HomeMy WebLinkAboutC-3778(A) - Buck Gully Wetlands and Maintenance Road Repairs at 5th Street0 f
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani 1. Brown. MMC
August 12, 2009
McKenna General Contracting
1335 Corona Pointe Court
Corona, CA 92879
Subject: Buck Gully Wetlands (C -3778)
To Whom It May Concern:
On August 12, 2008, the City Council of Newport Beach accepted the work for
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on September 23, 2008. The Surety for
the contract is SureTec Insurance Company, and the bond number is 4358565.
Enclosed is the Faithful Performance Bond.
Sincere
iQ
M�C
City Clerk
Enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
• ORIGINAL
ISSUED IN FOUR ORIGINAL COUNTERPARTS
COUNTERPART NO. I OF "
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
BOND NO. 435S'A5
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,966.00
being at the rate of $ 14.40
WHEREAS, the City Council of the City of Newport
adopted, awarded to McKenna General Engineering,
'Principal', a contract for construction of BUCK GULLY
thousand of the Contract price,
Beach, State of California, by motion
nc., hereinafter designated as the
WETLANDS AND MAINTENANCE
ROAD REPAIRS AT 5TH STREET, Contract No. 3778 in the City of Newport Beach, In strict
conformity with the plans, drawings, specifications, and other Contract Documents maintained in
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3778 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and SureTec 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 THREE HUNDRED FOURTY -FOUR THOUSAND, EIGHT HUNDRED
TWENTY -THREE DOLLARS AND 00/100 ($344,823.60) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the
City of Newport Beach, its successors, and assigns; for which payment well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the 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.
28
0 0
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, it is agreed that the
death of any such Principal shall not exonerate the Surety from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 23rd day of July 2007.
Mc & AA0IIr-
McKENNA GENERAL ENGINEERING, INC.
(Principal)
SureTec Insurance Company
Name of Surety
3033 Sth Ave., Suite 300
San Diego CA 92103
Address of Surety
(6191 400 - 4106
Telephone
Authorized Signaturefitle
Agent Signature
Julia B. Leonard, Attorney In fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
29
0 0
ALL - PURPOSE ACKNOWLEDGMENT
State of California
SS.
County of flt
QIVJ /Oc _______ ____ _
On �211t�3 a�� before me. _ RAI/1i ct Lts — .d��o _
personally appeared r 1 m M c— tt&ur49
)�GNHlI51
personally known to me - OR -
❑ proved to me on the basis of satisfactory
evidence to be the persons) -whose name
isMm subscribed to the within instrument and
acknowledged to me that he /shehhey executed
the same in his /her>`t- r authorized
capacity(its+, and that by his /hcrhheiK
signatures(s -on the instrument the personk*:
or the entity upon behalf of which the
person(* - acted, executed the instrument.
seal.
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
p
PARTNER(S)
❑
ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIAN/CONSERVATOR
❑
OTHER:
SIGNER IS REPRESENTING:
SAME. Of PUASONISI OR FMITYIIES,
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
(YfHER
k4
L
RIGHT THUMBPRINT
OF $
SIGNER
S
APA 5199 VAII.F:Y- SIFTRA, SEED 162 -3369
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of
On
RIVERSIDE _
JUL 2 3 2007 before me, MICHELE M. QUALLS, NOTARY PUBLIC
Name and TNe of Officer (e g . -Jane Doe. Notary Pubic-)
personally appeared JULIA B. LEONARD
Names) of Spgner(s)
® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) is/are subscribed to the within instrument and
acknowledged to me that he /she/they executed the same in
his /her /their authorized capacity(ies), and that by his/her /their
signature(s) on the instrument the person(s), or the entity upon
MI H L M. �UALLS behalf of which the person(s) acted, executed the instrument
COMM. X1704204
NOTMY WBLIC C/�LIfORNIA N
RNERSIDE COUNTY WITNESS my hand and official seal.
Mr Comm E�res Nor fl, 2070 �
Clnnalllro N NNa,v F A,Ir
– - -- - -- OPTIONAL---- _�� —� —__
Through the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signers Name: Signer's Name:
❑ Individual
❑ Corporate Officer
❑ Titles(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
BD 1132 09 G0
❑ Individual
❑ Corporate Officer
❑ Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other: OWN
Tn, —o nee
Signer Is Representing:
r�
ISSUED IN FOUR ORIPINAL COUIjITERPARTS FGA N: 510018
COUNTERPART NO. L OF Lf BOND N0. 4358565
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know AU Men by These NesenN, that SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Kenneth A. Coate, Julia B. Leonard
of Riverside, CA its true and lawful Attomcy(s )-in -fact, with full power and authority hereby conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to
include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no /100 ($5,000,000.00)
and to bind the Company thereby as dilly and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Anomey(s }in -Fact may do in the
premises. Said appointment shall continue in force until 10/31/08 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be a Resolved, that the President, any Vice.Prewilcm., any Assistant Vice - President env Secretary or any Assistant Secretary shalt be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomcy(s).in -Feet to represent and act for and on
behalf of the Company subject to the following provisions:
Arlorney-in -Fwt may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomcy -in -Fact shall be binding upon the Company as if signet by the President and sealed and effected by the Corporate Secretary.
Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certtrrc au: relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted of a meeting held on 20e' of April.
1999)
fn WIMM fterml,, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
O�NCF EC �ISURANCB COMPANY
By:
BJ.ICI We t
State of Texas no
County of Harris
R
On this 20th day of June, A.D. 2005 before me personally tune B.I. King, to me known, who, being by me duly swore did depose and say, that be
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
Michelle De,"
N 0 = .�1,1"'''"
lltobakxat • frttiylCU2• �Cyl,�'1� -
• ,�a or+ W Commission EVI es MfeLdle Denny, Notary N-
c
AIjUS127, 2008 My commission expires August 27, 2008
1, M. Brent Bury, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is awe and correct copy
of a Power of Attorney, czecuted by said Company, which is still in full force and effect; mad fortbermoM the resolutions of the Board of Directors, set
out in the 1'uwcr of Attomcy are in full fora and effect.
Given under my hand and the seal of said Company at Houston, Texas this _ 23rd dry 4B. 20 01 , A.D.
Br sistaat Sec tary
Any Instrument issued in excess of the penalty slated aboca tv totally vol^ And without any validity.
For verification of the authority of this power you may call (71 So 412 -0800 any business day between 8:00 am and 5:00 pen CST.
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
IaVonne M. Harkless. MMC
September 23, 20(18
McKenna General Contracting
1335 Corona Pointe Court
Corona, CA 92879
Subject: Buck Gully Wetlands (C -3778)
To Whom It May Concern:
On August 12, 2(X)8, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 19, 2008, Reference No. 20080(X)393736. The Surety for the contract is
SureTec Insurance Company and the bond number is 4358565. Enclosed is the
Labor & Materials Payment Bond.
Sincerely,
r
LaVonne M. Harkless, MMC
City Clerk
encl.
3300 Newport Boulevard • Post Office Box 1768 - Newport Beach. California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
0
ISSUED IN FOUR ORIGINAL COUNTERPARTS
COUNTERPART NO. f OF -_
PREMIUM: INCLUDED IN THE PREMIUM
CHARGED FOR THE PERFORMANCE BOND
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
BOND NO. 43s-5s5
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to McKenna General Engineering, Inc., hereinafter designated as the
"Principal," a contract for construction of BUCK GULLY WETLANDS AND MAINTENANCE
ROAD REPAIRS AT 5TH STREET, Contract No. 3778 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications and other Contract Documents in the office of
the Public Works Department of the City of Newport Beach, ail of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3778 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,
SureTec Insurance Company duly authorized to transact
business under the laws of the Slate of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED FOURTY-
FOUR THOUSAND, EIGHT HUNDRED TWENTY -THREE DOLLARS AND 00/100 ($344,823.60)
lawful money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors,
or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
�r,
0 0
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 23rd day of July , 2007.
T-I e& Ac KeF�u&(*,
McKENNA GENERAL ENGINEERING, INC.
(Principal)
SureTec Insurance Company
Name of Surety
3033 5th Ave., Suite 300
San Diego CA 92103
Address of Surety
(619) 400 - 4106
Telephone
W�
Authorized Signature/Title
tho ed Agent Signature
Julia B. Leonard, Attorney In Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of J RIVE_
On before me, MICHELE M. QUALLS, NOTARY PUBLIC
Name and T41e of Officer (e g -Jane Dce. Notary Puck)
personally appeared JULIA B. LEONARD
Name(s) of Signer(s)
® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) is/are subscribed to the within instrument and
acknowledged to me that he /shetthey executed the same in
MICHEL M. QUALLS his/her /their authorized capacity(tes), and that by his /her /their
t/ Tom M. #1704204 n signature(s) on the instrument the person(s), or the entity upon
CY1h - NOTARY
PUBLIC CA11rORNIA N
RNERSIDE COUNTY p behalf of which the person(s) acted, executed the instrument.
My Comm Eryrtes NOV " 20,0 C
WITNESS my hand and official seal.
Signature of Notary Pubic
_— _...______ OPTIONAL-----._.._.�.� —�
Though the in formation below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name.
❑ Individual
❑ Corporate Officer
❑ Titles(s) : _
❑ Partner - ❑ Limited ❑ General
❑ Attomey -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing
BD 1133 C91.,
he ,e
Number of Pages:
Signers Name:
❑ Individual
❑ Corporate Officer
❑ Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
0 G -311 $
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 12
May 13, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Steve Luy
949 -644 -3330 or sluy @city.newport- beach.ca.us
SUBJECT: Buck Gully Wetlands and Maintenance Road Repairs at 5"' Street -
Contract No. 3778 — Authorize an Increase in Contract Contingency
Recommendations:
Approve a Budget Amendment appropriating $47,500 from the unappropriated General
Fund to the Buck Gully Wetlands and Maintenance Road Repairs Project, Account No.
7014- C5100659 to increase the contingency from 10 percent ($34,500) to 24 percent
($82,000) to cover unanticipated additional costs for this project.
Discussion:
On July 24, 2007, City Council awarded the Buck Gully Wetlands and Maintenance
Road Repairs at 5�h Street Project to McKenna General Engineering, Inc., at a contract
price of $344,823.60 and approved a contingency of $34,500. Due to several
unforeseen conditions, as well as weather related damage during construction, the final
cost for this project will exceed the previously authorized contingency.
This project entails the reconstruction of the maintenance road crossing Buck Gully
Creek that is utilized by the City's Utilities Department to access water main facilities.
This project also includes design features to stabilize the streambed which has
experienced down - cutting that could threaten to undermine the new creek crossing or
possibly destabilize the canyon banks. As concrete -lined channels are no longer the
preferred alternative by the jurisdictional agencies, stabilization of the streambed is
being accomplished using different types of gabions (wire baskets filled with rock or soil)
that are then tied together forming a continuous structural element. This
environmentally - friendly building method has been viewed more favorably by the
permitting agencies since the City's successful Morning Canyon stabilization project.
Several unforeseen conditions during construction have now increased anticipated
project costs. While a portion of the cost increase can be attributed to the unusual
nature and unknowns associated with the project design, the greatest difficulty and
related cost increases are associated with having to construct improvements within the
streambed during the rain season. The breeding season for the gnat catcher and other
protected species dictated that construction could not commence until late August.
While this past year was forecast to be a drier El Nino year, a series of rain storms
struck Newport Coast not only delaying construction activities, but damaging formwork
or other adversely impacting construction elements in the process of being constructed.
• Buck Gully Wetlands and Matntee Road Repairs —Contract No. 3778
Authorize an Increase in Contract contingency
May 13, 2008
Page: 2
The silver lining is that we have had frequent 'water- tests' of this innovative design and
so have had an opportunity to identify and correct design weaknesses by installing 96
additional gabions. The total projected construction cost for this project based on
adverse weather conditions and associated runoff damage, as well as the addition of
reinforcing gabions, is projected to be $426,823.60 which will be approximately 24%
higher than the contract award of $344,823.60.
The irrigation and planting of native California wetland and upland plant species has
been completed and the 120 -day plant establishment maintenance period is in progress
with an estimated July 7, 2008 completion date.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 Existing Facilities for Maintenance Road and
Section 15333, Class 33 of the CEQA Implementing Guidelines at the time the project
was authorized by the City Council. This exemption covers the restoration of small
habitat and allows for the stabilization of stream banks with native vegetation and bio-
engineering techniques to eliminate erosion and sedimentation.
Funding Availability:
Upon approval of the recommended Budget Amendment, funds will be available in the
following account for completion of the Buck Gully Wetlands and Maintenance Road
Repairs Project.
Account Description
Buck Gully Wetlands and
Maintenance Road Repairs Project
Prep d by:
Steve 1-6y, P.E.
Associate Civil Engineer
Attachment: Budget Amendment
Account Number Amount
7014- C5100659 $ $47,500
Total: $ $47,500
Submitted b
e ,pPil. Badum
ubli Works Director
i
Wy of Newport Beac� NO. BA- 08BA -069
BUDGET AMENDMENT
2007 -08 AMOUNT: $a7,soo.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Iq Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
from additional estimated revenues
HX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase expenditure appropriations from unappropriated General Fund fund balance to increase the contingency
for the Buck Gully Wetlands and Maintenance Road Repairs at 5th Street.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account Description
010 3605 General Fund - Fund Balance
REVENUE ESTIMATES (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Signed:
City Manager
Amount
Debit Credit
$47,500.00 *
Automatic
$47,500.00
5 -6 -08
Date
Signed:
City Council Approval: City Clerk Date
Description
Division
Number
7014 General Fund Capital - Miscellaneous
Account
Number
C5100659 Buck Gully Restoration
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:�o
Financial Approval: Administr4ye Services Director
Signed:
City Manager
Amount
Debit Credit
$47,500.00 *
Automatic
$47,500.00
5 -6 -08
Date
Signed:
City Council Approval: City Clerk Date
r •
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
C_ 3M
03/100_ W
Agenda Item No. 9_
February 12, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Steve Luy
949 -644 -3330 or sluy @city.newport- beach.ca.us
SUBJECT: BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT
5T" STREET - CONTRACT NO. 3778 — AUTHORIZE AN INCREASE IN
CONTRACT CONTINGENCY
RECOMMENDATIONS:
Increase the project contingency from an amount of $34,500 to $86,000 to cover
unanticipated additional costs for this project.
2. Approve a budget amendment transferring $25,000 of cost savings from the
Citywide Street and Storm Drain Improvements Project (General Fund Account
No. 7013- C5100019) and $26,500 from Bay Avenue Drainage Project (General
Fund Account No. 7012- C5100829) to the Buck Gully Wetlands and
Maintenance Road Repairs Project (Account No. 7014- C5100659).
DISCUSSION:
On July 24, 2007, City Council awarded the Buck Gully Wetlands and Maintenance
Road Repairs at 5`h Street Project to McKenna General Engineering, Inc, at a contract
price of $344,823.60 and approved a contingency of $34,500. Due to several
unforeseen conditions as well as weather related damage during construction, the final
cost for this project is expected to exceed the previously authorized contingency.
This project entails the reconstruction of the maintenance road crossing Buck Gully
Creek that is utilized by the City's Utilities Department to access water main facilities.
This project also includes a design feature to stabilize the streambed which has
experienced down - cutting that could threaten to undermine the new creek crossing or
possibly destabilize the canyon banks. As concrete -lined channels are no longer the
preferred alternative by the jurisdictional agencies, stabilization of the streambed is
being accomplished using different types of gabions (wire baskets filled with rock or soil)
that are then tied together forming a continuous structural element. This
environmentally - friendly building method has been viewed more favorably by the
permitting agencies since the City's successful Morning Canyon stabilization project.
Buck Gully Wetlands and Maintenance Road Repairs - Contract No. 3778
Authorize an Increase in Contract Contingency
February 12, 2008
Page: 2
Several unforeseen conditions during construction have now increased the costs for this
project higher than anticipated. While a portion of the cost increase can be attributed to
the unusual nature and unknowns associated with the project design, the greatest
difficulty and related cost increases are associated with having to construct
improvements within the streambed during the rainy season. The breeding season for
the gnat catcher and other protected species dictated that construction could not
commence until late August. While this was supposed to be another El Nino year, we
have now experienced a series of rain storms that have not only delayed construction
activities, but have impacted or damaged formwork or construction elements that were
in the process of being completed. The silver lining is that we have had frequent'water-
tests' of this innovative design and so have had an opportunity to identify and correct
design weaknesses by installing 96 additional gabions. The total construction cost for
this project based on weather, runoff damage and additional necessary gabions is now
projected to be $431,000 which will be approximately 25% higher than the contract
award of $344,823.60.
The road repair and streambed stabilization tasks are expected to be completed by the
end of January. The irrigation and planting of native California wetland and upland plant
species are expected to be completed by the end of February, at which time the 120 -
day plant establishment maintenance period would commence.
Funding Availability:
Cost savings were realized upon completion of both the Citywide Street and Storm
Drain Improvement Project and Bay Avenue Drainage Project. Upon approval of the
recommended Budget Amendment to transfer monies from these completed projects,
sufficient funds will be available in the following account for completion of the Buck
Gully Wetlands and Maintenance Road Repairs Project:
Account Description
General Fund
Prepared by:
Steve iy, P.E.
Associate Civil Engineer
Attachment: Budget Amendment
Account Number
7014- C5100659
Total:
Amount
$ $51,500
$ $51,500
Submitted by:
9
to en G. Badum
- public Works Director
Crla of Newport Beach
BUDGET AMENDMENT
2007 -08
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Increase Expenditure Appropriations AND
PX Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
NO. BA- OBBA -046
AMOUNT: $51,500.00
qIncrease in Budgetary Fund Balance
Decrease in Budgetary Fund Balance
X No effect on Budgetary Fund Balance
To transfer expenditure appropriations from the Citywide Street and Storm Drain Improvement Project and the Bay Avenue
Drainage Project to the Buck Gully Wetlands and Maintenance Road Repair Project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Number
7013
Account
Number
C5100019
Division
Number
7012
Account
Number
C5100829
Division
Number
7014
Account
Number
C5100659
Division
Number
Account
Number
Division Number
Account Number
Signed:
Signed:
Approval: Admi
Description
Description
Description
General Fund - Street Projects
Street, Bikeway, & Parking Lot Striping
General Fund - Drainage Projects
Bay Avenue Drainage /Street Repair
General Fund - Miscellaneous & Studies
Buck Gully Restoration
Services Director
Administrative Approval: City Manager
Amount
Debit Credit
F
$25,000.00
$26,500.00
$51,500.00
Date
Date
Signed:
City Council Approval: City Clerk Date
• • CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 11:00 A.M. on the 12th day of July, 2007,
at which time such bids shall be opened and read for
BUCK GULLY WETLANDS AND
MAINTENANCE ROAD REPAIRS AT 5TH STREET
Title of Project
Contract No. 3778
$250,000.00
Engineer's Estimate
by
fephen G. Badum
blic Works Director
PLAN HOLDER LIST AVAILABLE
ON CITY WEBSITE
httn:/1vvvvw.citv.nemort-
beach.ca.us
CLICK:
• Online Services
• Public Works Contracts Bidding
Prospective bidder may obtain one set of bid documents for $20.00
at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
Contractor License Classification(s) required for this project: "A"
For further information, call Stephen J. Luy, Project Mana-ger at (949) 644 -3330
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................3
BIDDER'S BOND .............................................................................. ..............................5
DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7
NON - COLLUSION AFFIDAVIT ........................................................ .............................11
DESIGNATION OF SURETIES ........................................................ .............................12
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13
ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15
INFORMATON REQUIRED OF BIDDER ......................................... .............................16
NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19
CONTRACT..................................................................................... .............................20
LABOR AND MATERIALS BOND .................................................... .............................26
FAITHFUL PERFORMANCE BOND ................................................ .............................28
PROPOSAL................................................................................ ............................... PR -1
SPECIAL PROVISIONS ................................................................. ...........................SP -1
2
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
ISSUED BY AGENCY PRIOR TO
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
0
substitution of money withheld by the City to ensure performance under the contract. The
securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at 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.
�y 206Y - R
Contractor's License No. & Classification
Signature/Title
Date
/&_V&re,t&.n� j
4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of ten percent (10%) of the total bid amount
Dollars ($ ------------ - - - - -- ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of BUCK
GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET, Contract No.
3778 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach
and the proposed contract is awarded to the Principal, and the Principal fails to execute the
Contract Documents in the form(s) prescribed, including the required bonds, and original
insurance cerdflcates and endorsements for the construction of the project within thirty (30)
calendar days after the date of the mailing of "Notification of. Award% otherwise this obligation
shall become null and void.
If the undersigned Principal executing this Bond Is executing this Bond as an Individual,
It is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations under this Bond.
Witness our hands this 6th day 01
McKenna General Engineering, Inc.
Name of Contractor (Principal)
Sure'rec Insurance Company
Name of Surety
3033 5th Ave., Suite 300
San Diego CA 92103
Address of Surety
(619) 400 - 4106
Telephone
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
E
ALL PURPOSE ACKNOWLEDGEMENT
0
State of California
County of Riverside
On July 12, 2007 before me, Yadira Bonilla - Notary Public,
personally appeared Ham Kazerooni
x❑ personally known to me -OR- ❑ proved to me on the basis of satisfactory
evidence to be the person whose name is
subscribed to the within instrument and
acknowledged to me that he executed the
same in his authorized capacity, and that
YADIRA BONILLA by his signature on the instrument the
COMM. # 1703214
NOTARY PUBLIC - CALIfORNIA� person, or the entity upon behalf of which
Z Ry
RIVERSIDE COUNTY the person acted, executed the instrument.
Comm. Expires Nov. 5, 2010
WITNESS my hand and official seal.
(PLACE NOTARY SEAL ABOVE) OT YS SI TURE
------------------------------------------------------------------- ------ -- -------- - - ----
OPTIONAL INFORMATION
Capacity Claimed By Signer Description Of Attached Document
❑ Individual
Corporate Officer
Vice President. McKenna General Engineering, Inc. Me wType of F 01 wt
T TLE
❑ Partner(s)
❑ Attorney -in -Fact Dale of DO em
❑ Trustee(s)
❑ Guardian /Conservator
❑ Other; Number M Pages
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of RIVERSIDE
On JUL 0 6 2007 before me, MICHELE M. QUALLS, NOTARY PUBLIC
Name and Title of Officer (e.g., "Jane Dc
personally appeared JULIA B. LEONARD
Name(s) of Signer(s)
® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose
W;NOTARY M. #1704204
LIF VERS 0t CCUNTVIA m. Ezpiros Nov. 11, 2010
name(s) is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed the same in
his/her /their authorized capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
------------------------------ OPTIONAL --- -_-----------------------
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signers Name:
❑ Individual
❑ Corporate Officer
❑ Titles(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
BD -1133 09100
here
Number of Pages:
Signer's Name
❑ Individual
❑ Corporate Officer
❑ Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
POA #: 510018
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presems
make, constitute and appoint
Kenneth A. Coate, Julia B. Leonard
of Riverside, CA lts true and lawful Attomey(s),in -fact, with full power and authority hereby conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or .other instruments of contracts of shuetyship to
include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no/100 ($5,000,000.00)
and to bind the Company thereby as filly and to the same extent as if such bonds were signed by thcPresident, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s )-in -Fact may do in the
premises. Said appointment shall continue in force until 10/51/08 and is made under and. by authority of the following
resolutions of the Board of Directors of the $ureTec Insurance Company:
Be it Rasoived that the President, any Vice - President, any Assistant Vice - President, any Secretary or any Assisant Secretary shall be and Is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Auorney-in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bands, recognizances, contracts, agreements or indemnity, and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability therepnder, and any such instruments so executed by.ariy such
Attamcy -irn -Fact shall be binding upon the Company as if signed by the President andsealed amtafl'ected by the Corporate Secretary.
Be it Resolved That the signature of any authorized officer and seal ofthe Company hcretufore or hereafter affuted to any Pow" of attomaY er
any =hficate relating thereto by facsimile, and airy power of aatomey m cgrtificSie bearing fhcsiatiie signature or facsimile seal slmit be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2e ojApri(
1999)
in Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
VM4NCg COMPANY
B . y
state of Texas
County of Harris
On this 20th day of June, A.D. 2005 before me personally Came B.I. King, to me known, who, being by me duly sworn, did depose and say, that he
resides in Heusum, Texas, that be is President of SURETEC INSURANCE COMPANY, the company dogaribed in and which executed the above
Instrument; that he knows the seal of said.Compazty; that the seal affixed to said instrument is mob corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his mane thereto by like order.
heIleDenny
Notary W*
VVColnMk' t"a Mern e
billaDenny,Notary Iic
hg W
27, 2008 My commission expires August 27, 2008
1, ht. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify thatdte above mul.furegoing is anue and corruX copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and fii4bermore, the resohitions.of the Board of Directors, set
out in the Power of Attorney are in fall force and effect
Given under my hand and the seal of said Company at Houston, Texas this 6th day lu 20_q,_ .A.D.
Brent 13ea > nt ry
Any Instrument Issued In excess of the penalty stated abcws is totally void and without say validity.
For verification of the authority, of this power you may tali ;!4.8a 812.4980 any business day betwreen &00 am and 5:80 pm CST.
Best's Rating Center - CompaWformation for SureTec Insurance CoWy
Rating Center
Rating Methodology
Industry Research
Ratings Defritlorls
Search Beetb Ratings
Press Releases
Related Products 1
Industry 8 Regional
Country Rlsu
Now to Oel Rated
View Ratings: Financial Strength Issuer Credit Securities Advanced ear h
SureTec Insurance Company
A.M.Best #:12227 NAIL 0:10916 FEIN #:760566746
Address: 952 Echo Lane, Suite 450 Phone: 713 -812 -0800
Houston, TX 77024 Fax: 713 -812 -0406
Web: www.suretec._c_om
Best's Ratings
Financial Strength Ratings View Definitions
Rating: A- (Excellent)
Financial Size Category: VI ($25 Million to $50 Million)
Outlook: Stable
Action: Affirmed
Effective Date: January 12, 2007
* Denotes Under Review Best's Ratinqs
Page 1 of 2
Other Web Centers: l'
Assigned to conoanias Olaf nave. n
our opinion, an excellent ability to rtes
their ongoing obligations to
policyholders.
Reports and News
Visit our NewsRoom for the latest news and press releases for this company and its A.M. Best Group.
EsrV&Comnany Report - includes Best's Financial Strength Rating and rationale along with comprehensive analyt
rdetailed business overview and key financial data.
Report Revision Date: 07/0912007 (represents the latest significant change).
Historical Reports are available in Bests Company Report Archive.
_i_, Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style n
sheet income statement, key financial performance tests including profitability, liquidity and reserve analysis.
Data Status: 2007 Best's Statement File - PIC, US. Contains data compiled as of 7112/2007 (Quality Cross Checkt
• Single Company - five years of financial data specifically on this company.
• Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies yc
• ,gimp4site - evaluate this company's financials against a peer group composite. Report displays both the avers
composite of your selected peer group.
Note: Adobe Reader is required to view the reports listed above. This software is available free from Adobe System:
option is also available once the report has been opened using Adobe Reader.
W Best's Key Ratins Guide Presentation Report - includes Best's Financial Strength Rating and financial data as prl
Rating Guide products.
o Data Status: 2006 Financial Data (Quality Cross Checked).
Financial and Analytical Products
Best's Property/Casualty Center - Premium Data & Reports
Best's Key Rating Guide, PIC. US & Canada
Best's Statement File - PIC, US
Best's Statement File - Global
Best's Insurance Reports - PIC, US & Canada
Best's State Line_ PIC US
Best's Insurance Expense Exhibit_ I( EE)._PIC, US
Best's State /Line (Combined Lines) - PIC, US
Best's State Line - Property I Casualty - Single State
Best's SchWuIq.P-(L9ss Reserves) - PIC, US
Cutitanner Service I Product Support I Member Center i Contact Info I Careers
About A.M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing
Copyright ® 2007 A.M. Best Company, Inc. All rights reserved.
http:// www3 .ambest.com/ratings /FullProfile .asp ?B]= 0 &AMBNum= 12227 &A1tSrc =1 &A... 07/16/2007
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT STH STREET
CONTRACT NO. 3778
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractors 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 Soecifications 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)
Subcontractors Information
Bid Item
Description of Work
%of
Number
Total Bid
Name: w-t— SYiltuc.T V.Gu
As
ff/i Vf /461" L 64&ad
/Z
Address: //!?dp 5rLt1E$Rq ^allj G'
/y
AwAks# 4(morgcc avilr
3
C&4~4, CA 9288 r
/S
.6W8// ���K 6" CA"
�1
T
Phone: t!967) $71- RIZ
/W
�f � /�/il* �
3
State License Number. �qv - .
Name: 1T*7- 44- riJ i mie..
Z/
/iBC1
S
Address: 2,047 44*ZwUr RAGG
ZZ
/� euernwlt. Ps4*J7
L �3
23
eWe 6Auoa/ s.'ac.4c
3
E�arNeran, c.q ?ao?�1
Phone:
2�
HyraeoSE,��
G
State License Number: 07Z6110
Name: M; t"I> cd.c / &oiG
Cc� _+!
A���
Address: 4*q) �i
1
'-1-Vft bolts,ef,
Phone:
State License Number:
' .., .JAI � {► .1.'. • rr 4�' . 1.
Il
r..
AuTho d Signa nature/Tftle
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number
Project Description ,-�OCI tl
Approximate Construction Dates: From To: ( (n
Agency Name
Contact Person a"�nj�. �4A i d iii,` S Telephone (9u� `S 49 l -792`[
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome.of claims.
0 0
No. 2
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name /Number
Project Description
Approximate Construction Dates: From To:_
Agency Name
Contact Person Telephone
Original Contract Amount $ Final Contract Amount $_
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
0 0
No. 4
Project Name /Number
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name /Number
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
0
No. '6
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Bidder u z Signature/Title
10
0 0
Work History
Owner /General Contractor Ledesma & Meyer
Owner /General Contractor
Contact
Project Name
Description
Start Date
Total Amount
Owner /General Contractor
Contact
Project Name
Description
Start Date
Total Amount
Wadman Corporation
2920 South 925 West
Ogden, Utah 84402
Phillip Dawson (801) 532 -4088
Wal -Mart #5335, Brawley, CA
Commercial
January 2007
$2,989,636
J McLoughlin Engineering, Inc.
10722 Arrow Rte. Suite 716
Rancho Cucamonga, CA 91730
Steve Van Dom, (909)944 -1037
NB I -15 Foothill Off Ramp
Roadwork
January 2007
$309,636
Owner /General Contractor
9441 Haven Ave.
Contact
Rancho Cucamonga, CA 9730
Contact
Jeff Carter (909) 873 -9426
Project Name
Rialto School #18
Description
Elementary School
Start Date
January 2007
Total Amount
$1,409,000
Owner /General Contractor
Contact
Project Name
Description
Start Date
Total Amount
Owner /General Contractor
Contact
Project Name
Description
Start Date
Total Amount
Wadman Corporation
2920 South 925 West
Ogden, Utah 84402
Phillip Dawson (801) 532 -4088
Wal -Mart #5335, Brawley, CA
Commercial
January 2007
$2,989,636
J McLoughlin Engineering, Inc.
10722 Arrow Rte. Suite 716
Rancho Cucamonga, CA 91730
Steve Van Dom, (909)944 -1037
NB I -15 Foothill Off Ramp
Roadwork
January 2007
$309,636
Owner /General Contractor
County of San Bernardino
Contact
825 E. Third Street
Project Name
San Bernardino, CA 92415
Contact
John Burrows (909) 387 -7924
Project Name
CML -5954 (067) Mesquite Street
Description
Roadwork
Start Date
2006
Total Amount
$955,338
Owner /General Contractor
County of Riverside, Department of Transportation
4080 Lemon Ave
Riverside, CA 92501
Contact
George Boyden, (951) 955 -6772
Project Name
San Jacinto /Old Elsinore Rd Expansion
Description
Road Work
Start Date
November 2006
Total Amount
$1,360,867
0
Work History
Owner /General Contractor City of Corona
u
Owner /General Contractor Neff Construction
1701 South Bon View Ave., # 104
Ontario, CA 91761
Contact Jim Lewis (909) 947 -3768
Project Name Menifee Elementary Scholl #8
Description Elementary School
Start Date January 2007
Total Amount $478,000
Owner /General Contractor Inland Empire Utilities Agency
6075 Kimball Avenue, Building B
Chino, CA 91710
Contact David Mendez (909) 993 -1600
Project Name RP -5 Cut & Fill Activities — Kimball Avenue
Description Property Development
Start Date October 2006
Total Amount $1,999,528
Owner /General Contractor Shea Homes
1250 Corona Pointe Court, Suite 600
Corona, CA 92879
Contact Pat Potts (951) 739 -9718
Project Name Avonlea (Eastvale), Mira Loma
Description Rough Grading
Start Date 2006
Total Amount $3,232,504
2
400 South Vicentia Ave
Contact
Corona, CA 92882
Contact
Donald Williams, (951) 736 -2232
Project Name
City of Corona Corporation Yard
Description
Rough Grading Drainage Walls
Start Date
November 2006
Total Amount
$599,000
Owner /General Contractor
City of Temecula
P.O. Box 9033
Owner /General Contractor Neff Construction
1701 South Bon View Ave., # 104
Ontario, CA 91761
Contact Jim Lewis (909) 947 -3768
Project Name Menifee Elementary Scholl #8
Description Elementary School
Start Date January 2007
Total Amount $478,000
Owner /General Contractor Inland Empire Utilities Agency
6075 Kimball Avenue, Building B
Chino, CA 91710
Contact David Mendez (909) 993 -1600
Project Name RP -5 Cut & Fill Activities — Kimball Avenue
Description Property Development
Start Date October 2006
Total Amount $1,999,528
Owner /General Contractor Shea Homes
1250 Corona Pointe Court, Suite 600
Corona, CA 92879
Contact Pat Potts (951) 739 -9718
Project Name Avonlea (Eastvale), Mira Loma
Description Rough Grading
Start Date 2006
Total Amount $3,232,504
2
Temecula, CA 92589
Contact
Laura Bragg (951) 694 -6411
Project Name
PW00 -09 Pauba Road Improvements, Phase II
Description
Street Improvements
Start Date
November 2006
Total Amount
$1,495.697
Owner /General Contractor Neff Construction
1701 South Bon View Ave., # 104
Ontario, CA 91761
Contact Jim Lewis (909) 947 -3768
Project Name Menifee Elementary Scholl #8
Description Elementary School
Start Date January 2007
Total Amount $478,000
Owner /General Contractor Inland Empire Utilities Agency
6075 Kimball Avenue, Building B
Chino, CA 91710
Contact David Mendez (909) 993 -1600
Project Name RP -5 Cut & Fill Activities — Kimball Avenue
Description Property Development
Start Date October 2006
Total Amount $1,999,528
Owner /General Contractor Shea Homes
1250 Corona Pointe Court, Suite 600
Corona, CA 92879
Contact Pat Potts (951) 739 -9718
Project Name Avonlea (Eastvale), Mira Loma
Description Rough Grading
Start Date 2006
Total Amount $3,232,504
2
0
Work History
0
Owner /General Contractor John Laing Homes
255 E. Rincon Street, Suite 100
Corona, CA 92879
Contact Tim Jones (951) 272 -5100
Project Name Knightsbridge, Steeplechase III, Norco- 400 homes
Description Residential Grading and Paving
Start Date 2004
Total Amount $2,051,935
Owner /General Contractor
KB Homes
801 Corporate Center Drive, Suite 201
Pomona, CA 91768
Contact
Gary McCoy (909) 618 -1455
Project Name
Amberhill, Norco- 320 Homes
Description
Residential Grading
Start Date
2005
Total Amount
$1,690,583
Owner /General Contractor John Laing Homes
255 E. Rincon Street, Suite 100
Corona, CA 92879
Contact Tim Jones (951) 272 -5100
Project Name Hilltop, San Berardino -200 homes
Description Residential Grading
Start Date 2005
Total Amount $1,202,617
Owner /General Contractor John Laing Homes
255 E. Rincon Street, Suite 100
Corona, CA 92879
Contact Tim Jones (951) 272 -5100
Project Name Main Street @ Route 66, Rancho Cucamonga -134 homes
Description Residential Grading for Town homes and Condominiums
Start Date 2004
Total Amount $788,975
Owner /General Contractor
Contact
Project Name
Description
Start Date
Total Amount
Lennar Homes
391 N. Main Street, Suite 301
Corona, CA 92880
Brett Hood (951) 817 -3629
Harveston, Temecula -350 Homes
Residential Grading
2005
$854,855
0 9
Work History
Owner /General Contractor
KB Homes
801 Corporate Center Drive, Suite 201
Contact
Pomona, CA 91768
Contact
Gary McCoy (909) 618 -14455
Project Name
Victory, Victorville 95 Homes
Description
Residential Grading
Start Date
2005
Total Amount
$684,174
Owner /General Contractor
KB Homes
801 Corporate Center Drive, Suite 201
Contact
Pomona, CA 91768
Contact
Gary McCoy (909) 618 -1455
Project Name
Saratoga, Victorville 179 Homes
Description
Residential Grading
Start Date
2005
Total Amount
$827,839
Owner /General Contractor
Shea Homes
1250 Corona Pointe Court, Suite 600
Contact
Corona, CA 92879
Contact
Michael O'Melveny (951) 739 -9717
Project Name
San Jacinto - 300 Homes
Description
Residential Grading
Start Date
2005
Total Amount
$823,503
Owner /General Contractor Ryland Homes Inland Empire Division
Owner /General Contractor John Laing Homes
255 E. Rincon Street, Suite 100
Corona, CA 92879
Contact Tim Jones (951) 272 -5100
Project Name Apple Farm — Kimball & Grove, Chino
Description Demolition
Start Date 2006
Total Amount $247,073
4
1250 Corona Pointe Court, Suite 100
Corona, Ca. 92879
Contact
Jason Jones (951) 273 -3473
Project Name
Hampton Roads — 48 Homes
Description
Residential Grading
Start Date
2006
Total Amount
$369,800
Owner /General Contractor John Laing Homes
255 E. Rincon Street, Suite 100
Corona, CA 92879
Contact Tim Jones (951) 272 -5100
Project Name Apple Farm — Kimball & Grove, Chino
Description Demolition
Start Date 2006
Total Amount $247,073
4
• •
Work History
Owner /General Contractor
Taylor Woodrow Homes
15 Cushing
Contact
Irvine, CA 92618 -4200
Contact
Brandon Littlejohn (949) 341 -1258
Project Name
Bellafma— Holt Blvd. & San Antonio
Description
Rough Grading
Start Date
2006
Total Amount
$126,961
Owner /General Contractor University Park, LLC
Owner /General Contractor
101 Main Street, Suite A
Seal Beach, CA 90740
Contact
Chuck Diamond (714) 904 -8019
Project Name
University Park Tract 16509
Description
Hillside Rough Grading
Start Date
November 2006
Total Amount
$560,485
Owner /General Contractor
John Laing Homes
255 E. Rincon Street, Suite 100
Contact
Corona, CA 92879
Contact
Tim Jones (951) 272 -5100
Project Name
Kona Road 1I — French Valley
Description
Site Improvements
Start Date
2006
Total Amount
$610,517
Owner /General Contractor SunCal
Wash, Montclair
42960 Golf Center Parkway
Indio, CA 92202
Contact
Tony Or-chino (760) 775 -6373
Project Name
Terra Lago, Indio - 704 Homes
Description
Residential Grading
Start Date
2005
Total Amount
$3,419,168
Owner /General Contractor
K. Hovnanian Forecast Homes
4240 E. Jurupa Street, Suite 402
Ontario, CA 91761
Contact
Joy Lopez (909) 942 -5888
Project Name
Coachella 150, Coachella
Description
Grading
Start Date
2006
Total Amount
$988,577
Wash, Montclair
• •
Ted Oliver
(951) 845 -1179 home & fax
Or (951) 317 -3960 cell
1643 Vasili Lane
Beaumont, CA. 92223
Goal: A position as a Superintendent or as a Foreman with opportunities for advancement in
Public Works or Grading.
Experience: I have faithfully served the last nine years at All American
Asphalt, first as a Foreman in both the Grading and Public Works
divisions (8 yrs) and second as a Superintendent (1 yr) on Caltrans and Public Works
projects ranging from a few hundred thousand to multi- million dollar projects. I have
managed up to 15 projects concurrently utilizing up to eleven Foremen to accomplish
this.
Skills: I excel at scheduling jobs, motivating and training employees,
completing jobs with minimal or no punch lists, completing a job
on time while controlling job costs. I also work hard at keeping
inspectors and engineers "happy" while keeping the company's
interest at the forefront.
Accomplishments: I love to teach. Six of my lead men are now successful Foremen.
Four other men were sent to me for final grooming, and are now Foremen. Laborers,
Operators and Grade Checkers alike leave my jobs better trained than when they arrived.
I am often stopped and thanked for tips which really helped further careers.
Special Training: "24 hr SWPPP" training (2007)
"Lead Compliance" training ( Caltrans 2006
"Just In Time" training (rapid set concrete for Caltrans, 2006)
"CPR" training (2006)
"Flagger" certification (2005)
Operating Engineers Apprenticeship (early 80's)
Expertise: Grade Checking (both dirt and streets), Skip Loader, Blade, Dozer
(450, D -4 to D -9), Scrapers (613,623,627) Loaders (both track and
r.t. up to 988), Skid Steer Loaders (for both removals and grading),
Rollers (steele, m, & grade), Excavators & Backhoes Oust enough to get by in a pinch)
Companies: All American Asphalt, Kykendall Const., Kemmis Const., Bogh Const., Oliver Bros.
Const., Mc Grew Const.
References: Available upon request.
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
NON - COLLUSION AFFIDAVIT
State of California }
) ss.
County of %jgQslt* )
MM +MdrM& being first duly sworn, deposes and says that he or she is
V1 Prp„'I of Mr ?FHnna �y Evu,ir�PSli✓�u. the party making the
foregoing bid; that the bid is of made in the interest of, or on bdhalf of, ahy undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the fate of California that the foregoing is true
and correct.
Plc ! W to IeAern nnr, Seams' O "(
Bidder �j t o de ignaturerritle
Subscribed and sworn to (or affinned) before me on this 12�`` day of .2007
by H1tm knesnota1 ,Vite- Fleesmv -T personally known to me or proved to me on
the basis of satisfactory evidence to be the person(&) who appeared before me.
YAD'RA BONILLA
COMM. # 1703214 z
Z m - NOTARY PUBLIC - CALIFORNIA it
s _ RIVERSIDE COUNTY
[SEAL]
11
C,141 (' &
Not bli
My Commission Expires: uuuataee ;ffI io
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT STH STREET
CONTRACT NO. 3778
DESIGNATION OF SURETIES
Fl- I re.-
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance /bond type):
12
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name MC
U
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
13
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2006
2005
2004
2003
2002
Total
2007
No. of contracts
,SU
qD
-50
Total dollar
Amount of
Contracts (in
Thousands of $ )
Q00
36.000
A,&oo
0oo
/o tqv
No. of fatalities
0
d
O
O
O
No. of lost
Workday Cases
3
No. of lost
workday cases
involving
permanent
transfer to
�1
another job or
v
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
13
Legal Business Name of Bidder AC. iV-YVT1n C-.i CA\ if1a�+ 2 CinoTn a
Business Address: X35 Cbccp Qp;nk f CsxSrt g2g?4
Business Tel. No.: q,51-7,34-7-M-7
State Contractor's License No. and
Classification: q. R
Title rpcA
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and, if he
is doing business under a fictitious name, the fictitious name must be set forth. If
bidder is a partnership or joint venture, legal name of partnership /joint venture must be
provided, followed by signatures of all of the partners /joint ventures or of fewer than all
of the partners/joint ventures if submitted with evidence of authority to act on behalf of
the partnership /joint venture. If bidder is a corporation, legal name of corporation must
be provided, followed by notarized signatures of the corporation President or Vice
President or President and Secretary or Assistant Secretary, and the corporate seal.
Signatures of partners, join venturers, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners/joint venturers, or officers
are known to him or her to be such, and, in the case of a corporation, that such
corporation executed the instrument pursuant to its bylaws or a resolution of its Board
of Directors.
14
• S
ALL PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On July 12, 2007 before me, Yadira Bonilla - Notary Public,
personally appeared Ham Kazerooni
x❑ personally known to me -OR- ❑ proved to me on the basis of satisfactory
evidence to be the person whose name is
subscribed to the within instrument and
acknowledged to me that he executed the
same in his authorized capacity, and that
YA )IRA BONILLA by his signature on the instrument the
COMM. # 1703214 z person, or the entity upon behalf of which
NOTARY PUBLIC - CALIFORNIA 9 the erson acted, executed the instrument.
p
RIVERSIDE COUNTY
My Comm. Expires Nov. 5, 2010
WITNESS my hand and official seal.
(PLACE NOTARY SEAL ABOVE) /76' GNATURE
-----------------------------------------------------------------------------------------
OPTIONAL INFORMATION
Capacity Claimed By Signer Description Of Attached Document
❑ Individual
&I Corporate Officer
Vice President - McKenna General Engineering, Inc. Title w Type or DO ment
nTLE
❑ Partner(s)
❑ Attorney -in -Fact Dem of Dommeot
❑ Trustee(s)
❑ Guardian /Conservator
❑ Other: Number of Pepe'
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
ACKNOWLEDGEMENT OF ADDENDA
Bidders name MC. (Aelvaa
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum No. Date Received Signature
15
i •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
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: Enrlln&&.n n
Business Address: 1335 Gerona Pcjini a (a-xA Carona , CA G2°27 4 U
Telephone and Fax Number. (QV)— 7%-7Zo-t r- a C4Si11% -Zic) 6
California State Contractor's License No. and Class:-814 3 No'-f -A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Expiration Date: ID -31-08
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
•
l� l�
,- rG50 l COAJX4� V% C41 QfZal dcn � �� l
Corporation organized under the laws of the State of (.Odor, ck
it
M •
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:
G
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;
AIIA
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 labor compliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes / T�
Are any claims or actions unresolved or outstanding? Yes
17
0
0
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.
m. .1• fi • • ��.ft . �.•
(Print name of Owner or President
of Cor ration! ompan y)
• /i r
A ized .5ign6fureffitle PC Op srdl��
� it e 9(c:�Ap rA /Sec.rekcAr`I
Title
Z -12�`I
Date
Subscribed and sworn to (or affirmed) before me on this 12 " day of Scn(v 2007
—'
by c personally known tome or proved tome on
the basis of satisfactory evidence to be the person who appeared before me.
ry Public 3
[SEAL] RAI1�1►E CA81R0
Cam• 1473M My Commission Expires: matey Z, zao y
Scn1WW "Can*
My Cann, Rgi MCWL
18
.. CNMIW%J • :RICA!+ N� '� ,n•. , .
k MJ gt4CnL;.mxt3 not
y'JfJly;,; mars »axa .�;"v.•:rtM F
California Business Search is • Page 1 of 1
DISCLAIMER: the information displayed here is current as of JUL 13, 2007 and is updated weekly. It is
not a complete or certified record of the Corporation.
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked.
Please refer to California Corporations Code Section 2114 for information relating to service upon
corporations that have surrendered.
http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumber= C2624480 &printer =yes 07/16/2007
Corporation
MCKENNA GENERAL ENGINEERING, INC.
Number: C2624480
Date Filed: 2/20/2004
Status: active
Jurisdiction: California
Address
1335 CORONA POINT
CORONA, CA 92879
Agent for Service of Process
PHILLIP PUTNAM
450 W 4TH ST STE 130
SANTA ANA, CA 92701
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked.
Please refer to California Corporations Code Section 2114 for information relating to service upon
corporations that have surrendered.
http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumber= C2624480 &printer =yes 07/16/2007
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Public Works Department within
ten (10) working days after the date shown on the Notification of Award to the successful
bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
19
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
CONTRACT
THIS AGREEMENT, entered into this day of , 2007, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and McKenna General Engineering, Inc., hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
Project Description as described in the Contract Documents.
Contract No. 3778
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3778, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City, which are reasonably inferable -from the Contract
Documents as being necessary to produce the intended results.
20
0
0
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor a
Contractor accepts as full payment the sum of THREE HUNDRED FOUR
TY R
THOUSAND, EIGHT HUNDRED TWENTY -THREE DOLLARS AND 1100
($344,823.60).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Stephen J. Luy
(949) 644 -3330
McKenna General Engineering, Inc.
1335 Corona Pointe Court
Corona, CA 92879
Attn: Ham Kazerooni, VP
951 - 736 -7707
951 - 736 -7706 Fax
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
Chan A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
21
W
0 0
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property, which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
22
• •
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of Gad
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
23
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct the Contractor to stop work under this Agreement
and/or withhold any payment(s), which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
24
•
0
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
r
• /.c �i
I4
:1InI11 `dil
,. �.
APPROVED AS TO FORM:
N C. HARP
Assistant City Attorney
25
CITY OF NEWPORT BEACH
MCKENNA GENERAL ENGINEERING, INC.
By:
(Cnorporate�l Officer)
Title: Pt .0.161, A, t"
=
C
� r
rte,
...0 .♦
• r' A! %'DICATED LAN
"fl f�rzl ;n:;tfiari PRICF Av)
ORIGINAL. "TT,,; ;.;Sr.,, ;T
ISSUED IN FOUR ORIGINAL COUNTERPARTS PREMIUM: INCLUDED IN THE PREMIUM
COUNTERPART N0. i OF .J_ CHARGED FOR THE PERFORMANCE BOND
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
BOND NO. 4358565
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to McKenna General Engineering, Inc., hereinafter designated as the
"Principal; a contract for construction of BUCK GULLY WETLANDS AND MAINTENANCE
ROAD REPAIRS AT 5TH STREET, Contract No. 3778 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications and other Contract Documents In the office of
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3778 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,
Sure'rec Insurance Company duly authorized to transact
business under the laws of the State of California, as Surety referred to herein as "Surety') are
held firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED FOURTY-
FOUR THOUSAND, EIGHT HUNDRED TWENTY-THREE DOLLARS AND 00/100 ($344,823.60)
lawful money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors,
or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State: of California.
a
0 0
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq, of the Civil Code of the State of California.
And Surely, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an Individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this Instrument has been duly executed by the above named
Principal and Surety, on the 23rd day of July , 2007.
MCKENNA GENERAL ENGINEERING, INC.
(Principal)
Surelrec Insurance Company
Name of Surety
3033.5th Ave., Suite 300
San Diego CA 92103
Address of Surety
(619) 400 - 4106
Telephone
Authorized SignatureTtle
Agent Signature
Leonard, Attorney In Fact
Print Name and Title .
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
P
ALL- PURPOSE ACKNOWLEDGMENT
State of California
SS.
County of M V W I D r
E
On —CLVI 23.2a�'7 before me, Min)&"E r/rsrn0
DATE) (NOTARYI
personally appeared T I M tYL I E N AAH
SIGNEP,(,%'
Zf personally known to me - OR -
❑ proved to me on the basis of satisfactory
evidence to be the person( whose name4 _
is /ere subscribed to the within instrument and
acknowledged to me that he /skefte�ecuted
the same in his /1e4Yhei,l' authorized
capacity(j.e44, and that by hisfkcrftjre-ir
signatures(&) -en the instrument the person(s};
or the entity upon behalf of which the
person(s} acted, executed the instrument.
WITNESS m d an fficial seal.
NOTARY'S SIGNATURE
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑
PARTNER(S)
❑
ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTrFYI IES)
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
RIGHT THUMBPRINT
OF
SIGNER
APA 5/99 VALLEY- SIERRA, 800 -362 -3369
OTHER
E
0
E
0
• 0
no
rm--,
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of RIVERSI
JUL
On before me, MICHELE M. QUALLS, NOTARY PUBLIC
Name and Title of Officer (e.g., "Jane Dc
personally appeared JULIA B. LEONARD
® personally known to me -OR- ❑ proved to
WOTARry CHELE M. UAL S
COMM. #1704204 a
FLY PUBLIC • CALIFORNIA m
RERSIDE COUNTY
Comm. E> tplres Now.1t, 2070
me on the basis of satisfactory evidence to be the person(s) whose
name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
`dellP.i1A f. `m
-- - --- -- -- --- -- -- -- . —. - -- - OPTI ONAL-- --- - --- ----- -- ------- - -- -- --
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer
❑ Titles(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
BD-1133 09/00
Number of Pages:
Signers Name:
❑ Individual
❑ Corporate, Officer
❑ Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
ISSUED IN FOUR ORIGINAL COUNTERPARTS POAM: 51001_
COUNTERPART N0. / OF 4
BOND NO. 4358565
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Snow All Men by new Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Kenneth A. Coate, Julia B. Leonard
of Riverside, CA its true and lawful Attomey(s) -in -fact, with full power and authority hereby conferred in its dame, place and stead, to
execute, acknowledge and deliver arty and all bonds, recogaizances, underktidngs or other instruments or contracts of suretyship to
include waivers to. the conditions of contrasts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no /100 ($5,000,000.00)
and to bind the Company thereby as fidiy and to the same extent as if such bonds were signed by the President, seated with the corporate
seal of the Company and dally attested by its Secretary, hereby ratifying and. confirming all that the said Attorney(s)-in-Fact may do in the
premises. Said appointment shall continue in force until 10/31/08 and is made under and by authority of the tbllowing
resolutions of the Board of Directors of the Sure Tec Insurance Company:
Be it Resolved, that the President' any Vice-president, any Assistant Vice- Prosident, any Secretary.or any Assistant Secretary shall be and is
hereby vested with 1411 power and authority to appoint any one or more suitable persons as Attomey(A)min =Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in. -Pact may be given full power and authority for and in the name of and of behalf of the Company, t9: exectite, acknowledge and
deliver, any and all bonds, motgoizaneeg contracts, agreements or indemnity and other conditional or obligatory underhildngs and any and all
notices and documents canceling or tenninating the Company's liability thorevnderi and any sufdl instruments so' executed by wry such
Auomey- in•Fact shall be binding upon the Company as if signed by die President andsealed andtfiWed by the Corporate Secretary.
Be tt Resolved. that the signatureof any authorized otlloer and seal of the Company beretafore ofhortsafter aTvW 16 any p6" of attorney or
any ecatl0cate relating thereto by Ihcsimile; and any power of attorney or certificate bearing i awdle signature or faosimile seal shall be valid
and binding upon the Company with topped to any bond or undertaking to which it Is attached. (AddpisiI at a sieertng hdd on 20 of Apr(!
199,9.}
In WNam "%emof, SURETEC INSURANCE COMPANY has caused these presents to be signed by Its Presiderd, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
0�4 TEC fSURAI�CE 1�Ob WANY
B9tState of Texas ss:
Cinmty of Harris
On this 20th day of Lune, A.D. 2003 before me personally daime BA King to me known, who, being by me duly sworn, did depose and say,. that he
resides in Houston, Tags, that he is .Pmsident'of SURBTBC INSURANCE COMPANY the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is soar corporate seal.; that it was so affacd by order of the
Board of Directors of said Company; and that he signed his name therein by like order.
Michelle Denny
a • salvd(li zap
Wcoaaho es "Chek Deny, Notary Pdb li
c
August 27, 2005 My commission expires August 27, 2008
4 bL Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby entity that the above and foregoing is a true and 'correct copy
of a Power of Attorney. executed by said Company, which is still in full forge and dfesh and Qbcrtaom the resolutibnkof the Board. of Dirodors; W.
out in the Power of Attorney are in full force And effect.
Given under my hand and the seal of said Company at Houston, Texas this 23rd day Julyf. 20 07 ,.A.D.
. Brent Bea , Istaaf
Any Instrument leaned In Mass or the penalty stated above Is tateliy void and without any validity.
For vedfication of the authority of this power you stray call (713) 81 244 any business day between 8:00 am end 5 :00 pm CST.
• ORIGINAL. „ ;.:;Eo, :m
ISSUED IN FOUR ORIGINAL COUNTERPARTS SNsJ:'CT'O Y. ".`.:STV -'1'
COUNTERPART NO. I OF L_
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TH STREET
CONTRACT NO. 3778
BOND NO. 4358565
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 4,966.00
being at the rate of $ 14.40 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to McKenna General Engineering, Inc., hereinafter designated as the
"Principal", a contract for construction of BUCK GULLY WETLANDS AND MAINTENANCE
ROAD REPAIRS AT 5TH STREET, Contract No. 3778 in the City of Newport Beach; in strict
conformity with the plans, drawings, specifications, and other Contract Documents maintained in
the Public Works Department of the City of Newport Beach, all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3778 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Sureiec 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 THREE HUNDRED FOURTY FOUR THOUSAND, EIGHT HUNDRED
TWENTY -THREE DOLLARS AND 001100 ($344,823.60) 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, )ointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements. in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or 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.
W
• f
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City Is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications,
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, it is agreed that the
death of any such Principal shall not exonerate the Surety from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 23rd day of July . 2007.
1(AA, A �lc�s�,,M-
McKENNA GENERAL ENGINEERING, INC.
(Principal)
Sure'reo Insurance Company
Name of Surety
3033 5th Ave.; Suite 300
San Diego CA 92103
Address of Surety
_!6197 400 - 4106
Telephone
Authorized Signaturelritle
Julia B. Leonard, Attorney In Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
�E
0
ALL- PURPOSE ACKNOWLEDGMENT
State of California
SS. v
County of 9ji/aLs /o�
0
On 77Jt t1 23 aov-7 before me, ICAitJ CL.I-G 0+31-7LO
Ty 1 ATEI (NOTARY)
personally appeared ! m /vt l '6 r44
SIGNER(S)
personally known to me - OR -
CannWpn • 1477!66
w* CearfomgCeafM *
My Carom. bPk"Mar2.2110!
❑ proved to me on the basis of satisfactory
evidence to be the personfs} hose name
is/,rrm subscribed to the within instrument and
acknowledged to me that he /sh0they executed
the same in his /ke 7ltire-ir authorized
capacity(irsj-, and that by his /hicr�
signatures(-son the instrument the personke)-
or the entity upon behalf of which the
person(r4- acted, executed the instrument.
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL)
❑ INDIVIDUAL
❑ CORPORATE OFFICER
DESCRIPTION OF ATTACHED DOCUMENT
OR TYPE OF DOCUMENT
❑ PARTNER(S)
❑ ATTORNEY -IN -FACT NUMBER OF PAGES
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
DATE OF DOCUMENT
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONfS) OR ENTITYIIES)
RIGHT THUMBPRINT
OF
SIGNER
APA 5199 VALLEY - SIERRA. 800- 362 -3369
OTHER
E
s
0
r
0 0
deaf . «. a t
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of
On
RIVERSIDE
JUL 2 3 2007 before me, MICHELE M. QUALLS, NOTARY PUBLIC
Name and TiOe of Officer (e.g., "Jane Doe, Notary Public)
personally appeared JULIA B. LEONARD
® personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose
MiCHELE M. QUALLS
COMM. #1704204
NOTARY PUBLIC- CALIFORNIA w
RIVERSIDE COUNTY
My Comm. Expires Nov. 11, 2010
name(s) is/are subscribed to the within instrument and
acknowledged to me that he /she/they executed the same in
his/herftheir 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
WITNESS my hand and official seal.
7
_ M
-------------------------- OPTIONAL — — ------------ — ---------
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal
and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
Number of Pages:
Signer's Name
❑
Individual
❑ Individual
❑
Corporate Officer
❑ Corporate Officer
❑
Titles(s): _
❑ Title(s):
❑
Partner - ❑ Limited ❑ General
❑ Partner - ❑ Limited ❑ General
❑
Attorney -in -Fact
❑ Attorney -in -Fact
❑
Trustee
❑ Trustee
❑
Guardian or Conservator
❑ Guardian or Conservator
❑
Other:
rTOp of rhamb trera
❑ Other:
Signer Is Representing:
BD -1133 09100
Signer Is Representing:
ISSUED IN FOUR ORI INAL COU TERPARTS PQAik 510018
COUNTERPART N0. OF
BOND N0. 4358565
SureTec Insurance Company
L MITED POWER OF ATTORNEY
Knov All Men by Tbese Presents, That SURETEC INSURANCE COMPANY (the ".Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Kenneth A. Coate, Julia B. Leonard
of Riverside, CA its true and lawful Attorney(s) -in-W, with frill power and authority hereby conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts Of suretyship to
include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no /100 ($5,000,000.00)
and to bind the Company thereby as Hilly and to the same extent as if mob bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attri ney(s )-in -Fact may do in the
premises. Said appointment shall continue in force until 10/31108 and is made under and by authority of the fallowing
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any VicsPresident, any Assistant Viee- President, any Socrotery or any Assistant Secretary shell be and Is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-la-Fad to represent and act for and on
behalf of the Company subject to the following provisions:
ArtornaJlin -Fact may be given full power and authority for and in the name of and of behalf of the Company, to. execute, acknowledge and
deliver, any and all bonds, recogniaances, contracts, agreements or indemnity and other oouditiodal or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instmments so executed by any such
Attomey -in -Fact shall be binding upon the Company as if signed by the President and sealed and .effected by the Corporate Secretary.
Be it Resolved that the signature of any authorized officer and seal of the Company heretofore oihereaft afiixtd to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted eta meegrtg held an 20 oJAprft.
1999.j
In Wihsess Whereof, SURETEC INSURANCE COMPANY has caused these presents to be sighed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
TEC i ililtANCE COMPANY
By.
State of Texas ss:
County of Hams 0A101
On ibis 2001 day of June, AD. 2005 before the personally came B.J: King, to me known, who, being by me duly swoon, did depose and say, that be
resides in Houston, Texas, that be is President of SURETEC INSURANCE COMPANY, the company dasdibed in and which Executed the above
Instrument; that he knows the seal ofsaid:Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
ISwFm eDavq
!bandy Pubge
Aare of TOW �1MI.Ut%U 2 %Cat rum_
mi Cottyttwm Boo biiehelle Denny, Notary 6e
At1QUS127, 2008 My commission expires August 27, 2008
4 M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that ihe.above and foregoing is a'tnro and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and etRet; and f tabermme, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full, force and effect_
Given under my hand and the seal of said Company at Houston, Texas this 23rd A.D.
XIVU�018 Dy , bstant 20
Any InstrumeM issued in excess or the penalty stated aloves tR totally vat and without any validity.
For verification of the authority of this power you may call (:151 &12.0800 any buelnesa day between. 8:66 am and 5:60 pm CST.
ClianMk at
91-1cFNNP.FN
ACORDa CERTIFICATE OF LIABILITY
INSURANCE
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SR
LTR
0711181' 200
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Ar$nstrong/Robitaille Full 1010
680 Langsdorf Drive #100
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 34009 -
A
Fullerton, CA 92834 -9409
-
INSURERS AFFORDING COVERAGE
INSURED
INSURERA: NIC Insurance Co.
McKenna General Engineering, Inc.
1335 Corona Pointe Court
INSURER B: Insurance Company of State of PA
INSURER C: American States Ins. Co.
Corona, CA 92879
-
INSURER D:
INSURER E:
BI /PD Ded:$5,000
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SR
LTR
rypE OF NISVRANCE
POLICY NUMBER
POLICYEFFECTIVE
POLTYM(P ON
LOTS
A
GENERALLIASUITY
0006CGL00594100
1111312006
1111312007
EACH OCCURRENCE
$1000000
FIRE DAMAGE(AW..S )
$50000
X COMMERC'ALGENERALLIASILRY
BI /PD Ded:$5,000
CLAIMS MADE [i] OCCUR
MED EXP (Any one PersoA )
$5,000
PERSONAL A ADV INJURY
$1006000
GENERAL AGGREGATE
$2609000
GEN'L AGGREGATE LIMITAPPLIES PER:
PRODUCTS -COMPIOPAGG
s2006000
POLICY X PR6 LOC
C
AUTOMOBREUASILITY
X
ANYAUrO
01CH17161010
06/12/2006
08/12/2007
COMBINED SINGLE LIMIT
(Ea acdl 9
$1,000,000
BODILY WJURY
(Par Person)
$
ALLOWNEDAUrOS
SCHEDULEDAUTOS
X
BODILYNJURY
(PW °G�Gnl) 8°R)
$
HIRED AUTOS
NON-OWNED AUTOS
X
PROPERTY DAMAGE
(Per e°cMeMl
$
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANYAUTO
$
AUTO ONLY: AGG
B
EXCESS
LIABILITY
7275194
11113/2006
11/13/2007
EACH OCCURRENCE
s4.000.000
X1
OCCUR CLAIMS MADE
AGGREGATE
s4,000,000
$
$
DEDUCTIBLE
S
RETENTION $
WONI(FAB COMPENSATION AND
WC STATU- I OTH-
EMPLOYERV LIABILITY
E.L. EACH ACCIDENT
S
EL DISEASE - EA EMPLOYEE
$
EA. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONSILOC MONSNEHICLESMEX=SWNS ADDED BY ENDORSEMENTI SPECIAL PROVISIONS
Insureds Name is expanded to Inclued the following: McKenna Equipment, Inc., Caufleld
Equipment, Inc. and Grade Pros, Inc. dba: McKenna.
RE: Buck Gully Wetlands and Maintenance Road Repairs at 5th Street,Contract No. 3778.
(See Attached Descriptions)
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
25S (7!97)1 Of 3
SHOULD ANYOF THE AMIOVE DESCRIBED POLICIESSECANCELLED BEFORE WEEXPRATNIN
DATE THEREOF, THE ISSUMO INSURER WILL ENDEAVOR TOMAIL'20 DAYS WRITEN
NOTICE TOTHE CERTIFICATE HOLDERNAMED TOME LEFT, eUTFAI.URE TODOSOSHALL
IMPOSE NO OBLIGATION OR UASIUTYCF ANYIIND UPON THE INSURERATS AGENTS OR
REPRESENTATIVE
0 ACORD CORPORATION 1968
0 0
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. Astatement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25S(71e7(2 of 3 #S396333/M357623
0
��ry `rrr DES,CRIITIQIVS(,Continued .fr...om�Page 1') _,•
The City, its officers, agents, officials, employees and volunteers are named as
Additional Insured with Primary/Non Contributory Wording per written contract as respects
to General Liabillty per Form #ANF160 (912003) attached, Additional Insured applies per
written contract as respects to Auto Liability per form #CA7110 (09105) attached, and
Primary/Non Contributory Wording applies perform #CA0001 (10101(pg8) attached.
AMS 25.3 (07197) 3 r of 3 #S396333/M357623
• •
McKenna General Engineering, Inc.
Policy # 0006CGLOD594100
Eff.11/1312006 to 11/13/2007
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.%
BLANKET ADDITIONAL INSURED ENDORSEMENT
(EXCLUDING RESIDENTIAL AND HABITATIONAL)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B)
CG 20101185
SCHEDULE
Name of Person or Organization:
Any person or organization that the named insured is obligated by virtue of a
written contract or agreement to provide Insurance such as is afforded by this
policy, provided the Company is notified in writing within 30 days of the
Inception of the contract or agreement, or the Inception of this policy,
whichever is later.
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of "your work" for
that insured by or for you.
The following additional provisions apply to any entity that is an insured by the terms of this
endorsement:
Primary Wording
If required by written contract or agreement Such Insurance as Is afforded by this policy
shall be primary insurance, and any insurance or self - insurance maintained by the above
additional insured(s) shall be excess of the Insurance afforded to the named insured and
shall not contribute to it.
2. Waiver of Subrogation
If required by written contract or agreement: We waive any right of recovery we may have
against an entity that is an additional insured per the terms of this endorsement because of
payments we make for Injury or damage arising out of "your work" done under a contract
With that person or organization.
3. Neither the coverages provided by this insurance policy nor the provisions of this
endorsement shall apply to any claim arising out of the sole negligence of any additional
insured or any of their agents /employees.
4. This endorsement does not apply to any work Involving or related to properties intended for
permanent residential or habitationai occupancy.
The words "you' and "your" refer to the Named Insured shown in the Declarations.
"Your work" means work or operations performed by you or on your behalf; and materials, parts or
equip ent furn •he i onnection with such work or operations.
cure of 16mfidd Name Yrifle Date
ANF 160 ( 3)
0 — REPRINTEDPROM THE FORMS LISFA — •
McKenna General Engineering, Inc
Policy #01CH17161010
Insurance Eff8112/2006- 8112/2007 COMMERCIAL AUTO
e CA 71 10 09 05
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ULTRA AUTO PLUS ENDORSEMENT
This endorsement modifies - insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED
Paragraph 2.b. of the CANCELLATION Common SECTION II — LIABILITY COVERAGE — A.1. WHO
Policy Condition is replaced by the following:
IS AN INSURED provision is amended by the addition
of the following:
b. 80 days before the effective date of cancellation
if we cancel for any other reason.
e. Any person or organization for whom you are re-
quired by an "insured contract" to provide insur-
TEMPORARY SUBSTITUTE AUTO — PHYSICAL
ante is an `insured ", subject to the following
DAMAGE COVERAGE
additional provisions:
Under paragraph C. — CERTAIN TRAILERS, MO-
(1) The insured contract" must be in effect
BILE EQUIPMENT AND TEMPORARY SUBSTITUTE
during the policy period shown in the Decla-
AUTOS of SECTION 1 — COVERED AUTOS, the
rations, and must have been executed prior
".
following is added:
to the "bodily injury" or property damam age
(2) This person or organization is an insured"
If Physical Damage coverage is provided by this Cov-
only to the extent you are liable due to your
erage Form, then you have coverage for:
ongoing operations for that insured, whether
the work is performed by you or for you, and
Any "auto" you do not own while used with the per-
only to the extent you are held liable for an
mission of its owner as a temporary substitute for a
"accident" occurring while a covered "auto"
covered "auto" you own that is out of service be-
is being driven by you or one of your em-
cause of its breakdown, repair, servicing, "loss" or
ployees.
destruction.
(3) There is no coverage provided to this person
BROAD FORM NAMED INSURED
or organization for 'bodily injury" to its em-
ployees, nor for `property damage" to its
SECTION II — LIABILITY COVERAGE — A.1. WHO
property-
IS AN INSURED provision is amended by the addition
(4) Coverage for this person or organization
of the following:
shall be limited to the extent of your negli-
gence or fault according to the applicable
d. Any business entity newly acquired or formed by
principles of comparative negligence or fault.
you during the policy period provided you own
50% or more of the business entity and the
(5) The defense of any claim or "suit" must be
business entity is not separately insured for
tendered by this person or organization as
Business Auto Coverage. Coverage is extended
soon as practicable to all other insurers
up to a maximum of 180 days following acquisi-
which potentially provide insurance for such
tion or formation of the business entity. Coverage
claim or "suit ".
under this provision is afforded only until the end
of the policy period.
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Copyright, Insurance Services Office, Inc., 1997
Saiaa and ft Maw hpo are IB*wmd eademeft of Salem Capomfim
CA 71 10 09 05 Page
1 of 5 EP
• "° REPLANTED FROM THE FORMS LIBRARY"" •
(6) The coverage provided will not exceed the 4. The most we will pay for a total "loss" in any one
lesser of: °accident" is the greater of the following, subject
(a) The coverage and /or limits of this policy; to a $1,500 maximum limit:
or- a. Actual cash value of the damaged or stolen
(b) The coverage and/or limits required by property as of the time of the `loss ", less an
the cover Insured e ardor l adjustment for depreciation and physical
condition; or
(7) A person's or organization's status as an
"insured" under this subparagraph d ends
when your operations for that "insured" are
completed.
FELLOW EMPLOYEE COVERAGE — EXECUTIVE
OFFICERS
Exclusion 5. FELLOW EMPLOYEE of SECTION II —
LIABILITY COVERAGE — B. EXCLUSIONS is
amended by the addition of the following:
This exclusion does not apply to liability incurred by
your employees that are executive officers.
PHYSICAL DAMAGE — ADDITIONAL TRANS-
PORTATION EXPENSE COVERAGE
The first sentence of paragraph A.4. of SECTION III
— PHYSICAL DAMAGE COVERAGE is amended as
follows:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense incurred
by you because of the total theft of a covered "auto"
of the private passenger type.
EXTRA EXPENSE — BROADENED COVERAGE
Paragraph A. — COVERAGE of SECTION III —
PHYSICAL DAMAGE COVERAGE is amended to
add:
5. We will pay for the expense of returning a stolen
covered 'auto" to you.
AIRBAG COVERAGE
Under paragraph B. — EXCLUSIONS of SECTION III
— PHYSICAL DAMAGE COVERAGE, the following is
added:
The exclusion relating to mechanical breakdown does
not apply to the accidental discharge of an airbag.
LEASE GAP COVERAGE
Under paragraph C — LIMIT OF INSURANCE of
SECTION III — PHYSICAL DAMAGE COVERAGE,
the following is added:
b. Balance due under the terms of the loan or
lease that the damaged covered "auto" is
subject to at the time of the °loss ", less any
one or all of the following adjustments:
(1) Overdue payment and financial
penalties associated with those
payments as of the date of the
"loss ".
(2) Financial penalties imposed under a
lease due to high mileage, exces-
sive use or abnormal wear and tear.
(3) Costs for extended warranties, Cre-
dit Life Insurance, Health, Accident
or Disability Insurance purchased
with the loan or lease.
(4) Transfer or rollover balances from
previous loans or leases.
(5) Final payment due under a "Balloon
Loan ".
(6) The dollar amount of any
un- repaired damage that occurred
prior to the 'total loss" of a covered
"auto ".
(7) Security deposits not refunded by a
lessor.
(8) All refunds payable or paid to you
as a result of the early termination
of a lease agreement or any war-
ranty or extended service agree-
ment on a covered "auto ".
(9) Any amount representing taxes.
(10) loan or lease termination fees
GLASS REPAIR — WAIVER OF DEDUCTIBLE
Under paragraph D. — DEDUCTIBLE of SECTION III
— PHYSICAL DAMAGE COVERAGE, the following is
added:
No deductible applies to glass damage if the glass is
repaired rather than replaced.
AMENDED DUTIES IN THE EVENT OF ACCI-
DENT, CLAIM, SUIT OR LOSS
The requirement in LOSS CONDITION 2.a. —
DUTIES IN THE EVENT OF ACCIDENT, CLAIM,
Page 2 of 5
• ^R RMTEO FROM THE FORMS LIBRARY "^ •
SUIT OR LOSS — of SECTION IV — BUSINESS HIRED AUTO PHYSICAL DAMAGE COVERAGE —
AUTO CONDITIONS that you must notify us of an LOSS OF USE
"accident" applies only when the "accident" is known
to: _ SECTION III — PHYSICAL DAMAGE AA.b. Form
(1) You, if you are an individual; does not apply.
(2) A partner, if you are a partnership; or
(3) An executive officer or insurance manager, if you
are a corporation.
UNINTENTIONAL FAILURE TO DISCLOSE
HAZARDS
SECTION IV — BUSINESS AUTO CONDITIONS —
8.2. is amended by the addition of the following:
If you unintentionally fail to disclose any hazards ex-
isting at the inception date of your policy, we will not
deny coverage under this Coverage Form because of
such failure. However, this provision does not affect
our right to collect additional premium or exercise our
right of cancellation or non - renewal.
RESULTANT MENTAL ANGUISH COVERAGE
SECTION V — DEFINITIONS — C. is replaced by the
following:
"Bodily injury" means bodily injury, sickness or dis-
ease sustained by a person including mental anguish
or death resulting from any of these.
HIRED AUTO PHYSICAL DAMAGE COVERAGE
If hired "autos" are covered "autos" for Liability cov-
erage and If Comprehensive, Specified Causes of
Loss or Collision coverages are provided under this
Coverage Form for any "auto" you own, then the
Physical Damage Coverages provided are extended
to "autos" you hire or borrow of the private passenger
or light truck (10,000 lbs. or less gross vehicle weight)
type, subject to the following limit.
The most we will pay for loss to any hired "auto" is
$50,000 or Actual Cash Value or Cost of Repair,
whichever is smallest, minus a deductible. The de-
ductible will be equal to the largest deductible appli-
cable to any owned "auto" of the private passenger
or light truck type for that coverage. Hired Auto
Physical Damage coverage is excess over any other
collectible insurance. Subject to the above limit, de-
ductible and excess provisions, we will provide cov-
erage equal to the broadest coverage applicable to
any covered "auto" you own of the private passenger
or light truck type.
Subject to a maximum of $1,000 per accident, we will
cover loss of use of a hired "auto" if it results from
an accident, you are legally liable and the lessor in-
curs an actual financial loss.
RENTAL REIMBURSEMENT COVERAGE
A. This coverage applies only to a covered "auto"
of the private passenger or light truck (10,000
lbs. or less gross vehicle weight) type.
B. We will pay for rental reimbursement expenses
incurred by you for the rental of an "auto" be-
cause of a covered 'loss" to a covered "auto."
Payment applies in addition to the otherwise ap-
plicable amount of each coverage you have on a
covered "auto." No deductibles apply to this
coverage.
C. We will pay only for those expenses incurred
during the policy period beginning 24 hours after
the `loss" and ending, regardless of the policy's
expiration, with the lesser of the following number
of days:
1. The number of days reasonably required to
repair or replace the covered "auto." If
'loss" is caused by theft, this number of
days is added to the number of days it takes
to locate the covered "auto" and return It to
you.
2. 30 days.
D. Our payment is limited to the lesser of the fol-
lowing amounts:
1. Necessary and actual expenses incurred.
2. $50 per day.
E. This coverage does not apply while there are
spare or reserve "autos" available to you for your
operations.
F. If "loss" results from the total theft of a covered
"auto" of the private passenger type, we will pay
under this coverage only that amount of your
rental reimbursement expenses which is not al-
ready provided for under the PHYSICAL DAM-
AGE COVERAGE Coverage Extension.
G. The Rental Reimbursement Coverage described
above does not apply to a covered "auto" that is
described or designated as a covered "auto" on
CA 71 10 09 05 Page 3 of 5 EP
• - REPRINTEDFROM THE FORMS LIBRARY^ •
Rental Reimbursement Coverage Form CA 99
23.
AUDIO, VISUAL AND DATA ELECTRONIC
EQUIPMENT COVERAGE
A. Coverage
1, We will pay with respect to a covered °auto"
for 'loss" to any electronic equipment that
receives or transmits audio, visual or data
signals and that is not designed solely for the
reproduction of sound. This coverage applies
only 'd the equipment is permanently installed
in the covered "auto" at the time of the
`loss" or the equipment is removable from a
housing unit which is permanently installed
in the covered "auto" at the time of the
'loss ", and such equipment is designed to
be solely operated by use of the power from
the "auto's" electrical system, in or upon the
covered "auto."
2, We will pay with respect to a covered "auto"
for "loss" to any accessories used with the
electronic equipment described in paragraph
A.1. above. However, this does not Include
tapes, records or discs.
3. If Audio, Visual and Data Electronic Equip-
ment Coverage form CA 99 60 or CA 99 94
is attached to this policy, then the Audio, Vi-
sual and Data Electronic Equipment Cover-
age described above does not apply.
B. Exclusions
The exclusions that apply to PHYSICAL DAM-
AGE COVERAGE, except for the exclusion relat-
ing to Audio, Visual and Data Electronic
Equipment, also apply to this coverage. In addi-
tion, the following exclusions apply:
We will not pay for either any electronic equip-
ment or accessories used with such electronic
equipment that is:
I. Necessary for the normal operation of the
covered "auto" for the monitoring of the
covered "auto's" operating system; or
2. Both:
the manufacturer for the installation of a
radio.
C. Limit of Insurance
With respect to this coverage, the LIMIT OF IN-
SURANCE provision of PHYSICAL DAMAGE
COVERAGE is replaced by the following:
1. The most we will pay for "loss" to audio, vi.
sual or data electronic equipment and any
accessories used with this equipment as a
result of any one "accident" is the lesser of:
a. The actual cash value of the damaged
or stolen property as of the time of the
"loss "; or
b. The cost of repairing or replacing the
damaged or stolen property with other
property of like kind and quality.
c. $1,000.
2. An adjustment for depreciation and physical
condition will be made In determining actual
cash value at the time of the loss."
3. If a repair or replacement results In better
than like kind or quality, we will not pay for
the amount of the betterment.
D. Deductible
2.
a. an integral part of the same unit housing
any sound reproducing equipment de-
signed solely for the reproduction of
sound if the sound reproducing equip-
ment is permanently installed in the
covered •auto"; and 3,
b. permanently installed in the opening of
the dash or console normally used by
Page 4 of 5
If "loss" to the audio, visual or data elec-
tronic equipment or accessories used with
this equipment is the result of a loss" to the
covered "auto" under the Business Auto
Coverage Form's Comprehensive or Colli-
sion Coverage, then for each covered 'auto-
our obligation to pay for, repair, return or re-
place damaged or stolen property will be re-
duced by the applicable deductible shown in
the Declarations. Any Comprehensive Cov-
erage deductible shown in the Declarations
does not apply to "loss" to audio, visual or
data electronic equipment caused by fire or
lightning.
If "loss" to the audio, visual or data elec-
tronic equipment or accessories used with
this equipment is the result of a loss" to the
covered "auto" under the Business Auto
Coverage Form's Specified Causes of Loss
Coverage, then for each covered "auto" our
obligation to pay for, repair, return or replace
damaged or stolen property will be reduced
by a $100 deductible.
If "loss" occurs solely to the audio, visual or
data electronic equipment or accessories
used with this equipment, then for each cov-
ered -auto" our obligation to pay for, repair,
0
^'• REPAINTED FROM THE FORMS USWY
McKenna General Engmeenng, Inc.
Policy #01 CHI 7161010
Eff 8!1212006 - 8/12/2007
return or replace damaged or stolen property
will be reduced by a $100 deductible.
4. In the event that there is more than one ap-
plicable deductible, only the highest deduct-
ible war apply. In no event will more than one
deductible apply.
BLANKET WAIVER OF SUBROGATION
We waive the right of recovery we may have for pay-
ments made for bodily injury" or- "property damage"
on behalf of the persons or organizations added as
'insureds" under Section If — LIABILITY COVERAGE
— A.I.D. BROAD FORM NAMED INSURED and
A.1.e. BLANKET ADDITIONAL INSURED.
9
PERSONAL EFFECTS COVERAGE
A. SECTION III — PHYSICAL DAMAGE COVER-
AGE, A.4. COVERAGE EXTENSIONS, is
amended by adding the following:
c. Personal Effects Coverage
For any Owned 'auto" that is Involved in a
covered 'loss ", we will pay up to $500 for
'personal effects" that are lost of damaged
as a result of the covered 'loss', without
applying a deductible.
8. SECTION V — DEFINITIONS is amended by ad-
ding the following:
O. "Personal effects" means your tangible
property that is wom or carried by you, ex-
cept for tools, jewelry, money, or securities.
CA 71 10 09 06 Papa 5 at 5 EP
McKeoria General Engineering, Inc.
Policy #O1CH17161010
Eff 8/1212006 - 8/12/2007
3. Legal Acpon Against Us
No one may bring a legal action against us under
this Coverage Form until:
a. There has been full compliance with all the
terms of this Coverage Form; and
b. Under Liability Coverage, we agree in writing
that the "insured" has an obligation to pay
or until the amount of that obligation has
finally been determined by judgment after
trial No one has the right under this policy
to bring us into an action to determine the
"insured's" liability.
4. Loss Payment - Physical Damage Coverages
At our option we may.
a Pay for, repair or replace damaged or stolen
property,
b. Return the stolen property, at our expense.
We will pay for any damage that results to
the "auto" from the theft; or
c. Take all or any part of the damaged or stolen
property at an agreed or appraised value.
If we pay for the "loss ", our payment will include
the applicable sales tax for the damaged or stolen
property.
6. Transfer Of Rights Of Recovery Against Others
To Us
If any person or organization to or for whom we
make payment under this Coverage Form has
rights to recover damages from another, those
rights are transferred to us., That person or
organization must do everything necessary to
secure our rights and must do nothing after
"accident" or" loss" to impair them.
B. General Conditions
1. Bankruptcy
Bankruptcy or insolvency of the "insured" or the
"Insured's" estate will not relieve us of any
obligations under this Coverage Form.
2. Concealment Misrepresentation Or Fraud
This Coverage Form Is void in any case of fraud
by you at any time as it relates to this Coverage
Form. It is also void If you or any other
"insured ", at any time, intentionally conceal or
misrepresent a material fact concerning:
a This Coverage Form;
b. The covered "auto ";
F Your interest In the covered "auto'; or
d. A claim under this Coverage Form
3. Liberalization
If we revise this Coverage Form to provide more
coverage without additional premium charge,
your policy will automatically provide the
CA 00 0110 01
Pop 8 of 11
0
CA 00 6110 01
COMMERCIAL AUTO
additional coverage as of the day the revision is
effective In your state.
4. No Benefit To Sallee - Physical Damage
Coverages
We will not recognize any assignment or grant
any coverage for the benefit of any person or
organization holding, storing or transporting
property for a fee regardless of any other
provision of this Coverage form.
6. Other Insurance
a. For any covered "auto" you own, this
Coverage form provides primary Insurance.
For any covered "auto" you don't own, the
Insurance provided by this Coverage Form
is excess over any other collectible
insurance. However, while a covered "auto"
which is a "trailer"' is connected to another
vehicle, the Liability Coverage this Coverage
Form provides for the "trailer" Is:
(1) Excess white It is connected to a motor
vehicle you do not own.
(2) Primary while it Is connected to a
covered "auto" you own.
b. For Hired Auto Physical Damage coverage,
any covered "auto" you lease, hire, rent or
borrow is deemed to be a covered "auto"
you own. However, any "auto" that is
leased, hired, rented or borrowed with a
driver is not a covered "auto".
G Regardless of the provisions of paragraph
a. above, this Coverage Form's Liability
Coverage is primary for any liability
assumed under an "insured contract".
d When this Coverage Form and any other
Coverage Form or policy covers on the same
basis, either excess or primary, we will pay
only our share. Our share Is the proportion
(hat the Limit of Insurance of our Coverage
Form bears to the total of the limits of all the
Coverage Forms and. policies covering on
the same basis.
6. Premium Audit
a. The estimated premium for this Coverage
Form Is based on the exposures you told us
you would have when this policy began. We
will compute the final premium due when
we determine your actual exposures. The
estimated total premium will be credited
against the final premium due and the first
Named Insured will be billed for the balance,
If any. The due date for the Final premium
or retrospective premium Is the date shown
as the due date on the bill If the estimated
CoWtht. ISO Pnipenies. Inc.. 2000
O41)4SMen101@180AA -G
ClinnMb 49
*.KFNNC.FN
ACS CERTIFICATE
INSURANCE
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
. OF LIABILITY
NSR
LTR
07118/2007"
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Armstrong/Robitaille Full 1010
680 Langsdort Drive #100
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 34009
Fullerton, CA' 92834 -9409
INSURERS AFFORDING COVERAGE
INSURED
McKenna General Engineering Inc.
1335 Corona Pointe Court
Corona, CA 92879
INSURER A: Delos Insurance Company
INSURER B: FORMALLY KNOW AS:
INSURER C. Sirius America Insurance Company
INSURER D'
IRSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DD
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
FIRE DAMAGE (Any me fire)
$
COMM ERCIAL GENERAL LAB ILITY
CLAIMS MADE F] OCCUR
MED EXP (Any one person)
$
PERSONAL &ADV INJURY
$
GENERAL AGGREGATE
$
GEN'L AGGREGATE LIM IT APPLIES PER
PRODUCTS -COMPIOPAGG
$
POLICY JEST D LOC
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
BO JURY
(Per r pens person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accMent)
$
HIRED AUTOS
NON -OWNED AUTOS
'
PROPERTY DAMAGE
(Per aeddent)
$
OARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
i
OTHER THAN EA ACC
i
ANY AUTO
$
AUTOONLY: ADO
EXCESS LIABILITY
EACH OCCURRENCE
i
AGGREGATE
i
OCCUR 0 CLAIMS MADE
f
$
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
01DKRM11001085
0410112007
04101112006
X WC STATU- OTH-
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000000
E.L. DISEASE - POLICY LIMB
1 $1.000,000
OTHER
DESCRIPTION OF OPERATIONSA.00ATIONSNEHICLE& XCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROMIONS
Insureds Name is expanded to include the following: McKenna Equipment, Inc.
RE: Buck Gully Wetlands and Maintenance Road Repairs at 5th Street, Contract No. 3778.
Waiver of Subrogation applies.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
SHOULD ANYOF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 'AQ_OAYSWRITTEN
CERTIFICATE HOLDER NAM ED TOTHE LEFT, BUTFAILURE TODOSOSHALL
LIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,nS AGENTS OF
.......... _.. .. A,.,.. T I
OF A N JSOSJW IFI3r fova anuva .........,
0 0
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). -
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon -
ACORD 25S(7197)9, of 9 tt.47gF77d /M777Fdg
r�
r,
L.J
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06
(Ed. 4.84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA
We have the right to recover from our payments from anyone liable for an Injury covered by this policy. We will not enforce our right
against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a
w}itten contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in
the Schedule.
The additional premium for this endorsement shall be 5% of the California workers' compensation premium otherwise due on such
remuneration.
Person or Organization
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach CA 92663
Minimum Premium $50
SCHEDULE
Job Description
Concrete Paving and Grading
Buck,Gully Wetlands & Maintenance Road Repairs
e street
Contract #3778
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The Information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective 7119107 . Policy No. 01DKRMl- 1001 -085 Endorsement No.46
Insured McKenna General Engineering, Inc Insurance Company: Sirius America Insurance Company - 35408
McKenna Equipment, Inc.
Countersigned By:
01998 by the Workers' Compensation insurance Rating Bureau of Carifomia. Ali rights reserved.
From the WCIRB's California Workers' Compensation InsuranceFomrs Manual 032001.
7/2312007 cca
IN
Fax #: •
•
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received:- 7 -26 -07 Dept. /Contact Received From: Shauna Oyler
Date Completed: 7-31-07 Sent to: Shaun By: April Walker
Company /Person required to have certificate: McKenna General Engineering
GENERAL LIABILITY
A. INSURANCE COMPANY: NIC Ins. Co.
B. AM BEST RATING (A: VII or greater): AX
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
D. LIMITS (Must be $1M or greater): What is limit provided?
E. PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included?
F. ADDITIONAL INSURED WORDING TO INCLUDE (The
City its officers, officials, employees and volunteers): Is it
included?
G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be
included): Is it included?
H. CAUTION! (Confirm that loss or liability of the named
insured is not limited solely by their negligence) Does
endorsement include "solely by negligence" wording?
❑ Yes ® No
2 mil agg/1 mil occ
® Yes ❑ No
® Yes ❑ No
■117_ C
NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
endeavor wording.
II. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: American States Ins. Co.
B. AM BEST RATING (A: VII or greater): A XV
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? ® Yes ❑ No
D. LIMITS (Must be $1M min. BI & PD and $500,000 UM):
What is limits provided?
I mil
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? ® Yes ❑ No
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste
Haulers only):
Is it included? N/A ❑ Yes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
endeavor wording.
III
WORKERS' COMPENSATION
A. INSURANCE COMPANY: Delos Ins. Co.
B. AM BEST RATING (A: VII or greater): A
E
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes ® No
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Waiver of subrocation endorsement missine.
S
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CONTRACT NO. 3778
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. 3778 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
1. Lump Sum Mobilization
@ Dollars
and
Cents $ 90 ,
Per Lump Sum
2. 3,700 S.F. Erosion Control, BMP & SWWP
@ ' re6 Dollars
and
O L:( Cents $ - .�2x!50 $ 2,950
Per Square Foot
3. Lump Sum Construction Survey Staking
@ 2i'JL4z bcu4ckDollars
and
Cents $
Per Lump Sum
E
PR2of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 6,100 S.F. Clearing and Grubbing
@ 11.6 Dollars
and
Cents $ '(2,50 $ (S, Z50
Per Square F of
5. 220 C.Y. Remove Creek Crossing
Concrete Pavement
@ due Dollars
and
Cents $ 7(7 c)0 $ 15,t (C70
Per Cubic Yard
6. 5 C.Y. Plug Storm Drain Pipes
with PCC
@ Dollars
and
Cents $ ^'Inn $
Per Cubic Yard
7. 40 L.F. Remove Storm Drain Pipe at
Secondary Storm Drain
@ _VwiA%un(Vie -& Dollars
and
Cents $ mac. r, $ dt� O
Per Linear Foot
8. 30 C.Y. Export Rip -Rap and Concrete
from Job Site
@ 0&e.6 e.4 Dollars
and y
Cents $ � C� $ �
Per Cubic Yard
9. 210 C.Y. Export Earthwork
@ k Dollars
and
Cents
Per Cubic Yard
@} «�ecr�natia Dollars
and
Cents
Per Lump Sum
13. 58 Each Gabion Installation
@ (faaa,4y((iwc�J Dollars
and
Cents
Per Each
14. 77 Each Envirolog Installation
@�� �+1w�,1 n d.fr,�u Dollars
and
Cents
Per Each
15. 48 Each Green Gabion Installation
r& ± _Dollars
and
Cents
Per Each
$ -1,W,J0-3
$ I-L(D $
PR3of5
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
10.
320 C.Y.
Excavation
@ Dollars
and
Cents
$' -c3
$ C'L-L')
Per Cubic Yard
11.
2 Each
Tree Removal
@ 6r AnagS, &VL ^I.IDollars
and
Cents
II
$ 1
$
Per Each
12.
Lump Sum
Creek Water Diversion and
Dewatering
@} «�ecr�natia Dollars
and
Cents
Per Lump Sum
13. 58 Each Gabion Installation
@ (faaa,4y((iwc�J Dollars
and
Cents
Per Each
14. 77 Each Envirolog Installation
@�� �+1w�,1 n d.fr,�u Dollars
and
Cents
Per Each
15. 48 Each Green Gabion Installation
r& ± _Dollars
and
Cents
Per Each
$ -1,W,J0-3
$ I-L(D $
0
PR4of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
M-1
17
im
19.
21
37 Each Reno Mattress Installation
@, Dollars
and
Cents $-
Per Each
110 C.Y. Unclassified Fill
@ nve �lL-vct�1 Dollars
and
Cents $ �
Per Cubic Yard
2 Each Rehabilitation of 24 -Inch RCP
Storm Drain at Headwalls of
'Arizona Crossing"
(i v�.�Tna wd
,-40-4-Dollars
and
Cents $ ,'3.76D $ W O
Per Each
38 C.Y. Construct Headwall Structures
and Concrete Road Cap
ei ,, A Dollars
and
Cents
Per Cubic Yard
8,900 S.F. Finish Grading
@ Dollars
and
I Cents
Per Square Foot
11,280 S.F. Temporary Irrigation System
@ Am Dollars
and
sl l( ti4 Cents
Per Square Foot
$ 7bo
$ 2�
$ m -.1DO
i 0
PR5of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 816 Each Rooted Cutting Plant Material
@ r Dollars
and
Cents $ 16,cko $ `n �—
Per Each
23. 568 Each One Gallon Container Stock
@ 'TW "r4��Dollars
and
Cents $ I
Per Each
24. 11,280 S.F. Hydroseed
@ Dollars
and
_ 0 Cents
Per Square Poot
25. Lump Sum 120 Day Plant Establishment
@��P�Ine„�,,�A „r 6,.e„taollars
and q sco
Cents $
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
and Cents
7 12-07
Date
fit7lymtllw 'Fwd4.Yrn i'16-770ro
Bidder's Telephone and Fax Numbers
8Y8Qb!1
Bidder's License No(s).
and Classification(s)
$ ',�Li!� &23L io o - -
Total Price (Figures)
Vt - -4-nG•
Bidd
Jfidaeefi AutU6rized Signature and Title
1335 Coroor„R�%nA, Cx�k Caronc.0 "2$79
Bidder's Address
0 0
1
1
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
4
5
4"
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BUCK GULLY WATER QUALITY WETLANDS
AND MAINTENANCE ROAD REPAIRS AT 5 STREET
CONTRACT NO. 3778
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 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -72
Working Days
6 -7.4
Working Hours
6 -9
LIQUIDATED DAMAGES
1
1
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
4
5
4"
0 0
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -5
PERMITS
5
7 -7
COOPERATION AND COLLATERAL WORK
6
7 -8
PROJECT SITE MAINTENANCE
6
7 -8.5
Temporary Light, Power and Water
6
7 -8.6
Water Pollution Control
7
7 -8.6.1
Best Management Practices and Monitoring Program
7
7 -8.6.2
Creek water Diversion Plan
8
7 -10
PUBLIC CONVENIENCE AND SAFETY
8
7 -10.1
Traffic and Access
8
7 -10.2
Storage of Equipment and Materials in Public Streets
8
7 -10.4
Safety
9
7- 10.4.1
Safety Orders
9
7 -15
CONTRACTOR LICENSES
9
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
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
15
201 -1
PORTLAND CEMENT CONCRETE
15
201 -1.1.2
Concrete Specified by Class
15
201 -2
REINFORCEMENT FOR CONCRETE
15
201 -2.2.1
Reinforcing Steel
15
SECTION 206
MISCELLANEOUS METAL ITEMS
15
206 -7
GABIONS
15
206 -7.1
Gabion Materials
15
SECTION 212
LANDSCAPE AND IRRIGATION MATERIALS
15
212 -1
LANDSCAPE MATERIALS
15
212 -1.3
Seed
15
212 -1 A
Plants
16
212 -1.6
Herbicides and Pesticides
17
212 -2
IRRIGATION SYSTEM MATERIALS
19
212 -2.1
Plastic Pipe and Fittings
19
212 -2.2
Valves, Valve Boxes and Controllers
19
PART 3 --- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
21
300 -1
CLEARING AND GRUBBING
21
300 -1.3
Removal and Disposal of Materials
21
300 -1.3.1
General
21
300 -1.5
Solid Waste Diversion
21
300 -1.6
Hazardous Materials Disposal
22
300 -4
UNCLASSIFIED FILL
22
304 -4.1
General
22
300 -12
EARTHWORK FOR GABION GRADE CONTROL AND
BANK PROTECTION STRUCTURES
22
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATTION
22
308 -1
GENERAL
22
308 -1.1
Exotics/Weed Removal
23
308 -1.2
Water Diversion
23
308 -1.3
Soils Testing
23
308 -1.4
Amending Site Soils
24
308 -1.5
Finish Grading
24
308 -1.6
Planting
24
308 -1.7
Cuttings
25
308 -1.8
Seed Installation
26
308 -1.9
Clean Up
26
308 -1.10
Safety
26
308 -1.11
As -Built Conditions
26
308 -1.12
Maintenance
26
• • SP 1 OF 27
CONTRACT NO. 3778
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Drawings (Drawing No. M- 5377 -S; (3) Resource
Agency Permit requirements (4) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction, (2004 Edition), including Supplements; (5)
Standard Specifications for Public Works Construction (2003 Edition), including
supplements. Copies of the Standard Special Provisions and Standard Drawings may
be purchased at the Public Works Department. Copies of the Standard Specifications
may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim,
CA 92802, 714- 517 -0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of two Project Phases as follows:
Project Phase 1 work includes general site preparation and construction work
including, mobilization, erosion control, BMP and SWPPP measures, clearing and
grubbing, demolition of a portion of the existing concrete "Arizona" creek crossing and
existing riprap section, dewatering and surface water control, constructing headwalls
and new paving cap at the existing "Arizona" crossing, constructing various rock - filled
gabion grade control structures within the creek, constructing various rock and soil - filled
gabion creek bank erosion protection structures, placing unclassified fill, modifying
existing storm drain pipes and outfall structure, installing storm drain inserts, controlling
sediment, installing erosion control fabric slope protection, providing dust control and all
other work as required to bring this reach of Buck Gully into readiness to accept storm
water flows.
May 30, 2007
• • SP2OF27
Project Phase 2 work includes installation of a temporary irrigation system, planting of
native California wetland and upland plant species, including trees, shrubs, cuttings,
hydroseeding and providing and all other landscaping and revegetation tasks as
required to complete the project, as shown on the drawings and as outlined in these
specifications.
The initial 120 -day plant establishment maintenance period would commence
immediately upon successful completion of Phase 2. After successful completion of
the 120 -day maintenance period, there is also an obligatory 5 -year long -term
maintenance and monitoring period, which will be handled by the city as a separate
contract, not included in this current work (N.I.C.)."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed
Land Surveyor shall utilize /follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. There is limited survey information for this project. The design is based
on a contour map provided by the Engineer and subsequent grade check elevations
and control points as provided by the city. At a minimum, two (2) sets of staking for all
areas shall be included in the bid price and copies of each set shall be provided to
Engineer 48 -hours in advance of any work. In addition, the filing of a Comer Record
and /or a Record of Survey with the County Surveyor's Office is required after the
completion of the Work. Prior to any demolition Work, the Contractor shall prepare and
submit the Corner Records for review by the Engineer a minimum of three (3) working
days before the anticipated Work.
All existing survey monuments are to be preserved. The Contractor will be back -
charged for the cost of restoring all survey ties and /or monuments damaged by the
Work."
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and then schedule a meeting with the
City Surveyor to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
City will restore the survey monuments at Contractor's expense. The restoration cost to
the Contractor will include filing the required Record of Survey or Corner Records with
the County of Orange.
May 30, 2007
• SP 3 OF 27
SECTION 3-- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall
be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied
to the Subcontractor's actual cost of such work. A markup of 10 percent on the first
$5,000 of the subcontracted portion of the extra work and a markup of 5 percent on
work added in excess of $5,000 of the subcontracted portion of the extra work may
be added by the Contractor.
SECTION 4- -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All materials and articles furnished by the
Contractor shall be subject to rigid inspection, and no materials or articles shall be used
in the work until they have been inspected and accepted by the Engineer. The
Contractor shall furnish the Engineer full information as to the progress of the work in its
various parts and shall give the Engineer timely (48 -hours minimum) notice of the
Contractor's readiness for inspection. Submittals are required for all construction
material.
The Engineer will 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.
May 30, 2007
E
• SP 4 OF 27
SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed."
No work shall begin until a "Notice to Proceed" has been issued, a pre - construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to commencing any work. Schedule may
be bar chart or CPM style. It is the intent of the City to issue the Notice to Proceed no
later than August 30, 2007. No actual work shall begin on site until after August 30th,
2007.
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 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete Project
Phase 1 within 45 working days after the date on the Notice to Proceed. The
Contractor shall complete Project Phase 2 work (exclusive of the 120 -day plant
establishment maintenance period) within 30 working days after the date of
successful completion of Phase 1. The 120 -day Plant Establishment maintenance
period shall commence upon approved completion of the Project Phase 2 installation
work, and shall progress for 120 -days, or until the plant establishment work is deemed
acceptable by the Engineer. The contractor shall not conduct any work and shall not
remove any vegetation within the work areas from February 15th to August 30th to avoid
impacts on nesting birds and /or the Coastal California Gnatcatcher.
The Contractor shall ensure the availability of all materials prior to the start of work.
Unavailability of materials will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6 -7.2 Working Days. Delete subsection 6 -7.2 1) "Saturday." Replace subsection
6 -7.2 3) with the following: "any City holiday, defined as January 15 ,t the third Monday in
January (Martin Luther King Day), the third Monday in February (President's Day), the
last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor
Day), November 11th (Veterans Day), the fourth Thursday and Friday in November
(Thanksgiving and Friday after), December 24th, (Christmas Eve — half day),
May 30, 2007
0
• SP5OF27
December 25"' (Christmas), and December 31st (New Year's Eve — half day). If January
1st, July 4th, November 11th or December 25th falls on a Sunday, the following
Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 6:00 p.m.,
Monday through Friday and 8:00 a.m. to 6:00 p.m. on Saturday. Note that Saturdays
are considered working days.
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. Additionally, as this is a residential area, unnecessary noise shall be
avoided.
6 -9 LIQUIDATED DAMAGES. Replace Paragraph 1, Sentence 3, with the following:
"For each consecutive calendar day after the time specified in Section 6 -7 -1 for
completion of Project Phase 1 work, the Contractor shall pay to the City or have
withheld from moneys due it, the daily sum of One Thousand Dollars and No Cents
($1,000.00); and for each consecutive calendar day after the time specified in Section
6 -7 -1 for completion of Project Phase 2 work, the Contractor shall pay to the City or
have withheld from moneys due it, the daily sum of Two Hundred and Fifty Dollars and
No Cents ($250.00)."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Add to this section, "The City is in the process of obtaining and /or
finalizing the following resource agency permits for this project:
1) Department of the Army Corps of Engineers Nationwide Permit authorization
( #200601647 -JPL) to construct the water quality wetlands improvements as
shown on the construction documents and as outlined in the conceptual
mitigation plan titled: Revegetation, Mitigation and Monitoring Plan for the Buck
Gully Water Quality Wetlands Project [Dudek, May 2007 (revised)].
2) California Regional Water Quality Control Board permit (Buck Gully #302006-
19, 401 Cert.) to construct the water quality wetlands improvements as shown on
the construction documents and as outlined in the conceptual mitigation plan
titled: Revegetation, Mitigation and Monitoring Plan for the Buck Gully Water
Quality Wetlands Project [Dudek, May 2007 (revised)]
3) California Department of Fish & Game 1602 Streambed Alteration Agreement
( #100 - 2006 - 0277 -R5) to construct the water quality wetlands improvements as
shown on the construction documents and as outlined in the conceptual
mitigation plan titled: Revegetation, Mitigation and Monitoring Plan for the Buck
Gully Water Quality Wetlands Project [Dudek, May 2007 (revised)].
May 30, 2007
0
9 SP6OF27
Copies of all permits will be provided to the contractor when permits are received.
Work shall not begin on the project until all permits have been acquired by the
City. Copies of the permits shall be kept on the site at all times during
construction.
If historic or archaeological remains are discovered during construction, work in
the area shall immediately cease and the Engineer notified.
Some of the permit requirements will include:
a. Hay bales, silt fences, or other appropriate devices shall be placed
immediately down slope of exposed soils or fill to prevent the transport of
sediment. Siltation and turbidity control measures (e.g., silt fences, hay
bales) shall be implemented in all areas where disturbed soils may potentially
wash into the stream via rainfall or runoff.
b. The Contractor shall monitor the five (5) day weather forecast. If precipitation
is forecast the site shall be secured one day prior to participation so no
materials may enter or be washed into the stream.
c. Herbicide mixing shall be located in areas devoid of vegetation where there is
no potential of a spill reaching a vegetated area or a stream. An herbicide
that may come in direct contact with the water shall be approved for use in an
aquatic environment (e.g. Rodeo).
d. No equipment shall be operated in ponded or flowing areas. Flow shall be
diverted around the work area by barrier, temporary culvert, new channel or
other approved means. All equipment shall be properly cleaned offsite prior
to entering in the stream bed. No heavy equipment shall be operated within
the stream."
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces
will perform all shut downs of water facilities if required. The Contractor shall provide
the Engineer seven calendar days notice of the time he desires the shut down of
facilities to take place. The City has installed separately a new water supply line, water
meter and valve box within the canyon, limit of work area. The Contractor's point of
connection for the irrigation system shall be after the water meter."
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
elects to use temporary City water, prior to the actuation of the new water meter, he
shall arrange for a temporary construction meter to be installed at a City designated
location and tender an $813 meter deposit with the City. Upon return of the meter to
the City, the deposit will be returned to the Contractor, less a quantity charge for water
usage and repair charges for damage to the meter."
May 30, 2007
• 0 SP 7 OF 27
Water used during construction from the temporary construction meter shall be paid for
by the Contractor. This includes water for flushing and pressure testing water lines,
compaction, irrigation during maintenance period for landscaping, site clean -up, etc."
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during construction operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any storm drain
system, downstream in Buck Gully Creek, 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
hftp://www.city.newi)ort-beach.ca.us/pubworks/iinks.htm.."
7 -8.6.1 Best Management Practices and Monitoring Program. The
Contractor shall submit a Best Management Practice (BMP) plan to prohibit
wastewater, dewatering water, or storm water runoff from carrying contaminants from
the project site from entering the creek. Measures include, but not limited to the
following:
a. No placement of construction materials where they could enter stream or storm
drain system, which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw - cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
i. Protecting all downstream creek resources from any discharges from dewatering
activities.
j. Hay bales, silt fences, or other appropriate devices shall be placed immediately
down slope of exposed soils or fill to prevent the transport of sediment. Siltation
and turbidity control measures (e.g., silt fences, hay bales) shall be implemented
in all areas where disturbed soils may potentially wash into the stream via rainfall
orrunoff.
k. The Contractor shall monitor the five (5) day weather forecast. If precipitation is
forecast the site shall be secured one day prior to participation so no materials
may enter or be washed into the stream.
I. Herbicide mixing shall be located in areas devoid of vegetation where there is no
potential of a spill reaching a vegetated area or a stream. An herbicide that may
come in direct contact with the water shall be approved for use in an aquatic
environment (e.g. Rodeo).
m. No equipment shall be operated in ponded or flowing areas. Flow shall be
diverted around the work area by barrier, temporary culvert, new channel or
May 30, 2007
•
0 SP8OF27
other approved means. All equipment shall be properly cleaned offsite prior to
entering in the stream bed. No heavy equipment shall be operated within the
stream."
Any Arundo donax that is cut, broken or disturbed shall not be discharged to the creek.
No rubbish, refuse, bark, sawdust and other solid wastes shall be discharged into the
creek or at any place where they would eventually be transported into the creek.
The Best Management Practice Plan will be reviewed by the Engineer prior to issuing a
notice to proceed. If it is discovered that the Contractor has failed to comply with the
Best Management Practice Plan , any and all cleanup costs incurred by City shall be
back - charged to the Contractor at cost plus 15 percent. The Contractor may also
receive a separate Administrative Citation per Section 14.36.030A23 of the City's
Municipal Code.
7 -8.6.2 Creek Water Diversion /Dewatering Plan. The Contractor shall submit
a plan indicating how water in the creek will be diverted, and /or dewatered, in order to
construct the items of work under this contract. The plan shall incorporate Best
Management Practices to limit contamination from entering the stream.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall gain access
to the site via the existing emergency access road into Buck Gully, at the intersection of
5th and Poppy Streets. Contractor shall coordinate key access to the existing gate with
the City. No equipment shall be parked on public streets. All staging areas and
equipment parking shall be via the existing access road and designated staging areas
within the canyon.
Pedestrian access to all 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, or equipment access. 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."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets, roads, or sidewalk areas if approved by the Engineer. Staging areas
for the storage of equipment and materials have been provided by the City, and are
shown on the drawings. 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 /staging area. The Contractor shall restore the laydown /staging areas to their
May 30, 2007
0 SP9OF27
pre- construction condition. The Engineer may require new base and pavement if the
pavement condition of streets or access roads has been compromised during
construction."
The laydown /staging areas shall not be used for storage of material from the clearing
and grubbing activities. Those materials shall be hauled -off the site immediately and
disposed of at a proper landfill /waste facility.
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 designated 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 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the prime Contractor shall possess a Class "A" License. At the start of work and
until completion of work, the prime Contractor and all Sub - contractors shall possess a
Business License issued by the City of Newport Beach.
The Sub - Contractor conducting the Landscape /Revegetation and Irrigation System
Installation (Phase 2) and 120 -day plant establishment maintenance work shall hold a
valid California Landscape Contractors License, Class "C -27 ", and shall provide a
project foreman who has previously overseen successful native revegetation projects of
at least 1 acre in size in Southern California. The nursery used to supply materials to
the project shall hold a valid California Nursery License. All herbicide treatments shall
be prescribed by a Licensed Pest Control Adviser. Herbicide applications shall be
performed by a Licensed Pesticide Applicator.
7 -16 CONTRACTOR'S RECORDWAS BUILT DRAWINGS. A stamped set of
approved drawings and specifications shall be on the job site at all times. In addition,
the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up -to -date and reviewed by the Engineer at the time each progress bill is submitted.
The "As- Built" drawings shall be submitted and approved by the Engineer prior to final
payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
May 30, 2007
i • SP 10 OF 27
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9--- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work, 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. Unless noted otherwise, all items are per project phase as noted. The following
items of work pertain to the bid items included within the Proposal:
BASE BID ITEMS
Item No. 1 Mobilization (Project Phase 1): Work under this item shall include
providing bonds, insurance and financing, establishing a field office, preparing the
SWPPP or BMP Plan and construction schedule, preparing and submitting a creek
diversion /dewatering plan, and all other related work as required by the Contract
Documents.
Item No. 2 Erosion Control, BMP & SWWP (Project Phase 1): Work under this
item shall include implementing all necessary erosion control measures, Best
Management Practices, and Storm Water Pollution Prevention Plan ( SWPPP)
requirements that may be necessary to protect downstream water resources during the
course of construction. Work includes the installation of erosion control blankets for all
manufactured slopes within the work area.
Item No. 3 Construction Survey Staking (Project Phase 1): Work under this
item shall include providing survey services in accordance with Section 2 -9.3.
Contractor shall verify all key elevations and temporary bench mark elevations provided
by the City and as indicated in the construction documents. Discrepancies shall be
brought to the attention of the Engineer for interpretation and direction.
Item No. 4 Clearing and Grubbing (Project Phase 1): Work under this item shall
include removal and disposal offsite of all vegetation including bushes, shrubs, stumps
and roots of all vegetation that is to be removed. Work shall also include all necessary
herbicide applications within the limits of the work area, as required to complete the
work in place, as indicated in the construction documents . Contractor shall protect all
native vegetation outside of the limits of work and all native vegetation within the limits
of work identified by the Engineer to remain in place and be protected. Contractor shall
use caution when working in proximity to the existing 8" DIP water line that crosses
May 30, 2007
• • SP 11 OF 27
through the work area, including the new water meter installation. This line shall be
protected at all times.
Item No. 5 Remove Creek Crossing Concrete Pavement (Project Phase 1):
Work under this item shall include furnishing all labor, materials, tools, equipment, and
incidentals, demolishing and clearing crossing concrete pavement, protecting subbase,
abandoning or protecting\ interfering portions of existing utilities or improvements, and
all other work items required as required to complete work in place.
Item No. 6 Plug Storm Drain Pipes with PCC (Project Phase 1): Work under
this item shall include furnishing all labor, materials, tools, equipment, and incidentals,
and for doing all the work necessary plug ends of existing low flow pipes with concrete
slurry at the existing drain outfall structure, and all other work items as required to
complete the work in place.
Item No. 7 Remove Strom Drain Pipe at Secondary Storm Drain (Project
Phase 1): Work under this item shall include furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work necessary to pothole existing
facilities, exposing existing utilities in advance of pipe removal, trench excavations,
shoring, bracing, removing portions of old pipes to be abandoned, temporary and
permanent support of utilities, disposing of old pipe and excess excavation materials
and all other work items as required to complete the work in place.
Item No. 8 Export Rip -Rap and Concrete from Job Site (Project Phase 1): Work
under this item shall include furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work necessary to exporting rip -rap and concrete from
the job site as indicated on the drawings, disposing of the material at an approved site
and all other work items as required to complete the work in place.
Item No. 9 Earthwork Export (Project Phase 1): Work under this item shall
include furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work necessary to exporting soil from the Job site, disposing of the material at an
approved site and all other work items as required to complete the work in place.
Item No. 10 Excavation(Project Phase 1): Work under this item shall include
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the
work necessary for earthwork excavation, stock piling, relocating excavated material,
and all other work items as required to complete the work in place.
Item No. 11 Tree Removal (Project Phase 1): Work under this item shall include
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the
work necessary for removing and properly disposing trees in the project limits, as
shown on the plans, and all other work items as required to complete the work in place.
Contractor has the option of salvaging and removing the one palm tree within the work
area at his /her own expense.
May 30, 2007
• • SP 12 OF 27
Item No. 12 Creek Water Diversion and Dewatering (Project Phase 1): Work
under this item shall include furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work necessary to control, divert and dewater surface
and subsurface water from the creek and sub -grade for the modifications to the creek
bed and slopes, and construction of the headwalls and gabion structures, all other work
items as required to complete the work in place including removal of all diversion
structures prior to the completion of the Phase 1.
Item No. 13 Gabion Installation (Project Phase 1): Work under this item shall
include furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work necessary for constructing the rock - filled gabion grade control structures
per the limits and details shown in the construction documents and per manufacturer's
specifications, including but not limited to, excavation, backfill, compaction, gabion
baskets, rock fill, fasteners, connections, filter fabric, lacing wire, rings, stiffeners,
removal /abandonment or protection of designated portions of existing utilities or
improvements, temporary and permanent support of utilities, and all other work items
required to complete the work in place.
Item No. 14 Envirolog Installation (Project Phase 1): Work under this item shall
include furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work necessary for placement of "Envirolog" structures, per the limits and details
shown in the construction documents and per manufacturer's specifications, including
but not limited to, excavation, backfill, compaction, "Envirolog" structures, rock and soil
fill, fasteners, connections, filter fabric, lacing wire, rings, stiffeners,
removal /abandonment or protection of designated portions of existing utilities or
improvements, temporary and permanent support of utilities, and all other work items
required to complete the work in place.
Item No. 15 Green Gabion Installation (Project Phase 1): Work under this item
shall include furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all the work necessary for constructing the rock - filled "Green Gabion" grade
control structures per the limits and details shown in the construction documents, and
per manufacturer's specifications, including but not limited to, excavation, backfill,
compaction, "Green Gabion" baskets, rock and soil fill, fasteners, connections, filter
fabric, lacing wire, rings, stiffeners, removal /abandonment or protection of designated
portions of existing utilities or improvements, temporary and permanent support of
utilities, and all other work items required to complete the work in place.
Item No. 16 Reno Mattress Installation (Project Phase 1): Work under this item
shall include furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all the work necessary for constructing the rock - filled "Reno Mattress" structures
per the limits and details shown in the construction documents, and per manufacturer's
specifications, including but not limited to, excavation, backfill, compaction, "Reno
Mattresses', rock fill, fasteners, connections, filter fabric, lacing wire, rings, stiffeners,
removal /abandonment or protection of designated portions of existing utilities or
May 30, 2007
• • SP 13 OF 27
improvements, temporary and permanent support of utilities, and all other work items
required to complete the work in place.
Item No. 17 Unclassified Fill (Project Phase 1): Work under this item shall
include furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work necessary for modifying the existing creek "Arizona Crossing" and
constructing the unclassified fill per the limits shown on the drawings, including but not
limited to, clearing and grubbing the unnecessary materials, excavation, hauling, and
stockpiling of imported rock/soil, subgrade preparation, benching, placing fill,
compaction, removal, abandonment or protection of interfering portions of existing
utilities or improvements, temporary and permanent support of utilities, and all other
work items required to complete the work in place.
Item No. 18 Rehabilitation of 24 -inch RCP Storm Drain at Headwalls of
"Arizona Crossing" (Project Phase 1): Work under this item shall include furnishing
all labor, materials, tools, equipment, and incidentals, and for doing all the work
necessary for modifying the existing storm drain pipes and for installing the 20 -inch
HDPE pipe sleeves and slope anchors inside the existing storm drain pipes. This shall
include, but not be limited to, potholing of all existing facilities, exposing utilities in
advance of pipe modifications, trench excavations, shoring, bracing, temporary patching
or trench plates, cutting existing pipe, installing new pipe, installing external joint sealer
between existing pipe and new sleeve, placing bedding and crushed miscellaneous
base, compaction, fittings, connecting to existing facilities, removing, abandoning or
protecting interfering portions of existing utilities or improvements, temporary and
permanent support of utilities, disposing of excess excavation materials and all other
work items as required to complete the work in place.
Item No. 18 Construct Headwall Structures and Concrete Road Cap (Project
Phase 1): Work under this item shall include furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work necessary for constructing the
headwall structures, footings, and concrete road cap, including, but not limited to,
furnishing all labor, materials, tools, equipment, and incidentals, and stockpiling of
imported rock/soil /concrete, sub -grade preparation, benching, placing fill, compaction,
removal, abandonment or protection of interfering portions of existing utilities or
improvements, temporary and permanent support of utilities, furnishing and installing
reinforcing steel, installing concrete forms, placing concrete and all other work items
required to complete the construction work in place.
Item No. 20 Finish Grading (Project Phase 1): Work under this item shall
include furnishing all labor, materials, tools, equipment, and incidentals, and for doing
all the work necessary for finish grading necessary to provide uniform planting surfaces,
per the final grades as shown in the construction documents.
Item No. 21 Temporary Irrigation System (Project Phase 2): Work under this
item shall include full compensation for furnishing all labor and materials, tools,
May 30, 2007
• • SP 14 OF 27
equipment and incidentals, and assembling, testing, programming and operating the
temporary on -grade irrigation system per the limits and details as shown in the
construction documents including but not limited to, sub -grade preparation, installation
of bedding material, installation of irrigation PVC pipe, sprinkler heads, valves, valve
boxes, controller, irrigation point of connection at water meter, backflow preventor,
fasteners, connections, and all other work items required to complete the irrigation work
in place.
Item No. 22: Rooted Cutting Plant Material (Project Phase 2): Work under this
item shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work necessary under this item for procuring,
approving, delivering, storing and installing cuttings within the "Green Gabion" and
"Envirolog" structures, as specified in the construction documents, including spotting,
excavation of cutting holes and backfilling.
Item No. 23: One - Gallon Container Stock (Project Phase 2): Work under this
item shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work necessary under this item for procuring,
approving, delivering, storing and installing container grown plant material as specified
in the construction documents including spotting, excavation of plant pits, installing
backfill, forming water basins and top dressing with mulch.
Item No. 24: Hydroseed (Project Phase 2): Work under this item shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals, and
for doing all the work necessary under this item for the procurement, approval, delivery,
storage and broadcasting the hydroseed, including fine grading around planting after
performing all operations for weed eradication specified in these construction
documents and provide protection for plant material prior to applying the two part
hydroseed mixture as specified in these specifications. Remove all protective material
and any overspray immediately following application of the two -part seed application.
Hydroseed shall be applied prior to the installation of the erosion control fabric on all
manufactured slopes.
Item No. 25: 120 -Day Plant Establishment (Upon completion of Project Phase
2 installation work): Work under this item shall include providing all material, labor and
equipment necessary to perform the work required for 120 -day plant establishment and
site maintenance as specified in these construction documents and the Final
Revegetation, Mitigation and Monitoring Plan for the Buck Gully Wetlands and
Maintenance Road Repair Project [Dudek, May 2007 (revised)]. This includes
replacing any plant material that fails to maintain a healthy condition, fertilization, trash
removal and eradication of any natural pests. This work shall not commence until
Project Phases 1 and 2 are complete as determined by the Engineer.
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."
May 30. 2007
• • SP 15 OF 27
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560 -C -3250, unless specified otherwise."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade
60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise
in the construction documents."
SECTION 206 --- MISCELLANEOUS METAL ITEMS
206.7 GABIONS
206 -7.1 Gabion Materials. Materials for galvanized woven wire mesh gabion
baskets, and fasteners and all other appurtenances shall conform to the construction
documents and the manufacturer's materials specifications. All gabion structures (i.e.
Gabions, "Reno Mattresses ", "Green Gabions" and "Envirologs ") shall be provided by
MACCAFERRI, Inc., or approved equal. Contractor shall provide a final shop drawing
layout for the final configuration of the gabion structures, to be provided by
MACCAFERRI, Inc., or approved equal, and shall submit the shop drawings to the
Engineer for final approval prior to ordering and construction.
SECTION 212 --- LANDSCAPE AND IRRIGATION MATERIALS
212 -1 LANDSCAPE MATERIALS. Delete entire section and replace with the following:
212 -1.3 Seed
Seed Sources: Native seed obtained for the project shall have originated from coastal
southern California locations. Any special seed collection required shall be conducted
by a supplier possessing staff experienced in native seed collection. Seed may be
purchased from S &S Seed Company, Carpinteria, CA (805) 684 -0436 or an approved
equal.
Seed Materials: Contractor to furnish seed as specified herein and as shown in the
construction documents. Seed of each species shall be furnished in quantity and
quality (meeting specified minimum percentages of purity and germination) as shown in
May 30, 2007
• • SP 16 OF 27
the construction documents. Seed tests shall be conducted no more than three (3)
months before the time of installation. For each seed type not conforming to specified
percentage of seed purity and germination, each corresponding seed application rate
(Lbs. /acre) will be adjusted by the Engineer, using current test results. Increased seed
quantities shall be furnished by Contractor at Contractor's cost.
A. Seeds shall be fresh, clean, new crop seed composed of the varieties
mixed in proportions and testing minimum percentage of purity and
germination per industry standards.
B. All seed shall be pre- treated as specified in Delivery, Storage and Special
Handling. All seed shall have originated from cismontane Orange County.
C. The Contractor is responsible for contacting the seed supplier 30 days
after award of contract to arrange for special seed collections and seed
pre- treatment as necessary.
212.1.4 Plants
Plant Sources: Plants shall be contract grown by a native plant nursery under contract
arrangements by the Contractor. Commercial native plants shall be grown by a nursery
possessing a valid California Nursery License and a staff experienced with propagation
of native species. Plants may be grown and purchased from Tree of Life Nursery, San
Juan Capistrano, CA (714) 728 -0685 or an approved equal.
Planting Backfill Mix: Planting backfill shall consist of 100% native soil and shall be
used to backfill all excavated plant pits in the installation of containerized and salvaged
plant materials. No additional soil amendments or fertilizers shall be used unless so
determined by additional soils tests if requested by the Engineer. Additional
amendments would be an extra to the contract. Contractor shall avoid over compacting
backfill.
Container Plant Materials: Plants shall be furnished per contractor contract grown
agreement, in species, quantities, and sizes, and at spacing shown on the plan, as
symbolized and/or described in plant palette, and in the specifications herein.
A. Quality and size of all plants shall conform to the California Standard
Grading Code of Nursery Stock and shall be No. 1 grade. Caliper, height,
and spread shall be average for each listed species. They shall be
symmetrical, healthy, vigorous of normal growth, free from disease,
insects, insect eggs and larvae. All plants shall have healthy, normal root
systems that consolidate potting soil into a firm rootball throughout the
entire container. Plants shall not be pruned prior to delivery.
B. All plant material will be subject to inspection and approval by Engineer at
delivery to project site.
May 30, 2007
• • SP 17 OF 27
C. Container stock shall have grown in containers for at least 8 months, but
not over twelve (12) months. Samples shall be inspected to ensure that
no root bound conditions prevail and that no container plants that have
cracked or broken balls of earth, when taken from containers. Plants shall
be subject to inspection and approval or rejection at the project site at any
time before or during progress of work, for size, variety, condition, latent
defects, and injuries. Rejected plants shall be removed from the project
site immediately.
D. Identify plant species or varieties correctly on legible, weatherproof labels
attached securely to plant before delivery to job site.
Cuttings: Willow cuttings shall be taken from the site impact areas, or other site
locations specified by the Engineer, prior to clearing work and furnished in quantities as
shown in the construction documents. Cuttings shall be the species shown in the
construction documents. Cuttings not meeting these specifications will be rejected by
the Engineer. Rejected cuttings shall be replaced by the Contractor in -kind and in -size
at the Contractor's expense.
A. Cuttings must be planted when dormant; therefore cuttings must be taken
and planted between October 15th and February 15th. If not dormant,
remove all leaves from cut branches.
B. Cuttings shall be dormant and between 3/8" and '/" diameter and 16 °-18"
long.
C. Cuttings shall be cut at a 45 degree angle on the bottom and flat cut
across the top.
D. Cuttings shall be stored in a cool moist place out of direct sunlight and
soaked in water for five to ten (5 -10) days prior to planting.
E. Cuttings shall be fresh, viable and well hydrated. Dried out cuttings will be
rejected.
F. If cuttings become heavily rooted and begin to sprout vegetation prior to
installation the Contractor shall deliver them to a reputable native plant
nursery and have them grown into a 'D -pot' or one - gallon sized container
at no additional expense.
Miscellaneous Materials: Materials not specifically described, but required for a
complete and proper installation, shall be as selected by the Contractor subject to the
approval of the Engineer.
Geotextile Fabric /Erosion Control Fabric: To be supplied as specified in the
construction documents, and as approved upon submittal of manufacturers materials
cut sheets.
212 -1.6 Herbicides and Pesticides
May 30, 2007
• • SP 18 OF 27
A. The Contractor shall comply with all rules and regulations of the
Department of Food and Agriculture and the Department of Health, the
Department of Industrial Relations, and all other agencies that govern the
use of pesticides required in the performance of the Work on the
Contract.
B. Pesticides shall be limited to herbicides unless otherwise authorized by
the Engineer.
C. Any substance or mixture of substances intended for preventing, repelling,
mitigating, or destroying weeds, insects, diseases, or nematodes and any
substance or mixture of substances intended for use as a plant regulator,
defoliant or desiccant shall be considered a pesticide or herbicide.
D. The Contractor shall obtain recommendations for the use of all herbicides
from a licensed Pest Control Adviser (PCA) in accordance with the
requirements of the California Food and Agricultural Code, and these
Specifications.
E. Herbicide recommendations shall include, but not be limited to, the
herbicide to be used, rates of application, methods of application, and
areas to which herbicides are to be applied. At no time shall pre -
emergent herbicides be used.
F. Herbicides shall be mixed in accordance with the instructions provided on
the applicable registered label. Prior to mixing any herbicide, a copy of
the registered label for the herbicide to be mixed shall be given to the
Engineer, or when such copy is unavailable, the Engineer shall be
permitted to read the label on the container.
G. Herbicides for weed control shall be applied with a photosensitive dye that
will produce a contrasting color when sprayed upon the ground. The color
shall disappear between 2 and 3 days after being applied. The dye shall
not stain any surfaces nor injure plant or animal life when applied at the
manufacturers recommended application rate.
H. Where control of non - native vegetation is required and the use of
herbicides is necessary, and there is a possibility that the herbicides could
come into contact with water, the Pest Control Advisor (PCA) shall
recommend only those herbicides, such as AquamasterO or Rodeo@
(Glyphosate), which are approved for aquatic use. If surfactants are
required, they shall be restricted to non -ionic chemicals, such as AgriDex,
which are approved for aquatic use.
I. Vegetation killed by herbicide shall be removed and disposed of legally off -
site within 14 days."
May 30, 2007
0
• SP 19 OF 27
212 -2 IRRIGATION SYSTEM MATERIALS: Delete entire section and replace with
the following:
All products and materials shall be of standard, approved and first grade quality and
shall be new and in perfect condition when installed and accepted.
212 -2.1 Plastic Pipe and Fittings:
A. All pipes shall be free of blisters, internal striations, cracks, or any other
defects or imperfections. The pipe shall be continuously and permanently
marked with the following information: manufacturer's name or trade
mark, size, class and type of pipe pressure rating, quality control
identifications and date of extrusion.
B. All fittings shall bear the manufacturer's name or trademark, material
designation, size, applicable IPS schedule and NSF seal of approval.
C. Pressure main line piping for sizes 1 -1/4" and smaller: PVC Schedule 40
with solvent welded joints, Alert -Line pipe or approved equal.
D. PVC Plastic Pipe and Fittings: UV -PVC pipe, ultraviolet resistant, for use
with solvent welded threaded fittings shall be manufactured polyvinyl
chloride PVC 1120 (Type I, Grade 1) conforming to ASTM D 1785, Sch.
40. Fittings shall be PVC 1120, (Type I, Grade 1) conforming to ASTM D
2246, Sch. 40.
E. Pipe Connection Materials:
1. Threaded Connections: Teflon tape or approved equivalent,
UL listed.
2. Solvent Weld Connections: Primer and adhesive solvent
shall be type as recommended by manufacturer of pipe and
fittings. All cans of solvents and primers shall have labels
intact and shall be stamped with the date of /and
manufacturer. No cans dated over two years old will be
permitted.
212 -2.2 Valves, Valve Boxes, Wiring and Controllers:
Backflow Preventor: manufacturer and size per plans.
PVC ball valve with ABS handle: manufacturer and size per plans.
Quick Coupling Valves:
A. Quick coupling valves shall have a two -piece brass body designed for
working pressure of 150 PSI, with quick coupler key and cover. Size and
manufacturer, per plans.
May 30, 2007
Remote Control Valves:
• SP 20 OF 27
A. Remote Control Valves: Remote control valves shall be electrically
operated, single seat, normally closed configuration, equipped with flow
control adjustment and capability for manual operation of reclaimed water.
1. See irrigation legend on drawings for manufacturer and
model type. Valves shall be wired to controller in same
numerical sequence as indicated on drawings.
B. Control Wiring:
1. Make connections between the automatic controller and the
electric control valves with direct burial copper wire AWG-
U.F. 600 volt. Pilot wires shall be a different color wire for
each control valve.
2. Common wires shall be white. Install in accordance with
valve manufacturer's specifications and wire chart. IN no
case shall wire size be less than #14 gauge.
3. Wiring shall be installed along the same route as pressure
supply or lateral lines wherever possible, and. bundled and
taped to the bottom side of the pipe.
4. Where more than 1 wire is placed tape the wiring together at
intervals of 10 feet.
5. Provide an expansion curl within 3 ft. of each wire
connection of sufficient length at each splice connection at
each electrical control, so that in case of repair, the valve
bonnet may be repaired without disconnecting the control
wires. Lay control wires loosely on grade without stress or
stretching or control wire connectors.
6. Make all splices with water -proof Scotch -Lok connector
sealing packs, Rainbird Snap -Tite wire connectors, or
approved equal. Use one splice per connector sealing pack.
7. Field splices between the automatic controller and electrical
control valves will not be allowed without prior approval of
the Landscape Architect/Project Biologist. All splices shall
be housed in a circular valve box.
Automatic Controller (Battery Operated):
1. Automatic controller is a new, battery operated controller
mounted in the master control valve box, manufacturer and
model number per plans.
2. Contractor to run wire from controller to individual remote
control valves.
May 30, 2007
0
0 SP 21 OF 27
3. Coordinate operation and scheduling of master valve with to
run simultaneously with the three (3) individual remote
control valve circuits.
Control Valve Boxes:
1. Use "Carson Industries" 10" x 10 -1/4" round box for all
isolation ball valves, with bolt down cover or approved equal.
2. Use "Carson Industries" 12" x 16" x 25" rectangular box for
all remote control valves, with bolt down cover or approved
equal.
Sprinkler Heads: Manufacturer and model number per plans.
Incidental Materials and Equipment:
1. Furnish all materials and equipment not specified above,
which are necessary for completion of the work on irrigation
system as intended and as shown in the construction
documents.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
Add to this Section: `Removal and disposal of materials 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
http: / /www. city. newport- beach.ca. us /GSV /Frachised %20Haulers.htm."
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.
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 -1.5 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
May 30, 2007
• • SP 22 OF 27
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.
300 -1.6 Hazardous Materials Disposal. Trimmed -off portions of Asbestos
Cement Pipe (ACP) shall be transported to the City of Newport Beach Utilities Yard for
storage and ultimate disposal. Contractor shall coordinate with Engineer for
arrangements with Utilities Yard.
300-4 UNCLASSIFIED FILL
300 -4.1 General. Add to this Section: An import borrow site for unclassified fill
material shall be provided by the City. The borrow site shall be located within 3 miles of
the project site.
It shall be the sole responsibility of the Contractor to provide all required labor,
equipment, materials and methods to accomplish the work in accordance with
applicable grading codes, agency ordinances, these Technical Specifications, the
Standard Specifications and the approved Drawings. If, in the opinion of the
Geotechnical Consultant, unsatisfactory conditions, such as questionable soil, poor
moisture condition, inadequate compaction, adverse weather, etc., are resulting in a
quality of work less than required in these Technical Specifications, the Geotechnical
Consultant will be empowered to recommend to the Engineer that the work be rejected
and the construction be stopped until the conditions are rectified.
300 -12 EARTHWORK FOR GABION GRADE CONTROL AND BANK PROTECTION
STRUCTURES
Add to this Section: All earth work for the gabion grade control structures and other
bank protection, shall be conducted as shown on the plans and per the gabion
manufacturer recommendations. The City shall provide the source for any borrow soil
needed for backfill around the gabion structures. Soil backfill within the baskets of the
gabion structures (i.e. "Green Gabion" and "Envirologs ") shall meet the gabion
manufacturer recommendations. All rock fill shall meet the gabion manufacturer
recommendations.
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -1 General:
Delete entire section and replace with the following: 'This section shall govern the site
preparation, finish grading, planting and irrigation system construction for
landscape /revegetation areas required by the construction documents.
May 30, 2007
• • SP 23 OF 27
Existing utilities not designated for removal shall be protected in place. Removals shall
be performed in accordance with applicable provisions of 300 -1.3.
Unless otherwise provided, all construction work and grading /earthwork shall take place
before and shall be installed complete in place prior to the installation of the irrigation
system and/or planting."
308 -1.1 Exotics/Weed Removal: Exotics & weed removal shall be conducted by
hand, and /or mechanical equipment (as approved by Engineer) during construction, but
before planting. Large material, such as palms and other non - native exotic trees may
be removed with a backhoe, or other mechanical equipment, as directed by the
Engineer. All native vegetation must be protected during the removal process. Weedy,
invasive, non - native species shall be removed at a time of year that shall not enhance
erosion and such that viable weed seeds are not inadvertently sown. Contractor shall
remove all weed seedlings by hand and before weeds become too large for hand
removal. Protect in place all existing native plant material outside of the limits of work,
and /or within the limits of work, as directed by the Engineer.
308 -1.2 Water Diversion /Dewatering: All flowing water shall be conveyed through
the revegetation site by means of earthen drainage swales, designated drainage
improvements and /or pumping. Water diversions and dewatering shall be temporary.
Previous grades shall be restored to their preconstruction condition following
completion of diversion /dewatering operations.
308 -1.3 Soils testing: At the completion of finish grading, soils within the
mitigation /revegetation areas shall be tested for agricultural suitability and soil fertility, at
a soils testing laboratory, prior to initiating planting and seeding operations, in
coordination with the Engineer.
A. All costs of soil tests shall be borne by Contractor. Soil samples shall be
tested from the graded areas. Two (2) total samples required.
B. Tests shall be conducted and evaluated by a qualified soils scientist such
as: Wallace Laboratories, El Segundo, CA; Soil and Plant Laboratory,
Santa Ana, CA; or an approved equal. Testing shall include as a
minimum, measurements of salinity (ppt), soil pH, soil percolation, Sodium
Absorption Ratio (SAR), and all water soluble nutrients. In evaluating soil
samples, the soil scientist shall account for seasonal variation and shall
recommend soil amendments appropriate for native plant growth, if any,
and as appropriate to the type of vegetation to be established within the
revegetation /mitigation site. A report shall be provided to the Engineer,
including the results of the soils test and recommendations for soil
amending, where applicable
May 30, 2007
• • SP 24 OF 27
308 -1.4 Amending Site Soils: If soils analysis indicates soil amendments are
necessary and is approved by the Engineer, then specified soil amendments shall be
evenly spread over designated planting areas and shall be thoroughly incorporated to a
uniform depth of six (6) inches by rototilling a minimum of two passes, the second pass
perpendicular to the first pass. Soil amendments shall be determined by the Soils
Scientist, and approved by the Engineer following analysis. All costs for additional
amendments shall be considered an extra to the contract.
308 -1.5 Finish Grading: Contractor shall match existing elevations of adjacent
soils and shall provide positive drainage to the maximum extent practicable.
A. Compaction in top 12 inches of soil shall not exceed 75 percent.
Standard proctor and compaction testing may be required by the Engineer
to verify compaction standard has been achieved at Contractor's cost.
B. Site soils shall be disked to a depth of 8" such that no soil clumps or rocks
greater than 1" exist within areas to be planted. All disking shall conform
to existing contours of the site and shall maintain existing drainage
patterns.
C. All undulations and irregularities in soil surface resulting from tillage,
disking, and other operations shall be leveled and finish graded prior to
planting. Any ponding created by grading operations shall be corrected.
Final grading shall be acceptable to the Engineer before planting
operations will be allowed to commence.
Prior to excavation for planting, Contractor shall locate all electrical cables, conduits
and all utility lines so that proper precautions may be taken not to damage such
improvements. In the event of a conflict between such lines and plant location,
Contractor shall promptly notify the Engineer, who shall arrange for relocation of one or
the other. Failure to follow this procedure places upon Contractor the responsibility to
repair damages at his own expense, which result from such work.
308 -1.6 Planting:
A. The layout of locations for plant materials shall be approved on the site by
the Engineer prior to plant installation. All container plants shall be set by
Contractor in their final locations, as approved by the Engineer, prior to
their installation and they shall, if necessary, be re- located as directed as
part of contract.
B. Plants shall not be allowed to dry out before or during installation.
Contractor shall keep exposed roots moist by means of wet saw dust,
peat moss, or burlap at all times during planting operations. Roots shall
not be exposed to air except when being placed in ground. Wilted plants,
improperly located or installed, whether in place or not, shall not be
accepted and shall be replaced at the Contractor's expense.
May 30, 2007
• • SP 25 OF 27
C. No area shall be planted where weeds are present or there is evidence
that a weed crop will germinate.
D. All excavated holes shall have vertical sides with roughened surfaces and
shall be twice the size of the root ball. Holes shall be, in all cases, large
enough to permit handling and planting without injury or breakage of root
balls or roots. After holes have been dug, they are to be filled with water
and allowed to drain.
E. Excess soil generated from the planting holes shall be spread on the site
as directed by the Engineer. Rocks and debris generated from the
planting holes shall be removed from the site.
F. Contractor shall protect in -place all existing native plant materials outside
of the limits of work and/or as otherwise directed by the Engineer.
G. Plants shall be installed at approved locations with specified existing on-
site soil. The plants shall be placed in the planting pits on the backfill soil
which has been hand tamped only. Fill plant pits with water and allow to
completely drain, prior to the placement of the plants. After setting the
plants, the remaining backfill materials shall be carefully tamped and
water settled around each rootball to fill all voids. Plantings will receive no
fertilizers other than amendments as specified herein, unless determined
necessary by soils analysis and as approved by the Engineer.
H. Each container or salvaged plant shall be placed in the center of the hole
and shall be set plumb and held rigidly in position until the backfill soil has
been tamped and water settled around each root ball.
I. All plants shall be set at such a level that after settling they bear the same
relationship to the surrounding finish grade as they bore to the soil line
grade in the container (approx. 1" above finish grade at time of planting).
J. Immediately after installation, Contractor shall irrigate each plant until soil
around roots is moist from bottom of hole to finish grade.
K. Install weed -free shredded bark mulch layer to a uniform 3" depth, in an
18" radius around base of each container plant.
L. Throughout the 120 -day Plant Establishment Period, Contractor shall
provide adequate irrigation to each container plant using the above
ground irrigation system or by hand hose as necessary, and /or as directed
by the Engineer.
308 -1.7 Cuttings:
A. Rooted cuttings shall be placed in 10" deep x 2" wide holes created in
"Envirologs" and "Green Gabions ", at the spacing as shown in the
construction documents. Cuttings shall be pre- soaked prior to planting.
Cuttings shall be backfilled with the backfill mix specified herein. Backfill
soil shall be tamped down well and the cuttings watered in thoroughly.
May 30, 2007
• SP 26 OF 27
308 -1.8 Seed Installation: Seed application must occur between October through
February, or as otherwise directed by the Engineer. Seed shall be installed using
machine hydroseed methods, or other method approved by the Engineer.
A. Contractor shall protect in place all existing native plant materials adjacent
to the limits of work and all newly planted container material. Contractor
shall be responsible for all costs associated with the replacement of
damaged existing native plant material (at a 5:1 replacement ratio) or
newly planted material at a 1:1 replacement ratio.
B. Prior to seed application soil surface shall be tilled and /or hand raked to
create crevices in which seed will collect.
C. No area located within a revegetation /mitigation area shall be seeded
where weeds are present or there is evidence that a weed crop will
germinate. All weeds shall be removed prior to seeding as specified
herein.
D. Any concentrated development of weed growth appearing in the seed mix
planting areas during the 120 -day Plant Establishment Period shall be
removed on a monthly basis. The Contractor shall remove such
concentrations of weeds by hand.
E. Seed mix shall consist of a mixture of seed and slurry components (as
indicated in plant legend)
308 -1.8 Clean Up: As project progresses, Contractor shall neatly maintain all
areas and remove unsightly debris. After completion, Contractor shall remove all debris
and empty containers.
308 -1.10 Safety: Contractor shall be responsible for obtaining the necessary
permission and follow required safety regulations when working within or adjacent to
public rights -of -way and/or private property. The Contractor assumes all responsibility
for the actions of his employees or representatives as they pertain to a violation of any
applicable County, State, or Federal statute.
308 -1.11 As -Built Conditions: Within four (4) weeks of work completion and
acceptance of site preparation and planting by the Engineer, Contractor shall furnish
and submit to Engineer one (1) full scale, reproducible plan set showing all "as- built'
field changes to finish grading, erosion control, irrigation, and planting for the
revegetation /mitigation areas. Plan base sheet shall be provided to Contractor by the
Engineer. All changes to original drawings shall be legibly drafted in India ink. All
reproduction costs are considered part of contract.
308 -1.12 Maintenance: Contractor shall continuously maintain all involved planting
areas of the Contract during the progress of work and during 120 -day Plant
Establishment Period until final acceptance of work by the Engineer. During the initial
120 -day Plant Establishment Period, following the hydroseed application and container
May 30, 2007
0
i SP 27 OF 27
plant installation, the Engineer or his designated representative, will monitor site
conditions, including seed germination, container plant survival and soil erosion, to
determine if the plants are becoming adequately established and to verify whether seed
germination has been successful. If the hydroseed application has been successful
and adequate germination occurs, then rapid seedling emergence should preclude the
need to install additional erosion control devices. Potential remedial actions, if
germination is not sufficient, including reseeding, installation of additional erosion
control devices and follow -up weed control as directed by the Engineer.
A. Planting maintenance operations shall begin immediately after all plant
and seed materials are installed. Plant material shall be kept in a healthy,
optimum growing condition. Plants shall not be pruned or fertilized during
the 120 -day Plant Establishment Period. Pesticides and herbicides shall
not be used in planting areas during the maintenance period unless
approved and/or directed by the Engineer.
B. Weedy, non - native species, as defined by the Engineer, may invade
planting areas and become a problem before or during the establishment
of native plant associations. Throughout the maintenance period, these
species should be hand removed as soon as they begin to invade and
before they become too large for hand extraction.
C. All damage caused by the Contractor during the landscape operations as
a result of malfunction of installed work during the Guarantee Period, shall
be repaired at Contractor's expense.
D. Maintenance of plant material shall include proper irrigation, control of
weed species, and control of plant diseases animal pests (e.g., gophers,
etc.).
E. Project maintenance shall include all repairs to the revegetation /mitigation
area caused by human activities and the repair of damage to plantings
caused by animal pests or human activities.
F. Hydroseed areas showing less that 15 percent germination at 4 months
(i.e. end of 120 - days), as determined by the Engineer or his designated
representative, and showing no signs of vandalism or erosion, shall be
reseeded by the Contractor at the Contractors sloe expense.
F:\Users\PBW\Shared \Contracts \FY 06- 07\BUCK GULLY WETLANDS & MAINTENANCE ROAD C- 3778\SPECS C -3778 final
May 30, 2007
C�
0
CITY OF NEWPORT BEACH i U L
CITY COUNCIL STAFF REPORT
Agenda Item No. 9
July 24, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen Luy
949- 644 -3330 or sluy@city.newport- beach.ca.us
SUBJECT: BUCK GULLY WETLANDS MAINTEOAD REPAIRS AT 5T"
STREET - AWARD OF CONTRACT N 3778
RECOMMENDATIONS:
1. Approve the drawings and specifications.
2. Award Contract No.3778 to McKenna General Engineering Inc., for the Total Bid
Price of $344,823.60, and authorize the Mayor and the City Clerk to execute the
contract.
• 3. Establish an amount of $34,500.00 (10 %) to cover the cost of unforeseen work.
4. Approve a Budget Amendment in the amount of $136,323.60 ($68,000 from
Account No. 7501- C6002001 [Ocean Birch Drive Water Main] to 7501- C5100659
[Buck Gully Wetlands Maintenance Road Repairs] and $68,323.60 from Account
No. 010 -3605 [Unappropriated General Fund]) to Account No. 7014- C5100659.
DISCUSSION:
At 11:00 a.m. on July 12, 2007 the City Clerk opened and read the following bids for this
project:
TOTAL BID
• * Corrected Bid Amount is $347,136.40
** Corrected Bid Amount is $400,838,00
BIDDER
AMOUNT
Low
McKenna General Engineering, Inc.
$344,823.60
2
JMA Construction Co.
*$347,135.00
3
GCI Construction Co.
$397,867.00
4
Peterson -Chase General Engineering, Inc.
$398,970.00
5
NCCI, Inc.
*"$396,388.00
6
Bonsall Construction
$404,838.00
7
S.P. Pazargad
$413,827.00
• * Corrected Bid Amount is $347,136.40
** Corrected Bid Amount is $400,838,00
BOGully Wetlands and Maintenance Road Repairs at Ostreet —Award of Contract No. 3778
July 24, 2007
Page: 2
While the low total bid amount is 38% percent above the Engineer's Estimate of $250,000, •
all seven bids received are within the same range indicating that the proposed bid is
reasonable. The low bidder, McKenna General Engineering Inc., possesses a California
State Contractors License Classification W as required by the project specifications. A
check of the Contractors references indicates it has satisfactorily completed projects of
similar difficulty for other municipalities.
This project accomplishes two purposes.
The maintenance road leading into Buck Gully from 5"' Street and Poppy Street
accesses a water main blow off in the canyon. A concrete structure (with two
culverts) provides a crossing over the creek. This project will replace the
concrete road cap and headwalls which have been compromised making the
crossing hazardous for service vehicles. Additionally, stream erosion upstream
and downstream of the road crossing, which is undercutting the road crossing
headwalls as well as the channel slopes, will be repaired and stabilized.
Under a Proposition 13 grant (2002) from the State Water Resources Control
Board, one of the grant tasks is the creation of a wetlands area. Under this
proposed project, invasive plants will be removed and native wetland plantings
will be installed.
The work necessary for the completion of this contract consists of two Project Phases •
as follows:
Project Phase 1 work includes general site preparation and construction work including
mobilization, erosion control, BMP (Best Management Practice) and SWPPP (Storm
Water Pollution Prevention Plan) measures, clearing and grubbing, demolition of a
portion of the existing concrete "Arizona" creek crossing and existing riprap section,
dewatering and surface water control, constructing headwalls and new paving cap at
the existing "Arizona" crossing, constructing various rock - filled gabion grade control
structures within the creek, constructing various rock and soil - filled gabion creek bank
erosion protection structures, placing unclassified fill, modifying existing storm drain
pipes and outfall structure, installing storm drain inserts, controlling sediment, installing
erosion control fabric slope protection, providing dust control and all other work as
required to bring this reach of Buck Gully into readiness to accept storm water flows.
Project Phase 2 work includes installation of a temporary irrigation system, planting of
native California wetland and upland plant species, including trees, shrubs, cuttings,
hydro- seeding and providing other landscaping, and revegetation tasks as required to
complete the project.
Upon successful completion of Phase 2 a 120 -day plant establishment maintenance
period will commence. After the 120 -day maintenance period, there is also an •
obligatory 5 -year long -term maintenance and monitoring period, which will be handled
by the City as a separate contract, not included in this current project.
•
•
•
C
0
Buds Gully wetlands and Maintenance Road Repairs at 5th Street —Award of contract No. 3778
July 24, 2007
Page: 3
Pursuant to the Contract Specifications, the Contractor will have 45 consecutive working
days to complete Phase 1, site preparation and construction work. The contractor will
have an additional 30 consecutive working days to complete Phase 2 of the work,
including installing the irrigation system, hydro- seeding and landscaping. A total of 75
working days will be allowed for the Contract. As the work will occur in the creek bed, it
is prudent to commence construction as soon as possible to reduce the chance of
construction occurring during rain events. However, per the California Department of
Fish and Game, construction may only commence after August 15 so as not to interfere
with the gnat catcher breeding season.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 Existing Facilities for Maintenance Road and
Section 15333, Class 33 of the CEQA Implementing Guidelines at the time the project
was authorized by the City Council. This exemption covers the restoration of small
habitat and allows for the stabilization of stream banks with native vegetation and bio-
engineering techniques to eliminate erosion and sedimentation.
Public Notice:
The Notice Inviting Bids was advertised in the City's official publication and in
construction industry publications.
Geotechnical. Material Testing and Printing Costs:
In addition to the contract costs, $5,000 in material testing is estimated for this project
and $2,000 for printing and other incidentals.
Funding Availability:
Upon approval of the recommended Budget Amendment, sufficient funds will be
available in the following accounts for the project:
Account Description
Account Number
Amount
General Fund
7014- C5100659
$ 115,823.60
Contributions
7255- C5100659
67,500.00
Water Enterprise
7501- C5100659
203,000.00
Total: $ $386,323.60
Buck Gutty Wetlands and Maintenance Road Repairs at 58i Street —Award of Contact No. 3778
July 24, 2007
Page: 4
•
Proposed uses are as follows:
Vendor
McKenna General Engr., Inc.
McKenna General Engr., Inc.
On —call Consultant
Various
Prepared by:
Stephen Luy
Associate Civil Engineer
Attachments: Project Location Map
Bid Summary
Budget Amendment
Purpose
Construction Contract
Construction Contingency
Materials Testing
Printing and Incidentals
Total:
Submitted by:
Amount
$ 344,823.60
34,500.00
5,000.00
2,000.00
$ 386,323.60
•
r �
U
�m
•
�
fAl
•
-4 'A,
.1.1 Cy.
... ........ ...
I
I Vl
8
t
r. S
4 N
-COASTAL ZDNE-
-Z-
V11 MIN
N NTS-0
.T.S.
LOCATION MAP
CITY rr, Nwr & i w
BUCK GULLY WETLANDS
MAINTENANCEROAD REPAIRS AT 5TH
STREET
C-3778
f7r- 0 �7
DRAWING RM EXHIBIT A
TITLE: BUCK GULLEY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TF
CONTRACT NO.: 3778
ENGINEER'S ESTIMATE:$250,000.00
PROJECT MANAGER: Stephen Luy
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: Cfly Clerks Office - City Hall
DATE: 12-Jul-07 . TIME: 11:00
BY: SL CHECKED: SR DATE: 07/12/2007
As Bid Amount
• •
$347,135.00
Engin eers Estimate
McKenna General En g.
JMA Construction Co.
GCI Const., Inc.
ITEM
DESCRIPTION
UANTITY
UNITS
AMOUNT
UNIT
AMOUNT
UNIT
AMOUNT
UNIT
AMOUNT
1
Mobilization 5%
1
L.S.
12,885.00
12,885.00
9,000.00
9,000.00
38000.00
38,000.00
47,500.00
47,500.00
2
Erosion Control, BMP & SWWP (Project Phase 1)
3,700
S.F.
2.50
9,250.00
3.50
12,950.00
3.00
11,100.00
6.00
22, 0
3
Construction Survey Staking Proect Phase 1
1
L.S.
3,500.00
3,500.00
5,000.00
6,000.00
16000.0()
16 000,00
17,000.00
17 0
4
Clearing and Grubbing (Project Phase 1
6,100
S.F.
3.00
18,300.00
2.50
15,250.00
4.00
24,400.00
1.20
7,320.00
5
Remove Creek Crossing Concrete Pavement
220
C.Y.
5.00
1,100.00
70.00
15 400.00
145.00
31,900.00
80.00
17 600.00
6
Plug Storm Drain Pipes with PCC
5
C.Y.
300.00
1,500.001
300.00
1,500.00
600.00
3,000.00
320.00
1,600.00
7
Remove Storm Drain Pipe at Secondary S.D.
40
L.F.
25.00
1,000.00
200.00
8,000.001
75.00
3,000.00
33.00
1,320.00
8
Export Rip-Rap and Concrete from Job Site
30
C.Y.
100.00
3,000.00
150.00
4,500;00
166.00
4,980.00,
160.00
4,800.00
9
Export Earthwork
210
C.Y.
30.00
6,300.00
100.00
21 000.00
104.00
21,1540.001
85.00
17 850.00
10
Excavation
320
C.Y.
25.00
8,000.00
30.00
, 9,600.00
56.00
17 920.00
50.00
16,000.00
11
Tree Removal
2
Ea.
500.00
1 000.00
1,200.00
2,400.00
1,000.00
2,000.00
1,700.00
3,400.00
12
Creek Water Div. & Dewaterin (Pro j. Phase 1
1
L.S.
10,000.00
10,000.00
18,000.00
18,000.00
10,000.00
10 000.00
14 000.00
14,000.00
13
Gabion Installation Phase 1
58
Ea.
1 450.00
26 100.00
1,000.00
58 000.00
689.00
39,962.00
1,010.00
58,580.00
14
Envirolog Installation Phase 1
77
Ea.
225.00
17,325.00
220.00
16,940.00
142.00
10 934.00
275.00
21,175.00
15
Green Gabion Installation Phase 1
48
Ea.
250.00
12,000.001
540.00
25,920.00
291.00
13,968.00
480.00
23,040.00
16
Reno Mattress Installation Phase 1
37
Ea.
800.00
29,600.00
500.00
18,500.001
270.00
9,990.00
400.00
14,800.00
17
Unclassified Fill (project Phase1
110
C.Y.
35.00
3,850.00
100.00
11,000.001
100.00
11,000.00
50.00
5,500.00
18
Rehab. 24 -Inch RCP Storm Drain Phase1
2
Ea.
800:00
1,600.00
3,700.00
7,400.00
5,000.00
10,000.001
1,100.00
2,200.00
19
Const. Headwall Struct & Conc. Rd. Ca Phase 1
38
C.Y.
1,000.00
38 000.00
700.00
26,600.00
263.00
9,994.001
970.00
36,8 00
20
Finish Grading Phase 1
8,900
S.F.
1.30
11 570.00
0.50
4,450.00
0.50
4,450.00
1.30
11, 0
21
Temporary Irri artion System Phase 2
11,280
L.S.
0.75
8146-0-00-
1.60
18,048.00
1477
1-919-6- 5.60
1.60
18,0 .00
22
Rooted Cutting Plant Material Phase2 Willow
816
Ea.
13.00
10,608.00
20.00
16,320.00
17.00
13,872.00
20.00
18,320.00
23
One Gallon Container Stock Phase 2
568
Ea.
20.00
11,360.00
23.00
13 064.00
21.00
11 928.00
23.00
13,064.00
24
H droseed Phase 2
11 280
S.F.
0.15
1 892.00
0.22
2,481.60
0.26
2,932.80
0.25
2,820.00
25
1120-Day Plant Establishment
1
L.S.
2,000.001
2,000.001
3 500.00
3 500.00
4 000.00
4,000.00
3,300.00
3,300.00
EE
250 000.00
LOW
344 823.60
2ND
347 136.40
3RD
397 867.00
As Bid Amount
• •
$347,135.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
-ITLE: BUCK GULLEY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5TI• BID LOCATION: City Clerk's Office - City Hall
:ONTRACT NO.: 3778 DATE: 12-J"7 TIME: 11:00
:NGINEER'S ESTIMATE:$250,000.00 BY: SL CHECKED: SR DATE: 07/122007
'ROJECT MANAGER: Stephen Luy
$396,388.00
Engines Estimate
Peterson -Chase Gen. Eno,
NCCI, Inc.
Bonsall Constriction
ITEM
DESCRIPTION
21JANTITY
UNITS
AMOUNT
UNIT I
AMOUNT
UNIT I
AMOUNT
UNIT
AMOUNT
1
Mobilization 5%
1
L.S.
12,885.00
12,885.00
30,000.00
30,000.00
12,000.001
12,000.00
86400.00
86,400.00
2
Erosion Control, BMP & SWWP (Project Phase 1
3,700
S.F.
2.50
9,250.00
3.00
11,100m
5.00
18,500.00
0.60
2,220.00
3
Construction Survey Staking Proect Phase 1
1
L.S.
3,500.00
3500.00
8,000.00
8,000.00
13,000.00
13,000.00
18,000.00
18,000.00
4
Clearing and Grubbin (Project Phase 1
6,100
S.F.
3.00
181300.00
2.50
15,250.00
1.00
6,100.00
0.90
5,490.0
5
Remove Creek Crossing Concrete Pavement
220
C.Y.
5.00
1,100.00
80.00
17 600.00
70.00
15,400.00
84.00
18,480.
6
Plug Storm Drain Pipes with PCC
5
C.Y.
300.00
1,500.00
500.00
2,500.00
1,000.00
5 000.D0
360.00.
1,800,
7
Remove Storm Drain Pipe at Secondary S.D.
40
L.F.
25.00
1,000.00
45.00
1,800.00
75.00
3,000.00
36.00
1,440.00
8
Export Rip-Rap and Concrete from Job Site
30
C.Y.
100.00
3,000.00
90.00
2,700.00
150.00
4,500.00
132.00
3,980.00
9
Export Earthwork
210
C.Y.
30.00
6,300.00
50.00
10 500.00
35.00
7,350.00
90.00
18,900.00
10
Excavation
320
C.Y.
25.00
8,000.00
180.00
57,600.00
45.00
14,400.00
57.60
18,432.00
11
Tree Removal
2
Ea.
.500.00
1,000.00
700.00
1,400.00
500.00
1,000.00
1,800.00
3,600.00
12
Creek Water Div. & Dewaterin Pro'. Phase 1
1
L.S.
10 000.00
10,000.00
10,000.00
10,000.00
30,000.00
30,000.00
12,000.00
12,000.00
13
Gabion Installation Phase 1
58
Ea.,
450.00
26 100,00
625.00
36,250.00
750.00
43 500.00
660.00
38 280.00
14
Envirolog Installation Phase 1
77
Ea.
225.00
17 325.00
400.00
30,800.00
430.00
33 110.00
336.00
25 872.00
15
Green Gabion Installation Phase 1
48
Ea.
250.00
12 000,00
550.00
28 400.00
500.00
24,000.00
504.00
24,192.00
16
Reno Mattress Installation Phase 1
37
Ea.
800.00
2000.00
500.00
18 500.00
600.00
22,200.00
636.00
23,532.00
17
Unclassified Fill (project Phase1
110
C.Y.
35.00
3,850.00
75.00
8,250.00
75.00
8,250.00
60.00
6,600.00
18
Rehab. 24 -Inch RCP Storm Drain Phase1
2
Ea.
800.00
1,600.00
3,800.00
7,600.00
3,000.00
6,000.00
600.00
1,200.001
19
Const. Headwall Struct. & Conc. Rd. Ca Phase 1
38
C.Y.
1,000.00
38,000.00
1,000.00
38 000.00
1,100,00
41 800.00
480.00
18 240.00
20
Finish Grading Phase 1
8,900
S.F.
1.30
11,570.00
1.00
8,900.00
4.00
35 600.00
1.80
16 020.00
21
Temporary Irrl artion System Phase 2
11,280
L.S.
0.75
8,460.00
2.00
22 560.00
2.00
22 560.00
1.89
19 086.00
22
Rooted Cutting Plant Material Phase2 Willow
816
Ea.
13.00
10 608.00
14.00
11 424.00
18.00
14,668.00
21.60
17,625.
23
One Gallon Container Stock Phase 2
568
Ea.
20.00
11,380.00
18.00
10,224.00
22.00
12,496.00
25.20
14 313.
24
H droseed Phase 2
11 280
S.F.
0.15
1,692.00
0.40
451200
0.30
3,384.00
0.24
2,707.20
25
120 -Da Plant Establishment
1
L.S.
2,000.001
2000.001
7.100.001
7 100.00
3,000.001
3,000.001
6,000,00,
6,000.00
EE
1 250!000.001
4TH
1 398,970.001
5TH
I 400,838.DOI
6TH
1 404 390.40
$396,388.00
TITLE: BUCK GULLEY WETLANDS AND MAINTENANCE ROAD REPAIRS AT 5Th
CONTRACT NO.: 3778
ENGINEER'S ESTIMATE:$250,000.00
PROJECT MANAGER: Stephen Luy
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: C_ ity Clerk's Office - City Hall
DATE: 12JuP07 TIME: 11:00
BY: SL CHECKED: SR DATE: 07112/2007
• •
�J
Enoineers Estimate
S.P. PazarMg ad En g. Const.
ITEM
DESCRIPTION
UANTITY
UNITS
AMOUNT
UNIT
AMOUNT
1
Mobilization 5%
1
L.S.
12,685.00
12,885.00
45 000.00
45,000.00
2
Erosion Control, BMP & SWWP (Project Phase 1
3,700
S.F.
2.50
9,250.00
13.00
48,100.00
3
Construction Survey Staking Proect Phase 1
1
L.S.
3,500.00
3,500.00
30,000.00
30,000.00
4
Clearing and Grubbing (Project Phase 1
6,100
S.F.
3.00
18 300.00
2.00
12,200.00
5
Remove Creek Crossing Concrete Pavement
220
C.Y.
5.00
1,100.00
110.00
24 200.00
6
Plug Storm Drain Pipes with PCC
5
C.Y.
300.00
1,500.00
375.00
1,875.00
7
Remove Storm Drain Pipe at Secondary S.D.
40
L.F.
25.00
1,000.00
20.00
800.00
8
[Export Rip-Rap and Concrete from Job Site
30
C.Y.
100.00
3,000.00
55.00
1,650.00
9
Export Earthwork
210
C.Y.
30.00
6,300.00
45.00
9,450.00
10
Excavation
320
C.Y.
25.00
8,000.00
19.00
8 080.00
11
Tree Removal
2
Ea.
500.00
1,000.00
1,750.00
3,500.00
12
Creek Water Div. & Dewaterin Pro'. Phase 1
1
L.S.
10,000.00
10 000.00
25,000.00
25,000.00
13
Gabion Installation Phase 1
58
Ea.
450.00
28,100.00
530.00
30,740.00
14
Envirolog Installation Phase 1
77
Ea.
225.00
17,325.00
440.00
33,880.00
15
Green Gabion Installation Phase 1
48
Ea.
250.00
12,000.00
440.00
21,120.00
16
Reno Mattress Installation Phase 1
37
Ea.
800.00
29,600.00
294.00
10 878.00
17
Unclassified FIII (project Phase!
110
C.Y.
35.00
3.B50.00
28.00
3,080.00
18
Rehab. 24 -Inch RCP Storm Drain Phase!
2
Ea.
800.00
1,600.00
1,200.00
2,400.00
19
Const. Headwall Struct, & Conc. Rd. Ca Phase 1
38
C.Y.
1,000.00
38,000.00
600.00
2-2,80-0.0-0-
20
Finish Grading Phase 1
8,900
S.F.
1.30
11,570.00
1.10
9,790.00
AOL
21
Temporary Irri artlon System Phase 2
11,280
L.S.
0.75
8,460.00
2.25
25,380.00
22
Rooted Cutting Plant Material (Phas e2 Willow
816
Ea.
13.00
10,608.00
20.00
16,320.00
23
One Gallon Container Stock Phase 2
568
Ea.
20.00
11,380.00
25.00
14,200.00
24
H droseed Phase 2
11 280
S.F.
0.15
1,892.00
0.30
3,384.00
25
120 -Da Plant Establishment
1
L.S.
2,000.00
2 000.00
12 000.00
12 000.00
EE
250 0)0.001
7TH
413 827.00
• •
�J
ACT ON
N X
SOURCE:
X
X
C* of Newport Beach• NO. BA- 08BA -004
BUDGET AMENDMENT
2007 -08 AMOUNT: $13s,3z3.so
BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To transfer and increase expenditure appropriations for the Buck Gully Wetlands Maintenance Road Repair project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
010 3605
REVENUE ESTIMATES (3601)
Fund/Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
General Fund - Fund Balance
Description
Signed: t
• bj5Wncial Ap rova : Admi . t ' Sec ices D
Administrative Appr val: City Manager
Amount
Debit Credit
$68,323.60
$68,323.60
$68,000.00
7 - /G -o7
Date
signed:
City Council Approval: City Clerk Date
Description
Division
Number
7014
General Fund - Miscetlaneous & Studies
Account
Number
C5100659
Buck Gully Restoration
Division
Number
7501
Water Fund - Capital Project
Account
Number
C6002001
Ocean Birch Drive Water Main
Division
Number
7501
. Water Fund - Capital Project
Account
Number
C5100659
Buck Gully Restoration
Division
Number
Account
Number
Division
Number
Account
Number
Signed: t
• bj5Wncial Ap rova : Admi . t ' Sec ices D
Administrative Appr val: City Manager
Amount
Debit Credit
$68,323.60
$68,323.60
$68,000.00
7 - /G -o7
Date
signed:
City Council Approval: City Clerk Date
OCT 2) A 2 ,106
G3'11�
N11094MI)
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 12
October 24, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Robert Stein, P.E.
949-644 -3322 or rstein @city.newport- beach.ca.us
SUBJECT: BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIRS AT
5' STREET — REJECT BIDS FOR CONTRACT NO. 3778
RECOMMENDATION:
Reject the sole bid.
DISCUSSION:
At 2:00 p.m. on October 12, 2006 the City Clerk opened and read the following bids for
this project:
BIDDER
Low G.C.I. Construction, Inc.
BIDDER
Low G.C.I. Construction, Inc.
BIDDER
Low G.C.I. Construction, Inc.
BASE BID AMOUNT
'$359,350.59
* Corrected Bid Amount is $359,305.50
ADDITIVE BID AMOUNT
$ 20,000.00
TOTAL BID AMOUNT
$379,305.50
The corrected low total bid amount is 287% above the Engineer's Estimate of $122,000.
The disparity between the estimate and the actual bid price reflects the specialized work
involved, limited number of contractors able to bid, and concerns about how construction
might be impacted by the rainy season. The low bidder, G.C.I Construction, Inc.,
possesses a California State Contractors License Classification "A" as required by the
project specifications. The Contractor has satisfactorily completed similar projects for
the City of Newport Beach.
Project Description:
A maintenance access road leads into Buck Gully near the intersection of 5t' Avenue
and Poppy Avenue. At the canyon bottom, there is a roadway crossing a creek that is
severely degraded and the crossing must be used cautiously. Immediately upstream
and downstream of the roadway crossing, the streambed has experienced significant
Buck oettands and Maintenance Road Repairs at 5' Sf0- Reject Bids for Contract No. 3778
October 24, 2006
Page: 2 .
erosion due to the overall erosion of Buck Gully that has occurred over the past 15
years.
The proposed design includes installation of gabion drop structures to stabilize the
creek bed and to create wetland areas. The design calls out for roadway headwalls,
roadway cap and storm drain culverts to be replaced or refurbished. The project
requires permits from the Army Corps of Engineers, Regional Water Quality Control
Board and California Department of Fish and Game. These permit applications have
been submitted, however, agency permits and approvals have not yet been received.
The" project falls outside the jurisdiction of the California Coastal Commission. The area
does fall within the Natural Communities Conservation Planning (NCCP) area and the
NCCP administrator, the Nature Reserve of Orange County, has been notified about
this proposed project.
The project is broken down into two phases as described below:
• Phase 1 includes repair of the existing concrete "Arizona" roadway creek
crossing, repair of the culverts running under the crossing, stabilization of the
creek bed with gabion drop structures, and creation of wetland areas upstream
and downstream of the crossing.
• Phase 2 includes installation of a temporary irrigation system, planting of native
California wetland and upland plant species, including trees, shrubs, cuttings,
hydroseeding and providing and all other landscaping and revegetation tasks as
required to complete the project.
The roadway and wetlands construction tasks pose some difficulties as much of the work
will occur in the creek bed necessitating surface water control and dewatering. Water
quality protection measures will need to be implemented during the duration of the project.
In addition to difficulties that could be triggered by the approaching rainy season,
construction prohibitions exist from April 1 to September 30 to accommodate the
nesting season for certain endangered bird species. Therefore, October 1St would have
been the best time to begin this construction to try to avoid these impacts. Per the
Contract Specifications the Contractor would have 75 consecutive working days to
complete the work.
Funding from the Buck Gully Restoration grant provides $85,000 for this project. $17,000
has already been spent on engineering design services. It is likely that the grant funds
will be lost as the project will now not be built before the grant deadline of March 31,
2007.
Staff will recommend that construction funding be included in next fiscal years CIP.
The project would be rebid in July 2007 so that construction could begin on October 1St.
Staff expects that more contractors will bid on the project if the construction is less likely
to be impacted by the rain season, and that the cost for the project will be significantly
below the GCI bid.
Buc Wetlands and Maintenance Road Repairs at Reject Bids for Contract No. 3778
October 24, 2006
Page: 3
Funding Availability:
The following funds are currently available for the project:
Account Description Account Number Amount
General Fund 7014- C5100659 $48,160
Environmental Contributions 7255- C5100659 $68,000
Total: $116,160
Clearly there are insufficient funds available to fund the project as bid.
Prepared by: Submitted by:
Robert 9tein Stephen G. d m
Principal Civil Engineer Public Works Director
Attachments: Project Location Map
Bid Summary
is
'?r
�I
N.T.S.
C -3778
CITY OF NEWPORT BENCH "—�` -_ „_o
PUBLIC WOM DCPAR°rMW
BUCK GULLEY WETLANDS AND
MAINTENANCE ROAD REPAIRS AT 5 T" ST. ommus too. EXHIBIT A
TITLE: Buck Gulley Water Quality Wetlands and Maintenance Road
CONTRACT NO.: C4778
ENGINEER'S ESTIMATE: $122,000.00
PROJECT MANAGER: Stephen Luy
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerk's Office - City Hall
DATE: 12 -Oct -06 TIME: 2:00 P.M.
BY: Stephen Luy CHECKED: Shari Rooks DATE: 12 -Oct -06
As Bid Amt.
Corrected Bid Total
359,350.59
Additive Bid Items
Engineer's Estimate
G.C.I Construction
ITEM
DESCRIPTION
QUANTITY
UNIT
AMOUNT
UNIT
AMOUNT
1
Mobilization 5%)
1
L.S.
7,259.00
7,259.00
29,000.00
29,000.00
2
Erosion Control, BMP & SWWP Phase 1)
7,040
S. F.
0.50
3,520.00
3.20
22,528.00
3
Construction Survey Staking Project Phase
1
L.S.
2,500.00
2,500.00
4,000.00
4,000.00
4
Clearing and Grubbing Project Phase 1
3,800
S.F.
2.00
7,600.00
3.00
11,400.00
5
Remove Creek Crossing Concrete Pavemeni
560
C.Y.
10.00
5,600.00
5.00
2,800.00
6
Plug Storm Drain Pipes with PCC
5
C.Y.
300.00
1,500.00
320.00
1,600.00
7
Remove Storm Drain Pipe at Secondary SD
40
L. F.
15.00
600.00
33.00
1,320.00
8
1 Export Rip-Rap and Concrete from Job Site
37
C.Y.
loo.00l
3,700.00
120.00
4,440.00
9
Export Earthwork
210
C.Y.
30.00
6,300.00
40.00
8,400.00
10
Excavation
320
C.Y.
25.00
8,000.00
20.00
6,400.00
11
Tree Removal
2
Ea.
200.00
400.00
600.00
112-0-0,00
12
Creek Water Diversion and Dewaterin P -1
1
L.S.
5,000.00
5,000.00
15000.00
15,000.00
13
Gabion Installation Phase 1
34
Ea.
400.00
13 600.00
900.00
30 600.00
14
Envirolog Installation Phase 1
68
Ea.
135.00
9,180.00
600.00
40,800.00
15
Green Gabion Installation Phase 1
36
Ea.
225.00
8,100.00
800.00
28,800.00
16
Reno Mattress Installation Phase 1
12
Ea.
200.00
2,400.00
1,600.00
19,200.00
17
Unclassified Fill (project Phase1
110
C.Y.
20.00
2,200.00
35.00
3,850.00
18
Rehabilitation of 24 -Inch RCP SD P -1
2
Ea.
1,000.00
2,000.00
800.00
1,600.00
19
Const. Headwall Struct. and Cone. Road Cal
40
C.Y.
400.00
16,000.00
1,500.00
60,000.00
20
Finish Grading Phase 1
7,050
S. F.
0.15
1,057.50
1.30
9,165.00
21
Temporary Irrigation System Phase 2
1
L.S.
5,600.00
5,600.00.
31,000.00
31,000.00
22
Rooted Cutting Plant Mat. Phase2 Willow
816
Ea.
4.00
3,264.00
13.00
10,608.00
23
One Gallon Container Stock Phase 2
585
Ea.
5.00
2,925.00
20.00
11,700.00
24
H droseed Phase 2
12,630
S. F.
0.15
1,694.50
0.15
1,894.50
25
120 -Da Plant Establishment
1
L.S.1
1,800.00
1,800.00
2000.00
2 000.00
Total Bid Base I
EE
122 000.00
LOW
359,305.50
As Bid Amt.
Corrected Bid Total
359,350.59
Additive Bid Items
QUANTITY
UNIT
AMOUNT
UNIT
AMOUNT
AB1
Inte ral Color Concrete Headwall & Ca
1 LS
25DD.00
2500.00
5 OOO.DD
5 DD0.00
AB2
Provide Stone /Coble Texture for Headwall
1 LS
5000.00
5,000.00
15,000.00
15,000.00
Total Additive Bid
Total Bid'
EE
1 22222
LOW
20 000.00
EE
129 500.00
LOW
379 305.50
fWsems pbwlsharedkontract100- 01 UBID SUMMARY Page 1
�1
L_J
P