ to park 240 105 Via San Ramo 128 105 Via San Remo 32 107 Via San Remo 32 LIDO ISLE WORK SCHEDULE - Page 5 AREA - LIDO ISLE 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME & NO. SIDEWALK (SF) C&G CURB (LF) I (FT) AINT ACCESS ROOT RAMP PRUNING RES. DWY. COM. DWY. ALLEY CROSS U/BOX APPR, (SF) APPR. (SF) APPR. (SF) GUTTER (SF) BEM COMMENTS 111 Via San Remo 84 119 Via San Reno 120 1 119 Ma San Remo 20 119 A.F. Via San Remo 56 245 Via San Rema 56 205 via Sart Remo 160 2 205 Via San Remo 210 Via San Remo 56 1 221 Via San Rema 112 223 Via San Remo 32 226 Via San Remo 136 2 720 Via lido Saud on Strada Trieste 48 1 417 Via Undine on Stada Tdeste 126 1 123 Via Undina on Stada Trieste 48 127 Via Undine on S1atla Tecate 150 1 744 Via Litla Saud on Snare Undine 52.5 1 109 Vra Venezia on Shada Undine 234 1 113 Via Venezia on Shade Undine 177 1 1 1 145 Via Venezia an Shade Undine 48 149 Via Vaneiia on Strada Undine 48 760 Ma Udo Saud an Via Waters 100 Via Wazlers 42 105 Via Wailers 84 115 Via War.lers 116 117 Ma Wonders 120 Via Wailers 28 120 Via Waters 56 121 Via Waters 125 Via Water$ 129 Me Wearers 128 136 Via Wailers 40 140 Via Waters 44 140 V* Waiters 70 148 Via Waders 55 149 Ma Wailers 60 149 Via Wailers 808 Via Litlo Saud on Strada Xanihe 156 103 Via Yella an $hada Xanihe 107 Via Ye118 on Shade Xanthe 126 1 108 Ma Yella an Strade Yells 119 Via Yalta on Strada Xanihe 204 1 1 134 Ma Yell@ an Stadia Yella 135 Via Yells on Strada Xanthe 51 1 828 Via Udo Saud on Strada Yella 174 1 Street Light Box 109 Vra Zudrh on Strada Yalta 276 125 Ma Zurich an Strada Yolk 51 135 Via Zwth an Susan Ye1k 378 2 835 Ma Lido Nardi nn Shads Yana 54 835 Via Litlo Nord on Strada Yatla 39 835 Via Led Nord 42 LIDO ISLE WORK SCHEDULE - Page 6 AREA • NEWPORT HEIGHTS 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM {-5481) LOCATION STREET NAME 8 NO. SIDEWALK (SF) C F) (LF) Cllr( ACCESS PAINT (FT) RAMP ROOT PRUNING RES.OWV. COM,(SF) APPR. (SF) APPR. (SP) CROSS ALLEY GUTTER APPR. (SF) (SF) UJBOX (EA) COMMENTS 495 Orange St 19 104.5 497 Orange St 33 BOB Orange St 102 508 Orange St 164 496 Old Nevport Blvd on Orange St 129 500 Old Newport Blvd on Orange St 29 3301 15th St on Boise Ave 10 3301 Gay Ston Bdaa Ave 60 4 a:i water boxes 3301 Clay St on Boise Ave WE 3301 Clay St on Balsa Ave 0 2616 Broad St 28 2912 Broad $t 16 3250 Broad St 45 1 EdIsnn box 3256 Broad St 40.5 2 1,watonl.Edison 3225 Clay Sl 26 3233 Clay St 455 1 cable tv box Clay St at Wdatmineter Ave 360 Clay St at Westminster Ave 240 517 Westminster Ave 11 521 Westininsed Ave 17 534 Westminster Ave 0 5300 Westminster Ave 45 1 85.5 3206 Clay St on Westminster Ave 12 3200 Clay St on Wealminsier Ave 18 3201 Clay Bt 71 Broad St al Wostminsser Ave 1 308 HolmwotM Or 11 1 325 Holmwood Or 7 326 Holmwood Or 6 337 Holmwood Or 13 13 400 Holmwood Or 6 409 Holmwood Or 6 412 HoimwoodOr a 421 Holmwwd@ 16 437 Holmwood Dr an Broad St 55 300 Old Newport Blvd on Catalina Dr 24 232 Cataluna Or 34 306 Carding Dr 14 307 CoaaAna Dr 18 1 312 Catalina Dr 10 316 Catalina Dr 12 1 320 Catalina Or 7 1 324 Catalina Dr 10 1 327 Catalina Dr 25 345 Catalina Or 9 346 Catalina Dr 9 357 Cataxna Or 9 409 Catalina Dr 9 410 Catalina Or 50 412 Catalina Or 18 436 Cataluna On 24 442 Catalina Or 22 445 Catalina Dr 30 451 Catalina Dr 7 455 Catalina Dr 71 3101 Clay St on Catalina Or r 100 521 Catalina Or 7 530 Catalina Dr 15 NEWPORT HEIGHTS WORK SCHEDULE - Page 1 AREA - NEWPORT HEIGHTS 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME & NO. SIDEWALK (SF) C&G (LF) CURB ACCESS PAINT (FT) RAMP ROOT RES.DWY. PRUNING APPR (SF) COM.DWY. APPR. (SF) ALLEY APPR. (SF) CROSS U/BOX C' (SF) R (EA) COMMENTS 533 Catalina Dr 10 545 Catalina Or 21 1 3000 Beacon St 18 341 Santa MaAva 10 10 341 Santa Me Ave on Beacon St 21 2 341 Santa Ma Ave on Beacon St 6 I 1 413 Sania ALi Ave 13 424 Santa Ma Ave 7 457 Santa Ana Ave 18 1 460 Santa Ma Ave 15 461 Santa Ana Ave 21 465 Santa Ana Ave on Clay St 11 1 5D5 Santa Ana Ave 7 1 505 Santa Ana Ave 8 518 Santa Ana Ave 6 519 Santa Ann Ave 17 527 Santa Ana Ave 21 531 Santa Ana Ave 57.5 37 1 537 Santa Ana Ave 17 546 Santa Ana Ave 30 CIO Or at La Jdia Or 120 305 La Jose Or 35 309 La Jolla Or 35 314 La Jolla Of 16 2 � curb drams $16 La Jolla Or 14 1 316 La Jolla Or 18 325 La Jolla Or 42 330 AT La Jolla Or 00 330 La Jolla Cat 16 421 San Bernardino Ave 25 423 San Bernardino Ave 52 442 San Bernardino Ave 0 442 San Bwnaolinoi Ave 0 445 San Bernardino, Ave 19 260 445 San Bernardino Ave 16 450 San Bernardino Ave 15 _. 451 San Bernardino Ave Pn Broad St 12 465 San Dominion Ave on Clay St 24 1 547 San Bernardino Ave 12 1 2801 Clay So 2916 Clay St 250 1 Watarvalva 191 Riverside Or on Avon St 95 191 Riverside Or on Avon St 150 3 191 Riverside Or on Avon St 150 191 Riverside Or on Avon St 1 300 215 Riverside Or on Avon St 200 225 Ocean Vws, Ave on Riverside Or 0 229 Ooeen Ves, Ave on Rrverstle Or 0 206 Riverside Df 15 1 301 Rwenvde Of 310 15 t 301 Riverside Or 220.5 1 i 1 30 of PNV Concrete 301 Riverside Or 252 301 Rivarsida Or 21 70 at PNJ Concrete 301 Riverside Or 115.5 1 301 Riverside Or 115.5 8 1 301 PoveRida Dr 147 0 i 35 at PfW concrete 301 Riverside Or 24 NEWPORT HEIGHTS WORK SCHEDULE - Page 2 AREA • NEWPORT HEIGHTS 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C•5491) LOCAMON STREET NAME &NO, SIDEWALK (SF) C&G (LF) CURB ACCESS PAINT(FT) RAMP ROOT PRUNING ftES. DWY. COM. DWY, APPR. (SF) APPR.(SF) ALLEY APPR.(SF) CROSS GUTTER (BE) WBOX (EA) COMMENTS 301 Riverside Or 126 6 6 301 Riverside Dr 315 72 35 1 301 AT Riverside Dr 70 12" High Curb 301 AIF Riverside Dr 52 17 High Curb 301 AT Rwrselo Or 30 18" High Curb 435 Riverside Avo en Clay St 250 446 Riverside Ave 15 501 RWenade Ave on Clay St 250 1 water box-4TT 507 Riverside Ave 9 511 Riverside Ave 18 535 Rventade, Ave 23 546 Riverside Ave on 15th Sl 30 20 400 Tustin Ave on Beacon 7 406 Tustin Ave 15 410 Tustin Ave 15 411 Tustin Ave 30 1 • Curb Dein 414 Tustin Ave 15 421 Tustin Ave 25 501 Tustin Ave an Clay St 15 250 t Water Valve 501 Tustin Ave 18 539 Tustin Ave on Clay St 0 543 Tustin Ave 8 S47 Tustin Ave 16 6D0 Tustin Ave on 16th St 50 310 EI Modena Ave 15 323 EI Modena Ave on Beacon St 0 323 EI Modena Ave on Beacon St 24 133 323 EI Machine Ave on Beacon Sl 15 323 EI Modena Ave on Beacon St 58 323 EI Modena Ave 24 426 B Modena Ave Need Survey 439 EI Modena Ave 15 435 EI Modena Ave 50 431 El Modena Ava 16 446 Ei Motlena Ave 15 445 EI Modena Ave at Clay St 250 445 EI Modena Ave on Clay St 15 448 EI Modena Ave on Ciay St 30 t 521 EI Motlena Ave 15 1 542 EI Modena Ave 0 45 1 `^^ slemped am 546 EI Motlena on 15th St 55 12 2 312 Fullerton Ave 16 400 Fullednn Ave 16 410 Fulletlon Ave 30 429 Fullerton Ave 18 432 Fullerton Ave 7 435 Failenan Ave a 438 Fu9ence Ave 18 2601 15th St 20 600 Gary m an ISth St 30 601 Govy PI ori isle $1 150 601 Gary PI on 15th St 40 601 Gaty PI on 15th SI 18 410 Alisa Ave 15 432 AIso Ave 26 2 635 Aliso Ave 12 544 Alien Ave on 15th St 20 644 Aliso Ave on 15th St 17 9 2 102 NEWPORT HEIGHTS WORK SCHEDULE- Page 3 AREA - NEWPORT HEIGHTS 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME &NO. SIDEWALK (SF) C&G (LF) CURB PAINT(FT) ACCESS RAMP ROOT PRUNING RES. DWY. COM. DWY, ALLEY APPR.(SF) APPR.eF) APPR.(SF) CROSS GUTTER (SF) U/BOX (EA)COMMENTS S47 Allao Ave on 15th St 45 252 547 Aliso Ave on 15th St 18 16 600 Aldean PI, 8 600 Aldean PI. 14 500 Aldean PI on 15th St 54 2 600 Adam PI an IM St t 1 601 Akbar Pion 15th Si 60 Sot Akean Pion 15th St 12 200 601 African PI on 15th St 1 2301 151" St 15 9 2 30 2301 15th St 16 5 1 2301 15th SI 12 12 1 60D Michael A on 16th St 100 1 60D Miohael PI on i&11 St 14 1 600 Michael PI 9 601 Michael PI 16 601 Michael Pion l5th5t 20 20 1 601 Michael PI on 15th St 36 t 300 606 Micheal Pt 0 549 Irvno Ava an 16th St 40 6 549 IMdo Ain, on 15th St 12 2000 Ci8 Dron Cwai PI 2000 Cliff Oron St, Andrews Rd 2 2000 Cliff Dron St. Andrews Rd I 1 2000 Cliff Or 25 1 2DOD Cliff Or 90 1 200D Cliff Or 25 2215 Cliff Or 30 2405 Cliff Or 125 1 2500 Cliff Or 36 2501 Cliff Or 18 80 2501 Cliff Or 30 2504 Cliff Or 18 Cliff Or at Ri nosido Or 30 ? 2808 Cliff Or 220 t book work needed Z918 Cliff Dr 125 i 1 sewancca-4TT 2957 Cliff Dr 32 15 1 3001 Cliff Or 16 3004 Cliff Or 50 1 110" hi h curb 3008 Cliff Dr 35 10" high curb 3012 Cliff Or 25 I V high curb 330 St. Andrews 33 St. Andrews Rd at Clay St 180 600 S, Andrews 20 600 St. Andrews Rd on 15th St 468 1 1 1 Street Light Bax St. Andrews Rd at Cliff Dr 90 St. Aod(ews-Cliff to Coral 138 6 muitielc locations 500 Cliff Or on du Pi 50 300 Kings PI 30 308 Kings PI 12 48 401 Kings PI 15 408 Kings PI 20 415 Kings PI 60 Soo Kings PI 20 507 Kings PI 12 48 430 Pirate Rd 0 30 1 48 805 Seagull Ln 20 10 1817 WestciiN Dr an 5henngton PI 16 1 16 11 NEWPORT HEIGHTS WORK SCHEDULE - Page 4 AREA -NEWPORT HEIGHTS 2013.2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME &tom. SIDEWALK (SF) C Ff {lF) CURB ACCESS PAINT{Fi} RAMP ROOT PRUNING RES. D+SF) APPtt {SF) COM . (SF) ALLEY APPR {SPj APPR.{sF} CROSS GUTTER {SF) ti(FA) (EA) COMMENTS 1733 Westcliff Dr on Shenngton PI 30 1815 Westcliff Dr on Sherington P 13 1 1900 Sherington Jul 6 1900 Sherington PI 75 1 1900 Shaongtan PI 21 IRM ShannglmP 150 1 1985 Shorington PI 100 900 Dover Or on Castaways Ln 110 1 900 Dover Drop Castaways Ln 100 1 1403 Supenor Ave 100 1 1409 Superior Ave $25 3 1445 Superior Ava 11 1455 Superior Ave 40 36 40 Catch Spain Dark Top 1455 Superior Ave 40 Local Depression 1461 Superior Ave 232.5 1 sewer box -4TT Mb Superior Ave, north of 95 Superior Hill parking lot 57 1 1 street lighting box 142.5 1995 275.5 1 1 Street Ught P.B. n(b SuPenor Ave,befam 237.5 1 Street Light P.B. Ticonderoga 190 320 Superior Ave 70 1 320 Superior Ave 210 1 320 Superior Ave 90 320 Supenor Ave 150 1 320 SuperiorAve 50 1 Street Light PB 3% Su unor Ave 2 1 - W/M, 1 -T/S 592 ScWbr Ave 11 1 street lighting box 592 Superior Ave 3 1 1 sthoot lighting box 1604 Babcock St on fifth St 26 234 1604 Babcock Sign /6th St. 128 1 1604 Babcock Stan 18th St 28 1 615 16th St 22 2 70 819 16kh St 12 1 820 16th St 25 135 820 16th St 162 825 16th St 35 23 170 830 16th St 0 830 16th Sl 45 5 833 16th St 27 847 1611, St 32 255... 867 16th St 45 900 16th St 162 27 1 problem tree 900 16th St 225 60 1 problem trey SW 16th st 25 32 901 16th St 32 907 1 On St 28 911 16th St 32 9301fah S1 164 33 297 930 16th St 1 60 1 2 2) water 4TT boxes 1544 Placentia Ave 50 1544 Paoontta Ave 1 270 1599 Placentia Ave 0 15W Placentia Ave 1 20 1 1 robe signal box 1599 Paceniis Ave 20 NEWPORT HEIGHTS WORK SCHEDULE - Page 5 AREA- NEWPORT HEIGHTS 2013-2014 SIDEWALK, CURS & GUTTER REPLACEMENT PROGRAM (C-5481) LOCATION STREET NAME 8 NO. SIDEWALK (SF) C P) (LF) CURE PAINT {FT} ACCESS RAMP ROOT PRUNING RES. DWY. COM DWY APPR. {SF} APPR {SP} CROSS ALLEY WEA) APPR. (SF) GUTTER (EA} {SF} COMMENTS 1159 Placentia Ave on Production PI 24 4 too 840 Production PI 15 60 810 Production PI 50 200 817 Production PI 90 1 817 Production PI 30 828 Production PI 24 100 829 Production PI 50 250 829 Production PI 60 1 829 Procuction PI 54 834 Production PI 24 100 835 Production PI 50 200 835 Production R 70 1 835 Producdnn PI 990 3 544 Production PI 0 0 853 Production PI 50 200 Drain Be. 864 Production PI 40 ISO 870 Production PI 36 120 882 Production PI 30 883 Production PI 30 2200 Laurel Ln on Irvine Ave 400 1 2201 Holly Ln on Irvine Ave 250 1 cawakbox 639 kine Ave 60 1 water look 635 Irvin Ave 259 631 hvine Ave 140 615 Irvine Ave 2145 1 88 Need Tree Removal 607 twine Ave 143 MISCELLANEOUS AREAS 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5491) LOCATION STREET NAME &NO, SIDEWALK {SF} C&G (LF) CURB PAINT (Pt) ACCESS RAMP ROOT PRUNING RES. DWY. COM. DWY. APPR. (SF) APPR {5F) ALLEY CROSS U/BOX GUTTER APPR.(SF) (EA) (SF) COMMENTS Back Bay Drive at Eastbluff Dr. 582 remove ex. au( A.C. & berm 429 Marguerite Avenue 30 830 remove sidewalk 620 Ins Avenue 150 1 81st Sheet 232 220 152 200 SF. AC Patch Back 3311 Seashore Drive 400 1 NEWPORT HEIGHTS WORK SCHEDULE - Page 6 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 12/23/13 Dept./Contact Received From: Vladimir Date Completed: 1/7/14 Sent to:. Vladimir By: Chris Company/Person required to have certificate: Grigolla & Sons Construction Co., Inc, Type of contract: All Others GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5/19/13 to 5/19/14 A. INSURANCE COMPANY: GoldenEagleInsurance B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? E. ADDITIONAL INSURED ENDORSEMENT — please attach F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 1, PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? J. CAUTIONI (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? K. ELECTED SCMAF COVERAGE (RECREATION ONLY): L. NOTICE OF CANCELLATION: It. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 5/19/13 to 5/19/14 $1,000,000 /$2,000,000 N Yes ❑ No o1i m S El Yes N No M El Yes ■ No ■ .1 Yes El No A. INSURANCE COMPANY: Peerless insurance Company B. AM BEST RATING (A-: VII or greater) A; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1 M min, BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E. LIMITS Waiver of Auto Insurance f Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: 0 N/A N Yes ❑ No }D. N0RKERG'COMPENSATON EFFECT|VE/EXP|RATION DATE: 101/13 A. INSURANCE COMPANY: California Insurance Company B. AMBEST RATING (&': VII orgnoater): C� ADMITTED Company (Must hoCalifornia Admitted): XYes EJ No D� VVORKERS`C;KoPENSKT|ONL!MIT: Statutory CK Yes El No E. EMPL{)TERG'L|A8|LIT}'LIMIT (Must ho$1&1urgreater) F. WAIVER {}FSUBROGATION (To indudo):|mitincluded? ZYes []No G. SIGNED VVORKERS`COMPENSAJ|0NEXEMPTION FORM: XN/A FlYes El No H� NOTICE (}FCANCELLATION: FlN/A 0Yes EINo ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED W. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? � ',rrr~``-: ell �gent of Alliant Insurance .. Services Broker of record for the City of Newport Beach 1/7/14 Date 19 N/A El Yes El No CK N/A El Yes El No RISK MANAGEMENT APPROVAL Non-admiftadcarrier rated less than Self Insured Retention or Deductible greater than E] N/A El Yes El No Reason for Risk Management u � A,,rr-`~-� Risk Management e�E-vroRT Z_— CITY OF t NEWPORT BEACH G<,FORN� Cot/ Coundl Staff Repo t Agenda Item No. 16 November 26. 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebbCa)newportbeachca.gov PREPARED BY: Alfred Castanon, Associate Civil Engineer 949-644-3314, acastanon@newportbeachca.gov APPROVED: TITLE: 2013-2014 Annual Zirwalk Curb & Gutter Replacement Project— Award of Contract No. 5491 ABSTRACT: Staff has received construction bids for the 2013-2014 Sidewalk, Curb & Gutter Replacement project and is requesting City Council's approval to award the contract to Grigolla & Sons Construction Company, Inc. RECOMMENDATIONS: Approve the project drawings and specifications. 2. Award Contract No. 5491 to Grigolla & Sons Construction Company, Inc, for the Total Bid Price of $639,950.00, and authorize the Mayor and the City Clerk to execute the contract. Establish an amount of $96,000.00 (15%) to cover the cost of unforeseen conditions as well as take advantage of opportunities to include additional needed concrete work not included in the original contract. Approve Budget Amendment No. 14BA-025 appropriating $298,000.00 from unappropriated General Fund balance to Account No. 7013-C2001009 (Sidewalk, Curb and Gutter Replacement); and recognizing $14,000.00 in revenue from a private contribution from Lido Isle Community Association to Account No. 9010-5901 and appropriating $14,000.00 to 7013-C2001009. 2013-2014 Annual Sidewalk Curb & Gutter Replacement Project— Award of Contract No. 5491 November 26, 2013 Page 2 FUNDING REQUIREMENTS: The FY 2013-14 Capital Improvement Program budget included $450,000 for the 2013- 2014 sidewalk project. Upon completion of the actual field review surveys, the quantities of concrete sidewalks, curbs and gutters requiring replacement were above original estimates. The primary reason was the need to replace approximately 28,000 square feet of sidewalk on Lido Isle (more than twice the amount originally planned). To address this additional concrete work, staff recommends approval of a Budget Amendment appropriating $298,000.00 from the General Fund to Account No. 7013-C2001009 (Sidewalk, Curb and Gutter Replacement). Per Council Policy L-1, the Lido Isle Community Association will contribute $14,000.00 to cover the cost of specialized concrete coloring and stamping, which represents the delta increase in cost from standard concrete. Upon approval of the proposed Budget Amendment, there will be sufficient funding in the following accounts for the award of this contract: Account Description General Fund Proposed uses are as follows: Vendor Grigolla & Sons Construction Co., Inc. Grigolla & Sons Construction Co, Inc. GMU Geotechnical, Inc. Anderson Penna Partners Various DISCUSSION: Account Number Amount 7013-C2001009 $ 761,670.00 Total: $ 761,670.00 Purpose BIDDER Amount Construction Contract $ 639,950.00 Construction Contingency $ 96,000.00 Geotechnical Services $ 4,720.00 Construction Inspection $ 20,000.00 Printing & Incidentals $ 1,000.00 Total: 761,670.00 At 10:00 a.m. on October 17, 2013, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Grigolla & Sons Construction Company, Inc. $639,950.00 2 ABSL Construction $716,250.00 3 Golden State Constructors, Inc. $729,850.00 4 Ruiz Concrete & Paving Inc. $761,020.00 5 Horizon Construction Company International, Inc. $846,810.00 6 Nobest, Incorporated $862,000.00 7 Y&M Construction Inc. $1,062,700.00 Contract No. 5491 2013-2014 Annual Sidewalk Curb & Gutter Replacement Project — Award of November 26, 2013 Page 3 The low bid amount is 17% below the Engineer's Estimate of $775,000. The continued competitive market in this construction field likely contributed to the disparity between the low bid and the Engineer's cost estimate. The low bidder, Grigolla & Sons Construction Company, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for the City of Newport Beach and other public agencies. The work necessary to complete this contract includes replacement of existing sidewalk, curb & gutter, curb access ramps, driveways, pruning tree roots and installing tree root barriers within the Newport Heights and Lido Isle communities. As a result of receiving very favorable bid prices on concrete replacement work, staff recommends including a 15% contingency allowance to cover the cost of unforeseen conditions as well as take advantage of opportunities to include additional needed concrete work. Pursuant to the contract specifications, the Contractor will have 85 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Submitted by: David A. Webb Public Works Director Attachment: A. Location Map B. Budget Amendment q � 19 �l Attachment A LIDO ISLE & NEWPORT HEIGHTS FY 2013-2014 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT LOCATION MAP C q CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5491 1 11/12/13 w a cv 0 0 Z�RiCN z CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5491 1 11/12/13 Attachment B City of Newport Beach NO. BA- 14BA-025 BUDGET AMENDMENT 2013-14 AMOUNT: $312,000.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balanc< Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To appropriate funds from General Fund Reserves to Street/Sidewalk/Curb/Gutter & ADA Replacement and also increase revenue estimates and increase expenditure appropriations to accept a private contribution for the Sidewalk, Curb & Gutter Replacement project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 010 3605 General Fund - Fund Balance $298,000.00 REVENUE ESTIMATES (3601) Fund/Division Account Description 9010 5901 ND Gen Fund - Prvt Donation/Contributions $14,000.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7013 Street Account Number C2001009 Sidewlk/Curb/Gutter&ADA $312,000.00 Signed: Nn'anci@ Approval: Finan a Di ctor' Date Signed: 11 Administrative Approval: City anager Date Signed: City Council Approval: City Clerk Date