Loading...
HomeMy WebLinkAboutC-2426(A) - Cooperative Agreement, Campus Drive ResurfacingSeptember 24, 1984 Blair Paving Inc. 4071 East La Palma Anaheim, CA 92807 CITY OF NEWPORT BEACH OFFICE OF THE CCTV CLERK (714(640 -2251 Subject: Surety: Fireman's Fund Insurance Co. Bonds No: 7127512 Project: Cam rive Resurfacing /Bristol to MacArthur Contract Nd `i ' The City Council on August 13, 1984 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 August 28, 1984, Reference No. 84- 359801. Please notify your surety co. that the bonds may be released'35 days after this recording date. Sincerely, Wanda E. Raggio City Clerk WER:Ir cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE RETURN TO:REQ ES City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 84- 359801 VI l9Lt RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -9 H AM AUG 28'84 1 ` NOTICE OF COMPLETION IN MOW PUBLIC WORKS EXEMPT C1 'I o All Laborers and Material Men and to Every Other Person Interes e YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Cam us Dri North to MacArthur Blvd. (C- aaio,(o) on which Blair Paving Inc was the contractor, and F 4071 East La Palma, Anaheim, CA 92807 :man's Fund Insurance Co.. P.O. Box 19 was the surety, was completed. VERIFICATION I, the undersigned, say: �t'Y,il�Ya CITY OF NEWPORT BEACH 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 August 20, 1984 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the Zit�rk of the City of Newport Beach; the City Council of said City on August 13, 1984 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 August 20, 1984 at Newport Beach, California. City Clerk (Deputy) M I �E•wa °Rr 0 e CITY OF NEWPORT BEACH u s e.. OFFICE OF THE CITY CLERK mgt. NAP )714) 640-2251 August 20, 1984 Lee A. Branch O.C. Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Enclosed for recordation is a Notice of Completion for a Public Works project consisting of Campus Drive Resurfacing from Bristol Street North to MacArthur Boulevard, Contract No. 2426 on which Blair Paving Inc. was the Contractor and Fireman's Fund Insurance Co. was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr Enclosure (1) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE RETURN T0: City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICE OF COMPLETION PUBLIC WORKS 'I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 13, 1984 _ the Public Works project consisting of Campus Drive resurfacing from Bristol Street North to MacArthur Blvd. on which Blair Paving Inc., 4071 East La Palma, Anaheim, CA 92807 was the contractor, and Fireman's Fund Insurance Co., P.O. Box 1975, Santa Ana, CA 92702 was the surety, was completed. C�CII�Y OF NEWPP�ORT BFACH �/z'y�j�-;, 1 Public Works Director VERIFICATION I, the undersigned, say: 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 August 20, 1984 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am thee iCi�rk of the City of Newport Beach; the City Council of said City on August 13, 1984 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 August 20, 1984 at Newport Beach, California. City Clerk (Deputy) • TO: CITY COUNCIL FROM: Public Works Departme s BY THE CITY COUNCIL CITY OF NEWPORT BEACH AUG 131964 APPAO VED C- )Lia+� August 13, 1984 /3k) CITY COUNCIL AGE A ITEM NO. - it SUBJECT: ACCEPTANCE OF CAMPUS DRIVE RESURFACING FROM NORTH BRISTOL STREET TO MAC ARTHUR BOULEVARD (C -2426) 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 resurfacing of Campus Drive from north Bristol to Jamboree has been completed to the satisfaction of the Public Works Department. The bid price was $109,125.00 Amount of unit price items constructed 113,976.89 Amount of change orders None Total contract cost $113,976.89 After construction started, Orange County EMA requested that additional areas of deteriorated pavement be removed and replaced, re- sulting in the increase in the amount of unit price items constructed. Under the terms of a cooperative agreement, the County has paid $51,534.28, its share of the contract costs. partment. Funds were budgeted in Account Nos. 02- 3397 -255 and 02- 3383 -015. The design engineering was performed by the Public Works De- The contractor is Blair Paving of Anaheim. The contract date of completion was July 20, 1984. Benjamin B. Nolan Public Works Director GPD:kf 0 CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH, CA 926633884 OFFICE OF THE CITY CLERK (714) 640 -2251 FROM: CITY CLERK DATE: July 5, 1984 SUBJECT: Contract No. C -2426 Description of Contract Campus Drive Resurfacing from Bristol Street North to MacArthur Boulevard Effective date of Contract July 3, 1984 Authorized by Minute Action, approved on June 11, 1984 Contract with Blair Paving Inc Address 4071 East La Palma Anaheim, CA 92807 Amount of Contract $109,125.60 !�" " _ Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach TO: FINANCE DIRECTOR I I PUBLIC WORKS FROM: CITY CLERK DATE: July 5, 1984 SUBJECT: Contract No. C -2426 Description of Contract Campus Drive Resurfacing from Bristol Street North to MacArthur Boulevard Effective date of Contract July 3, 1984 Authorized by Minute Action, approved on June 11, 1984 Contract with Blair Paving Inc Address 4071 East La Palma Anaheim, CA 92807 Amount of Contract $109,125.60 !�" " _ Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach 0 0 July 2, 1984 TO: CITY CLERK FROM: Public Works Department SUBJECT: CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MAC ARTHUR BOULEVARD, C -2426 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. r 'Gi 1 Project Engineer GW:em Att: NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN.INSURANCE REQUIREMENTS WHICH MUST SE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. .�,._ i � �` �: ��� . _ n N Q .O G£O? O.O w i LN S O V fi m 45 O4 N 11 304 G i N � O M N Soo m I�t C+ N N '0 0) •o MOO N O D O kn C- i l N W 7 '�O•J n O• �• w O O O £ N n N �. o > G l• �O fi £.o o �O N y i N N C Gr • 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 11.00 A.M. on the 315t day of Ma v �, 198_4, at which time st bids shall be opened and read for • CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD _ Titre o roject 2426 Contract No. $120,000 Engineer's Estimate i;IQ N% Approved by the City Council this 14th day of May , 1984 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 Gilbert Wong at 640 -2281. Project Engineer I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD CONTRACT NO. 2426 PROPOSAL To the Honorable City Council City of Newport Beach 3300 N*port Boulevard Newport} Beach, California 92663 Gentlemen: PN 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2426 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price 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. 475 Reconstruct existing pavement Tons @ Forty -nine Dollars and No Cents $ 49.00 $ 23,275.00 Per Ton 2. 4,720 Cold plane existing pavement Sq.Yds. @ One Dollars and Twent three Cents $ 1.23 $ 5,805.60 - Per Sq. . 3. 3,350 Provide and apply reinforced pavement Sq.Yds. fabric, "Petromat ", or approved equal @ One Dollars and Thirty- Cents $ 1.30 $ 42355.00 Per Sq. Yd. 4. 2,760 Construct 0.12' asphalt concrete overlay Tons @ Twenty -six Dollars 4 and Fifty Cents $ 26.50 $ 73,140.00 Per on t. 0 5. 10 Adjust manhole frames and covers to Each finished grade i PR 1.2 @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 11500.00 Per Each 6. 7 Adjust water valve and monument frames Each and covers to finished grade @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 1.050.00 Per Each TOTAL PRICE WRITTEN IN WORDS: One Hundred Nine Thousand One Hundred Twenty -five Dollars and Sixty Cents $109.125.60 Contractor's License No. 294966 (714) 630 -9070 Bidder's Telephone Number May 31, 1984 Date M R PAVING INC. r S /Ben Day, President S r d - ut orize Signature it e '1 u., .1.1' n ' ' :1 MV- W.5•. • 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. 294966 BLAIR PAVING, INC. Contr's Lic. No. & Classification Bidder. May 31, 1984 S /Ben Day, Pres. S /Carolyn D. Anderson, Sec. - Treas. Date Authorized Signature /Title * ` . Page 3 DESIGNATION OF SUBCONTRACTORS) 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 B� a 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. BLAIR PAVING, INC. Bidder S /Ben Day, Pres. S /Carol n D. Anders2112 'e c.- Treas. Authorized Signature Title FOR OR *AL, SEE CITY CLERK'S FILE COP Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, BLAIR PAVING, INC. , as bidder, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF AMOUNT 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 CAMPUS DRIVE RESURFACING FROM RRTSTDI STREET NORTH TO MarARTHUR Rn111 FVARD 947f 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 95th— day of May , 1984• (Attach acknowledgement of Attorney -in -Fact) UPamela Urry Notary Public Commission expires 7/27/87. 10LI1I:i]d1118"W1 S /Ben Day, Pres. uthorTZed Signature /Title BYS /David L. Culbertson 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 31st day of May , 1984 . My commission expires: 7 -28 -1987 BLAIR PAVING, INC. S /Ben Day, Pres. S /Carolyn D. Anderson, Sec.- Treas. Authorized Signature /Title S /Linda R. Culbertson Notary Public FOR ORIG &, SEE CITY CLERK'S FILE COPY • 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. On file with City Clerk. BLAIR PAVING, INC. Bidder S /Ben Day, Pres. S /Carolyn D. Anderson, Sec. - Treas. Authorized Signature. /Title . 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. 1984 City of Pomona (714) 620 -2286 1984 City of Garden Grove (714) 638 -6886 1983 City of Fountain Valley (714) 963 -8321 1983 City of Costa MPSA (714) 754 BLAIR PAVING, INC. Bidder S /Ca fro lyn D. Anderson. Sec.- Treas. horized Signature /Title • Page 8 NOTICE 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 Kev Rat�in Guide: Property - Casualty. Coverages shall be provided for— T1 -TTPES 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. EXECUTED IN F }}BUR COUNTERS • Page 9 PREMIUM:NI:L2 _. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City 4*wport Beach, State of California, by motion adopted June 11, 1984, has awarded to BLAIR PAVING, INC.- hereinafter designated as the "Principal ", a contract for 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 BLAIR PAVTNG, TNC_ as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 60/100 ONE HUNDRED NINE THOUSAND ONE HUNDRED TWENTY FIVIVoll.ars ($109.125.60 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns; jointly and severally, firmly by these 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 r � ,' 0 • Page 10 f' Payment Bond (Continued), this bond, as required by the Provisions of Sections 3247 et the State of California. L` seq. of the Civil Code of And said Surety; for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of. JUNE 19 84 Approved as to form: City Attorney PAVING, INC. Authorized Signature and Title. -. Authorized i ature.an Title .. Seal) D INSURANCE COMPANISeal) Name o Surety 0. BOX 1975,SANTA ANA, CA-9Z702 Address of / Suret 74gnature and Title of ut orized ge—1 ent DAVID L. CULB&RTSON, ATTISRICEY -IN -FACT 940 N..TUS.TIN. A.VE. ANAIiEZ,dd� CA 9280'i` Address o gent iN - i i � ' ,o �/ �� � ate, 7!| ©] a w § 41 a � . /, w g 2 � w a § - ■ § / *a g.» co C> | �. \o AM %a C) _ U) « .0 k� I ■,|K3§)/ � u � � » � - . f k ) ! � � s- , � � ° =- . EXECUTED IN FOUR COUNTIOARTS 0 Page 11 BOND#7127512 PREMIUM: 655.00 FAITHFUL PERFQRMANCE BOND_ KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 11. 1984, has awarded to BLAIR PAVING. INC. hereinafter designated as the "Principal ", a contract for CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD (C -2426) 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, BLATR PAVTNC, TNC_ as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINE THOUSAND ONE HUNDRED TWENTY -FIVE 60 /4ln0lars ($ 109,125.60 ), 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 I :. 9 , • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of JUNE 19 84 BLAIR..PAVING, INC. (Seal) �Name of Contractor Principal) oZ Authorized Signature Ad T tle Aut orized Sig76r&e affid Title FIREMAN'S FUND INSURANCE COMPANY Seal) Name of Surety P.O. BOX 1975, SANTA ANA, CA 92702 Address of Surety a,p104u, -c auu I t,c u1 nuawr,ccu nycuk - DAVID L. CULBERTSON, ATTORNEY -I`1= FACT.. roved asf 970 N. TUSTIN AVE., ANAHEIM, CA 92807 Address of Agent City Attorney (714) 632 -9750 Telephone No. of Agent Cl) }; :7]0: -),<:/ 7 / 2 0 §// \ / \ {ak� ) ■��E 02 000 \a� il \!& n ƒ fl cr |9 ■= g E)\ . Q §E•§ ` w m�E a >i]� 0 j! §= B @. »/ ■!SQ E � § ®» {0CL 2 2io' �E�® % ■ \d »$ §kI� \ \? �[ / §9§� »w » »i� � �� pr §%0 �f ■ City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Blair Paving, Inc. IFICATE OF INSURANCE NG Page 13 Company A Western Employers Insurance Co. Letter company B Hudson Insurance Company Letter tter e C This Certificate replaces tter 4071 E. La Palma Suite "B" company D Certificate issued 6/20/64 I attar Anaheim, California 92807 cottony 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, th2•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by re"ered mail, attep tlon: Public Works Department. !��ij��_Aaency: Smith Newman & Adamson Ins. A etc zed Representative 2 8 Date Issue 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: Drive from Bristol St. North to MacArthur Project Title and Contract Number MICE: 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 811 the terms, exclusions and conditions of such policies, including attached endorsements. 111 Policy M1TS OOF LIABILITY 1N TliVUSANUS UUUL COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each g. ro uc Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard GL 01 A x Products /Completed Operations Hazard x Contractual Insurance x Broad Form Property Damage 0684 15363 2/28/85 Bodily Injury and Property Damage Combined $.500 $ 500 x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 500 AUTOMOTIVE LIABILITY A [Jx' Comprehensive Form [x] Owned Hired BA 01 0681, 15363 2/28/85 Bodily Injury Each Person `TIO i y njury Each Occurrence 45000 Pro ert arna e Non -owned o r y Injury and Property Damage Combined B EXCESS LIABILITY © Umbrella Form ❑ Other than Umbrella Form HL 02 090 2/28/85 Bodily Injury and Property Damage Combined $ 5,0OO $ 5,OW WORKERS' COMPENSATION Statutory 7 ac r Accident) and EMPLOYER'S LIABILITY 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, th2•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by re"ered mail, attep tlon: Public Works Department. !��ij��_Aaency: Smith Newman & Adamson Ins. A etc zed Representative 2 8 Date Issue 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: Drive from Bristol St. North to MacArthur Project Title and Contract Number MICE: 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 811 the terms, exclusions and conditions of such policies, including attached endorsements. 111 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. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ ( X) Single Limit occurrence Bodily Injury Liability $ 500 each occurrence and Property Damage Liability Combined 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: Campus Dr. Resurfacing from Bristol St North to Mac Arthur Blvd. 2426 (Project title and i;oncracc no.). This endorsement is effective 6/26/84 at 12:01 A.M. and forms a part of Policy No. BA O1 0684 15363 Named Insured Blair Paving, Inc. Endorsement No. i, .Name of Insurance Company. .0 • CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 1. 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. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability k ). Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 500 each occurrence 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: ect iltie This endorsement is effective 6/26/84 at 12:01 A.M. and forms a part of Policy No. GL 01 0684 15363 Named Insured Blrir Paving, Inc. _ Endorsement No. Name of Insurance Company Wrstrrn Employ rs Ins. Co:- ; tfF j u iorued Re resentative_ GENERAL OF ATTORNEY FIRMAN'S FUND INSURANCE COMPA KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the City and County of San Francisco. in said State. has made. constituted and appointed. and does by these presents make, constitute and appoint - - -- -DAVID L. CULBERTSON - - - -- its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name. place and stead. to execute. seal. acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof --------------------- - - - - -- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article V Ill, Appointment and Authority Assistant secretaries, and .Attorney -in -Fact and.Agents to accept Legal Process and Slake. Appearances. Section 30. Appointment. The Chairman of the Board of Directors, the President, any Vice- President or any other person authorised by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice- President, may, from time to time, appoint Resident .Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearance, for and on behalf of the Corporation. Section 31. Authority. The Authority of such Resident Assistant Secretaries. Auornev. in -Fact, and Agents ,hall be as prescribed in the instrument e,idencing their appointment, and any such appointment and all amhoriq granted thereby may be re,iked at am time by the Board of Director, or by any person empo,sered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of July. 1966. and said Resolution has not been amended or repealed: 'RESOLVED, that the signature of any Vice - President, .Assistant Secretary. and Resident .Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile. and any power of attorney. any revocation of any power of attorney. or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY bas caused these presents to he signed by its Vice - President. and its corporate seal to be hereunto affixed this 6th day of June , 19 83 J� cot STATE OF CALIFORNIA, j 7 ss. CITY AND COUNTY OF SAN FRANCISCO , FIREMAN'S FUND INSURANCE COMPANY " y'i.eRc,idem On this 6th day of June 19 83 before me personally came Ri chard Wi 11 i ants to me known, who, being by me duly sworn, did depose and say: that he is Vice- President of FIREMAN'S FUND INSU RANGE COMPANY. the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporatiom that the seat affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal. the day and year herein firer above w riven. OFFFICFIC RuuNWtuuuMNIIIIut1u111I1 /111u1u1/11 O��JG� IAL SEAL ir�l�'7f SUSIE K. GUERT NOTARY MSUC • CAIiFORt11A CITY a COUNTY OF SHI fWlasco My Commission Expires Nov. 17, 1984 CERTIFICATE IutMIMluu1 STATE OF CALIFORNIA, t CITY AND COUNTY OF SAN FRANCISCO I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY' CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been re,oked; and furthermore that Article V111, Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City and County of San Francisco. Dated the 19th tlay of `TUNE 19 84' .r, 750711- FF4$1 Resident A „tstam Secretary Page 16 CONTRACT THIS AGREEMENT, entered into this I4 day of 19 �, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci a hereinafter "Con ctor is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD 2426 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: CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD 2426 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 One and Nine Thousand One Hundred Twent -five and 60 100 Dollars ($109.125.60 This compensation includes i 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 (g) This 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: ��ii / ✓�I -/� /// APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH - F5' F44 1 CITY ,.VIY 1 AM, 1VM •______..a....- ..tea- .._.,, 'tz' �t'"'�.' """"��i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD CONTRACT NO. 2426 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. Public Notifications . . . . . . . . . . . . . . 2 VI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 3 A. Cold Plane Existing Pavement . . . . . . . . . . 3 B. Reinforcing Pavement Fabric. . . . . . . . . . . 4 C. Asphalt Concrete . . . . . . . . . . . . . . . . 4 D. Crack Sealing . . . . . . . . . . . . . . . . . . 5 E. Utility Adjustments . . . . . . . . . . . . . . . 5 F. Traffic Signal Detection . . . . . . . . . . . . 5 I. SCOPE OF WORK II. III IV. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD CONTRACT NO. 2426 The following work is, required to be performed under this planing existing pavement, (2) reconstruction of existing pavement, (3) placement of reinforced fabric, "Petromat," asphalt concrete overlay, (5) adjustment of utility boxes ;(6) performing other incidental items of work as necessar work in place. SP 1 of 5 contract: (1) cold mhalt concrete construction of and manholes, and y to complete the All work necessary, for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the plans (Drawing No. R- 5499 -S), (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Construction 982 Edition), 4 the Standard Specifications for Public Wor s Construction (1982 Edition), in- cluding supplements to date, and 5 Standard P ans for Orange County En- vironmental Management Agency (1983 Edition), Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for $5. Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. TIME OF COMPLETION The Contractor shall complete all work within thirty (30) consecutive days following commencement of the specific work, or by July 20, 1984, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, -and all other things necessary to complete the work in place and no additional @allowance will be made therefor. Payment for incidental items of work not separately provided for in the pro - posal shall be included in the unit price bid for each item of work. The substitution of securities for any payment withheld in accordance with Section 903.2 of the Standard Specifications is permitted pursuant to Govern- ment Code Sections 4590 and 14402. WATER The Contractor shall make provisions for obtaining and applying water neces- sary to perform his work. If the Contractor chooses to use City water, free • • SP2of5 of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. 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. The Contractor is advised that Campus Drive is a major arterial street carry- ing approximately 28,000 vehicles per day through the project area on week days and approximately 12,000 vehicles per day on weekends. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of five (5) working days prior to com- mencing 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 and phase 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. 4. A minimum of one eleven- (11) foot delineated travel lane in each direction shall be maintained.at all times. 5. All resurfacing shall be done during Saturdays or Sundays only. The Contractor can start at 5:00 A.M. 6. Vehicular and pedestrian access shall be maintained at all times to businesses and residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), notifications shall be required per Section VB herein,.and access shall be restored at the end of each work day. 7. Lane closures on Campus Drive will not be permitted before 9:00 A.M. nor after 3 :00 P.M. during week days. B. Public Notifications 1. "No Parking, Tow - Away" Signs Where any restrictions herein mentioned necessitate temporary prohibi- tion of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it VI • • SP3of5 shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742 and the Orange County's Sheriff Patrol Division,(714) 834 -2654, 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 di- mensions 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, or equally approved signs manufactured by Signal Flash of Anaheim (714) 871 -2224. 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 ap- proved by the Engineer prior to posting. 2. Notification to Businesses and Residents Between 48 and 55 hours before closing a section of street or alley or restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an ex- planatory letter furnished by the Engineer. CONSTRUCTION DETAILS Cold Plane Existing Pavement The Contractor shall cold plane existing A.C. pavement, as dimensioned and designated on the plans. Cold planing shall remove variable depths of A.C. to provide an overlay key at joins and over the width of the cold planed area. The Contractor shall not cold plane in areas to be recon- structed. The surface of pavement after planing shall be uniformly rough grooved or ridged. The grade shall not deviate from a suitable straight edge by more than 3/8" at any point. The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 60" wide with carbide -tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from O to 40 FPM. It shall be self - propelled and have a water spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being recon- ditioned and so designed that the operator thereof can at all times ob- serve the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maximum of 2" without producing fumes, smoke or dust. The planing machine shall have previously performed satisfactorily on similar work. • • SP 4 of 5 The Contractor shall provide a smaller machine to trim areas inaccess- ible to the larger machine at manholes, curb returns and intersections. The smaller machine shall be equipped with a 12" -wide cutting drum and be capable of being positioned without interrupting traffic or pedes- trian flow. During the operation, the Contractor shall sweep the street with mechan- ical equipment and remove all loosened material from planed areas. All loosened material shall be salvaged and taken to a City yard located at 592 Superior Avenue, Newport Beach, at the end of each day. The Con- tractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. B. Reinforcing Pavement Fabric Provide and install reinforcing pavement fabric, "Petromat," or approved equal, as directed by the Engineer and in accordance with the manufacturer's recommendations, and Orange County Environmental Management Agency's Stan- dard Plan 808 (attached), except as modified and/or supplemented below: 1. Prior to placing the fabric on the areas shown on Plan R- 5499 -S, the surface should be free of dirt, water and vegetation. 2. Placement of the hot mix overlay should immediately follow fabric laydown. In the event that the sealant bleeds through the fabric before the hot mix is placed, it shall be necessary to blot the sealant by spreading sand or hot mix over the affected areas. This will prevent any tendency for construction equipment to pick up the fabric when driving over it. The temperature of the asphalt overlay shall not exceed 275° F to minimize shrinkage and damage to the fabric. The Contractor shall not be allowed to place more reinforced fabric than he can resurface within the same day. Payment for this item, including crack sealing (see VI -D) asphalt sealant, sweeping, patching, and preparing the existing surface shall be made at the price bid per square yard of actual quantity of reinforcing pavement fabric installed and in place. C. Asphalt Concrete The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications and Special Provisions for Standard Plan 805 (attached) for Orange County Environmental Management Agency, except as modified and supplemented below: The City shall require individual tests for gradation, sand equivalend and asphalt content at no cost to the Contractor. The tests shall be conducted through the Orange County Environmental Management Agency Material Laboratory. 0 • SP5of65 A.C. base course shall be flush with pavement, except along edge of P.C.C. gutter. The Contractor shall construct A.C. base course 0.1' below edge of gutter. Excavation, subgrade preparation, A.C., and tack coat shall be included in the item for "Reconstruct Existing Pavement . . ." V The Contractor shall not be allowed to reconstruct an area greater than can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within the same work day. D. Crack Sealing All pavement cracks 1/8" or greater shall be sealed prior to application of reinforcing pavement fabric and A.C. overlay. Prior to crack sealing, all cracks shall be clean and free of dirt, water, vegetation, and any foreign loose material. Cracks between 1/8" to 1/4" in width shall be filled with suitable filler as approved by the Engineer. Cracks greater than 1/4" in width shall be filled with emulsion mixed with sand /aggregate or cold or hot mix. Grade of emulsion and mix shall be approved by the Engineer. f E. Utility Adjustments The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valves, storm drain manholes, and covers. Utility adjustments shall conform Standard Drawings Nos. Std.- 111 -L, Std.- 116 -L, Contractor shall be responsible for any damages suiting from his operations. Traffic Signal Detection and monuments, frames to City of Newport Beach and Std.- 511 -L. The to existing utilities re- The Contractor shall notify the Traffic Engineer (640 -2181) at least two working days prior to performing any work which may damage existing traf- fic signal detection devices. Any such detection device which is damaged by the Contractor shall be repaired or replaced at the Contractor's sole expense within ten working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. (714) 630- 4900,at the Contractor's sole expense. Signal Maintenance, Inc. shall provide a written acceptance of their in- spected work prior to the Engineer's final inspection of the completed work. I . SECTION I. MATERIALS I Asphalt concrete shall meet the requirements of Section 400 and these Special Provisions I Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of Section 400 -2.3. The viscosity grade of paving asphalt shall be AR 4000 or AR 8000 as determined by the The exact proportions of aggregate and the amount of asphalt binder for each type of mixture shall be regulated as directed by the Engineer. However, as a general guideline the 4equired asphalt content for Orange County asphalt concrete mix designs will be as f �, lows: Arterial Highways 3/4" (III -B -2) Base Course 5.4% (III -C -3) Surface Course 5.8% Non-Arterial Streets 3/4" (TII -B-3) Base Course 5.7% 1's (TIT -C -3) Base and Surface Course 6.0% The surface course grading shall be III -B2, III -B3, III -C2, or III -C3, as determined by Cie Engineer. Grading Mix III -D may be required by the Engineer in special cases only. I The sand equivalent and Stabilometer -Value (S- Value) requirements of Subsection 400 -4.3 j shall be the moving average requirements. Individual test requirements for sand { e- jivalent and S -Value shall be as determined by the EMA- Materials Lab. I Bike trail asphalt concrete shall meet the criteria as provided herein and the following moaifications: a. The amount of asphalt binder to be mixed with the mineral aggregate dhall j be between 6.51 and 8% by weight of the dry mineral aggregate. b. The grading shall be III -C3. Grading Mix III -D may be required by the Engineer in special cases only. SECTION II. GENERAL PROVISIONS Add to Subsection 302 -5.1, "General," the following: The combined aggregate grading for asphalt concrete placed on miscellaneous areas shall conform to the gradation for the asphalt concrete placed on the traveled way, unless otherwise directed by the Engineer. The amount of asphalt binder used in the asphalt concrete placed in dikes, gutters, gutter flares, overslde drains and aprons at the ends of drainage structures, unless otherwise directed by the Engineer, shall be increased one percent by weight of the aggregate over the amount of asphalt binder used in the asphalt concrete placed on the traveled WAV ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY STD. PLAN lu���" d: Rn 82-718 C.F. No /am., oirocior of abiic Worro 805 � RwbeA: JI \SPECIAL PROVISIONS - ASPHALT CONCRETE SHEET i OF J r� The asphalt concrete to be placed in areas which are designated on the plans as miscellaneous areas may be spread in one layer. The material shall be compacted to the required lines, grades and cross section. Dikes shall be shaped and compacted with an extrusion machine or other equipment capable of shaping and compacting the material to the required cross sections. In advance of placing asphalt concrete dike on asphalt surfacing, the surface shall be broomed clean of all loose and extraneous material, and a tack coat shall be applied. If the finished surface of*the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerances by either: (1) abrasive grinding (followed by fog seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3) removal and replacement. The method shall be selected by the Engineer. Delete Subsection 302 -5.2, "prime Coat," and substitute the following: When specified, a prime coat consisting of Grade MC -70 liquid asphalt shall be applied to the surface of the prepared base or subbase prior to placing asphalt concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.13 liter per square meter). Grade SC -70 and SC -250 liquid asphalt may be used when approved by the Engineer. Modify Subsection 302 -5.3, "Tack Coat," as follows: A tack coat of SS -lh type emulsified asphalt, where stipulated on the plans and specifications or required by the Engineer, shall be applied in accordance with Subsection 302 -5.3. AS 1000 paving asphalt may be used only when approved by the Engineer.- AR 1000 paving asphalt, when approved, shall be spread in accor- dance with provisions of Section 203 -1. Add to Subsection 302 -5.4, 'Distribution and Spreading," the following: Tarpaulins shall be used to cover all loads when directed by the Engineer. Unless otherwise permitted by the Engineer, the top layer of asphalt concrete for shoulders, tapers, transitions, road connections, private drives, curve widenings, turnouts, left turn pockets, and other such areas, shall not be spread before the top layer of asphalt concrete for the adjoining through lane has been spread and compacted. At locations where the number of lanes is changed, the top layer for the through lanes shall be paved first. Tracks or wheels of spreading equipment shall not be operated on the top layer of asphalt concrete in any area until final compaction has been completed or unless directed by the Engineer. The top layer of asphalt concrete shall not exceed 0.20 -foot in compacted thickness. Each lane of the top layer, once commenced, shall be placed without interruption. All screed extensions for paving machines shall be provided with a tamper, roller or other suitable compacting devices. ORANGE ODMTY ENVIRONMENTAL MAN MENT AGENCY STD. PLAN Aswo.ad �- {,l�SJ. Lc La = C.N. Air /ass. Dirat/dr of Public Wants Q O AdonW: nm. e2 -71e Ibwised: Q SPECIAL PROVISIONS - ASPHALT CONCRETE 7 SHEET 2 OF 5 Add to Subsection 302 -5.5, "Rolling," the following: Three - wheeled rollers as specified in Subsection 302 -5.5.1 shall not be permitted. Pneumatic rollers shall be required on lover layers only. Initial breakdown compaction shall consist of a minimum of three (3) coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both dlrec- tiona over the same path. A coverage shall consist of as many passes as are neces- eery to cover the entire width being paved. Overlap between passes during any coverage, made to insure compaction without displacement of material to accordance with good rolling practice, shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. For subdivision and permit work within the County, the final or surface layer of asphalt concrete 'shall not be placed until all on -site improvements have been completed. Including all grading and until all unacceptable concrete is removed and replaced at the direction of the Engineer. When specified, a fog seal of SS -lh or CSS -lh type emulsified asphalt shall be applied to the finished surface of asphalt concrete pavement at a rate of 0.05 to 0.10 gallon per square yard as determined by-the Engineer. Additional water shall he added to the material and mixed therewith in such proportion that the resulting mixture will contain not more than 50 percent of added water, the exact quantity of added water to be determined by the Engineer. The rate of applicattnn of the resulting mixture shall be such that the undiluted emulsion will be spread at the specified rate. Prior to placement of the fog seal, all dirt, mud, trash or other loose material shall be cleaned from the area to be covered. In addition to the provisions of Sections I and I1 for asphalt concrete pavement, the following provisions shall be adhered to when constructing asphalt concrete pavement, deep lift section, where shown on the plans or specified by the Engineer. Asphalt concrete base shall be spread at a temperature of not less than 230' F. nor more than 300' F., unless a higher temperature is ordered by the Engineer, and shall be spread and compacted In layers not to exceed 0.50 -foot In compacted thickness. When more than one layer of base course is required, the layers shall be of equal thickness. The following shall apply to spreading: 1. Each layer shall be spread with an approved spreading device which will deposit a uniform layer for a minimum of one traffic lane width. A motor grader shall not be used as the spreading device. 2. The minimum temperature of asphalt concrete for initial or breakdown compaction shall be 225' F. 3. Initial or breakdown compaction shall consist of a minimum of three complete coverages of the asphalt concrete and shall be performed with a two- or three -axle tandem roller weighing not less than 12 tons. ORANGE COUNTY ENVIRONMENTAL MANAGFMENT AGENCY STD. PLAN APprwsd at j CH N*I n , Director of ftbfic Works 1805 ad00%dl R" 77112 Rsvlssd. Rss. 79 -t72S , 92.7ta SPECIAL PROVISIONS - ASPHALT CONCRETE ISHEET 3 OF l�S e" SECTION III. DEEP LIFT PAVING Cont'd 4. For County- funded construction contracts, the initial or breakdown rolling shall be immediately followed by a motor grader with additional material to level irregularities and provide a uniform surface for subsequent lavers. Additional rolling shall proceed directly behind the motor graders and shall consist of a minimum of three complete coverages with a pneumatic - tired roller while the temperature of the asphalt concrete is above 180° F. 5. For subdivision and permit work within the County, when three or more courses are required, depths of next course shall be painted for the top two courses at intervals not to exceed 50 feet as directed by the Engineer. 6. The following layers of asphalt concrete shall not be spread when the under- lying layer is above 150° F. SECTION IV. BIKE TRAIL PAVING Asphalt concrete pavement for the bike trail may be placed in one lift by a self - propelled paving machine. All other provisions of Section I and II shall apply. SECTION V. OPEN GRADED ASPHALT CONCRETE Open graded asphalt concrete, where shown on the plans or specified by the Engineer, shall meet the requirements of Sec. 400 and these special provisions. The viscosity grade of paving asphalt shall be AR -4000 or AR -8000 as determined by the Engineer. The exact proportions of aggregate and the amount of asphalt binder for each type of mixture shall be regulated as directed by the Engineer. The requirements of Subsections 400 - 4.2.3, 400- 4.2.4,.and 400 -4.3 shall be replaced with the following: After mixing with asphalt binder, the combined aggregate film stripping shall not exceed 25 percent, as determined by Test Method No. Calif. 302. At least 90 percent by weight of the aggregate shall consist of crushed particles. The grading of the combined aggregates shall conform to G1 in the following table unless G2 is specified by the Engineer. ORANGE COUNTY ENVIRONMENTAL MA AGEMENT AGENCY (2g, -' C R. Re/sox, Director of WoAC Works Adopted: Res. 82-718 SPECIAL PROVISIONS- ASPHALT CONCRETE F�11 11C STD. PLAN 805, SHEET 4 Of 5 SECTION V. OPEN GRADED ASPHALT CONCRETE Cont'd OC - 3/8" OG - 112" Individual Moving Individual Moving Test Result Average Test Result Average 3/4" (19.0 mm) 100 100 1/2" (12.7 mm) 100 100 92 -100 9� -100 3/8" (9.5 mm) 88 -100 90 -100 71 -96 74 -93 1/41 (6.3 mm) - - - - No.'4 23 -42 25 -40 21 -44 24 -41 No. 3 2 -23 3 -22 2 -23 3 -22 No. 16 0 -12 0 -10 0 -12 0 -10 No. 200 0 -4 0 -3 0 -4 0 -3 The statistics, the basis of which will be the long term record of the plant, will be kept for each batch plant. Evaluation of gradation test results shall conform to the provisions of subsection 400 -1.4. Vie temperature of the aggregate before adding the asphalt, except for mixtures with latex, shall be not more than 275° F. The temperature of the aggregate for mixtures with latex shall be not more than 290° F. When the mixture contains latex, the addition of latex into the pugmill shall commence with the introduction of asphalt and the wet mix cycle shall be 50 seconds. Open graded asphalt concrete may not be stored in excess of two (2) hours. Before placing a layer of open graded asphalt concrete on existing bituminous pavement, asphaltic emulsion shall be applied at a rate from 0.05 to 0.10 gal. per square yard, The exact rate will be determined by the Engineer. The mixture, except for those with latex, shall be spread at a temperature of not less than 200° F and not more than 250° F. Mixtures with latex shall be spread at a temperature of not less than 225° F and not more than 275° F. Open graded asphalt concrete shall be placed only when the atmospheric temperature is above 60° F and it shall be rolled only with a steel - tired, 2 -axle tandem roller weighing not more than 10 tons. E I GEORANGE COUNTY ENVIR ONMENTAL AMA�A�/ �/MENT AGENCY ADpraed c(jS✓/7.1Y X�fL C F. NNaon, OireClor Of fLOfiC Works Adopted: Rec 82-718 SPECIAL PROVISIONS- ASPHALT 10 STD. PLAN 805 CONCRETE ISHEET 5 OF El j GEOTEXTILE FABRICS General Requirements All geotextile fabrics shall consist of rot -proof polymeric filaments, oriented multi - directionally into a stable network such that the filaments retain their relative positions with respect to each other. The fabric shall be mildew, insect, and rodent resistant and shall be non - reactive to chemicals and minerals commonly found in soil. Fabric shall have no flaws or defects which could significantly alter its physical properties. Fabric shall be furnished in a protective wrapping which shall protect the fabric from ultraviolet r.%diation, and from abrasion due to shipping and handling. Unless otherwise stated, if the fabric is to be exposed to sunlight more than one week, the fabric shall be ultraviolet stabilized. Fabrics shall satisfy the physical property requirements listed in Table I, except as noted. The work involved shall consist of placing fabric of the type specified at locations and grades shown on the plans or as staked in the field, in accordance with these Special Provisions. Any fabric damaged during its installation or during its use shall be replaced. Torn or punctured areas may be repaired with an additional piece of fabric large enough both to cover the damaged area and satisfy overlap requirements. A certificate of compliance, mill certificate or affadavit that the fabric to be installed meets minimum requirements in each principal direction, signed by a company officer authorized to sign such documents, shall be furnished to the Engineer before_ installation. Thr: Engineer shall determine the adequacy of submitted documentation. Filter Fabric (embankment and /or riprap stabilization) Fabric shall be placed on surfaces free of obstructions, depressions and debris. Fabric shall be loosely placed and not placed in a stretched condition. Fabric shall be placed in direct contact with soil, with no bridging allowed. Overlaps shall vary from 18 to 36 inches wide, depending on stone size and subgrade stability, and shall be approved by the Engineer. Overlaps should be oriented perpendicular to stream flow, with open ends facing away from flow. If overlaps are placed parallel to stream flow, the open ends of overlaps shall face up. Securing pins at least 12 inches long with ly" diameter washers or 8 "xl "x8" U- shaped staples, and shall be inserted through all overlap layers, at intervals not exceeding 6 feet, along a line set at the mid -point of overlaps. Additional pins shall be installed as necessary to prevent bridging and fabric slippage, regardless of the fabric's location. Fabric shall be used with a layer of granular bedding material placed on it prior to riprap placement. Fabric with physical properties less than those listed in Table I for embankment or riprap stabilization shall not be used. The thickness of bedding material shall be designed to ensure that the fabric has total intimate contact with the soil and shall be compatible with riprap size. In no case shall the fabric's physical properties be less than those listed for drainage textiles. Final determination of filter fabric's adequacy, considering bedding material used, and size, thickness, gradation and method of placement of riprap shall be made by the Engineer. In no case shall bedding material or riprap be dropped on fabric from a height of more than three feet. Special care shall be taken to ensure that methods of riprap and material placement such as end - dumping do not tear or otherwise damage the fabric. ORANGE COUNTY ENVIRONMENTAL MQAN- G'EMEEN'T_ AGENCY STD. PLAN C Approved �" �� f%r-�/�-- -' Q O Q Adopted: Ree.83 - 1442 Rsvlead: 1184 C. R. Nelson, Director of Public Works v v GEOTEXTI LES SHEET I OF 4 I� Drainage Textiles (subsurface) Fabric shall be free of any chemical treatment or coating which might significantly �. reduce permeability. Within 72 hours after fabric's placement, it shall be covered with the permeable material. Abutting fabric borders shall be overlapped at least 12 inches. The first roll shall overlap the second roll in the same direction the fabric is being placed. .Sedimentation Fabric (silt fences) Fabric must be ultraviolet stabilized and fully operational during its use as a silt fence. Protective Liner Fabric for Impermeable Membranes Thf fabric shall, as a minimum, satisfy the physical property requirements listed in Table I of these Special Provisions for 8 oz. /sq. yd. fabric. If a greater safety factor is necessary, a heavier grade of fabric shall be specified which meets the requirements listed for 10, 12, or 16 oz. /sq. yd. fabric. Pavement Reinforcing Fabric Fabric shall be fabricated with either polypropylene or polyester and shall be needled to prevent delamination, tearing or elongation (beyond its ability to retain the minimum asphalt required) during construction. Fabric shall not be exposed to ultraviolet rays for more than 7 calendar days and shall be kept dry until placed. Asphalt binder for fabric shall conform to the provisions of Section 203.2, "Liquid Asphalt," of the Standard Specifications for Public Works Construction, and shall be Grade AR -4000 unless otherwise ordered by the Engineer. Large cracks, spalls and chuckholes shall be repaired, as directed by the Engineer, before spreading asphalt binder. Asphalt binder for fabric shall be applied at an approximate rate of 0.25 - gallons per square yard of surface covered. The exact rate of application will be determined by the Engineer. The width of the asphalt binder spread shall be the width of the fabric mat plus 3 inches on each side. Fabric shall retain 0.2 gal /sq. yd. of asphalt binder. Fabric shall be stretched, aligned, and placed with no wrinkles. The test for lapping shall be made by gathering together the fabric in a wrinkle. If the height of the doubled portion of extra fabric is 1/2 inch or more, the fabric shall be cut to remove the wrinkle, then lapped in the direction of paving. Laps in excess of 2 inches shall be removed. If;.manual laydown methods are used, the fabric shall be unrolled, stretched, aligned, an4 placed in increments of approximately 30 feet. Fabric shall be omitted for the portion of conform tapers that are less than 0.88 -inch thick. Adjacent borders of the fabric shall be lapped 2 to 4 inches. The preceding roll shall lap 2 to 4 inches over the following roll in the direction of paving at ends of rolls or at any break. At fabric overlaps, both tack coat and fabric shall lap the previously placed fabric by the same amount. ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY STD. PLAN Approved �f 12. �L ///��� , C. R. Nstson, Director of Public Worts 8 0 Q Adopted: Res.83-1442 Revlesd: 1/84 v v GEOTEXTI LES 0- 1 Seating of the fabric I Ph rolling equipment after placing will be permitted, Turning of the paving machine and other vehicles shall be gradual and kept to a minimum to avoid damage. A small quantity of asphalt concrete, to be determined by the Engineer, may be spread over the fabric immediately in advance of placing asphalt concrete surfacing in order to prevent fabric from being picked up by construction equipment. Public traffic shall not be allowed on the bare reinforcing fabric, except that public cross traffic shall be allowed to cross the fabric, under traffic control, after the Contractor has placed a small quantity of asphalt concrete over the fabric. Care shall be taken to avoid tracking binder material onto the pavement reinforcing fabric or distorting the fabric during seating of the fabric with rolling equipment If necessary, exposed binder material shall be covered lightly with sand. JF:jnPWDl.6 -16 1/25/84 ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY Approved •�/ C. R. Nelson, Director of Publfc Works Adopted: Res.83.1442 Revised: 1/84 GEOTEXTILES t3 STD. PLAN 3 Vi IN ANY DIRECTION,OR IN BOTH PRINCIPAL DIRECTIONS FOR WOVEN FABRICS. jle-WROTARY PLATFORM, DOUBLE -HEAD METHOD; RUBBER BASE ABRASIVE WHEELS EQUAL TO CS -17 °CALIBRASE'BY TABOR INSTRUMENT CO.; ONE (1) KILOGRAM LOAD PER WHEEL, 2000 REVOLUTIONS EOS = EQUIVALENT OPENING SIZE VTM = VIRGINIA TEST METHOD TABLE I ORANGE COUNTY ENVIRONMENTAL MANAGEk4ENT AGGEEN�CY Approved C • /1'. x4Lp ' C. R. Nelson, Director of Pub //C Woms GEOTEXTILES W STD. PLAN 808 MEET 4OF4 40 4 MINIMUM ACCEPTABLE TEST RESULTS GEOMEMBRANE a a UNDERLINER W E5 K m Z —Z 22 Z0 4 to 802. 1002. 1202. 1602. a 2 4 w a aw cr PHYSICAL PROPERTY TENSILE STRENGTH,WET,LBS. (ASTM D-1682);* 200+ 90+ 100+ 200+ 350+ 400+ 500+ 90+ ELONGATION, WET, % 15 -90 40+ N/A 50+ 50+ 50+ 50+ 40+ (ASTM D -1682) PUNCTURE STRENGTH,LBS. 100 40+ N/A 100 150 175 200 N/A (ASTM D -3787) MULLEN BURST STRENGTH,LBS. (ASTM D -3786) 350 N/A 200+ 400+ 450 550 750 N/A COEFFICIENT OF WATER PER- MEABILITY, CM /SEC (CALTRANS >.03 >.10 >30 N/A N/A N/A N/A N/A CONSTANT HEAD METHOD) ABRASION RESISTANCE, LBS. 55(min) N/A N/A 100 150 175 200 N/A (ASTM D -3884) * * EOS (CORPS OF ENGINEERS CW 02215 FOR WOVEN FABRICS) 40 -200 N/A N/A N/A N/A N/A N/A N/A . SLURRY FLOW 2RATE, T. (VT M-51-79) GAL. /MIN. /F (VT N/A N/A 0.2+ N/A N/A N/A N/A N/A RETENTION EFFICIENCY, % (VTM- 51 -79) N/A N/A 75+ N/A N/A N/A N/A N/A UV RESISTANCE, % STRENGTH RETENTION AFTER 250 CYCLES 90+ N/A 90+ N/A N/A N/A N/A N/A IN XENON -ARC WEATHEROMET TYPE BH OR C (ASTM G -26) Vi IN ANY DIRECTION,OR IN BOTH PRINCIPAL DIRECTIONS FOR WOVEN FABRICS. jle-WROTARY PLATFORM, DOUBLE -HEAD METHOD; RUBBER BASE ABRASIVE WHEELS EQUAL TO CS -17 °CALIBRASE'BY TABOR INSTRUMENT CO.; ONE (1) KILOGRAM LOAD PER WHEEL, 2000 REVOLUTIONS EOS = EQUIVALENT OPENING SIZE VTM = VIRGINIA TEST METHOD TABLE I ORANGE COUNTY ENVIRONMENTAL MANAGEk4ENT AGGEEN�CY Approved C • /1'. x4Lp ' C. R. Nelson, Director of Pub //C Woms GEOTEXTILES W STD. PLAN 808 MEET 4OF4 40 4 Co TYPE of INSURANCE POLICY NUMBER � a Yin LN&U`TY UMMS M TNOUBMOE EACH AGGREGAIM GENERAL LIABILITY O0MPf0EN NE FM PFEMISIMMPOIATIM EIPLOSION a COLLAPSE HAIARO BIOME SCMPLEr® WRATgNS CMVTRAC9wL 1ORENOM CONIRACIOLS MI" FOIILI PROPERIY IMI&M PBLSORU 11 am r°WA)LFFYY I s s DAMAGE v S $ BooMeir,® S $ PERSONAL WHAiY s AUTOMOBILE LMSITY ANY AUTO ALL WNM NR05 9W. PASS.) ALL ORFEO AM (PPN. PASS.) HBO AUTOS NaaaRN® AUKS GWAGE LABILITY ML1R". 191 pump 1BLY �O $ a a'ry DAMAGE S M0 & PD $ EXCESS LIABILITY M15RE LA F" UrHM THAN UMMELLA FOW M ^JAR" tt^ s .. s A WORKERS' COMPENSATION ANO 9FLOYE S' LIABLITY WP 84 076494 2 -28 -84 2 -28 -85 �—p -Fm"n PSM4AW LTTIER "except in the even of cancellation for non -pa ent of p ium. DESCRIPTION OF OPERATx1NSOLOCATIONSFVEHC4ESr*PErAkL ITEMS RE: CAMPUS DRIVE RESURFACING FROM BRISTOL ST. NORTH TO MACARTHUR BLVD. CONTRACT NO. 2426 ENGINEER C/O PUBLIC WORKS DEPT. CITY OF NEWPORT BEACH 3300 NEWPORT BLVD. P. 0. BOX 1768 NEWPORT BEACH, CA. 92663 -3884 SHOULD ANY OF THE ABOVE OESC1lED POLICES BE CANCELLED MFYO/E THE M PIRATrpp pATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL y�1�-DAYS WRITTEN NOTICE TO THE CISMICATE HOLDER IMI� TO THE LEFT, BUT FALOE TO MAL SUCH NOTICE SHALL IMPOSE NOOSLIMATION OR LIABILITY OF ANY 100 UPON THE COMPANY, ITS AGENTS OR R91E8ETTATNT6• BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUN 111984 TO: CITY COUNCIL FROM: Public Works Department June 11, 1984 CITY COUNCIL AGENDA, ITEM NO. F- SUBJECT: CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD (C -2426) RECOMMENDATIONS: Award Contract No. 2426 to Blair Paving, Inc., of Anaheim, for the total price .bid of $109,125.60, and authorize the.Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on May 31, 1984, the City Clerk opened and read the following bids for the project: Bidders Amount Bid Low Blair Paving, Inc., Anaheim $109,125.60 .2 Sully- Miller Contracting Co., Orange $110,129.20 3. Robert Escudero, Inc., La Crescenta $146,840.30 4. R. J. Noble Co., Orange $148,166.00 The low bid is 9.1% below the Engineer's estimate of $120,000 for all City and County work. Funds for the project will be provided from the following accounts: Description Account No. Amount Street & Alley Resurfacing Program 02- 3383 -015 $ 7,691.00 Campus Drive Resurfacing 02- 3397 -255 $55,000.00 EMA Cooperative Agreement No. 084 -052 $46,434.60 This project provides for a jointly funded City- County of Orange asphaltic concrete overlay of Campus Drive from Bristol Street North to MacArthur Boulevard (see attached sketch). The project will provide a smooth - riding surface and an adequate structural section for present and future traf- fic demands. The plans and specifications were prepared by the City's Public Works Department and have been approved by County. The estimated date of completion i July 20, 1984. Benjamin B. Nolan Public Works Director GW:jd Att. i a 3 Aelre Aw~ AL C;-I ' lovor YV sclog4f - Le6EA1,0 VE5 16N,47,"eP ,--OA:p If -W-UZff2--t CITY OF NEWPORT BEACH WAVM RZIad" DATE PUBLIC WORKS DEPARTMENT APPROVED CAMPUS AOA711146 *4e5Z1R54AoC1A16 PUBUC WOMM URECTM�J 4846.rMe" Rx- JAR15= 5MC16rO Af 4C,4R7NZ1R BZJI ,a DR►M"NG IM eX111 no P-0 ;01 io iol X, ;01 Aelre Aw~ AL C;-I ' lovor YV sclog4f - Le6EA1,0 VE5 16N,47,"eP ,--OA:p If -W-UZff2--t CITY OF NEWPORT BEACH WAVM RZIad" DATE PUBLIC WORKS DEPARTMENT APPROVED CAMPUS AOA711146 *4e5Z1R54AoC1A16 PUBUC WOMM URECTM�J 4846.rMe" Rx- JAR15= 5MC16rO Af 4C,4R7NZ1R BZJI ,a DR►M"NG IM eX111 T m ^f Mn -i cl i cn Z�,\ 3 3 3 a Y a �g Illlnllllll�lllllln ��INIA�IVIIIIINUi�� �taun nmiunm 11�111� . 111IM11111111111111 Mn -i cl i cn Z�,\ 3 3 3 a Y a �g CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD CONTRACT NO. 2426 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport' Beach, California 92663 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2426 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 475 Reconstruct existing pavement JJ Tons I @ ONF diy&4& AND Dollars @ d0 I JABS Dollars 2"Ae AAEir and $ /. Z 3 $ S, F30S60 Cents $ CO $ 7S:0a '-- Per Ton Provide and apply reinforced pavement 2. 4,720 Cold plane existing pavement Sq.Yds. JJ @ ONF diy&4& AND Dollars 2"Ae AAEir and Cents $ /. Z 3 $ S, F30S60 Per Sq. Yo. '-- 3. 3,350 Provide and apply reinforced pavement Sq.Yds. fabric, "Pettromat ", or approved equal @ CAIC LI011A01 ,a,vv Dollars / and Cents $ 1.30 $ ¢�� jS01� Per Sq. Td. 4. 2,760 Construct 0.12' asphalt concrete overlay Tons @ 2�1 Si.Y ek&,P.l Dollars and .4Alci �F Cents $ 2G.S0 $ Z-3 -z Per Ton ,e 1* . ; 0 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 10 Adjust manhole frames and covers to Each finished grade @ 1�2F� Dollars and eo, 4A1&S Cents $ /,SO.670 $ Per Each 6. 7 Adjust water valve and monument frames Each and covers to finished grade @ Dol l ars and Cents $ Per Each TOTAL PRICE WRITTEN IN WORDS: O,vE h4wdord A)IvE i AoLL5 A.Lm VNc �wuegC6Dol lars and �uIAJ -%u F11/E ({�(�A�s SIIGI CE�t! Cents $ Contractor's License No.� 9 9 Br� er sAP Address �A d z 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 apps Contr's Lic. No. Classification Date • 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 T� 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, , as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of 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 day of , 19 . Bidder (Attach acknowledgement of Attorney -in -Fact) Authorized Signature /Title Notary Public Commission expires Surety Title • • 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 gl day of � 19 6,)( My commission expires: / /ri U L te=a -..... - Authorise �i re/ C SEAL j P e P +5LiC 1 Or +ng�ae �' My comm+ysl n ezov�s tli 8� • 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. • 0 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. a (ll <J0�1 y /IG t ' ❑ FIREMAN'S • FUND INSURANCE COMPANY ❑ THE AMERICAN INSURANCE COMPANY �.fppl��� ❑ NATIONAL SURETY CORPORATION pg1E)4MS I-M ❑ ASSOCIATED INDEMNITY CORPORATION DMURAK(,ECOMPRMM ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY SNOW ALL MEN BY THESE PRESENTS: That We, BLAIR PAVING, INC. BID OR PROPOSAL BOND BOND#7124925 PREMIUM:NIL (hereinafter called the principal), as principal, and FIREMAN' S FUND INSURANCE COMPANY . a corporation organ- ized and doing business under and by virtue of the laws of the State of CALIFORNIA , and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the taws of the State of CALIFORNIA as Surety, are held and firmly bound unto (hereinafter called the Obligee) CITY OF NEWPORT BEACH in the just and full sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the CAMPUS DRIVE RESURFACING in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 25th day of MAY 119 84 FIREMAN'S FUND INSURANCE COMPANY DAVID L. CULBERTSON Anorney -in -Fad P, a 0 O z M x v O '*1 ro at ro 0 En r td z d L 1 o 1 7 ' - _ - a= a m" x a '\)� | fkf }$ 0 ■ 2 . §R & \ | §- %§3 8ff7" `.2§ '§D :$ ®� ■.2 ��- §§\ ! r: « `< ) §©-| $ §(\9 e ■ §!' \a( \ \) 3 )3 m q) o. & / § ) (a0 / � \ j �n 3 ƒate . ¥0`2. 2 0 }[ q / u � � � 5 � GENERAL ' POWER FI&AN'S FUND INSURANCE COMISY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of California. and having its principal office in the City and County of San Francisco, in said State, has made. constituted and appointed. and does by these presents make, constitute and appoint - - -- -DAVID L. CULBERTSON - - - -- its true and lawful Attorney(s)-in -Fact, with full power and authority hereby conferred in its name. place and stead. to execute. seal. acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof --------------------- - - - - -- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Atiorneytsl -in -Fact may do in the premises. This powerof attorney is granted pursuant to Article VIII. Section 30 and 31 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article V 111, Appointment and Authority Assistant secretaries, and Atlorner -in -Fact and .Agents to accept Legal Process and Stake Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice - President or an) other person authorised by the Board of Directors, the Chairman of the Board of Directors. the President or any Vice- President, ma), from time to time, appoint Resident A++i+tant Secretarie, and Auorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearance, for and on behalf of the Corporation. Section 31. Aurhorirs. The Authority of such Resident Assistant Secretaries. ATtorneyv -in -Fact. and Agent, ,hall be a, pre,cribed In the in,trument e,idencing their appointment. and any such appointment and all authority granted thereby may be revoked at any time by the Board of Director, or b) any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of July. 1966, and said Resolution has not been amended or repealed: 'RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to he signed by its Vice - President. and its corporate seal to be hereunto affixed this 6th day of U-� STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO ii SS. IFl FIREMAN'S FUND INSURANCE COMPANY By`� -- " vmePre,dem On this 6th day of June . ,9 83 before me per,onally came Richard Williams to me known, who, being by me duly sworn, did depose and ay. that he k N'i:e- Pre +ident of FIRENf AN'S FUND INSU R-\NC E COMPANY, the Cor- poration described in and which executed the above instrument; that he know, the ,cal of +aid Corporation: that the +cal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he ,igned hi+ name thereto b) like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal. the day and year herein fir +t above w riven. =xauawuwwus OuuuumlAL eSEAL�swu■ J _ "�• SUSIE K. 61LBERi NOTARY PIALK - CAllfORNIA A t•t„ CITY s COUNTY awl fWlCISCO My Commission Expires Nov. 11. t9ga CERTIFICATE Tut STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY' CERTIFY that the foregoing and attached POWER OF ATTORNEI remain, in full force and ha, not been revoked; and furthermore that .Article Vlll. Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Director,, set forth in the PoweT of Attorney, are now in force. Signed and sealed at the City and County of San Francisco. Dated the 25th day of MAY 1984 300711- FF-5$1 Resident „ _ Ai +tam Secretor) 100- Authorized to Publish Advertisements of ds including public notices by Decree of the Superior Co00f Orange County, California, Number A -6214, dated 29 September. 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange I Pua. rahca ♦dranl..Q comes dv m,a .mown n r1 in > Pdm rnh 10 d1C& coiomn bdlh 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one consecutive weeks to wit the issue(s) of 1984 198- 198- 198_ 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 17 1984 at Costt�a, Mesa, California. 11 �1A/ r 944f::� Signature 0 c -44�q, PROOF OF PUBLICATION BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAY 141984 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RECOMMENDATIONS: May 14, 1984 CITY COUNCIL AGENDA ITEM N0. — / 6 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on May 31, 1984. DISCUSSION. This project provides for a jointly funded City- County of Orange asphaltic concrete overlay of Campus Drive from Bristol Street North to MacArthur Boulevard (see attached sketch and memo dated April 9, 1984). The project will provide a smooth- riding surface and an adequate structural section for present and future traffic demands. The Engineer's estimate for all City and County work is $120,000. Funds for the project will be provided from the following accounts: Description Account No. Amount Campus Drive Resurfacing 02- 3397 -255 $55,000 EMA Cooperative Agreement No. D84 -052 not to exceed $65,000 The plans and specifications were prepared by the City's Public Works Department and have been approved by County. The estimated date of completion is July 20, 1984. Benjamin B. Nolan Public Works Director GW:do Att • TO: CITY COUNCIL FROM: Public Works Department 0 April 9, 1984 CITY COUNCIL AGENDA ITEM N0. %z7 - 3 ref ) SUBJECT: CAMPUS DRIVE RESURFACING FROM BRISTOL STREET NORTH TO MacARTHUR BOULEVARD (C- 2426): APPROVAL OF COOPERATIVE AGREEMENT WITH THE COUNTY OF ORANGE RECOMMENDATION: Authorize the Mayor and the City Clerk to execute Cooperative Agreement No. D84 -052 DISCUSSION: v • The current budget includes a $55,000 appropriation for resurfacing the City's half of Campus Drive from Bristol Street North to MacArthur Boulevard. (The other half of Campus Drive lies within right of way belong- ing to the County of Orange - see attached sketch.) .County staff desires to perform a joint contract with the City such that all of Campus Drive will be resurfaced between Bristol Street North and MacArthur Boulevard. City and County staffs feel that the joint contract will provide the public with a maximum dollar benefit with a minimum of disruption. County Counsel has drafted Cooperative Agreement No. D84 -052 for the work. Under the agreement, each agency will pay their proportionate share of the items of work, with the City acting as Project Engineer, and with the County paying their proportionate share of City's inspection cost. It is anticipated that the work will be performed in June. Benjamin B. Nolan Public Works Director LD:do Att. 2 DAT < - F, y w V I/ HE . \ %%, �� CAMPUS OR /!�E darsArir J 1 ovor v scacE j X/srv< 9TR6ET sou1N F' LEGEND ® DE5 /GNATED FO•P.PESU,PF!!L /NG C`f � CITY OF NEWPORT BEACH DRAWN g �ZZ /6/Y DATE PUBLIC WORKS DEPARTMENT APPROVED CAMMS 19AM14E RE5URFAC /A/6 PUBLIC WORKS DIRECTOR Qp 46-erl ve ew R.E. NO. BiPl5TOG .4mu;eT vd M•4C.9/TTi'IU.P BLDG. DRAWING NO. EXIII