HomeMy WebLinkAboutC-1891 - Street improvements, West Coast Highway, Dover Drive to 3,800 feet westThe City Council on October 10. 1978 accepted the work of
subject project and authorised the City Clerk to file a
Notice of Completion and to release the bonds 35 days
after Notice of Completion has bean filed.
Notice of Completion was filed with the Orange County
Recorder on October 18, 1978 in Book No. 12887, Page 1276.
Please notify your surety company that bonds may be
released 35 days after recording date.
DORIS GURU
City Clark
DOset
Encl.
ee3 Public Works Department
y
�-- -;
��ti=
r ,a. ^ <:
��.
'SS: �.
y�
�E'. ..
'LOAM 117TUM) TO ^'FC
CITY CI.FRK RFPUF0RONG
C'TY OF NEVIPORT BEACH `O ay
!J00 NTVIPORT BOULEVARD
NL.%!MRT BEACH, CALIF. 92608
Jp 249Z9
EXEMPT
C9
NOTICE.. OF COMPLETION
PUBLIC WORKS
0 R 12887Pc 1276
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 Past 2 P MOCT 181978
LEE A. BRANCH, County Recorder
'Io All Laborers and Material Men and to Every Other Person Interested:
YOU WII..L PLEASE TAKE NOTICE that on September 1, 1978
the Public Works project consisting of Street Improvements /West Coast Highway -Dover Dr. to
3,800' west.
on which T. J. Crosby Co. Inc.
was the contractor, and Covenant Mutual Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT OF NEWPORT EAC
ublic orks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct
Executed on October 13, 1978 at Newport Beach, California.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on October 10th, 1978 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 13th, 1978 at Newport Beach, California.
• •
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
640 -2251
Date: October 13, 1978
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of Public
Works, project consisting of Street Improvements /West Coast.Hiihway-
Dover Dr. to,3,800' West
Contract No. 1891
on which T. J. Crosby Co., Inc. was the Contmctor
and Covenant Mutual Insurance Company was the surety.
Please record and return to us.
Very trulV1jyours,
A �Georg�
City Clerk
City of Newport Beach
Encl.
0 4
CITY OF NEWPORT BEACH
Date May 26, 1978
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1891
Project Street Improvements /West Coast HiAhwav -Dover Dr. to 3.800' west
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: T. J. Crosby Co., Inc.
Address: 2836 W. 5th St., Santa Ana, CA 92702
Amount: $116,621.50
Effective Date: 5 -26 -78
Resolution No. 9333
Doris Geo e
Att.
cc: Finance Department C]
City' Hall • 3300 Newport Boulevard, Newport Beach, California 92663
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET IMPROVEMENTS
WEST COAST HIGHWAY (BRA - 001) DOVER DRIVE TO 3,800 FEET WEST
Approved by the City Council on
this 10th day of April, 1978.
'Doris George, C ty Clerk
CONTRACT NO. 1891
SUBMITTED BY:
T. J. CROSBY Co— 'INC_
Contractor
2836 W_ 5th Strppt
Address
Santa Ana, CA
C1ty Zip
73 1
Telephone
$116,621..50
$}}6T547 :59
Total Bid Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City, Hall, Newport Beach,
California, until 2:30 P.M. on the 25th day of April 1978 ,
at which time they will be opened and read, for performing work as follows:
STREET IMPROVEMENTS WEST COAST HIGHWAY (ORA -001),
DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an the-Corporate � �_ Seal
shall be affixed to all documents requiring signatures. In the case of a aril tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost. to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "Certificate of Insurance for Contract Work". form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or.better; and a financial category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for.each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance
with Section 1777.5 of the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to.waive any.informality
in such bids.
0.,Ae.A In-17 77
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 344888 Classification
Accompanying this proposal is 10%
(Cash, Certified Check, Cashiers Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
3 1181
P one Nu e
4/25
Date
T.J. CROSBY CO. INC.
Bid er s Name
� -ff r ,� /_ (SEAL)
gna
gna
Cornnration
Type of on
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. NONE
2.
3.
4..
5.
6.
7.
8.
9.
10.
ll.
12.
S /T. 3.
Co
•1 1 �
gnature
Type of Organization
(Individual, Co- partnership o ( Corp.)
2836 W. 5th St.
Santa Ana. CA
Address
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, T. J. CROSBY COMPANY, INC_ , as Principal,
and COVENANT MUTUAL INSURANCE lu "N
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
OF THE TOTAL AMOUNT OF THE BID Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
STREET IMPROVEMENTS -WEST COAST HIGHWAY (ORA -001) DOVER DRIVE TO 3,800 FEET WEST - CONTRACT #189
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
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, we hereunto set our hands and seals this 25th day of
APRIL , 19 78
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
Tom Salata. Notary Public
'ayFNANT MIITLIAI TNSIIRANf F C.0-
My commiccinn pxpirpc 3 95 79 Surety
By S /Arthur J. Clement Jr.
Title Attorney -in -Fact
Page 5
NON - COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this .25th day of April >
19 78
My commission expires:
September 26, 1981 S/ Darrah J.. Cro sby
Notary Public
FOR ORIGINAL.SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
ON FILE WITH CITY CLERK
EM.
S/ T, J. Crosby —
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No
ON FILE WITH CITY CLERK.
Page 8
LABOR AND MATERIAL BOND BUND m. oo6767
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 8, 1978
has awarded to T. J. CROSBY CO., INC.
hereinafter designated as the "Principal ", a contract for STREET IMPROVEMENTS -WEST COAST
HIGHWAY (ORA -001) DOVER DRIVE.TO 3,800' WEST - Contract No. 1891
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract.documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance 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. T T rRnRR'Y on Tar
as Surety, are held firmly,bound unto the City of Newport Beach, in the sum of
Fifty Eight Thousand, Three Fundred Ten and.Ceventy five / Dollars ($ crti 11o.-r5 ),
said sum being one- half 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 presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, 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, that the
Surety or Sureties.will pay for the same, in an amount not exceeding the sum specified
in the bond, and _also, in case.suit is brought upon.the bond; a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of: the State of California.
This 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
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said 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 Principal and
Surety above named, on the _____151j, day of May , 19-n—.
Appr, ved as to fo
C' y orn y,.0md �. .
(7xec-•ted in = .ru-licate}
T. J. CROSBY Co. INC. (Seal)
Name of Contractor Principal
e
COVMLkVT MUMAL IHSURANcy CoMPAAY (Seal)
Name of Surety
260 S. Los Robles Ave. - finite 214
ifo - 2101
Ad ess of
F t
Signature and Title of uthorized Agent
Address of Agent
Telephone No. of Agent
n.
E
I
.:o
CO
ti
LC
o
0. d
OC
U CL
O
O
......
21
ro oc
-oz �-mqz-'
o
ql:p
31
E
3r
0
c 0 m 0•0
0—
0 c q s o
a3
l4�
.H
0
to
0
a
Id
r4
0
mi
H
H
LC
o
0. d
OC
U CL
O
O
......
21
ro oc
-oz �-mqz-'
o
ql:p
31
E
3r
0
c 0 m 0•0
0—
0 c q s o
COVENANT TUALINSURANCECOMPANY
Her hold, cururecticul
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSUHANCE COMPANY, a ,.u,pu,aburt of the Slate o Connecticut, does hereby
make. Gonslitute and appoint
Harold R. Smith
Its true and lawful At tot neyl9 imFact, will, full power anJ all d iur rty, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Cunipany thereto, d a seal is required, bonds, undertakings, recog-
nizancet, consents of surety or other wniten ubhyatiuns ur the nature thercul, as follows:
Any and all bonds, undertakings, recoynitances, consenls.ol surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of she corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the curpoiatiuni but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropnate nmthud.
This power of attorney is signed and 'stifled by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSUHANCE COMPANY at a meeting duly called and held on
March 12, 1073:
RESOLVED: That any build, undertaking, recognizance, cunsent of surety or written obligation in the nature
thereof shall be valid and binding upon the Cumpany when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereol shall be valid arid binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, tecuynitanee or other written obligation in the nature there•
of; such signature and seal, when to used being hvreuy adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and affect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1073.
I
Attest: 1�
Asaistant Secretary
STATE OF CONNECTICUT
u:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
i
By f ea ms'
Vice Presid t
On this 22nd day of March in the year 1973 before me persunally came Francis W. Palfrey, Jr., and James E.
Wilkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Viet President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation d, scribed in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by-laws of Said corporation, and that they signed their flames thereto by like authority.
+s ?....'..:rrf, �. tilt <..t ✓��. �Lnt�CIO
r +' aTt�� NuruyPYelic
My commission expires March 31, 1978
+-s .•asYOLtG
� Z
e e
eetGitG °„ CI III Ili ICA III IN
1, Vera C. Sunku, Assistant S.cletYry ul C(JVLIVAI•rl MIJII)AL INSUHANCE COMPANY cattily that the
lufcyuiny puwer of allwney, the aLuvc quun:d pn,vnu.n', iJ aernun 12 tit the bylaws and the resolutions of file
Board of Directuis of Moot 12. 1J13 have nut been ah,ubp:d ur fevukcd and ore now in full force and effect.
Signed Said sealed at Halford. Cuimccheul, this 15th Jay Sal may
At:atstant Sucreuify
19 78
'e
Page 10
BOND NO. 00(76T_
PERFORMANCE BOND pwolU �1,0i' _twu
KNOW ALL MEN BY THESE PRESENTS,,That
WHEREAS,.the City Council of the City of Newport Beach, State of California, by
motion adopted R'av 6 1978
has awarded to T. J. CROSBY CO.. INC.
hereinafter designated as the "Principal ",.a contract for STREET IMPROVEMFNTS -WFST COAST
HIGHWAY (ORA -001) DOVER DRIVE TO 3,8n0' WEST MP!TTRArT_H0_ 18.41
in the.City of Newport,Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk'of the City of
Newport Beach;.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful ,performance of said
contract;
NOW, THEREFORE, We, T S CROSBY Co s INC
as Principal, and
as Surety, are held and firmly bound .unto the City of Newport. Beach, in the sum of
One Hundred Sixteen 'PAoussud, Six Hundred '!'venty one
and gifty4loo Dollars ($ 11F 4,,g -n ),
said sum being equal to 100% of the estimated amount of. the contract, to be paid to
the said City or its certain attorney, 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 presents.
THE CONDITION OF THIS:OBLIGATION IS SUCH, that.if the.above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration.thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated,. then this obligation.shall become null and void; otherwise it
shall remain in full force and virtue.
And said 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 to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Page 11
(Performance Bond - Continued)
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 Principal and
Surety above named, on the }rAN' day of 1 19 _.
(Vzacutel in Na9zttplicate)
(Seal)
Na ra
m; n RPM", R7 rinrinaI)
Authorized Signature and Title
COVMM MMAL IMRA1rC13 COVXANY (Seal)
Name of Surety
268 S. Los Robles .Ave. — Suite 214
P&Sadma, Califoraia 91181
Addres ,of Surety
aa, .,' A A 4mith etterney- 7r_Pt,et
Signature and Title of Authorized Agent
Address of Agent
Telephone No. of Agent
}
\\
2%
\J
|
|
%
)
4.
e \�
\
\
ƒ \a
L
\ 0
\2a-
� § |ƒ
\ \�\
ca
\ \ \�®
_ -a
\ \\\\
00 �\
�\ \\}
, =oIe
} &d
CF a 0 � =>
\ } } \}
\ Q
CO
\ /)j()
��� �)
f�) \
y #� y
! 0
COVENANT MUTUAL INSURANCE COMPANY
Hat tlmQ Cunneeticul
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
ThatCOVENANT MUTUAL INSURANCE CUMPANY, a cuiputabun of the State of Connecticut, does hereby
make, constitute and appoint Harold R. Smith
its true and Iawl of A ttomeylsl- in Fact, with full power anll it, I unty, fur and un bahall of the Cumpany as surety,
to execute and deliver and aflix the seal of the Company thetetu, if a scat is required, bonds, undertakings, reeOg-
nizances, consents of surety or other written ubliyahuns fit the nature thereof, as follows:
Any and all bonds, undertakings, recognitdnces, consents.of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorneyfskirt -Fact,
pursuant to these presents, are hereby ratified and conhrmed.
1,
This appointment is made under and by authority of the following provisions of section 12 of the by-laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion deterrnine including, without limitation or character itatlon,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other insiru•
meet, all with of without the seal of the curpurahuns but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method. '.
This power of attorney is signed and'sealed by lacsimde unttl:r and by the authority of the following MCIIIJUOrss
adopted by the Dirvctors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recuynizancti, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a teal Is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice Presidenl or Vice President and countersigned and sealed, if
A seal is required, by a duly authorized atiorneydmfact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid 'arid binding upon the Company when
duly executed and sealed, it a seal is required, by one or more attorneys-in-fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company teal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recugnitanco or other written obligation in the nature there-
of; such signature and seal, when so used being hvreuy adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1873,
l
Attest: tld 4
Aasistant Secretary
STATE OF CONNECTICUT
f tt:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
ey
!� ZaA
Vice Presid L
a
On this 22nd day of March in the year 1973 before fire personally came Francis W. Palfrey, Jr., and James E.
Wnkins to me known, who being by me duly .wom, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation dI scribed in and which executed the abuve Instrument; that they know the seal of said corporation;
Chet the seal affixed to said instrument is such corporate wal; that it was so affixed by authority of their office under. r
the by-laws of said corporation, and that they signed their (wines thereto by like authority.
��=...�... +ref., :a
toi.r < +.{ ✓ ?. /Fi�t�nt6CA -) %
i`''rpTA 0r t;', Nuu,v rubu<
o ; My commission expires March 31, 1978
'. 11 c, is u el l.t G i 4t
'•.......••' 1
CI Ill Ih ICAIIUN
I, Vera C. Snilku, Assiswiii Serrcl„ry ul COVLNANI MUIt1AL INSURANCE COMPANY certify that the
foreyuuty power of atluu.ey, the abuvrquolud pl UVnn,nl id :,cr bun 12 tit the hy-laws and the resolutions of the
Board of Dircuuts of MerUi 12, IU13 Itave nut t.eun 1111111iyAl of ruyuked and ale nuw in lull force and Oleet.
Signed and waled at Hartford, Curineuicut, ibis 15th '11y ul May 1978
AeslStant SecreU y
Page 12
CONTRACT
THIS AGREEMENT, made and entered into thisday of 192 >
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and T. J. CROSBY CO., INC.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
STREET IMPROVEMENTS -WEST COAST HIGHWAY (ORA -001) DOVER DRIVE TO 3,800' WEST
CONTRACT NO. 1891
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated.in' and made part of this Agreement.
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is Tncorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
By: &6
Mayor
ATTEST:
r F
City Clerk
32
am
Approve cj as to
/I
Cit orney rQ�s
Z: --2 D's _ ,f��. %, L
Contractor
i •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET IMPROVEMENTS
WEST COAST HIGHWAY (ORA 001 ), DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PRIof4
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the
work required to complete Contract No. 1891 in accordance with City of Newport Beach
Drawing R- 5352 -S, the City's Standard Specifications, Standard Special Provisions and
Drawings, and these Special Provisions; and that he will take in full payment therefore
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
550 Construct Asphaltic Concrete
Tons Pavement
@ Thirty two Dollars
and
fifty Cents $ 32.50 $ l7.R7s nn
Per Ton T
1290 Construct Aggregate Base
Tons
@ Twenty Four Dollars
and
No Cents $_ 24.00 $ 00,960 00
Per Ton
1600 Construct 8" Type "A" P.C.C. Curb
LineaT—Feet and Gutter
@ Eight Dollars
and
No. Cents $ R_nn $ 12 800 on _
Per Lineal Foot
• • PR2of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 17 Construct 6" Type "B" P.C.C. Curb
Lineal Feet
@ Ten Dollars
and
No. Cents $ 10.00 $ 170.00
Per Lineal Foot
5. 14,440 Construct 4" P.C.C. Sidewalk with
Square Feet cutoff wall over 4 "compacted sand
@ One Dollary
and 26,714.00
eighty five Cents $ 1.85 $ 26 :649 -AB
Per Square Foot
6. 618 Install 18" R.C.P. Storm Drain Pipe
Lineal Feet
@ Nineteen Dollars
and
No. Cents $ 19.00 $11,742.00
Per Lineal Foot
7. 2 Construct Storm Drain Junction
Each Struct No. 1
@ Five Hundred Dollars
and
No Cents $_500.00 $ 1.000.00
Per Each
8. 1 Construct Curb Inlet Type "OL -A"
Each
@ Six Hundred Dollars
and
No. Cents $600.00 $ 600.00
Per Each
9. 1 Construct Curb inlet Type "OL -A"
Each including 3' x l' R.C. box to join
existing R.C. box
@ Seven Hundred Dollars
and
No. Cents $700.00 $ 700.00
Per Each
10. 496 Construct P.C.C. Commercial Driveway
Square feet Approach -Type II
@ Three Dollars
and
No Cents $_ 3.00 $ 1.488.00
Per Square Foot
•
• PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. 1 Reconstruct Existing Sewer Manhole to
Each Finished Grade
@ Five Hundred Dollars
and
No Cents
Per Each
12. 1 Adjust Existing Sewer Manhole to .
Each Finished Grade
@ Three Hundred
No
er f
13. 5 Adjust Existing Water Valve to
Each Finished Grade
Dollars
and
Cents
$ 500.00 $ 500.00
@ Fifty Dollars
and
No Cents $ 50.00 $_ 25D nn
Per Each
14. 670 Install 1; "P.V.C. Street Light
Lineal Feet Conduit with pull boxes
@ Two Dollars
and
No Cents $ 2 nn $40 00_
Per Lineal Foot
15. 1 Install fire hydrant assembly with
Each hot tap to existing 24" water line
Two thousand eight hundred
@ seventy five dollars Dollars.
and
No. Cents $ 2.875.00 $ ?,875-00
Per Each
16. Relocate Water Sprinkler Line and Flood
Lump Sum Lights at Coast Community College Entrance
@ Six Hundred Fifty Dollars
and
No. Cents $ s DO $_ 650_D0—
Lump Sum
• . • PR4of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
17
Lump Sum
18. 3325
Square Feet
Grind existing A.C., as shown on the
plans, to provide smooth join
@ Three Thousand Dollars
and
No Cents $ 3,000.00
Lump Sum
Construct 3" A.C. sidewalk over
compacted native soil
$:3,000.00
@ One Dollars
and
Ten Cents $ 1.10 $ 3.657.50
Per Square Foot
TOTAL PRICE FOR ITEMS 1 - 18 WRITTEN IN WORDS
One Hundred Sixteen Thousand Six Hundred Twenty -one
9pe- Wap�weA- S# aieeA- �geasap�- F #ve- WdR�we�- Fewix -sevep Dollars
Fifty and $116,621.50
F € €ty Cents $ 3}y�G4i.Ga
CONTRACTOR'S LICENSE NO. 344888A L A- Bidder's Name ,
April 25, 1978 S /T. J. Crosby
ate (Authorized Signa
CONTRACTOR'S ADDRESS
TELEPHONE NUMBER 973 -1181
INDEX
TO
SPECIAL PROVISIONS
FOR
STREET IMPROVEMENTS
WEST COAST HIGHWAY (ORA - 001)
DOVER DRIVE T0.3,800' WEST
1977 -78
CONTRACT NO. 1891
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . .
. . . . 1
II.
COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . .
. . . . 1
IV.
PERMITS . . . . . . . . . . . . . . . . . . . . . . ...
. . . 2
V.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . .
. . 2
VI.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . .
. . . . 3
VII.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . .
. . . . 3
VIII.
PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . .
. . . . 3
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
X.
GUARANTEE . .. . . . . . . . . . . . . . . . . . .
. . 3
XI.
FLOW AND. ACCEPTANCE OF WATER . . . . . . . . . . . .
. . . . 4
XII.
NOTICE TO OWNERS OF ADJACENT FACILITIES . . . . . , .
. . . . 4
XIII.
EXISTING DRIVEWAYS . . . . . . . . . . . . . . . . .
. . . . 4
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . . . 4,5 & 6
A. Street Improvements . . . . . . . . . . . . . . .
. . . . 4
B. Portland Cement Concrete Improvements . . . . . .
. . . . 5
C. Storm Drain and Structures . . . . . . . . . . . .
. . . . 5
D. Street Lighting . . . . . . . . . . . . . . . . .
. . . . 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
6110
STREET IMPROVEMENT
WEST COAST HIGHWAY (ORA - 001)
DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
I. SCOPE OF WORK
SP 1 of 6
The work to be done under this contract consists of widening approximately 2,300
feet of the eastbound lanes of West Coast Highway; constructing curb, gutter and
sidewalk along the south side of Coast Highway; constructing storm drain and
catch basins on the south side of Coast Highway; and other incidental items of
work.
The contract requires completion of all the work in accordance with these Special
Provisions; the City's Standard Special Provisions; the Plans (Drawing No.
R- 5352 -S); the City's Standard Drawings and Specifications; and, where applicable,
the California Standard Specifications, January, 1978. The City's Standard
Specifications are the Standard Specifications for Public Works Construction,
1976 Edition with supplements. Copies may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871.
Copies of the City's Standard,Special Provisions may be purchased from the Public
Works Department at a cost of $5.
II. COMPLETION AND SCHEDULE OF WORK
The contractor shall complete all work on the contract within 45 consecutive
calendar days after award of the contract by the City Council.
III. PAYMENT
The unit or lump sum.price bid for each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials, and all
other things necessary to complete the work in place, and no additional allowance
will be made therefor.
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for other related items of work.
The City reserves the right to waive Section 3 -2.2 of the Standard Specifications
with regard to bid Item No. 17, and has the option to delete all of the grinding
to provide smooth A.C. join in awarding the contract.
SP2of6
IV. PERMITS
A. State of California Coastal Development Permit will be applied for and
received by the City prior to start of construction.
B. California Regional Water Quality Control Board approval has been received
by the City with the following condition:
Surface water containing mud, silt, or other deleterious material
from the project shall be treated by filtration or retention in a
settling basin or basins, sufficient to prevent such waters from
entering storm drains or the bay. The contractor shall submit a
plan for implementing siltation control to the City. Upon approval of
the.plan by the City and the Board, the contractor shall be respon-
sible for the implemention and maintenance of the control facilities.
The contractor's attention is called to Subsection 7 -8.1 of the
Standard Specifications as regards project site maintenance.
C. State of California De artment of Transportation Encroachment Permit will
be app Tied for and received by the City prior to the start of construction.
Most of the work is within State -owned right -of -way, and the contractor
shall abide with all of the permit requirements and as follows:
1. Coordination as required by the State inspector.
2. Both eastbound lanes to remain open to traffic at all times.
3. Furnish a $5,000 bond to the State (on standard State form) to
cover work within the State Highway right -of -way.
4. Reimburse the State for all inspection costs required to inspect
the work performed in the State right -of -way.
D. Demolition Permit - -Prior to dumping any spoil or waste material from the
jobsite at any sanitary landfill site in the County.of Orange, the con-
tractor shall obtain a "Permit to Dispose of Demolition" from the City
Public Works Department by contacting Mr. Irwin Miller, Administrative
Assistant at 640 -2128. There is no charge for this permit; its purpose is
simply to provide authorization for the contractor to use Orange County
landfill facilities for disposal of excess material.
V. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys including construction staking shall be under the
supervision of a California.licensed surveyor or civil engineer. Staking shall
be performed on all items ordinarily requiring grade and alignment at intervals
normally accepted by the agencies and trades involved. Payment for construction
survey staking shall be considered as included in the various items of work and
no additional allowance will be made therefor.
SP3of6
VI. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the contractor to protect any existing property
corners uncovered during construction. Should any of these corners be disturbed,
they shall be restored by the contractor at his expense and no separate compensa-
tion will be made.
VII. TRAFFIC CONTROL
The Contractor shall be responsible for traffic control and access in accordance
with Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook (WATCH),
also published by Building News,Inc.
The Contractor shall submit a traffic plan to the Engineer for approval. This
plan shall be approved by the Engineer prior to commencing any work. The plan
shall show the location of signing, barricades, and any other details required
to assure that all through and local traffic will be handled in a safe and
efficient manner with a minimum of inconvenience. Both eastbound lanes shall be
maintained open to traffic at all times.
VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request each utility company to locate its facilities.
Construction of the storm drain and structural sections will cause work to be
performed under and very near existing sewer, gas, water, cable T.V., telephone,
and electrical lines. The contractor shall protect in place and be responsible
for, at his own expense, any damage to any utilities encountered during construc-
tion.
Existing buildings and structures abutting proposed improvements are indicated
on the plans. Prior to construction, the contractor shall verify the location
of existing buildings and structures and shall protect them in place and be
responsible for, at his own expense, any damage to them resulting from con-
struction of the improvements.
lrgi I_rir0
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases
by contracting the City's Utility Superintendent, Mr. Jim Frost, at (714) 640 -2221.
X. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of the
work by the City Council, all materials and workmanship against any defects what-
soever. Any such defects shall be repaired at the contractor's expense. .
SP4of6
XI. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work.herein contemplated. The
Contractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The Contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the
Engineer, are not subjected to the probability of damage.
Contractor shall obtain written permission from the property owner before any
diversion of water outside.the right -of -way will be permitted by the Engineer.
XII. NOTICE TO OWNERS OF ADJACENT FACILITIES
Prior to the start of any construction, the contractor shall notify the follow-
ing people regarding parking and access to their facilities:
Mr. John P. Potter
Director of Physical Facilities
Coast Community College
(714) 556 -5707
Mr. Phil Bevins
Boy Scouts of America
(714) 546 -4990
XIII. EXISTING DRIVEWAYS
The contractor shall be responsible for maintaining ingress and egress to all
private driveways adjoining this work and shall provide a final smooth join
between old and new driveway pavements.
XIV. CONSTRUCTION DETAILS
A. Street Improvements
1. Asphalt concrete
a) Finish coarse - 0.1' thick Type III -C2 - AR4000
b) Variable thick overlay & sidewalk —Type III- C2_AR4000
c) Base Coarse - 0.35' thick Type III -B2 -AR 4000
2. Aggregate Base shall be processed miscellaneous base in accordance
with Section 400 -2 of the Standard Specifications.
11
C
SP5of6
Portland Cement Conctete Street Improvements
All portland cement concrete shall be Class 564 -C -3250. Construction
shall be performed according to the requirements of the applicable
sections of the Standard Specifications, except as herein modified.
The sodium sulphate loss requirement of Sec. 400 -1.3.1 may be waived
by the Engineer.
The cleanness Value requirement of Sec. 200 -1.4 shall be replaced with
the following:
Tests
Test Method No
Requirements
Cleanness Value Calif. 227
Individual Test 70 Min.
Moving Average 75 Min.
The Sand Equivalent requirement of Sec. 200 - 1.5.3. shall be replaced with
the following:
Tests Test Method No. Requirements
Sand Equivalent Calif. 217
Individual Test 70 Min.
Moving Average 75 Min.
Portland cement concrete used for the curb and gutter, spandrels, and drive
approaches shall be securely barricaded immediately following placement,
and no vehicular traffic shall be allowed thereon for four (4) days.
Storm Drain and Structures
Storm Drain Pipe, Curb Inlet, Junction Structure, Collar, Bedding and
Backfill:
Storm drain pipe and fittings shall be in accordance with Section 207 -6.2
of the Standard Specifications. The size and class shall be as shown on
the Plans.
Storm drain bedding shall conform to Class "C" bedding per City of Newport
Beach STD- 316 -L.
Backfill material in all pipe trenches above the bedding material and
around associated structures shall be placed and compacted in accordance
with Section 306 of the City Standard Specifications. Section 306 -1.3.5
of the City Standard Specifications is hereby amended to regain a
minimum of 95% relative compaction of all trench backfill in paved areas.
All costs incurred in the abandonment or removal of existing storm drain
pipe shall be included in the unit price bid for constructing the new
storm drain pipe and additional compensation will not be made.
SP. 6 of 6
D. STREET LIGHTING
This contract requires the installation of 1;" P.V.C. conduit, and
pull boxes to provide for the future installation of street lights.
The conduit shall run from station 99 +99.7 to an existing stub, at
station 106 +55.5 +.
Installation shall be in accordance with the City of Newport Beach Drawing
No. Std. 204 -L.
• CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1891
This is to certify that the Company named below has issued to the
Named Insured the policy of comprehensive liability insurance identified herein,
hereinafter referred to as "Policy ", and endorsed said policy as follows to
assure compliance by the Named Insured with the insurance requirements of the
Contract executed by the Named Insured and the City of Newport Beach, (herein-
after, "City ").
1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property damage) is not less than $500,000 each occurrence,
$500,000 aggregate protective and contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be cancelled or
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional named insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned,
Non -Owned and Hired Automobile; Products Liability - Completed Operations;
Premises - Operations; Contractors Protective Liability; Marine or Aviation (when
applicable); and Property Damage.
This Endorsementx rctive when signed by an Authorized
Representative o`er
I (Na�a of Insurance Company
and when issued�ty sbaTll)pe valid and form part of Policy No.
insuring expiring
�('INi F AGENT BROKER
ADORES( KER
(((�
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company.
)Z ARGONAUT INSU
HOME OFFICE: MEN_ ZELIFORT41A
L
CERTIFICATE COMPANY
HOME OFFICE: CH ;ILLINOIS
01;
-_ILLI�
T INSURANCE COMPANY
OF ❑ ARGONAUT-NOR, A 'E, IDAHO
T I
❑ ARGONAUT-MID r
ak or
CH
4 0
-.INSURANCE _0 HOME OFFICN2. IDAHO
ARGONAUT-SOUTHWEST INSURANCE COMPANY
NNW �HOME OFFICE: METAIRIE, LOUISIANA
0 GEORGIA INSURANCE COMPANY
NOME OFFICE: ; ATLANTA, Q1EdRGiA
This is to certify that the COMPANY designated above has Issued to d insured d the 1ICY(S) 0MIMI'llitilid below, subject I to
This Certificate of Insurance neither affirmativell nor negatively amend t104-idn Irl.'Itws the coves afforded Ir ch 61
;f y sars P 's.. -
change in or cancellation of the policy(sI, the COMPANY 'Will Make war notify the certificate hol.der, but undertakes no rOSponsi for failure to do sa
CERTIFICATE HOLDER AND ADDRESS NAMED - INSURED AND
AN ..ago
• City ot,X*vport Beach T. Co, Inc,
City H&II 2636
3300 W'Newport Blvd. Ca: 927031 rt
Newport Beach, Ca, 92663
If certificate holder is a loss oavee with resdact to the described auto- check here 0
POLICY NUMBER
KIND OF INSURANCE AND COVERAGES
EXPIRATION
,C26-350-09877
WORKERS, COMPENi�TION
2,i000 _Statutory ,
9-29-9&�_
EMPLOYERS' LIABILITY
2mb accioo!�
BODILY INJURY LIABILITY
$ .066 each occurrence
EXCEPT AUTOMOJ31LE
S .000 ME reglarte Products
PROPERTY DAMAGELIABI&ITY
900 each octurt-Ince,
—EXCEPT AUTOMOBILE
.-000 aggr"ate operations
000 aggregate Protective
,000 aggregate products
QOO agaregets Contracitual
BODILY INJURY LIABILITY
'000 each person
—AUTOMOBSI-F
.000 each acclo!rni.
6 .000 each occurninck
PROPERTY DAMAGE LIABILITY.
$ 000 each acchiijjw
—AUTOMOBILE _q If
a '.Goo each actu
MEDICAL PAYMENTS— AUTOMOBILE
a each Porson,
PHYSICAL DAMAGE — AUTOMOBILE— ACTUAL CASH VALUE UNLESS I OTHERWISE STATED
COMPREHENSIVE
COLLISION OR UPSET LESS Is deductible
FIREAN T
IF COMPREHENSIVE LIABI!LiTY.CHECJ(
.13wription, of Operations, Locations, or Automobiles: Covaired; or Additional Coverages; or Special Condition.
West Coast Highway
(ORA-001). Dover Drive to
3800 Feet West.-
Contract No, 1891
VmViMoMmentim P*Y bO cantellel, X*W a dalod,
dial ft AM named policy period, in Such manner as to atted ft
Califtill ft Ciari will jN�YS Wdftn WrO to ft
by registered,'Ma : I
PRODUCER AND ADDRESS
Anon Jayne Insurance, Inc.,
1833 W. Olympic Blvd,
Los
Angeles, C 90006
iZ - - I �RrTlw
'10's Angie
PRES11 S
DATED AT ON YAW :95 1978
. I I
L"lfY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT. WORK
CONTRACT NO. 1891
This is to certify that the Company named below has issued to the
Named Insured the policy of comprehensive liability insurance identified herein,
hereinafter referred to as "Policy ", and endorsed said policy as follows to
assure compliance by the Named Insured with the insurance requirements of the
Contract executed by the Named Insured and the City of Newport Beach, (herein-
after, "City ").
1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property damage) is not less than $500,000 each occurrence,
$500,000 aggregate protective and contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be cancelled or
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by• registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional named insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the.Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned,
Non -Owned and Hired Automobile; Products Liability - Completed Operations;
Premises -0 erations; Contractors Protective Liability; Marine or Aviation (when
applicable; and Property Damage.
This Endorsement is effective JUNF 4 1Q78 when signed by an Authorized
Representative of
Name of Insurance Company
and when issued to City shall be valid and form part of Policy No. 1;S -co5?
insuring TJ VVIC . expiring
JULY 1), 1978
NAME OF AGENT OR BROKER DEPENDABLE INSURANCE ASSOC.
ADDRESS - AGENT /BROKER
3435 WILSHIRE BLVD., SUITE 2220.
LOS ANGELES, CALIFORNIA 90010
�? 1
Authbrized Repres ntative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company.
i
ENDORSEMENT NO. 0 43
INSURE6 , fJB'A.: T. J. CROSBY Ct� ET AL •
PRODUCER ALLEN JAYNE INSURANGE"INC, N��'
THE EFFECTIVE DATE OF THIS ENDORSEMENT JUNE 5 f 1978 122991
Is �
TYPE OF COVERAGE COMPREHENSIVE GENERAL L IAB, INCLUDING AUTO. ..
FLAT ADDITIONAL
PREMIUM TOTAL
$567,00 $567.00
SPECIAL CERTIFICATE
IN CONSIDERATION OF THE ABOVE FLAT ADDITIONAL PREMIUM, IT IS AGREED
THAT THE ATTACHED WORDING HEREBY FORMS A PART OF THE POLICY,
NOTHING HEREIN CONTAINED SHALL BE HELD TO VARY. ALTER. WAIVE OR EXTEND ANY OF THE TERMS. CONDITIONS. OR LIMITATIONS OF THE
POLICY TO WHICH THIS ENDORSEMENT IS ATTACHED OTHER THAN AS ABOVE STATED.
Harbor Irwrance CiOfTIWLi
°::E° EOS ANGELES, CAL IF, THIa 17TH DAYOFMAY 1978 •T-
END N0,43 '
NO S002-5 leo...f0T _. ORWA" EN�M' .
AUTHWMM*KPR NTATIYc
ie
A t
.;
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1891
This is to certify that the Company named below has issued to the
Named Insured the policy of comprehensive liability insurance identified herein,
hereinafter referred to as "Policy ", and endorsed said policy as follows to
assure compliance by the Named Insured with the insurance requirements of the
Contract executed by the Named Insured and the City of Newport Beach, (herein-
after, "City ").
1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property damage) isIYiID( t() OIfXXi�i�16X511 (DS70�tdXdXift(X#]blEifJC
' �A14] ��1000Xulg��X�( ddQ�IEbXJ�C I( �4lIXdHfDF�E)( di4liI�OXX $1C)(1mOX�(�glgDf&�cJ�at�C jii<dldQ)tJEIEX
2. Neither the Policy nor this Endorsement shall be cancelled or.
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional )h16 IN insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relatin to property damage arising out of explosion,
collapse, or underground damage ?(commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned,
fOJ11- 0611t!(i anu h I I eu AutomUni010; Q,-jJ Zt5 Liability- Completed Operations;
= ;<:m;ises-n�P}'attl�ns; Contractnrs prnrPctive L. iability ;XI=KiOt)tXl6XXdC%g15Xto(M
'altRkbpd�!)Y9(�G and Property Damage.
This Endorsement is effective JUNE 5 199778 when signed by an Authorized
Representative of HARBOR IN- SURAAtE—
Name of Insurance Company
and when issued to City shall be valid and form part of Policy No. 122991
insuring T. J. CROSBY, ET AL expiring
KI - ..,...1 T.,����,....1 -
OCTOBER 15, 1978
NAME OF AGENT OR BROKER
ADDRESS - AGENT /BROKER
ALLEN JAYNE INSURANCE, INC.
1833 WEST OLYMPIC BOULEVARD
' Q& LQ& AN6E6E6, 6/161t:BRIIIB 9E1096
(213) 382 -6331
Author ed Representative
*$500,000,00 BODILY INJURY AND /OR PROPERTY DAMAGE
EACH OCCURRENCE AND IN THE AGGREGATE ANNUALLY
(WHERE APPLICABLE)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company.
ENDORSEMENT ;_;�I j 43
INSURED DBA: T. J. CROSB Y
CO , ET AL u�uY/
PRODUCER ALLEN JAYNE INSURANCE INC. POLICY
THE EFFECTIVE DATE OF THIS ENDORSEMENT IS JUNE 5, 1978 NO. 122991
TYPE OF COVERAGE COMPREHENSIVE GENERAL L IAB. INCLUDING AUTO.
FLAT ADDITIONAL
PREMIUM TOTAL
$567.00 $567.00
SPECIAL CERTIFICATE
IN CONSIDERATION OF THE ABOVE FLAT ADDITIONAL PREMIUM, IT IS AGREED
THAT THE ATTACHED WORDING HEREBY FORMS A PART OF THE POLICY.
NOTHING HEREIN CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, OR LIMITATIONS OF THE
POLICY TO WHICH THIS ENDORSEMENT IS ATTACHED OTHER THAN AS ABOVE STATED.
Harbor Insurance Company
"A'TDLOS ANGELES, CA. IF. THIS 17TH DAYaFMAY, 1978 By
END N0.43 wurnowlz[o wow[s[nTwnv[
HU 6002.5 (ED. 0 Tm _ ORIGINAL FNrIORSFAAF)," ... _ :.
T�
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1891
,:...This is to
Named Insured the po
hereinafter referred
assure compliance by
Contract executed by
after, "City ").
5•
certify that thy. - company named below has issued to the
licy of comprehensive liability insurance identified herein,
to as "Policy ", and endorsed said policy as follows to
the Named Insured with the insurance requirements of the
the Named Insured and the City of Newport Beach, (herein-
1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property d*age) iakifd(EC)DI41f1(X4�1b16X 3rn0(b)Dt1Xd GXi4dfdlil6ih 61fil�C
�51914�(4lDQX 1Wy�Jt�4X�(drdeFXzXX X�Yd( 1�i�?( d rdi�t�FXiSE4Xa0XXXx)b(��N�(�jlg iEdX }S iEdldS)E)EI�X
2. Neither the Policy nor this Endorsement shall be cancelled or
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional XiImm insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned,
r;utl -Oe t!u! onu h I eu AULOMoDIic', P,-,,4-tS Liabiliity-CGnlplet-ed Operations;
c ,e,_nnAl a t.i onc; Contracr.nrc Prntp ct i ve Liability; X19 ?CXit6OQI6Xl6XXdCOfD(IbX$VQYAfK
>�xx}ceclalpltxk; and Property Damage.
This Endorsement is effective J UN' 5. 1976 when signed by an Authorized
Representative of HARBOR INSUR
Name of Insurance Company
and when issued to City shall be valid and form part of Policy No. 122991
insuring T. J. CROSBY, ET AL expiring
Named Insured
OCTOBER 15, 1978
NAME OF AGENT OR BROKER
ADDRESS - AGENT /BROKER
ALLEN JAYNE INSURANCE, INC.
1833 WEST OLYMPIC BOULEVARD
LOS A 46 tEs'!;'is HFORNIA 96986
(213) 3826391
V �(( AAt
Authorized Representative
*$500,000,00 BODILY INJURY AND /OR PROPERTY DAMAGE
EACH OCCURRENCE AND IN THE AGGREGATE ANNUALLY
(WHERE APPLICABLE)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company.
TY O OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1891
This is to
Named Insured the po
hereinafter referred
assure compliance by
Contract executed by
after, "City ").
certify that the Company named below has issued to the
licy of comprehensive liability insurance identified herein,
to as "Policy ", and endorsed said policy as follows to
the Named Insured with the insurance requirements of the
the Named Insured and the City of Newport Beach, (herein-
1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property damage) is not less than $500,000 each occurrence,
$500,000 aggregate protective and contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be cancelled or
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by-registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional named insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the.Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relating to'property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned,
Non -Owned and Hired Automobile; Products Liability - Completed Operations;
Premises -0 erations; Contractors Protective Liability; Marine or Aviation (when
applicable; and Property Damage.
This Endorsement is effective JUNFs_ 1478 when signed by an Authorized
Representative of
TA Name of Insurance Company
and when issued to City shall be valid and form part of Policy No. 15S_rns?1J
insuring T.J. CRO BY nsu IF' expiring
Named Ired
JULY 14, 1978
NAME OF AGENT OR BROKER DEPENDABLE INSURANCE ASSOC.
ADDRESS - AGENT /BROKER
3435 WILSHIRE BLVD., SUITE 2220
LOS ANGELES, CALIFORNIA 90010
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company..
CERTIFICATE
OF
ANSURANCE
This is to car,
This Carlin.
change in or caN1
13 AR INSURANCE COSY
0, NAUT INSUR
=pFflICK: -MENLO PARK, CALIFORNIA
kAUT-MIDWEST INSURANCE COMPANY
E OFFICE: CHICAGO, iLLIN045
ARGONAUT - NORTHWEST ,INSURANCFCbmpxky-
HOME OFFICE BOISE, IDAHO
P ARGONAUT-SOUTHWEST IftSUR^Q1ICE,CqMPAft4-
HOME OFFICE: METAIRIE, LOUISIANA-
❑ GEORGIA INSURANCE COMPANY
HOME OFFICE! ATLANTA. GEORGIX
ied to the named inwrad the polkY(S) enumerated belciv, SUAJOCt.to all the terms Of SUCK policy($).
Ay amends extends or alters the Covisrige affordkid �b ":Itwh Policy(s). In the event of any material
ate & every effort sto notify the.1,ortificate holder, 6i"n. Ices no."asponsiblRy for failure to do so.
k;4.RLICY NUMBER
KIND OF INSURANCE AND C&�AGES
LIMITS
Statutory
0-3%-09W.
I =='C.0'MPENSJ�TiON
'ifth
9-29-78
'ABILITY
accident
BODILY INJURY LIABILITY
000 each occurramce
EXCEPT AUTOMOBILE
'000`a ggregate wo"Nct,
PROPERTY DAMAGE LIABILITY 7
$ .000 each cccufknca�
—EXCEPTAUTOMOBILF a
$ ,000 aggregate Operations
000 aggregate protectwe
X
000 aggregate piothicts
000 narellatip contractual
BOD14-YJ NJURY LIABILITY
$ .000 each Perso I a
—AUTOMOBILE
41 000 each accident
$ 000 each,OCCUrrikke
PROPERTY DAMAGE LIABILITY
S. .000 each accident
—AUTOMOBILE
0001 ch occurigniza
MEDICAL PAYMENTS - AUTOMOBILE_.
$ 1 each person
PHYSICAL DAMAGE— AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED
COMPREHENSIVE $
COLLISION OR UPSET LESS 4 deductible
FIRE AND THEFT
IF COMPREHENSIVE LIABILITY, CHECK HERE
iiscription of Operati ns, Locations, or Autblobiles Covered ; or Additional Coverages; or Special Condition.
if 00ast.Hiskuw
(GRAM) Dover DrIve to
AMV Poet West
contraft so, I W �Should the abcrvemeniiinedpdtibeCameged,- *SOWardoW
during the above named Policy Penodinsuchm . a . iiw as 6 Affed",
Certilkele, jh6
Company will gfve3.0__&ys wnj*4Wft lb IW
above named holder Of ft-Cerfificate.
by registered.mAJL
PRODUCER AND ADDRESS
'
2 g s: ..
A ,fir. ...�
•
.p
I 5v
WO
Ck
t
Net
1
MAY 2 2 1978
by tho CITY COUNCIL
CIT Y OF INAWPORY _ .
RESOLUTION 10. 933 3
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO T. J.
CROSBY CO. FOR WEST COAST HIGHWAY STREET
IMPROVEMENTS (DOVER DRIVE TO 3,800 FEET WEST),
CONTRACT NO. 1891
WHEREAS, pursuant to the notice inviting bids for
work in connection with the West Coast Highway Street
Improvements (Dover Drive to 3,800 feet west), in accordance
with the plans and specifications heretofore adopted, bids
were received on the 25th day of April, 1978, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is T. J. CROSBY CO.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of T. J. Crosby Co.
for the work in the amount of $116,621.50 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ATTEST:
City
ADOPTED this 8th day of May , 1978.
DDO /bc
5/2/78
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET IMPROVEMENTS
WEST COAST HIGHWAY (QRA - 001) DOVER DRIVE TO 3,800 FEET WEST
Approved by the City Council on
this 10th day of April, 1978.
Doris George, C "ty Clerk
CONTRACT NO. 1891
SUBMITTED BY:
Add ss
4Y� „A .
L.1ty Lip
Ll��16(
Telephone
Total Bid Price
L
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:30 P.M. on the 25th day of April , 1978 ,
at which time they will be opened and read, for performing work as follows:
STREET IMPROVEMENTS WEST COAST HIGHWAY (ORA -001),
DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required and he Co_rporrate Seal
shall be affixed to all documents requiring signatures. In the case of a ark tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or better; and a financial category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance
with Section 1777.5 of the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any.informality
in such bids.
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the Sta e f g California providing for
the registration of Contractors, License No. _ 3 y S ae _Classification
Accompanying this proposal i
ed CnecK, Cashier's ChecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
q ?--� [/R i
Phone N er
Date
Bidder ame
I--*— 1 1i_ — L / (SEAL)
ze
Authorized Signature
Type of 0rga ization
(individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
names of lall({ co-partners if a co- partnership:
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. IV6117 Lf
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidders Narpb
6_7
Authorized Signature ZI
C07/0
JT #e of Organization
(Individ'al,,Co- partnership or Corp.)
� SL
✓1"
,
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we
an
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
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, we hereunto set our hands and seals this day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
WN
Title
ncipa
Surety
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this day of
19
My commission expires:
V 7
r
Notary Public
I
9.0;. #|
/
#\ > \/
�}
�{ §
> $ 7
-
12g%/
7
J
2
2
,
_ -
\
�
/ �
§?2
)
a&
�
STATEMENT Of FINANCIAL RESPONSIBILITY
Page 6
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
� 7
Signed a
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
L�M-;
Signed t
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET IMPROVEMENTS
WEST COAST HIGHWAY (ORA 001 ), DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 4
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions and hereby agrees
to furnish all labor, materials, equipment, transportation, and services to do all the
work required to complete Contract No. 1891 in accordance with City of Newport Beach
Drawing R- 5352 -S, the City's Standard Specifications, Standard Special Provisions and
Drawings, and these Special Provisions; and that he will take in full payment therefore
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTI -ON UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
550
Tons
Construct Asphaltic Concrete
liars
nd
nts $ � ! $ O -7 A
1290 Construct Aggreg OyBase
Tons < ''@
Dollars U W
and
Cents $ $ C/
/ Per Ton
1600 Construct 8" Type "A" P.C.C. Curb
Linea`FFeet and Gutter
@ I Dollars
and
Cents
Per Lineal Foot
$
• • PR2of4
17 Constru t 6" Type "B" P.C.C. Curb
Lineal Feet
@ /J Dollars cf,
and Cents $
Per Lineal Foot
lCL
14,440 Construct 4" P.C.C. Sidewalk with
Square Feet cutoff wall over 4 "compacted sand
Dollars
and /Cents $
$ �
11
6. 618 Install 18" R.0 P. Storm Drain Pipe
Lineal Feet
@ Dollars �%� 7
and
Cents $ 1q,
/ $ //7,/
Per Lineal Foot
Q
0
10
2
Construct Storm Drain Junction
Each
S No. 1
truc
@ Dollars
and
p�7h�ii\
Cents
$
$
Per Each
1
Construct Curb Inlet Type "OL -A"
Each
@ /)/Led
�j(� Dollars
and
Cents
$ &O-n
$
Per Each
1
Construct Curb inlet Type "OL -A"
Each
including 3' x 1' R.C. box to join
existing R.C. box
/
@ SL✓dJ Dollars
and
c-� /�,
V y
��
Cents
$ /
$
Per Each
496
Construct P.C.C. Commercial Driveway
Square feet
Appro /h -Type II
@ l (QQ Dollars
�
and
l / r/
�
Cents
$
$ � l
Per Square Foot
•
• PR3of4
TEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
11.
1
Reconstruct Existing Sewer Manhole
to
j
Each
Finis ed Grade
@
Dollars
/
and
Cents
Per Each
12.
1
Adjust Existing Sewer Manhole
to .
Each
Finish dd Grade
de j�,,,,y��,�,�
@ E711/ ' " "" �� °
Dollars
Cents
$_
Per Each
13.
5
Adjust Existing Water Valve to
Each
Finished Grade
J
@ 7
Dollars
UUV
and
w
cc_
Cents
$
Per Each
14.
670
Install 1; "P.V.C. Street Light
Lineal Feet
Conduit with pull boxes
@
Dollars
and
C57L-
77
�J
Cents
$
$
Per Lineal Foot
15.
1
Install fire hydrant assembly
with
Each
hot tap to existing 24" water
line
p
i��/l/illll�i
oIIars
and
Cents
$ Z_ &%
_
$_Z��S
0
✓ C
Pe a h
16.
Relocate Water Sprinkler Line
and Flood
Lump Sum
Lights at C ast Communi y College
Entrance
@ /
Dollars
and Cents
$ (.(JJ ly
C�
$_
Lump Sum
PR4of4
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
17. Grind existing A.C., as shown
on the
Lump Sum pla s to pro id e smooth Join
@
Dollars
and
Cents
$�
�
$ : 20zTU
Lump Sum
18. 3325 Construct 3" A.C. sidewalk over
Square Feet compacted native soil
@ Dollars
and
Cents
Per Square Foot
TOTAL PRICE FOR ITEMS 1 - 18 WRITTEN IN WORDS
CONTRACTOn"S LICENSE NO. :`ygy + — (Rirdpr c NA ma)
Z s/-7 j
CONTRACTOR'S ADDRESS
$�_ $
Lo 'Ll
liars tN Jv
nd
nts $ / /L Y7
TELEPHONE NUMBER !�-) ,3f lel-
INDEX
TO
SPECIAL PROVISIONS
FOR
STREET IMPROVEMENTS
WEST COAST HIGHWAY (ORA - 001)
DOVER DRIVE TO 3,800' WEST
1977 -78
CONTRACT NO, 1891
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . .
. . . . 1
II.
COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . .
. . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . .. . .
. . . . 1
IV.
PERMITS . . . . . . . . . . . . . . . . . . . . . . .
. . . . 2
V.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . . . 2
VI.
PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . .
. . . . 3
VII.
TRAFFIC CONTROL . . . . . . . . . . . . . . . .
. . . . 3
VIII.
PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . .
. . . . 3
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
X.
GUARANTEE . . . . . . . . . . . . . . . . . . .
. . . . '3
XI.
FLOW AND. ACCEPTANCE OF WATER . . . . . . . . . . . .
. . . . 4
XII.
NOTICE TO OWNERS OF ADJACENT FACILITIES . . . . .
. . . . 4
XIII.
EXISTING DRIVEWAYS . . . . . . . . . . . . . . . .
4
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . . . 4,5 & 6
A. Street Improvements . . . . . . . . . . . . . . .
. . . . 4
B. Portland Cement Concrete Improvements . . . . . .
. . . . 5
C. Storm Drain and Structures . . . . . . . . . . . .
. . . . 5
D. Street Lighting . . . . . . . . . . . . . . . . .
. . . . 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET IMPROVEMENT
WEST COAST HIGHWAY (ORA - 001)
DOVER DRIVE TO 3,800 FEET WEST
CONTRACT NO. 1891
I. SCOPE OF WORK
SP 1 of 6
The work to be done under this contract consists of widening approximately 2,300
feet of the eastbound lanes of West Coast Highway; constructing curb, gutter and
sidewalk along the south side of Coast Highway; constructing storm drain and
catch basins on the south side of Coast Highway; and other incidental items of
work.
The contract requires completion of all the work in accordance with these Special
Provisions; the City's Standard Special Provisions; the Plans (Drawing No.
R- 5352 -S); the City's Standard Drawings and Specifications; and, where applicable,
the California Standard Specifications, January, 1978. The City's Standard
Specifications are the Standard Specifications for Public Works Construction,
1976 Edition with supplements. Copies may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871.
Copies of the City's Standard Special Provisions may be purchased from the Public
.Works Department at a cost of $5.
II. COMPLETION AND SCHEDULE OF WORK
The contractor shall complete all work on the contract within 45 consecutive
calendar days after award of the contract by the City Council.
III. PAYMENT
The unit or lump sum price bid for each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials, and all
other things necessary to complete the work in place, and no additional allowance
will be made therefor.
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for other related items of work.
The City reserves the right to waive Section 3 -2.2 of the Standard Specifications
with regard to bid Item No. 17, and has the option to delete all of the grinding
to provide smooth A.C. join in awarding the contract.
SP2of6
IV. PERMITS
State of California Coastal Development er
PUT it will be applied for and
received by the City prior to start of construction.
California Regional Water Quality Control Board approval has been received
by the City with the following condition:
Surface water containing mud, silt, or other deleterious material
from the project shall be treated by filtration or retention in a
settling basin or basins, sufficient to prevent such waters from
entering storm drains or the bay. The contractor shall submit a
plan for implementing siltation control to the City. Upon approval of
the plan by the City and the Board, the contractor shall be respon-
sible for the implemention and maintenance of the control facilities.
The contractor's attention is called to Subsection 7 -8.1 of the
Standard Specifications as regards project site maintenance.
C. State of California Department of Transportation Encroachment Permit will
be applied for and received by the City prior to the start of construction.
Most of the work is within State -owned right -of -way, and the contractor
shall abide with all of the permit requirements and as follows:
Coordination as required by the State inspector.
Both eastbound lanes to remain open to traffic at all times.
Furnish a $5,000 bond to the State (on standard State form) to
cover work within the State Highway right -of -way.
Reimburse the State for all inspection costs required to inspect
the work performed in the State right -of -way.
Demolition Permit - -Prior to dumping any spoil or waste material from the
jobsite at any sanitary landfill site in the County of Orange, the con-
tractor shall obtain a "Permit to Dispose of Demolition" from the City
Public Works Department by contacting Mr. Irwin Miller, Administrative
Assistant at 640 -2128. There is no charge for this permit; its purpose is
simply to provide authorization for the contractor to use Orange County
landfill facilities for disposal of excess material.
CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys including construction staking shall be under the
supervision of a California licensed surveyor or civil engineer. Staking shall
be performed on all items ordinarily requiring grade and alignment at intervals
normally accepted by the agencies and trades involved. Payment for construction
survey staking shall be considered as included in the various items of work and
no additional allowance will be made therefor.
SP 3 of 6
VI. PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the contractor to protect any existing property
corners uncovered during construction. Should any of these corners be disturbed,
they shall be restored by the contractor at his expense and no separate compensa-
tion will be made.
VII. TRAFFIC CONTROL
The Contractor shall be responsible for traffic control and access in accordance
with Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook (WATCH),
also published by Building News,Inc.
The Contractor shall submit a traffic plan to the Engineer for approval. This
plan shall be approved by the Engineer prior to commencing any work. The plan
shall show the location of signing, barricades, and any other details required
to assure that all through and local traffic will be handled.in a safe and
efficient manner with a minimum of inconvenience. Both eastbound lanes shall be
maintained open to traffic at all times.
VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request each utility company to locate its facilities.
Construction of the storm drain and structural sections will cause work to be
performed under and very near existing sewer, gas, water, cable T.V., telephone,
and electrical lines. The contractor shall protect in place and be responsible
for, at his own expense, any damage to any utilities encountered during construc-
tion.
Existing buildings and structures abutting proposed improvements are indicated
on the plans. Prior to construction, the contractor shall verify the location
of existing buildings and structures and shall protect them in place and be
responsible for, at his own expense, any damage to them resulting from con-
struction of the improvements.
IX. WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases
by contracting the City's Utility Superintendent, Mr. Jim Frost, at (714) 640 -2221.
X. GUARANTEE
The contractor shall guarantee for a period of.one year, after acceptance of the
work by the City Council, all materials and workmanship against any defects what-
soever. Any such defects shall be repaired at the contractor's expense...
SP4of6
XI. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work.herein contemplated. The
Contractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The Contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress Will be permitted
if public or private properties are not damaged or, in the opinion of the
Engineer, are not subjected to the probability of damage.
Contractor shall obtain written permission from the property owner before any
diversion of water outside the right -of -way will be permitted by the Engineer.
XII. NOTICE TO OWNERS OF ADJACENT FACILITIES
Prior to the start of any construction, the contractor shall notify the follow-
ing people regarding parking and access to their facilities:
Mr. John P. Potter
Director of Physical Facilities
Coast Community College
(714) 556 -5707
Mr. Phil Bevins
Boy Scouts of America
(714) 546 -4990
XIII. EXISTING DRIVEWAYS
The contractor shall be responsible for maintaining ingress and egress to all
private driveways adjoining this work and shall provide a final smooth join
between old and new driveway pavements.
XIV. CONSTRUCTION DETAILS
A. Street Improvements
1. Asphalt concrete
a) Finish coarse - 0.1' thick Type III -C2 - AR4000
b) Variable thick overlay & sidewalk - Type III- C2- AR4000
c) Base Coarse - 0.35' thick Type III -B2 -AR 4000
2. Aggregate Base shall be processed miscellaneous base in accordance
with Section 400 -2 of the Standard Specifications.
SP5of6
B. Portland Cement Conctete Street Improvements
All portland cement concrete shall be Class 564 -C -3250. Construction
shall be performed according to the requirements of the applicable
sections of the Standard Specifications, except as herein modified.
The sodium sulphate loss requirement of Sec. 400 -1.3.1 may be waived
by the Engineer.
The cleanness Value requirement of Sec. 200 -1.4 shall be replaced with
the following:
Tests
Cleanness Value
Individual Test
Moving Average
est Method No
Calif. 227
Requirements
70 Min.
75 Min.
The Sand Equivalent requirement of Sec. 200 - 1.5.3. shall be replaced with
the following:
Tests
Sand Equivalent
Individual Test
Moving Average
Test Method No
Calif. 217
Requirements
70 Min.
75 Min.
Portland cement concrete used for the curb and gutter, spandrels, and drive
approaches shall be securely barricaded immediately following placement,
and no vehicular traffic shall be allowed thereon for four (4) days.
C. Storm Drain and Structures
Storm Drain Pipe, Curb Inlet, Junction Structure, Collar, Bedding and
Backfill:
Storm drain pipe and fittings shall be in accordance with Section 207 -6.2
of the Standard Specifications. The size and class shall be as shown on
the Plans.
Storm drain bedding shall conform to Class "C" bedding per City of Newport
Beach STD-316-L.
Backfill material in all pipe trenches above the bedding material and
around associated structures shall be placed and compacted in accordance
with Section 306 of the City Standard Specifications. Section 306 -1.3.5
of the City Standard Specifications is hereby amended to regain a
minimum of 95% relative compaction of all trench backfill in.paved areas.
All costs incurred in the abandonment or removal of existing storm drain
pipe shall be included in the unit price bid for constructing the new
storm drain pipe and additional compensation will not be made.
SR 6 of 6
D. STREET LIGHTING
This contract requires the installation of l;" P:V.C. conduit, and
pull boxes to provide for the future installation of street lights.
The conduit shall run from station 99 +99.7 to an existing stub, at
station 106 +55.5 +.
Installation shall be in accordance with the City of Newport Beach Drawing
No. Std. 204 -L.
CITY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1891
This is to certify that the Company named below has issued to the
Named Insured the policy of comprehensive liability insurance identified herein,
hereinafter referred to as "Policy",-and endorsed said policy as follows to
assure compliance by the Named Insure h the insurance requirements of the
Contract executed by the Named Insure the City of Newport Beach, (herein-
after, "City ").
-1\ 1. The combined single limit for Comprehensive Liability (bodily
injury or death, or property damage) is not less than $500,000 each occurrence,
$500,000 aggregate protective and contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be cancelled or
materially changed until thirty (30) days after receipt by City of written
notice of such cancellation or change by registered mail, addressed as follows:
City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach,
California 92663.
3. The City of Newport Beach, its officers and employees; the County
of Orange, its officers and employees; and the Coast Community College District,
its officers and employees are hereby declared to be additional named insureds
in the policy described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the contract executed
by the named insured and the City. It is further agreed that this policy shall
be primary and non - contributing with any other insurance available to the City
of Newport Beach, the County of Orange, and the Coast Community College District,
and includes a severability of interest clause.
4. Contractual liability coverage applicable to the contract referred
to above, including the obligation to defend City is included.
5. Exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards) are
deleted, where applicable.
6. The Policy provides coverage for, but is not limited to: Owned.
Non -Owned and Hired Automobile; Products Liability - Completed Operations;
Premises-Operations; Contractors Protective Liability; Marine or Aviation (when
applicable); and Property Damage.
This Endorsemen ctive
Representative
Y
and when issued Q ty
insuring _L
when signed by an Authorized
valid and form part of Policy No.
C pNlj F AGENT BROKER
ADORE S (/JIKER
r" _
a
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The
person executing this Certificate is cautioned to make certain that he has author-
ity to execute this Certificate on behalf of the Insurance Company.
group COVENANT MUTUAL INSURANCE COMPANY
BID BOND
Approved by TM American Irotituu of Arehitwla, Bond No. BBSU
A.1 A. Documerrt No. A•370 (Fab. 7470 Edition)
KNO W A LL MEN B Y THESE PRESENTS, That we, T „Z, rRORRV C(1MPANVr TNr_
as Principal, hereinafter called the Principal,
and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or-
ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly
bound untoCITY OF NEWPORT_ BEACH as Obligee, hereinafter called the Obligee,
in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars
($ 1 ns; ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for RTRRF.T IMPROVEMENTS Project No. Q) _
#ORA -001
( IN ACCORDANCE WITH THE ATTACHED PROPOSAL)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond. or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 25th day of APRIL 1978
T.J. CROSBY COMPANYrINC. (Seal)
_ Principal
Witness BY:
Title
CO N UT INSURANCE NY
Witness By
ARTHUR J. CLEME JR. T Attorney -' •Fact
N
q T
'C C
�a
• o
q J
U c
0 Z.
w C
q �
O
v+ U
q
E
q
q
C
N
c
q
E
q
.O
COI
r
O•
H
a
a
O
'oq
a
h
Ei
z
W
Ln a
N U
h
a
N
+ E
O FC
3 E
E
C q N
Y O L
C m N
0 i O
U
q
O C q L
u E
c �
_ q q
T C p
.o 0
E a 0 q
0 m O `O
4o a
0
r N U
m E
m m" 0
.h
N L C
q 3 q J
E
0 0 3
L a u
`o
T C S G
O �
EO `
a •-
T `o `0 E
T m i O +
IL 0
T O m
0 C V C J
t O q q
E o rn
C O N
0U
c m o
`o �
a_
J V V V
q V>
JC
J o
it �1
W
0 •
COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
ARTHUR J. CLEMENT JR.
its true and lawful Attorney (s)•in -Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount. -
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) •in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation., but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, it a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorneyin -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there,
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
/� r
Attest: w L
Assistant Secretary
STATE OF CONNECTICUT
u:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By 1 ok A" I .
Vice Presid
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSU RANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like autthhorii• /tty.
.:,�t!k:.. ":... °jCf.,.. � t•t N:•C+,•C.. ✓ � / • /�Ll.(ih -t%: Cf(,�
Notary Public
My commission expires March 31, 1978
4ii,wyOS.tG'_
e, r'a;'
..eetessc .•
CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above-quoted provisions of Section 12 of the by -laws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now In full force and effect.
Signed and sealed at Hartford, Connecticut, this
25th dayof APRIL 19 78
Assistant Secre ; y
x
n
n
0
Allk
.-,I
r�Nlll�l
�a�
as��
IRIIIIIII�'����i�g
nw
�u
rNm
1,4
lim
�AII�b�II��RN�I�
�dAlnll�ll
RIAI�
uunuui�
I�nR�
rn
'z
z
N
N
O
a
M
y
P
{a-+r
O
T
C
3
3
{