Loading...
HomeMy WebLinkAboutC-2350 - Balboa Boulevard Pavement SubsealingCITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 March 23, 1983 Del Val, Inc. P.O. Box 230060 Portland, OR 97223 Subject: Surety: United Pacific Insurance Company Bond No.: No number Project: Balboa Blvd. Pavement Subsealing Contract No.: C -2350 The City Council on February 28, 1983 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on March 4, 1983, Reference No. 83- 097201. Please notify your Surety Company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works 3300 Newport Boulevard, Newport Beach Please retum to: City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92663 -3684 83- 097201 �.« •ow.� cae. e,m NOTICE OF COMPLETION PUBLIC WORKS C7 1 o All Laborers and Material Men and to Every Other Person Inte 4." eG 9B,/� i= YOU WILL PLEASE TAKE NOTICE that on February 28, 1983 _ the Public Works project consisting o[ Balboa Boulevard Pavement Subsealing LC-2350 on which Del Val, Inc., P.O. Box 230060, Portland Oregon 97223 was the contractor, and United Pacific Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CI,TT OF NEWPORT BFFA,CH Public Works 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 March 2, 1983 at Newport Beach, California. Public Works Director 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 February 28, 1983 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 March 2, 1983 at Newport Beach, California. City Clerk 'RECORDED IN OFFICI OF ORANGE COUNFy. -402 PM MAR 4'83 LEE a CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 March 3, 1983 Lee A. Branch Orange County Recorder P.O. Boa 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Balboa Blvd. pavement project, Contract No. 2350 on which Del Val, Inc. was the Contractor and United Pacific Insurance Co, was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach 0 TO: CITY COUNCIL i C <3K� February 28, 1983 CITY O r AGENDA N ITEM N0. — ;;I- FROM: Public Works Department SUBJECT: ACCEPTANCE OF BALBOA BOULEVARD PAVEMENT SUBSEALING (C -2350) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the pavement subsealing on Balboa Boulevard has been completed to the satisfaction of the Public Works Department. The bid price was $20,240.00 Amount of unit price items constructed 309504.54 Amount of change orders None I Total contract cost $30,504.54 Funds were budgeted in the General Fund. The extent of the subsurface voids had been determined by aground penetrating radar. Upon drilling the holes through the pavement, some of the voids were found to be much deeper than had been anticipated, resulting in the large increase in the amount of unit price items constructed. The design engineering was performed by the Public Works Department. The contractor is Del Val, Inc. of Portland, Oregon. The contract date of completion was December 24, 1982. Because.of the additional work and a suspension of work during the holidays, the project was not completed until January 20, 1983. t Benjamin B. Nolan Public Works Director GPD:jd a CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH, CA 92663 3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: November 17, 1982 SUBJECT: Contract No. C -2350 Description of Contract Balboa Blvd. Pavement Effective date of Contract Novembel -17, 1982 Authorized by Minute Action, approved on Oct. 25, 1982 Contract with Del Val, Inc. Address P.O. Box 230060 Portland, OR 97223 Amount of Contract $20,240.00 Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach ct CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 P.M. on the 14th day of October , 1982, at which time such bids shall be opened and read for BALBOA BOULEVARD PAVEMENT SUBSEALING Title of Project 2350 Contract No. $27,500 Engineer's Estimate ���FORNI Approved by the City Council this 27th day of September, 1982. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Stephen Luv at 640 -2281. Project Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BALBOA BOULEVARD PAVEMENT SUBSEALING CONTRACT NO. 2350 NOTICE TO BIDDERS: Bidders shall propose to complete Contract No. 2350 in.accordance with the Proposal as modified by this ADDENDUM: PROPOSAL, Item No. 2: A One Huodred Weight (cwt) shall be defined to be 100 pounds (dry weight) of cement and fly ash or dry weight of substitute grout materials as pro- portioned in Section VI B of the Special Provisions. Please si n and date this ADDENDUM and attach it to your bid Proposal. No bid will be considered unless this ADDENDUM is attached. Benjamin B. Nolan Public Works Director SL:jd October 8, 1982 Date ADDENDUM received by: DEL.VAL, INC. 0 r ' • • PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA BOULEVARD PAVEMENT SUBSEALING 23RD STREET TO MAIN STREET CONTRACT NO. 2350 1982 -83 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2350 in accordance with the Special Provisions, and will take in full payment therefor the follow- ing unit prices for the work, complete in place to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Traffic Control and Mobilization Sum @Three Thousand Seven Hundred Fifty Dollars and No Cents $ 3,750.00 $ 3,750.00 Lump Sum Bidder's Telephone Co. (800)547 -9679 Bidder's Address P. 0. Box 230060, Portland, Oregon 97223 i • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. 850 PCC pavement subsealing One Hundred Weight @ Nineteen Dollars (cwt) and Forty Cents $ 19.40 $ 16,490.00 Per one hundred weight (cwt) TOTAL PRICE WRITTEN IN WORDS: Twenty Thousand Two Hundred Forty Dollars and No Cents $ 20,240.00 307548 C61 Contractor's License No. & Classification Del Val, Inc. Bidder's Name) Date October 8, 1982 S /John Del Val, President Authorized Signature /Title Bidder's Telephone Co. (800)547 -9679 Bidder's Address P. 0. Box 230060, Portland, Oregon 97223 • . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 307548 C -61 Contr's Lic. No. & Classification 10/8/82 Date Del Val, Inc. Bidder S /John Del Val. President Authorized Signature /Title DESIGNATION OF SUBCONTRACTOR • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. No subcontractors will be used. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Del Val. Inc. Bidder S /John Del Val, President Authorized Signature /Title I FOROIGINAL SEE CITY CLERK'S FILE * BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, DEL VAL, INC. , as bidder, and UNION PACIFIC INSURANCE COMPANY and firmly bound unto the City of Newport Ten percent of the amount of bid -- lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, California, in the sum of -------- - - - - -- Dollars ($ 10% ), payment of which sum well and truly i severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of Balboa Boulevard Pavement Subsealing 2350 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 14th day of I October . 1982. (Attach acknowledgement of Attorney -in -Fact) SICarolint, M_ Wilson Notary Public Commission expires 5/7/86 Del Val, Inc. Bidder S /John Del Val, President Authorized Signature /Title United Pacific Insurance Company Surety BY S /G. M. Dunning Title Attorney -in -Fact • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 8th day of October 1982. My commission expires: October 21. 1983 Del Val, Inc. S /John Del Val, President Authorized Signature /Title S /Allison 8arbano Notary Public f• ORIGINAL SEE CITY CLERK'S FILIJPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. See attached pages. Del Val, Inc. Bidder S /iohn Del Val, President Authorized Signature /Title DEL VAL, INC. BALANCE SHEET AUGUST 31, 1982 ASSETS CURRENT ASSETS CASH IN BANK - GENERAL FISB 8,352.20 CASH IN BANK - PAYROLL FISB 44.45 CASH IN BANK- SPECIAL FISB 2,345.99 ACCTS RECEIVABLE TRADE 333,900.72 ACCTS RECEIVABLE RETAINAGE 21,581.78 ACCTS RECEIVABLE OFFICERS 2,213.27 ACCTS RECEIVABLE OTHER 2,820.48 COST d PROFIT IN EXCESS 61,015.50 INVENTORY SHOP d PARTS 45,974.33 INVENTORY BP RAW MATERIALS 7,417.28 INVENTORY BP FINISHED PRODUCTS 6,034.90 PREPAID EXPENSES 10,225.42 UNEXPIRED INSURANCE 7,544.19 ADVANCES 1,400.00 ----- --- -- - --- TOTAL CURRENT ASSETS 510,870.51 PROPERTY AND EQUIPMENT MACHINERY & EQUIPMENT 338,950.04 ACCUM DEPRECIATION (199,270.42) OFFICE FURNITURE d EQUIPMENT 61,841.44 ACCUM DEPRECIATION (44,138.50) AUTOMOTIVE EQUIPMENT 305,722.56 ACCUM DEPRECIATION (190,504.92) -- -- --- - -- - --- TOTAL PROPERTY d EQUIPMENT 272,600.20 OTHER ASSETS CASH SURRENDER VALUE LIFE INSUR. 4,879.92 ---- --- - ------ TOTAL OTHER ASSETS 4,879.92 788,350.63 -------- - - - - -- -------------- i EL V;11,L, IN • DEL VAL, INC. BALANCE SHEET AUGUST 31, 1982 LIABILITIES AND EQUITY CURRENT LIABILITIES ACCOUNTS PAYABLE TRADE 104,505.27 ACCRUED SALES TAXES 6,591.59 ACCRUED b WITHHELD PAYROLL TAXES 17,994.65 ACCRUED PAYROLL 10,399.12 ACCRUED INTEREST 1,789.42 AR NOTE PAYABLE FISB 141,735.02 CURRENT PORTION LONG TERM DEBT 56,250.00 TOTAL CURRENT LIABILITIES LONG TERM DEBT CONTRACT PAYABLE FISB 173,437.50 ' NOTE PAYABLE JDV #78 46,696.15 NOTE PAYABLE FDV #79 40,877.00 NOTE PAYABLE FOV #80 7,906.84 NOTE PAYABLE FDV #81 10,764.48 NOTE PAYABLE JOY #75 -A 1,987.44 NOTES PAYABLE DVL 20,000.00 NOTE PAYABLE RGM #88 11,964.85 yOTE PAYABLE JOY 087 5,000.00 TOTE PAYABLE DEL VAL #89 50,000.00 LESS CURRENT PORTION ABOVE (56,250.00) TOTAL LONG TERM DEBT DEFERRED CREDITS TOTAL DEFERRED CREDITS STOCKHOLDERS' EQUITY COMMON STOCK 8,785.15 RETAINED'EARNINGS 75,506.10 NET INCOME 52,410.05 --- -- --- --- --- TOTAL STOCKHOLDERS' EQUITY E V AL, lN C,. 339,265.07 312,384.26 0.00 136,701.30 ---- ---- -- - --- 788,350.63 i 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. See attached listing Del Val. Inc. Bidder S /John Del Val, President Authorized Signature /Title r m On ccr n co In n n L co I O T OM L^ tNlr` L M.cn 7—O O UNP Ld' C =.•ten C O �. w Cl n 0 0 O Y CCi x U E x U x 0 C)i d x In 9 x N Y O In O 1 4 0 h 1 C' 0 0 W —^ W M C C_" O L �` C t �[` v .` C l fa C Z > co ��JM O ON L • -In c? x 1 -- 1 roc m oc c 1 d d x cln c > X03^ L'^ - r xC 0 W 4CJ�In O t G. ti � C a+ OG cr.n �G.CN UG C: r^ c[` J F O O M k C O O N M M, C\ C a M r n N n O U Q C M C, C M n r, c U U W ' L C f 4 y T C Z V L) r z U H U N _ J C L C + ! C^ L O 1v ICJ J N K C' ._ 4 C9 N , U a � C t O ul L U } 1L- L •u N ' N 4- C c - U o0 > O N U U U i- W H OCr W C C1S O C') T V Z �U E U rv? } N G U _ ro fo C C y y IUV 7 D C m fUJ c y N O - W f +- +- U } } o ^ d m s` a ,no, v.ei • O 1v L m 0- J L n r d 4 > J m cc c do ° c� \ o 1 on on C) Lr ol co n � :• r N I> O:-jm \� m w w m m •a-a U r < _ a A � x 00 W C7 y O. < < < < < < < -i O 9 3 9 5 5 9 9 V O O G O 0 O r, m N 7 7 7 7 N LO 1 A n n c n c CU1 C�3 F F F (D F N F a y zi > > > D m W O O l::) - (O - Z a O 0 s O a O -• N C { IA G O O c C LC O m < 0 y 0) U O < U C7 { < n O n W L7 { CD n � c n O r cn CD a -n m a y s N (D N S , IT 7 F y r O O N C (D F 1 �<{ A •-i l 1 O \ ` � C r A n v >. < cJ uOJi c n J n y m 0 n -1 O Z N N S Z S W O W ON V O i G G N N ors o J 00 1(D iV I I n O ;p 1{ O x L7 OC { T C� m 1 a O C-J 1 0 0 n m Nom_ p �n X -• Ln X -• U, x O , -= G x x (D O x -. a •�- (D O D U� { N w A U -• .0 N j J' O` 3 U t .C5 A (D O Cr .Cr V N < -• G y7 N O N V r O 9 „� W V .J L V W W V l O V �.�• 4 O O w . a C) � P V� N^ Ino n Y c c > c t� } ' c c � U L C' N m 0 E c X p E O a O ^ M cr N C C Y N O O L Ln} ON - M1- N 0" l L O0 N aNN� N O Ln C X ^ L N O U O _ N Q N M M Q' •- ^ G/ X C` w C O� - C L X ^ N X U � m X Ln Lo W F- N O 1 0 0 m 1 3 C I p h O I U O 1 Y O m 1 Y O I W c M Q �- M m W c N LL M N !" X N N C'.` E h N 7 c3 m C L h LUG mM: >^ CC) -L(+ .O m m Ln m I•tn O > } N I U N > > • Y �I W O+ I t X } I 11 O n U 1. O V3 `{ 2 Q 0 l M V^ E U' L rn fJ X c n O N _ F M - M1 W } N 0 ••- N O O - O m O O L C m -C m• -O Lnc*cu �p >v �cev <r CL. 0- �n >L U r >a U W o c M c C. =3 Ln rn h p F � O 6 O M N I O C• N M U M C LP h h N N F U W � T O t C c C U + T c 1 . V- L } •O V J O N y < < U a ~ U V C c � N _ _ T m 3 N m L m oE O O d O +- +- UI U Ln Ln V T T w L m m 1 w c+ G . u o c N d M - c c m a rn c c C` o> cl O+ Y c c c c c } U Y Y Y Y Y re m m V m V m LL L � a on c c no N ppX Jtt]7 ' < 4 > J O O O Cl - J O C C.fi \ C: \ O O O 11 LJ � T 0 co I R /1 ^ \ \ \ O` \ J \ D U 0 m 0 0 0 < 0 0 Im r O 0 C> o N =f O i Oy r < 1 -01 O z�r n 0 X �i , _ C N N C9 u 6' < < < < < < < O v 0 (D m CD CD CD ti 0 `. O T Ln C C a C 0 0 0 Lo a N F X F F F N .� < CL (D _ - _ _ _ n 9> > CJ J 7 d — u n n 1:: u — v+ N N J Ci Ln W N N V CP D V V1 (k1 (D J vJ O a O J -i �O C� O () W O W O N O � .7 "p iz v "p D w' ; "7 r 0 CD • O 00 C, (D --n . . p . . c-) 0 • • 0 —C, O m W IA 1 0- w n O w •G O J ('1 J 0 A CD 1 D O N 1 -w r) I G O� F O< 1 F J< I x 0< 1 O -. '0 G`D -.• l JO O vO • • . • . . ,.,� . . �O W W 9 n r n N w O N o O m N— O O 1 0 C' I '� U (] 1 l� O n r % O CT -u N X X -. X J v -• X D n -• X Lo L4 O X n :J NIA 3 N O Oa o d T y J? 1 CD U A ` O D w A -• 7 JN p. IA N N N J:N N OC)w CD O — ti. µ JA (.�C' �'� W J, y >.Dp 0 A O_. p W W O rD 7 O� D J O J O G r3 a d - zz -• 1 o I.11 L W Iii (G CJ O J O D X -< 0 < -< O O O O Ll N i Oy m 1 -01 O n N 6' v m `. O 7 v Lo a r =r o' o < CL O �G -1 n 9> > ;7 O ICA d -I c ;,o -F (D O C C O -1 C7 - C > X - O 0 01 u N < - N p O c m C1 j m > N v+ N N J Ci Ln W N N V CP D V V1 (k1 (D J vJ O a O J -i �O C� O () W O W O N O � .7 "p iz v "p D w' ; "7 r 0 CD • O 00 C, (D --n . . p . . c-) 0 • • 0 —C, O m W IA 1 0- w n O w •G O J ('1 J 0 A CD 1 D O N 1 -w r) I G O� F O< 1 F J< I x 0< 1 O -. '0 G`D -.• l JO O vO • • . • . . ,.,� . . �O W W 9 n r n N w O N o O m N— O O 1 0 C' I '� U (] 1 l� O n r % O CT -u N X X -. X J v -• X D n -• X Lo L4 O X n :J NIA 3 N O Oa o d T y J? 1 CD U A ` O D w A -• 7 JN p. IA N N N J:N N OC)w CD O — ti. µ JA (.�C' �'� W J, y >.Dp 0 A O_. p W W O rD 7 O� D J O J O G r3 a d - zz -• 1 o I.11 L W Iii (G CJ O J O • � O O rJ r n r r v C) rn ° C, C, r m V r > m r T cr r C r O U _ r C M V'+ C' h rJ QJ } p } M— L N N ♦ M C T O N } N' d }< M L X N L O •— f !� L X If1 1 O' N M r r O H M, O X M a 0 r 3 I ~ w E 1 c— s F. 1 c O CJ 1 C Ic l O O j E i W fO h M 1c X 1c h M C C^ M U in C, N 3 p, Ic r M Z C V� F CT cn • .� tY E Cr < C kn O CO G N E O . h �N to C N r N • is 01 UI M>C Lam— N r 7N > �^ C L X is N� O �s O N L X (c N -� C M C X N to } X C (� L X fc 1f1 J w N, O.. O O -- OUC>- UC Y Un JLn wC, Jp n r- s W U' C r in < a O cr. ol C r r v r N U In H U w T .pv } G Z X j O r f O C N U r < m < O Z Y O 1 _O L C O J L i C } o +- L O -0 0 — c 2 2 U f U G T F- Y w n O n C r ~ CC^ 0 O C Cr"C C? �� ° C FX C F O N F < i rn G rn Cn m cM C C C C C C O u u V V U ro to to to w C } } } N r- d C C c ac C) k rn > � p r > > n O 0 N o d d d a G J et > J p \ r W 0 Q( o O T \ \ W w A LP rn o+ > O � to O O o %D V �O m -A O r < � C�o r a i \ - X uj rn r 1 d cp 7C O. K < CD o c < 3 c _. o < 3 _3 0 0 1 0 ol � O c .T 6 '� O J o O O 1 - O O m C O N O O` (� N 7 N 7 lf( 6' X 1 O (p m X 1 N + N j j< _ O y J{ C) N 7 L7 N W C n N C X0 J W ON 1 — t) O O+ -• . to W 0 — .0 1 to { 3 w .r O i c c c c u - -X U 10 x N 0 J O S r n c cr -• x o 1 n= 1 - 1 7— O 3 0 > 3 m A VI O -f J n N t J -• 3— W to 'W O :C7 = O 7 ^J C N 7 l Vl x L c u - - .TN u �•< 1 W i J U { { O L O 7 �A (D ul > > J V > N N > X i X ( w (D J (D \' O O 7 v O C] 1 GO Vf N V1 _ yl 1 l 1 1 O { { ... .r A W 7 r :� n m Q © x X c o n C N > N ti N > X f c) < U > O � N s C�o rn r N N S O O. -0 N '*i cp 7C N C) V1 K J 7 .n r W m Vl o C) O CD A O 0 0 1 0--o O c .T 6 '� O J o O O 1 - O O m C CT W W 7 N O O` (� N 7 X -• W— lJ1 �G lf( 6' X 1 lP 0 X= � CJ X 1 N j< _ O y J{ C) N 7 L7 N W C n N C X0 J W ON N C — t) O O+ -• . to W 0 — .0 1 to { 3 w .r N O O -+ 0 3 �n ;u r 1 >CD O 1 - -X U 10 x N 0 J O S 0 W vZ) n�'7 1 n= 1 0 (D 1 7— O 3 U > 3 m A VI O -f J n N t J -• 3— W to 'W O :C7 O J O = W > { = A > -• :- -+ N (D X l Vl x �} N .O7 NN .TN -f �•< 1 W i J U W O �A (D ul > > J V 0 CD ( w (D J (D \' O 0 GO C O { • } T 4 O ro s m O p rn rn ca ^ z� C M ~ C r r G N' N U •� } W m r ♦- o r z m c •- e L kc) 0 L- O r LC C ...� d X In L X >n C O 3 C U +. _ O VNi C d: F- M 01 1- M C 0 a R X [' P') G• �� . w E 1 E 1 C L I tJ O— 1 nJ O 1 G 1 F 1 W' r r M 10 M1 M L O C1 c T r e Z Cln Ern O'In EL* C U—� _ Cf) cC, c C, }p ON NZ Lr OM ONC.O vIM >c C Or — Y I _ Y 1 —} I Y C VI I E 1 d 1 L N •� I J w L X r to L X C h r V ? X C N C X O O� M r, 0— 10 0-- o- C c U O C) 0 C) • O C r O r— L O M 0 r 0 O L� D O Q u-% L) C, T� U[^>-N C � L ^N c CC CN Q' L7 W C: Nc � U H O G _ �„ UP Cr M C C` n N a, F- C C — C O kfl . n r < r In - m In r In U to W p •'f X C N ~ — 7 Q t✓ C z � � r F - n c o C V C W - c r a _ +- m +- c G r L o 1 c w L^ - m n c c 1 1 G O 10 m N G U CL F- M } } } M M U U U } U U •L7 Ul N } N N U C C C N •- P p (tj N. C wl ~ pc ~ OC H C. C c ° o H F a C C O 1 Y C C r C C Y Y Y m IO r to tU0 r 1L Ll N W C c 1 P EEU' G F�F N > FC EC EC U N > 1111 V m m r0 10 > r i0 c a e CL a a N c _ r px JC? r. G < > J Ld C• cc m r w . O < m m - \ \ J o J J J �D'1 m m a x m r > > ro m i 1 C C G 6 !7 -' n O J w - X d H > > C�l LID 4 O L7 J rn m LO 7 LO v• m �Or � r � D > U O- X o. _o J O N N w cm i 7 -I J D N O O O J j -C N N i 7 4 1 1 1 n 4 4 U' N n O r cn O d 01 O < c 4 a m -1 o — r u 0 0 a 7 + F - > m i 0 O O 'I J � n \ o W 0 G N C 'L s n ? O A v > C _ •D C N-0-Or WLn NJ Li Nn�U OG 00 0 • O G a CD 00 O m C n — -- n C C 7 I G Om 1 4 o a, 1 0 0 0 �v wCD ms i,+r�v cn d n N n CO "o y�� OpO r CD W iO4 (; w<-: O C C N C N i C N U 4 - J 7 W tN A � L7 J rn m LO 7 LO v• m �Or � r � D > U O- X o. _o J O N N w . 0 Page 8 N O T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be pr iovded for a YPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. ` . Page 9 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 25, 1QR2 has awarded to Del Val, Inc. hereinafter designated as the "Principal ", a contract for Balboa Boulevard Pavement Subsealing (C -2350) 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 DEL VAL, I N C, as Principal, and United Pacific Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of twenty thousand two hundred forty and no /100- - - - - -- Dollars ($ 20,240 ----------- ) , said sun 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 3250 of the Civil 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 4 i Fl • ` Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 i 9t strument has been duly executed by the Principal and Surety above named, on the day of November 1982 Approved as to form: City ttorney DEL VAL, INC. (Seal) Name of Contractor Principal N horized Signature ancr Title Authorized Signature and Title United Pacific Insurance Companj (Seal) Name of Surety P.O. Box 5669, Portland, Oregon 97228 Address of urety ign re Title o uthorized t . h1a n unning, ttorney -in a�i F ress of Agent 111 S. W. Columbia, Portland, Oregon 97201 Te ephone No, of Agent FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 25 1982, has awarded to Del Val Inc. hereinafter designated as the "Principal ", a contract for Balboa Boulevard Pavement Subsealing (C -2350) 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, DEL VAL, INC. _ -- _ - - —— _ - -- as Principal, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Twenty thousand two hundred forty and no /100----- - - - - -- Dollars ($20,240.00 ------- ), 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 0 Faithful Performance Bond (Continued) 0 Page 12 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 _ 9th day of _November 1982 Approved.as to form: City Attorney DEL VAL, INC. (Seal ) Name of Contractor (Principal) ��// !/ ri 1'✓ 4 Vorized ALZ_ignature and T tle Authorized Signature and Title United Pacific Insurance Company (Seal) Name of Surety P.O. Box 5669 Portland, Oregon 97228 Address of�Syrety Signa n aYie nVtonori ct nt ng rey ac Fred. S. James & Co. 111 S. W. Columbia. Portland. Oregon 97201 ddress of Agent 503 - 248 -6400 Telephone No. of Agent 0 0 0 UNITED �CIFIC INSURANCF�OMPANY HEAD OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duty organized under the lave of the State of Washington, does hereby make, constitute and appoint G.M. DUNNING of PORTLAND, OREGON - - - -- its true and lawful Attorney -in -Fact, to make, execute, Mal and deliver for and on its behalf, and as its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof, This Power of Attorney is granted under and by authority of Article VII at the By Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows. ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chanman of the Board, any Sensor Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to let appoint Attorneys in Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof, and lbl to remove any such Attorney -in Fact at any time and revoke the Power and authority given to him. 2. At for neys-in -Fact shall haw power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, racognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertaking,, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys -m -fact shall haw power and authority to execute affidavits required to be attached to bonds, recognizances; contracts of mdem miv or other conditional or obligatory undertakings and they shall also haw power and authority to certify the financial statement of the Company and tc copies of the By -Laws of the Company or any article or section thereof. This Power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 51h day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed. "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile Baal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF.the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereto affixed, this 30th day of July 19 82 UNITED PACIFIC NSURAONCE OMP NY _ 9i SEAL Oo_pd Vice President STATE OF Washington COUNTY OF ss. King On this 30th day of July . 1982 personally appeared Charles B. Schmalz to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and assessed the late going instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By-Laws of said Company, and the Resolution, set forth therein, era still in full force. My Commission Expires: May 1 .19 86 M;: ; Notary Public in and fa State of WaAington Residing at Tacoma I, Charles J. Falskow . Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and forego,ng n a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I hew hereunto set Z� rrty hend end affixed the seal 01 said Company this dory of C r/,e. yrr /Rpm( 19dz. -- C BDU-1171 Etl. 9/80 a icon � Assistant Secretary- t/% -'+- �A City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED DEL VAL, INC. P. 0. BOX 230060 PORTLAND, OR 97223 CERTIFICATE OF INSURANCE • Page 13 Company A CONSOLIDATED AMERICAN INSURANCE CO. Letter Company B MISSION NATIONAL INSURANCE CO. Letter Company C Letter INDUSTRIAL INDEMNITY CO. Company D Letter Company E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.thc- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: s� i214 mar ��Q_ _ Agency: Fred. S. James & Co. of Oregon ' Aut oh rized Representative 11/9/82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Balboa Boulevard Pavement Subsealing Contract No. 2350 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. RE Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ 500 $ 500 A Premises - Operations CSB1834 Property Damage $ 100 $ 100 Explosion & Collapse Hazard Ix 0/1/83 Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation .AUTOMOTIVE LIABILITY A ❑x Comprehensive Form CSB1834 6 Bodily Injury $ 500 10/1/83 (Each Person Q Owned Bodily Injury $ 500 Each Occurrence ❑ Hired Pro ert ama a 100 Bodily Injury and ❑x Non -owned Property Damage Combined $ EXCESS LIABILITY B [3 Umbrella Form MN02121 10/1/83 Bodily Injury C] Other than Umbrella Form and Property Damage Combined $5,000 $ 5,000 WORKERS' COMPENSATION Statutory ac C and RP848- 10/1/83 EMPLOYER'S LIABILITY 2195 $100 Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.thc- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: s� i214 mar ��Q_ _ Agency: Fred. S. James & Co. of Oregon ' Aut oh rized Representative 11/9/82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Balboa Boulevard Pavement Subsealing Contract No. 2350 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. RE 0 • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( X) Multiple Limits Bodily Injury Liability Property Damage Liability ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 500,000. each occurrence $ 100,000. each occurrence $ each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date,thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Balboa Boulevard Pavement Subsealing Contract No. 2350 Project Title and Contract No.). This endorsement is effective 11/10/82 at 12:01 A.M. and forms a part of Policy No. CSBI83436 Named Insured Del Val, Inc. Endorsement No. TBA Name of Insurance Company Consol i dated American In5. CcBy / /�� y�� C G c,r u' or zed Representative .v i CITY OF NEWPORT BEACH . Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: I. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5: The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. (x) Multiple Limits Bodily Injury Liability $ 500,000. each occurrence Property Damage Liability $ 100,000. each occurrence ( ) Single Limit Bodily Injury Liability $ each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Balboa Boulevard Pavement Subsealin Contract No. 2350 Project Title and Contract No. This endorsement is effective 11/10/82 at 12:01 A.M. and forms a part of Policy No. CSB183436 Named Insured Del Val, Inc. J Endorsementt No. TBA Name of Insurance Company,Consolidated American Ins. By Co. Authorized Representative • Page 16 CONTRACT THIS AGREEMENT, entered into this L1.4 day of _, 19 R2_1 by and be we n the CITY OF NEWPORT BEACH, hereinafter "City, and DE 1 _ , n c�, . , hereinafter "Contractor, "is made with reference to t e following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA BOULEVARD PAVEMENT SUBSEALING 2350 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: BALBOA BOULEVARD PAVEMENT SUBSEALING 2350 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Twenty Thousand Two Hundred Forty Dollars and No Cents ($). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • • Page 17 (f) Plans and Special Provisions for N (g) This Contract. Contract No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: 1,4 10 � )/ M a,, P, City Attorney CITY OF NEWPORT BEACH Del Val, Inc. Contractor By / sk (At It By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA BOULEVARD PAVEMENT SUBSEALING 23RD STREET TO MAIN STREET CONTRACT NO. 2350 INDEX TO SPECIAL PROVISIONS Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . 2 A. TRAFFIC CONTROL PLANS . . . . . . . . . . . . . 2 B. "NO PARKING" SIGNS . . . ... . . . . . . . . . . 2 VI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . 2 A. PAVEMENT SUBSEALING . . . . . . . . . . . . . . 2 B. MATERIAL . . . . . . . . . . . . . . . . . . 4 C. CONSTRUCTION SITE . . . . . . . . . . . . . . . 4 • r SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA BOULEVARD PAVEMENT SUBSEALING 23RD STREET TO MAIN STREET CONTRACT NO. 2350 I. SCOPE OF WORK The work to be done under this contract consists of subsealing the existing PCC pavement. All work necessary for the proper completion of the contem- plated improvements shall be done in accordance with (1) these Special Pro- visions, (2) the Plans (Drawing No. R- 5459 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1982 Edition), and 4 the Standard Specifications for Public Works Construction (1982 Edition), including supplements to date. Copies of the City's Standar Special Provisions and Standard Drawings may be purchased at the Public Work Department for Five Dollars (55T II. TIME OF COMPLETION The Contractor shall complete all work within sixty (60) calendar days follow- ing the date of award of the contract. The Contractor shall complete all work within thirty (30) calendar days following commencement of the specified work. III. PAYMENT The unit price bid for the item of work shown on the proposal shall be con- sidered 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. IV. WATER The Contractor shall make provisions for obtaining and applying water neces- sary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. SP2of4 V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide 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. A. TRAFFIC CONTROL PLANS The Contractor shall submit written traffic control plans to the Engineer for his approval a minimum of seven (7) calendar days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and effi- cient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. 3. Reopening of all traffic lanes upon completion of each day's work. B. "NO PARKING" SIGNS The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" sgns) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depart- ment, Traffic Division at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. VI. CONSTRUCTION DETAILS A. PAVEMENT SUBSEALING The Contractor shall subseal the existing PCC pavement by pressure grouting at locations shown on the plans. Pressure grouting concrete pavement shall consist of filling voids under the pavement slabs without moving or raising any slab or portions thereof, except as otherwise specified herein. • SP 3 of 4 Pressure grouting shall consist of drilling holes in the pavement slabs, pumping portland cement and fly ash grout through the holes and sealing the drilled holes with cement mortar. Drilling and Spacing of Grout Holes Grout injection holes will be drilled in a pattern determined by the Contractor, but shall be no greater than 10 feet apart. They shall not be larger than 2 inches in diameter, drilled vertically and round. Holes may be washed or blown to create a small cavity, to better intercept the void structure. The Contractor, in developing his drilling pattern, should consider grouting on both sides of any cracks or joints. 2. Pressure Grouting Grout shall be mixed in a grout plant consisting of a variable speed grout injection pump capable of a maximum pressure of 200 p.s.i., and a high speed coloidal mixer. A pressure gage shall be located immediately adjacent to the grout hose supply valve. An expanding rubber packer or hose connected to the discharge from the plant shall be lowered into the hole. The discharge end of the packer or hose shall not extend below the lower surface of the concrete pave- ment. The Contractor shall pressure grout one hole at a time, on a slab. When grout appears at any longitudinal or transverse joint, crack or adjacent hole(s), or when slab movement is indicated, pressure grouting shall cease. Immediately after the nozzle is removed, the grout hole will be temporarily sealed with a round tapered wooden plug. The wooden plug shall remain in place until the grout in the hole is not disturbed by adjacent pressure grouting. Pavement slabs that are found to rock excessively shall be pressure grouted in such a manner that will result in their surface conforming to the plane of the surrounding pavement slabs. In the event that the specified grout material proves unsatisfactory at any specific location, the Contractor shall cease pressure grouting at that location until he has received Engineer's approval for a substitute grout material. Substitute grout materials shall be provided at no add- itional expense to City. Pressure grouting shall not be performed during inclement weather. The Contractor shall take necessary precautions to prevent grout from being pumped or disposed of into any drainage or other opened struc- ture. Grout holes in slabs shall be filled with mortar, flush with the pave- ment surface. 9 • SP4of4 At the end of each shift, the area shall be left in a clean, swept and neat condition. The upward movement of the pavement in no event shall be greater than 0.05 inch. Pavement which has been raised in excess of the 0.05 inch allowable tolerance shall be ground or milled to the correct grade as directed by the Engineer at the Contractor's expense. B. MATERIALS Grout shall consist of a mixture of Portland cement, fly ash and water in the amount to provide a grout flow time of 9 to 16 seconds as measured by California Test 541. Flo w time measurements shall be taken at the direction and discretion of the Engineer, at no cost to the Contractor. Grout strength shall be a minimum compressive strength, at 7 days, of 750 p.s.i. No admixtures shall be used without written permission from the Engineer. Dry cement and fly ash shall be accurately measured by weight, if in bulk, or shall be packaged in uniform volume containers. Water shall be batched thru a meter or scale. 1. Grout material a. Portland Cement One part Type V or Type II b. Fly Ash Three parts Class F or Class C as specified in ASTM C- 618 -80, except that the loss on ignition for Class F fly ash shall not exceed 4 %. c. Water Fresh and free from deleterious materials or organic matter. 2. Mortar Mortar for sealing grout holes shall consist of one part portland cement to three parts fine aggregate or commercial quality "quick setting" mortar. C. CONSTRUCTION SITE During construction and throughout the entire period of the Contract, the Contractor shall maintain the premises in an orderly condition, free from accumulation of waste materials, rubbish and debris. Upon satisfactory completion of the Contract and before acceptance of the work by the City, the Contractor shall remove tools, equipment and materials and leave the work site with a clean appearance. • TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOA BOULEVARD PAVEMENT SUBSEALING (C -2350) Attached are four copies of the subject contract documents including insurance endorsements. Please have them executed on behalf of the City, retain your copy and the insurance certificates and return the remaining copies to our department. Stephen J..Luy Project Engineer SJL:jd Att. f .. 9g E } 4 t . - + .. F'. , y - - i �' i n 0 0 K Y w n `t z O N W O 0 m r 4 Y r .Z n O M Y 4) o m �a r+ (D w (m D 7 -S w �• w £ w o £ o K n w Y Y � o o m !D O O -S -A w K m 7 0 3 a c� £ K n w o o rD o m a M J N (� fD J J. :E h3 J t N K -�. C S 3 Y H (D N Y n w w C+ CD�w n w o 3 Or C w -A h K V O O •r O Y.A. rcwo Q "•11 [j J. 0 � K k rD r r n 0 w 0 0 � Y o � Y E w -1 0 < rc m Y y ' 0 0 1 z m f*7 m D• � f7 4f z m 0 . >IN o a c� c 3 • g a �rm m 3 d m N C"5 o � r O z a� n a , � c z o r m 0 N N .V N O a O 4 r4 ° Z 0 0 E o h -'• � a N T C5 ro cN,,n -Y a D. N I N Z 1 Z � w N ^ c CA Noz;,.•� o ~ i 1 z m f*7 m D• � f7 4f z m 0 . >IN .o �blN 3 flkf Ol D o a c� .o �blN 3 flkf Ol D c� c 3 • g a .o �blN 3 flkf Ol D a SEP 0 192? NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 P.M. on the 14th day of October , 19.L2, at which time such bids shall be opened and read for BALBOA BOULEVARD PAVEMENT SUBSEALING Title of Project 2350 Contract No. $27,500 Engineer's Estimate • \\ \\ Approved by the City Council this 27th day of September, 1982. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Stephen Luv at 640 -2281. Project Engineer 0 CITY OE_1gWPORT BEACH PUBLIC 96W DEPARTMENT ADDENDUM NO. 1` BALBOA BOULEVARD PAVEMENT SUBSEAL CONTRACT NO. 2350 October 4, 1982 NOTICE TO BIDDERS: Bidders shall propose to complete Contract No. 2350 in accordance with the.Proposal as modified by this ADDENDUM: PROPOSAL, Item No. 2: A One Hundred Weight (cwt) shall be defined to be 100 pounds (dry weight) of cement and fly ash or dry weight of substitute grout materials as pro- portioned in Section VI B of the Special Provisions. Please -sign- and date this ADDENDUM and attach it to.your bid Proposal. No bid will be considered unless this ADDENDUM is attached. Benjamin B. Nolan Public Works Director SL:jd �� �s � f, -�. ,' '�f °- �f•� - r: ?, .,.,:,�: �..�. ' '�1�,` 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PR la BALBOA BOULEVARD PAVEMENT SUBSEALING 23RD STREET TO MAIN STREET CONTRACT NO. 2350 1982 -83 PROPOSAI To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2350 in accordance with the Special Provisions, and will take in full payment therefor the follow- ing unit prices for the work, complete in place to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Traffic Control and Mobilization Sum @ Tlp.ry - seyr'4 Wu,vnado 6!w 1 ollars ---- /J0 rents $3 7 50 0-- $37SD do Lump Sum . • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 850 PCC pavement subsealing One Hundred Weight @ 1ViAr6T,eeV Dollars (cwt) and )rD/67— /j_ Cents Per one hundred weight (cwt) TOTAL PRICE WRITTEN IN WORDS: �(�wEHr��('iiauswND Twot�uNOa�o l�OR�CV — Dollars and N o Vents 30 ?5'9-49 G 6L Contractor's License No. & Classification Bidder's Telephone Co. 79 $ 19 40 $16,49000 DEL t/As- IN G . Bidder's Name) $ ZO 2 O 00 Authorized Signature /Title Bidder's Address P0, f3„f 230000 )000 -T L04AJa0 OR. 97Z23 • INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 30 �s - Contr's Lic¢� c . No. & Class6i ification _D9LVRL.9 //VG, Bidder kI Perms. A thorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address PA 3. 4. 5. 6. 7. 8. 9. 10. 12. DE-L. ✓A Li / AJ C-' Bidder �.� . Authorized Signature! itle • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Del Val, Inc. as bidder, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the amount of 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 bidder for the construction of Balboa Boulevard Pavement Subsealing 2350 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 14th day Of Octoher , 1 %2. 1J6 VkL_ InS Bidder G der (Attach acknowledgement of Attor y -in =Fact) u horized Signature /Title �i'etary u lic United Pacific Insurance Company Commission expires Surety / l� By Title rn G. M. Dun ing, tto -in-tact UNITED WCIFIC INsunANcAlboMPANY HOME OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly urgenind under the laws of the Suite of Washington, don hereby make, constitute and appoint G. M. DUNNING of PORTLAND, OREGON its True and lawful Attorney -in -Fact, to make, execute, awl and deliver for and on its behalf, and as its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and tested and attested by one whet of such officers, and hereby ratifies and confirms all that its mid Attorney ( sl -in -Fact may do in pursuance hersol. This Power of Attorney is granted under and by authority of Article VII of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978. which provisions are now in full force and etlem, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, tecognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him. 2. Attorneys -in -Fact shell have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertaking,, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indent mty or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Lam of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereto affixed, this 26th day of August 19 81 . UNITED PACIFIC INSU NCE OMPANY Si SEAL G i ✓�ri�r -W�i �/1'xr�A �� Vice President STATE OF Washington COUNTY OF King lss. On this 26th day of August , 19 81, personally appeared Charles B. Schmalz to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore- going instrument and affixed the seal of said corporation thereto, and That Article V )I, Section 1, 2, and 3 of the By Laws of said Company, and the Resolution, set forth therein, are pill in full force. My Commission Expires: v ZO June 12 ,1982 fAt�r• ��;;``• Notary Public in and for St le of Washington Residing at Tacoma Charles J. Falskow Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by mid UNITED PACIFIC INSURANCE COMPANY. which is still in full force and effect. IN WITNESS WHEREOF, I hew hereunto set my hand and affixed the seal of said Company this 14th clay of October 1$2 •t , .BDU -ta3t Ed. 4/80 l Assistant Sacrauiry -� Le NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 CrrrACi� 19gZ. My commission expires: /0 -_�/ -8 3 DES.. Vp, IN G. Bidder Rees. Authorized Signature /Title Notary Public • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. 5E6 A VTA-t—*160 PA,6&6 &L VAL Na. Bidder �d 1/j P2ES, Authorized Signature /Title DEL VAL, INC. BALANCE SHEET l AUGUST 31, 1982 ASSETS CURRENT ASSETS CASH IN BANK- GENERAL FISB 8,352.20 CASH IN BANK - PAYROLL FISB 44.45 CASH IN BANK- SPECIAL FISB 2,345.99 ACCTS RECEIVABLE TRADE 333,900.72 ACCTS RECEIVABLE RETAINAGE 21,581.78 ACCTS RECEIVABLE OFFICERS 2,213.27 ACCTS RECEIVABLE OTHER 2,820.48 COST d PROFIT IN EXCESS 61,015.50 INVENTORY SHOP d PARTS 45,974.33 INVENTORY BP RAW MATERIALS 7,417.28 INVENTORY BP FINISHED PRODUCTS 6,034.90 PREPAID EXPENSES 10,225.42 UNEXPIRED INSURANCE 7,544.19 ADVANCES 1,400.00 -- ----- - -- -- -- TOTAL CURRENT ASSETS 510,870.51 PROPERTY AND EQUIPMENT ,MACHINERY & EQUIPMENT 338,950.04 ACCUM DEPRECIATION (199,270.42) OFFICE FURNITURE d EQUIPMENT 61,841.44 ACCUM DEPRECIATION (44,138.50) AUTOMOTIVE EQUIPMENT 305,722.56 ACCUM DEPRECIATION (190,504.92) - -- --- -- - - -- -- TOTAL PROPERTY 8 EQUIPMENT 272,600.20 OTHER ASSETS CASH SURRENDER VALUE LIFE INSUR. 4,879.92 ---- ---- - - - - -- TOTAL OTHER ASSETS 4,879.92 EL VAL, IN 788,350.63 ----- --- - - - - -- -------------- • DEL VAL, INC. BALANCE SHEET AUGUST 31, 1982 LIABILITIES AND EQUITY CURRENT LIABILITIES ACCOUNTS PAYABLE TRADE 104,505.27 ACCRUED SALES TAXES 6,591.59 ACCRUED d WITHHELD PAYROLL TAXES 17,994.65 ACCRUED PAYROLL 10,399.12 ACCRUED INTEREST 1,789.42 AR NOTE PAYABLE FISB 141,735.02 CURRENT PORTION LONG TERM DEBT 56,250.00 TOTAL CURRENT LIABILITIES 339,.265.07 LONG TERM DEBT CONTRACT PAYABLE FISB 173,437.50 NOTE PAYABLE JDV #78 46,696.15 NOTE PAYABLE FDV #79 40,877.00 NOTE PAYABLE FDV #80 7,906.84 NOTE PAYABLE FDV #81 10,764.48 NOTE PAYABLE JDV #75 -A 1,987.44 NOTES PAYABLE DVL 20,000.00 NOTE PAYABLE RGM #88 11,964.85 yOTE PAYABLE JDV #87 5,000.00 107E PAYABLE DEL VAL #89 50,000.00 LESS CURRENT PORTION ABOVE (56,250.00) ----- --- - - - - -- TOTAL LONG TERM DEBT 312,384.26 DEFERRED CREDITS TOTAL DEFERRED CREDITS 0.00 STOCKHOLDERS' EQUITY COMMON STOCK 8,785.15 RETAINED EARNINGS 75,506.10 NET INCOME 52,410.05 TOTAL STOCKHOLDERS' EQUITY 136,701.30 - -- ----- - - -- -- E VAL, IN C� �� 788,350.63 ---- ---- - - - - -- -------------- • • 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. DEL. VA`, 1&( Bidder PQ Es. ut orized Signature /Title I m r } Le o O r m ^ r rm N L1r 0 Nr N m O T OrM O } PJ Lh L M. _ O} O r0• L Mr G O G, N ^ } LO <N YLO} q) U M,nIr M N N C < •- U a` L 0 } N K W (D al O} N LO N N X U X O O 6 X X o N W N 11 M Y I — N m M Y O c L"` O C 1 C r C O L- [�' L C} L(� a CO mm` f' C m a, C — • } Ir d E N •- • N LL1 T • > 1 1 0 C` N 0 C 1 Np 1 +- c, I C Z N X cn CO} > N L m c• N 3 V L — r X N W _ fo <�LnU O NNmO oa W a V: r a CN C ^�C'' S C• J w O O O M V C O < Z O O O O M M O a M c r tO o O L^ < C N 7 U y W L < s G } U ; O Z U < C^ - U N L I 1- +- ro m J J L C } O m ff } — U L o m m _ J . m N U a C t O an C •- } U N U m } U } L L U N i- L N — N } C — C U L O N r U< U W< c [, w Z F O K C S O C� W F- FN 0 N C c J i U T F �U E m >.. •- z m C m m C cn C a` •- .- 3 n 0 fUa j C IUp fUJ lL Lo to L7 •- -� O C W } } U } } N ^ Ld C N a) C c J ro 0 C U CJ O 9 CN`t oC, F v x S U° C a C 11 m a - a m Ci O J N < < O H W 01 cc m O Q \ CP U? W • O O \ \ \ \ O a a ap r LO M N cel '3 > O ? m rn w w m m �4 a r — m o 0 o r < D D _ N G O• \ X CD — a a a oar oa o a o < < < <p <p < o ((<.� J J J J J 7 J N T n n n Q n Q n J F F F N F N X a CD O X J J J J J C J ca Lo LID 113 Z a Z a N a i O a O O D = c O O G c � O W p Z �• � c � n n _ y m C) o a n c n � < n o f - -• J J L7 D f c n o J_ > r Ln z a r O N N O p Q J F y r O N C (7 F { D .. C) � n > J N 3 a S Z a � n n y m m C) n O ? N i S rj N n •a i C ,O J A ,V �D N o �n vn .p U C -. J O J A O N 1 (> 0 O w O O u O p --I Vr G :•J "J a v, N a D OO O JO d U d Cu UO - O - a • O C) 0) • — m Ln 3 x :T a- x o X 'W ..: v, 6 n � \n J O 1- X 1 O 1 �j 1 (p J I - I a O T 1 O x 0 00 :✓ T C- m O J 14 O In X- "� 1 ) 0 0 tT x O 1 O n = O 1 r� 0 CJ :L x CJ 1 0 0 J• O X- m ;o _ U (D D 'S f N W rQ A U- .N U J I J J. 3 ,• W �J 1 ip N J) ..) C' - f.i -i N O IA 10 N p Cu v J 7 W b J v Qc W i c } a Q V _ L L f ^ ^ (r O O O N c C14 (71 N M r 4 r p Y O r Z r r r U A c c 1 F C } Y 0 N cr O O L 10 L L } L } O ULC'N E�XX do E CYO [r 5, 0 nO ^ NO C NOO N X O N M F- 0 NO - ._• N a N N L lf\ 0 T l[1 C L N O 0 O O < 0 J fY • •- ^ 0 X L^ w Cc O� — C t X In X an �^ N X N 0 W F N C M 0 0 10 I 3 C I C: r 0 1 U O 1 Y O fo 1 Y O tC I f CO 10 W c -N L M In Ln X N 0C^ E r VI L, E r } 0111 -N 0 U -N r IC (T 10 ••C N > c c (7 > t 1 L O t 1 t!\ } 1 X t I O 0 1 O U 1 O z 00 L M UN E U" LM 0 X C 1(1 - ON - �C M - 19M IL }N 00 • —^ N 00 - O IoO 0 z 10 . -0 m — C) C In a, r- 3C> u� F-r C� <C ^�n Z(1. C vn >C UL` > C UL- W U~ �c,[+ O O �f� n C i < z EE } } 1° 5 O O O > H �D cc U L^ O r�'1 N UI �(` L O ¢. Q ^ T O C N ^ 0 T M r Ir O 0 0 3 T I(� O. CD - C 0 0 c } a C, z (r O O O N U (O 4 p Z H U A c c 1 F C } Y M O O L 10 L L } L } O N p [r — +- C^ - U L L L T 3 O O 0 0 J U > C < (^ _U C } c c � >� 0 L C C N O d 3 N L L n EE } } 1° 5 O O O > U UI U L T T ••- 0 T LU O 0 0 3 T CD - C 0 0 < U O C w a to m ro Fx- CT if c 3 7 IUO m L O L M O C7 } {- } } } } N W - 00 r0J 0 U y [0 > > > > > > U 0 fY F ro C Ic 0- is 0. io CL m C is CL Z N O - oXO a � Q Q ^ > r J O o co OD cr) cn 0 0 0 c w o ¢ � o ON ON co M m w Im — r O. o N o 0 o --1 O N r• < ? D > ➢ L) U z r N I\ O vl .O co Co X- LO - O C z VN C N O J Z D W C` U v 0 a C) -i (7 < < O < N U O Iro ryry< ��<pp �<(Dj c<(pp 3<D � N N (D N r. (D O m W :., O N J J J J J J J O Om Cl (D N W V1 1 Q w n 10 0 T 1 3 0 0 1+ N n 1 D! O c.. x U< 1 F J< I F 2< 1 c ay a O O s c Q n n n n v J '1 Z. CD C, ✓, V ) .T F F F F N A G T G . 1 ti .O Ci. W 1 -1 O '< J U; 'l 0 C N'O I n .✓ Li 0 C- N 1 n J 1) C (D 1 u O n m . X O p J J J J .l -• d W O X T .:i .O (D D L.0 LO Lo J N O� J (C ., J (D J d C) O J N __ `< LT 7 ,- n D .Ti x < J W < O J OD 0 fJ J Iz 0 N J O C) cx — (' q (D O + J A C: C G O G t,o N N -t X A O v O O O U, O m --I O J j O w n 6 < v w a W W W J J V E W O O • � d O O 0 H < J 7 -i •' ca < m r r' o' a o < - o G < n C, c M d F J 0 O J O (n c r J 1 d 1 c i (D J A J G v+ n C) -i x r - J O < m m > D m :) -i w N N ? ➢ L) U vl .O co Co ::i O C z VN A O J Z D W C` U v 0 a C) -i (7 O N U -1 Iro Nr--I -u z 4. C) JO Z �o'D D W :., J> 77 0 (D • O Om Cl (D W V1 1 Q w n 10 0 1 3 0 0 1+ N n 1 D! O c.. x U< 1 F J< I F 2< 1 7 N J J -+ J '1 Z. CD C, ✓, .T 0 L 1 (D DI CO — O G T G . 1 ti .O Ci. W 1 -1 O '< J U; 'l 0 C N'O I n .✓ Li 0 C- N 1 n J 1) C (D 1 u O n m . X O O+ 'D N X X - X :✓ J+ -• X .l -• X :J W O X T .:i .O (D D (D O O G O — O J N O� J (C ., J (D J d N N J N O ;u n l LT 7 ,- n CD A aa O J W A -• J J OD 0 fJ J Iz 0 N J O C) cx — (' q (D O + J A C: C 17, :J W D w G X A O v cu W O U, O n O _ G _ 6 v O W W W V E W O • � d C) O O 0 i f C) ON > co A cr r < r o v r Il C M n �N L M - c } M cm0r +}' N, 'D t M X In —} Q M L X Vl L _ O Ill < 11 L X Ill O X M o 0 r 3 N (D r N1 Li E 1 c- I E 1 F O C) 1 ¢ i0 I O O 1 E 1 W Ar M 10 X� Tr M c (+`•pM pl to ON 3 O` 10r M ,] Z C In F, O, N •- In 7 ill E C ¢ c%L) t O N N - O co Of to E O, r 7N to C N r �N • f0� NM>V L.-- N r 7N 0 N I - L X C N N I(? O N L X 10 N -- L7 M C X 0 In •N X C N L X m In W 10 O O- L OtO n O O- - M0 L O (00 O— O A O O- UC`YIn LL r" C- ,O C-) C- LL"a JIn WMJIn N LC- kn UC'YIn ui F- M N p7 C, r in o^ M C O C F- O ,O Lr r .- C C C¢ r r a r N U N r U W C� N } C Z X X C' tv 7 o r r c < o c^ N < N O Z Y O 1 1 O J O O O IO C L L c D O Q > r > J G 2 U U a r r r i n O r LLI n C 77 C) (<9 O C C C, C5 ° n I F < r O 71 < r rn n rn rn rn c M C C C C C C C Y C y y Y y Y 1 Y . A 7O U IO m tp n m IVO W M O N C C C C C C C r � U 0 0'UE C[EJ U CEJ 5EE1 O 0 • O IO rp i0 fJ �O �0 A E N O S X \ .( C J L" Z < < > J O O O • `O J cr r I OJ ^ \ \ r r oa oa o r _° _° o, m m N 7 (D iT d O Os JN 'm 0 < -• O m O N (7 J� { v7 :7 1t r G' m VI { •.-. / -O O c oc O 7 O O m O " a w J N O O� 0 N J x 0: x 1 U• 0 x x� 1 -♦• 1 0 c I LA + 1< O 1 F V) N J V1 N- J' w (D Y D` -L70 O,- <n x0 - W rn 'J3 v:.: NO o-} 03 vna A CD O l - X • a .J£ N LJ O (D W Ja Wtil W v a .m r 1 7 Q 1 J 1 O (D I :7 - cj 1 3 l a D I 3 m A l/� O �1 v d :V i -• - W CJ J N V '..! -i C; O J O J W ➢ {- A D -• ON 4 u (D N .:1 J N N - N -+ -< W -+ N d l i+ e X u7 < W< S 7 l v > (] J 0 In (D Cl D J •J a �: W (D J (p 0 N O w c O o.m . r < D D _ D z:ar X O N n w c i i a w a < < < < < < < o + ��< ( j C 0 C CL � � o m N + n ' CD ( (D m Jr + J+ { 'r o + J o W W { ' C) v v Q Q n n o o J O O J J a a C C N N J J L f - -4 7 O O L N N D X D N N D X y y X X U C CD J J c cn O O I I> < i A W 1 { A r r7 n n T T r r D o o c c < < > i iv O J 4 O J L L (T C CJ X X F F 4 C D D 1 P P C mz O O U C7 U C X J J J J m 7 -1 L) C) _ C Y J _ Y � Li N N L F 2" m O rn i1 a: z C p -- c z o m r C, a _ r m Z ON O� O, 4) O m F L x U r c N r n > o oar F m c O• -rn 0 N r n ¢ N M N N U t v r C m r }- O IC z m C •- r 1 M } M C¢ N N r O O ^- 0 L L X V1 L X Vl C O; C C) - } -^ U V o c o U FM O FM O N v O)XC LO cc o. 0 Li W E E 1 E 1 O L 1 a 0- i I N O I ¢ 2' I F- F I W to M 10r M L O Nr C)C? CO 'D 0, �p ¢ V�tn -'0 'D z fUr �In Ern o: ECn O U -IO = CO cc* cp. }o U' N Lr a O N ¢ t0 NM.» M 0) Or Y 1 C N I E 1 C) 1 L N •.- 1 Z L X L X (!1 C M f0 CC% U •- T X C N C X N W m 0 0^ 0 10 0 0^ 0 O� C) C •- • 0 0 0 a7 0 n^ L O to O CD �.� C) O LU U C; 7 } N U C' > 11� CID t7 N C a C N p' L1 N M W C J U'! M U } } } t Cam', o ¢ . O^ U m } a.. Ml C� n Ln tl � V L L L L L U } } C` L t }- - N N N U N N C Li r OC) F 2" a a: z -- c z o r co - n F c N c C v r C fo c L U T C C C 10 N N n !n N ¢ _ C: a F M } } } t } M U U V } U U V L L L L L U } } } L t }- - N N N t N N C � c c c •- c C r. C', C c ~ n Co 4 O I C c C C C C C Y a) N (if Y Y Y N Y Y C, T U V U U U u V IO 10 IC q IO fC o L M C N C c c c C C c r £ cEE� M a) C, rn a O Fc Em E £m f= a) ko O Y F > > G> > U > > > > • O m m m PJ m C N U M No =x c� n J � ¢ ¢ ^ 00 nf ¢I W O \ \ Odd n M N .- � 00 M • ! IID U . m J r co a m m {m O Y D z C r 0 o - x _ J N - co a l a a O < < c -1 O C C' a ¢ (p fTl N Z) J 7 J N + oj c c a s C -• CI n J a N 7 J - a c0 ;p 0 7 a 7 u > I O O m j CD N - N N + 1 + 1 1 � W N > ' + a + m + F D m (J Y -i Q + O o O 1 1 J Lo a u+ m 1 --1 D U a W a W C _ W W U N J A p 1 D W W :J O -i C) rd 00 00 • • C) Di fD 00 • O M — lP .A C1 -- — l CO C 7 l -" n 1 a O m I+ av `v:r , rm- W CD `. c O w a N —l7G d ry a s „� w m 0 D - O 1 770 J I -O m CD D < - 0 O D 7 W N G O v c c m C) a -r J A W W p W a • *October 25, 1982 CITY COUNCIL AGEN A OCT 25 1982 ITEM NO. TO: CITY COUNCIL By 'rho CITY COUNCIL CiTY OF NGWMV YGACH FROM: Public Works Department SUBJECT: BALBOA BOULEVARD PAVEMENT SUBSEALING (C -2350) RECOMMENDATION: Award Contract No. 2350 to Del Val, Inc. for $20,240.00 and authorizeL the Mayor and the City Clerk to execute the Contract. DISCUSSION: At 2:30 P.M. on October 14, 1982, the City Clerk opened and read the following bids for this project: Bidder Bid Amount Del Val, Inc., Portland, Oregon $ 20,240.00 2. James E. Lenihan Co., Torrance 23,350.00 * 3. R. E. Lenihan Int'l., Huntington Beach 24,042.50 4. Hunt Contracting Company, S. El Monte 25,725.00 * Corrected bid total is $23,250.00 The low bid is 26% below the Engineer's estimate of $27,500. Adequate funds are provided under Budget No. 02- 3397 -253. Del Val, Inc., the low bidder, has not performed previous contract work for the City. However, a check of references has indicated that Del Val, Inc. is a well qualified contractor who has successfully completed similar projects for other Southern California agencies. The project provides for the filling of voids under the concrete pave- ment on Balboa Boulevard. If sufficient funds remain after performing the Balboa Boulevard work, additional subsealing will be done on Bay Avenue between 13th and 14th Streets. This process consists of pumping a cement -fly ash slurry under the concrete roadway until the voids have been filled and a stable foundation for the roadway has developed. The location and size of the voids was determined earlier this year by a downward reading radar system, a non - destructive means of pave- ment analysis. Bid documents were prepared by the Public Works Department. All work shaAd be compld.;by November 30, 1982. Benjamin B. Nolan Public Works Director SJL: rb THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, . 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: September 29, 1982 ............ ............................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport each, California this 29dayof Septt}ffiber 1982 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625.' This space is for the County Clerk's Filing Stamp ►I PUBLIC NOTICE NOTICE INVITING BIDS Proof of Publication of PROOF OF PUBLICATION NOTICE I PUBLIC me tM �Mth n bTgvdv d ai 0 C2.4 3= oa � 19b da m which thw anaad aad i "2 ,t i C_on-3 September 27, 1982 CITY COUNCIL AGENDA ITEM NO. T0: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA BOULEVARD PAVEMENT SUBSEALING (C -2350) SE P 2? 1982 RECOMMENDATIONS: By. 69 CITY COUNCIL CITV OF NWMO11T ti44H 1. Approve plans and specification. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P. M. on October 14, 1982. DISCUSSION: The project provides for the filling of voids under the concrete roadway. This process consists of pumping a cement -fly ash slurry under the roadway until the voids have been filled and a stable foundation for the roadway has developed. The location and size of the voids was determined earlier this year by a downward reading radar system, a non - destructive means of pavement analysis. The repairs should reduce the rate of cracking and settling of the roadway. In addition the repairs may help to alleviate noises and vibrations felt by residents adjacent to the road. The estimated cost of the work is $27,500. Funds are available in the current appropriation for Backfill Voids Under Slabs Along Balboa Blvd. Account No. 02- 3397 -253. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by December 25, 1982. The location of the project is shown on the attached sketch. Benjamin B. Nolan Public Works Director SJL:rb Att. Lo p ro N c J� 1 it v 14 1 *; \1 It W rA ' P � \• 4\`i _ At y 4 �r " �� '' , Il Yl AW�I _ 'Y `� •� .. O\\ry \VV', 'r ,.. i �� ��]l C I Va [ea, '� �: OQ ` /r Z \\ S'.' ' ®t✓�1Fg1 1, I j} � .•K:; (T.—a ��" 1 wmwMi (v�`� � �` a5��' V�� J , y ci Zt ti All 1 L.' a n ' �: rrvea � ✓� � \� `d � [r°y V> '� of � `� �'s ��Ii, ! 4[ Y. t Y .�i '� t \"""��� V(�Q''!iA[ Win. JYw f b' CITY OF NEWPORT BEACH DDRAWN ED G. DATE 9 -17 -82 PUBLIC WORKS DEPARTMENT BALBOA BOULEVARD ¢ PAVEMENT SUBSEALING DRAWING No. EXHIBIT "AN