Loading...
HomeMy WebLinkAboutC-2436 - Campus Drive Resurfacing, Jamboree to MacArthur�oR r CITY OF NEWPORT BEACH n X OFFICE OF THE CITY CLERK Ft 171411649-2.35 -4- 644 -3005 December 12, 1984 Blair Paving, Inc. 4055 E. La Palma #B Anaheim, CA 92807 Subject: Surety: Fireman's Fund Insurance Co. Bonds No.: 7127809 Contract No.: C -2436 Project: Campus Drive Resurfacing from MacArthur Boulevard to Jamboree Boulevard The City Council on November 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 by the orange County Recorder on November 20, 1984, Reference No. 84- 489086. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE RETURN TO: 84 -489 86 City Clerk �7�1 City of New/p ea /f%1 F,. •...,. ,,. :., : RECORDED IN OFFICIAL RECORDS 3300 Newport Blvd. Er�G,rewrmngry � OF ORANGE COUNTY CALIFORNIA Newport Coye s�� Newport Beach, CA 92663 -3884 -3 so PM NOV 20'84 NO'fiCF. OF COMPLETION COUNTY PUBLIC WORKS C �j A RECORDER RATION EXC5PT 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 13, 1984 the Public Works project consisting of Campus Drive Resurfacing from MacArthur _ Boulevard to Jamboree Boulevard (C -243 on which Blair Paving, Inc., 4055 E. La Palma #B, Anaheim, CA 92807 was the contractor, and Fireman's Fund Insurance ompany P.O. Box 1975, Santa Ana, CA 9: was the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT BEACH Public orke Director IZ 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 November 19, 1984 at Newport Beach, California. lic w rks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on November 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 November 19, 1984 at Newport Beach, California. City Clerk 702 Y' ' 702 a November 19, 1984 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714 64( -2 -254 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of Campus Drive Resurfacing from MacArthur Boulevard to Jamboree Boulevard, Contract No. i436:on which Blair Paving, Inc. was the Contractor and Fireman's Fund Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Ragg io G City Clerk WER:pm Attachment cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 r1 L_J November 13, 1984 CITY COUNCIL AGENDA ITEM NO. F -17 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF CAMPUS DRIVE RESURFACING, MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD (C -2436) 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 MacArthur Boulevard to Jamboree Boulevard has been completed to the satisfaction of the Public Works Department. The bid price was $126,895.00 Amount of unit price items constructed 126,891.89 Amount of change orders None Total Contract Cost $126,891.89 Funds were budgeted in the General Fund, Account No. 02- 3397 -311. Of the total, $65,065.49 was paid by the City of Irvine and $2,160.00 by the Irvine Ranch Water District. The design engineering was performed by the Public Works Department. The contractor is Blair Paving of Anaheim, California. The contract date of completion was September 28, 1984. The work was completed by that idate. Benjamin B. Nolan Public Works Director GPD:jd � aEw�Rr 1 ° e CITY OF NEWPORT BEACH n U = OFFICE OF THE CITY CLERK (714) 640 -2251 1 uKt, lt a,c2 9 6l TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE:. September 11, 1984 SUBJECT: Contract No. C -2436 Description of Contract Campus Drive Resurfacing from MacArthur Blvd to Jamboree Blvd. Effective date of Contract September 11, 1984 Authorized by Minute Action, approved on August 13, 1984 Contract with Blair Paving, Inc. Address 4055 E. La Palma #B Anaheim. CA 92807 Amount of Contract $126,895.00 L Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 I E TO: CITY CLERK FROM: PUBLIC WORKS DEPARTMENT 0 September 10, 1984 SUBJECT: CAMPUS DRIVE RESURFACING FROM MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD (C -2436) Attached are four copies of the subject contract document. Please have them executed on behalf of the City and return to this department. e Gilbert Wong Project Engineer GW:jd Att. 3 NOTICE INVITING BIDS Sealed bids may be received at the office =af the City Clerk, 3300 Newport Boulevard, Newport Beach,: 92663 until 11-nn A -M, on the 31st day of '7V�, 19 which time such bids shall be opened and read for _- CAMPUS DRIVE RESURFACING FROM MAC ARTHUR BOULEVARD TO JAMBOREE BOULEVARD Title of Project 2436 Contract No. $141,000 Engineer's Estimate P \t-1 FORK/ Approved by the City Council this )� r� 9th d July ay of J 1984 Wanda E. Andersen, City Clerk 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 rD m w ro m A w � 0-0 nE E o z a o s Co0-s0• -1 CD (D r -s •m m S9 h O N (DD E 7 c+ .0 w c N S 0 G Z O m m m S -7 0 (D 0 m O O m 7 m $ - N < ct m z a m =r o <`}�m 0 �. o v M z (D oov< n o v c+ < o0 o m o rD t0 --h T 7 C c+ K 7 c+ S CL O O m a m n rr C Q a 0) z 0 w m n m 0 o m O N m 0 S to C O m z M a a -gym naw na C) m �• a o .. 0 a o O N d --% 3E C -•O . 5 h ct J. = C S 0 + zr m f7 S 0ro�ro F o 0 0 • r 1w 7, O v a x d cr < 0 0 C) J. n tF C+ -1 0 S S 1 -h 0. 0 m w o Z C n S -'. • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CAMPUS DRIVE RESURFACING MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD CONTRACT NO. 2436 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 No. 2436 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 NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 870 Reconstruct existing pavement Tons @ Thirty -Nine Dollars and No Cents $ 39.00 $ 33,930.00 Per Ton 2. 3,400 Cold plane existing pavement Sq. Yds. @ Two Dollars and Fifteen Cents $ 2.15 $ 7,310.00 Per Square Yard 3. 14,300 Provide and apply reinforced pavement Sq. Yds. fabric @ No Dollars and ht -Five Cents $ .85 $ 12,155.00 Per quare Yard 4. 2,520 Construct 0.12' asphalt concrete overlay Ton @ Twenty -Seven Dollars and No Cents $ 27.00 $ 68,040.00 Per Ton PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 12 Adjust water valve and monument frames Each and covers to finished grade @ One Hundred Eighty Dollars and No Cents $ 180.00 $ 2,160.00 Each 6. Lump Sum Traffic striping, pavement markings, and raised pavement markers Three Thousand Three Hundred Dollars and No Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: One Hundred Twenty Six Thousand Eight Hundred Ninety Five No Contractor's License No. 294966 714 - 630 -9070 Bidder's Telephone Number July 31, 1984 Date Dollars and Cents Blair Paving, Inc. S/ Carolyn D. Anderson Authorized Signature /Title 4055 E. La Palma #B Anaheim, California 92807 Bidder's Address $ 3,300.00 $ 126,895.00 • • 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 1777.5 of the California Labor Code for all apprenticeable occupations. 294966 C 12 Contr's Lic. No. & Classification July 31, 1984 Date Blair Paving, Inc. Bidder S/ Carolyn Anderson,Sec. Treasurer Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address i. Traffic striping Orange County Striping Orange 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Blair Paving, Inc. Bidder S/ Carolyn Anderson, Sec. Treasurer Authorized Signature /Title • Page 4 FQR ORIGINAL SEE CITY CLERK'S FIL OPY 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 MAC ARTHUR TO JAMBOREE 2436 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 27th day of JULY , 1984. (Attach acknowledgement of Attorney -in -Fact) S/ Pamela Urry Notary Public Commission expires July 27, 1987 BLAIR PAVING, INC. Bidder S/ Carolyn D. Anderson, Sec. Treasurer Authorized Signature/ Title FIREMAN'S FUND INSURANCE COMPANY Surety By S/ David L. Culbertson Title Attorney -in -Fact i • 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 27TH day of JULY , 1984 . My commission expires: JULY 27, 1987 Blair Paving, Inc. Bidder S /Carolyn Anderson, Sec. Treasurer Authorized Signature /Title S /Pamela Urry Notary Public • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 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 /Carolyn Anderson, Sec. Treasurer 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 Newport Beach B. Haganson 1984 City of Pomona Public Works Dept. 714 - 620 -2286 1984 City of Norwalk Public Works . Manny 1984 City of i. Publi"oxts--Dep-t. 714-834-493 Blair Paving, Inc. S /Carolyn Anderson, Sec. Treasurer Authorized Signature /Title • i NOTICE Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property - Casualty. Coverages shall be provided for a PES 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. r EXECV IN FOUR COUNTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That • BOND NO. 7127809 PREMIUM — NIL Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted - August 13, 1984 has awarded to Blair Paving, Inc. hereinafter designated as the "Principal ", a contract for C M US DRIVE RESURFACING FROM MAC ARTHUR BOULEVARD TO JAMBOREE BOULEVARD (C -2436) 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 PAVING, INC. as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED TWENTY SIX THOUSAND EIGHT HUNDRED NINETY FIV91011ars ($ 126,895 AO ), 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 .1 i -- �, �,. . _ ... .��1 � ...: -. So- �fx i - _. , Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16TH day of AUGUST . 19 84 ,.. Approve as to fo R. ty Attorndy 1 " Authorized gnature and Title 1) FIREMAN'S FUND INSURANCE COMPANY (Seal) Name of Surety P. 0. BOX 1975, SANTA ANA, CA. 92702 Address of Surety BY: XL_ �- 51 nature an Title o uut o izea -ggent DAVID L. CULBERTSON, ATTORNEY= IN7FACT 970 N. TUSTIN AVE.. ANAHEIM. CA. -92807 dress of Agent e ephone No. of Agent E I-Ij � o $ .�\ \ \ / « � * \ % \k\ « �9 % \ %m \n 0 3 i - $ a- i® t ©0 k �• \\ / \' o - \ /�\° 0kk� \ a\ \ } %i 0 & �% - r#.• \ \� t$\ 9 ®« � %- \' 0 KNOW ALL MEN BY THESE PRESENTS, That-. WHEREAS, the City Council of the Cit�f Newport.Beach, State of California, by motion adopted August 13, 1984 has awarded to Blair Paying. hereinafter designated as the "Principal";= ntract for CAMPUS DRIVE RESURFACING FROM j�AC ARTHUR BOULEVARD TO JAMBOREE BOULEVARD (C -2436) 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, BI.AIR PAVING, INC. 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 TWENTY SIR THOUSAND EIGHT HUNDRED NINETY FIVE Dollars (E 126,895.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors., and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or' assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at-the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice E t 0 Faithful Performance Bond (Continued) of any such change, extension of time', alterations or additions to the terns 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 16TH day of AUGUST , 1984 PAVING, INC. (Seal ?_ e Authorized Signature and Title IR 'S FUND INSURANCE COMPANY (Seal) Name of Surety BO 1975, SANTA ANA CA. 9 7O2 ddress of Surety Signature and Title of uthor zed'Agent DAVID L. CULBERTSON, ATTORNEY =IN -FACT Approv d as to orm: N oSTIN AVE. ANAHEIM CA. 92607 ddress f Agent City Attorney Te ephone No. of Agent LJ sue.,_ -.:_�. _... .. . "� . '. �r LJ sue.,_ -.:_�. _... .. . 2 } & }} m 2 2EE2 ® -o 2KJ�m §t ¥, � "0 ; &§/ w �Egr\ 2® @ @k\ Sr- cr �)g� ;$■ ;\ g ;2E (E;|\ >)�CL DO } \/k /f} }} \I \k�� _mg2 � % }§ `�§J §jk s §� & iEl 7k� � � $ ev GENERAL ATTORNEY FIAAN'S FUND INSURANCE COwoY 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 Atiorney(s) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article Vlll. Section 30 and 31 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. ".Article V III. Appointment and Authority Aeeisrant secretaries, and Atforne) -in -Fact and Agents to accept Legal Process and .%IaAe Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice - President or any other person authorized 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 Attorney's -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 11. Authoriy. The Authority of such Resident Assistant Secretaries, .Attorneys -in -Fact. and Agent, .hall he as prescribed in the instrument e,idencine their appointment, and any such appointment and ail authority granted thereby may be resiked at any time by the Board of Directors or by 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. .Assistam 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 anv 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 INSU'RANC'E 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 I " 6 By STATE OF CALIFORNIA, 1 CITY AND COUNTY OF SAN FRANCISCO 1 19 83 FIREMAN'S FUND INSURANCE COMPANY On this 6th day of June . 19 83 , before me per,onalh came Ri Ch and Williams to me known, who, being by me duly sworn, did depose and say: that he is \'ice - President of FIREMAN'S FUND INSL RANGE CONIP AN Y, the C'or potation described in and which executed the above instrument: that he know, the <eal of ,aid Corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of ,aid Corporation and that he,igned 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 first above written. =1/11NIINIMYNNNINN OFFICIAL SE zIIIIN1111111� 0—My OFFICIAL SEASUSIE K. GIIBERT NIOTARY 11M - CAJVNNA air A COUl OF SAN I#ANCISCo Commission Expires Nov, Il. 19BA CERTIFICATE NIIIIINIWI STATE OF CALIFORNIA, is. CITY AND COUNTY OF SAN FRANCISCO ( L 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 rexoked: and furthermore that .Article Vill, Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Director,, set forth in the Power of .Attornev, are now in force. Signed and sealed at theCiry and County of San Francisco. Dated the 1 6TH day of AUGUST 19 84 U 350711 -FF-W Resident Assisum Scervtaf, ` CONTRACT THIS AGREEMENT, entered into by and between the CITY OF NEWPORT BEA! ILJ Page 16 &'day of , 19 OT , reinafter "City, nd inafter "Contractor, "is made with (a) City has.heretofore advertised for bids for the following described public work: CAMPUS DRIVE RESURFACING FROM MAC ARTHUR BOULEVARD TO JAMBOREE BOULEVARD 2436 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 MAC ARTHUR BOULEVARD TO JAMBOREE BOULEVARD 2436 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 Hundred Twenty Six Thousand Eight Hundred Ninety Five Dollars & No /100 ($126,895.00 This compensation includes 1 ) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes `any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) r- Page 17 I (f) Plans and Special Provisions for CAMPUS DRIVE IRFACING FROM MAC ARTHUR BOULEVARD TO JKRMRn -9M e of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN.WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST- City Clerk CITY OF NEWPORT BEACH By c✓� Mayor CITY Blair Paving, Inc. Contra or By� � • IYtss By Its CONTRACTOR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS SOUSE- SHEFFIELD INSURANCE SERVICES NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1100 N. TUSTIN AVE., S. 200 ANAHEIM, CA. 92807 COMPANIES AFFORDING COVERAGE THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUOIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDL TIONS OF SUCH POLICIES. I CO LTR COMPANY LETTER A COMPANY FOLILY ENPDIATION DATE (MMNDY/) LIABILITY LIMITS IN THOUSANDS INSURED LETTER B COMPANY LETTER C . BLAIR PAVING, INC. 4055 E. LA PALMA, CIA COMPANY LETTER D ANAHEIM, CA. 92807 BODILY INJURY COMPANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUOIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDL TIONS OF SUCH POLICIES. I CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE DATE (MWDDYQ FOLILY ENPDIATION DATE (MMNDY/) LIABILITY LIMITS IN THOUSANDS EA � H DU AGGREGATE GENERAL LIABILITY COMPREHENSIVE FORM PRENSESIOPERATIONS UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PRODUCT8ICGMPLETED OPERATIONS COMRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY BODILY INJURY $ $ PROPERTY DAMAGE $ $ COMBINED $ $ PERSONAL INJURY ,$ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRN. PASS.) ALL OWNED AUTOS (OTHER RPTTHAN) HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY NWAMYY Aq P9R50Nl $ OLy NN (RR A=9O $ DRAMAG TY $ BI a PD COMBINED $ EXCESS LUUNLITY UMBRELLA FORM OTHER THAN UMBRELLA FORM C 8 PO COMBIBI NED $ $ A WORKERS' COMPENSATION EMPLOYERS' LIABILITY WP 84 076494 2 -28 -84 2 -28 -85 STATUTORY $2 OOO EACH ACCIOENr) 2 DO DISEASE - POLICY LIMIT) $2 000 DISEASE -EACH EMPLOYEE) • OTHER **except in the even] of canypilation for non-paJent of cmium, I DESCRIPTION OF OPERATIONS ILOCATIONSIVEHICLESISPECIAL ITEMS RE: CAMPUS DRIVE RESURFACING FROM MACARTHUR BLVD. TO JAMBOREE RD. NGINEER C/O PUBLIC WORKS DEPT. ITY OF NEWPORT BEACH 3300 NEWPORT BLVD. P. 0. BOX 1768 NEWPORT BEACH, CA. 92663 -3884 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 ** DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIW UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 1 CERTIFICATE OF INSURANCE Page 13 CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A Western Employers Insurance C Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter Hudson Insurance Co. Blair Paving, Inc. Company C Letter 4055 E. La Palma Suite !!A" Company D Letter _ Company E Anaheim California 92807 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). COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date -LIMITS OF LIABILITY IN THOUS NDS 000 Each JA9 . ro uc s Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard A x Underground Hazard x Products /Completed Operations Hazard x Contractual Insurance CL O1 1684 15363 2 -28 -8 Bodily Injury and Property Damage Combined $ 500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500 Aviation AUTOMOTIVE LIABILITY A ❑x Comprehensive Form ❑x Owned []x Hired Q Non -owned BA O1 0684 15363 2 -28 -8 Bodily Injury Each Person $ $ Bodily Inju ry Each Occurrence ro ert ama e o i y n3ury an Property Damage Combined $ 500 EXCESS LIABILITY B ® Umbrella Form ❑ Other than Umbrella Form HL 02 090 2-28 -8 Bodily Injury and Property Damage Combined - $ 5,000 $ 5,000 WORKERS' COMPENSATION I Statuto kLach 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.the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: SMITH, NEWMAN & ADAMSON INS. AGENCY Aate ssue 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: CAMPUS DR Project Tit a and Contract Num er NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 91 \\ /\ \\ \2 \\ k w } LU z cc / \ z 0 � � / 7 } � � � $ � \ \ . } � 7 $ 3 a } � / \ 2 � � � 0 / • \ i a < ' & < 2 ( i ° � « _ �uj � Lli ) \\ \ Y.\2 { {j § \ \ \\ & 3/ t/ § k co \\ /\ \\ \2 \\ k w } LU z cc / \ z 0 � � / 7 } � • • 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. 1 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 Property Damage Liability (XX) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence each occurrence $ .500 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: CAMPUS DRIVE RESURFACING FROM MAC ARTHUR TO JAMBOREE BLVD. Project Title and Contract No.). CONTRACT NO: 2436 This endorsement is effective 8 -15 -84 at 12:01 A.M. and forms a part of Policy No.BA 01 0684 15363 Named Insured BLAIR PAVING, INC. Endorsement No. Name of Insurance Company Western Employers Ins. By Co. Authorized Representative Page 15 • CITY OF NEWPORT BEACH • COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 $ each occurrence- Property Damage Liability $ each occurrence (x) Single Limit Bodily Injury Liability $ 500 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department j 7. Designated Contract: CAMPUS DRIVE. RESURFACING FROM MAC ARTHUR TO JAMBOREE BLVD. Project Title and Contract No. CONTRACT NO. 2436 This endorsement is effective 8 -15 -84 at 12:01 A.M. and forms a part of Policy No. GL 01 0684 15363 Named Insured B AIR PAVING INC Endorsement No. Name Of Insurance Company Western Employers Ins. By _ , Co. Authorized Representative CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CAMPUS DRIVE RESURFACING MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD CONTRACT NO. 2436 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 2 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . . 2 B. Public Notifications . . . . . . . . . . . . . . . 2 1. "No Parking, Tow- Away" Signs. . . . . . . . . 2 2. Notification to Businesses. . . . . . . . . . 3 VII. 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 G. Traffic Striping and Pavement Marking . . . . . . 6 • . SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CAMPUS DRIVE RESURFACING MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD CONTRACT NO. 2436 I. SCOPE OF WORK The following work is required to be performed under this contract: (1) cold planing existing pavement, (2) reconstruction of existing asphalt concrete pave- ment, (3) placement of reinforced fabric, "Petromat," (4) construction of asphalt concrete overlay, (5) adjustment of utility boxes and monuments, and (6) perform- ing other incidental items of work as necessary to complete the work in place. 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- 5503 -S and T- 5341 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction 982 Edition), 4 the Standard S ecifications for Public Works Construction (1982 Edition), including supp ements to date, and 5 Standard Plans for Orange County Environmental Management Agency (1983 Edition). Copies of the City's Standard Special Pro- visions 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. II. TIME OF COMPLETION The Contractor shall complete all work within thirty (30) consecutive days fol- lowing commencement of the specific work, or by September 28, 1984, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place and no additional allow- ance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. IV. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. • SP2of6 V: CONSTRUCTION SURVEY SPKING Field surveys of control of construction (i.e. reconstruction, reinforced fabric, traffic detection loops, etc.) shall be provided by the City. VI. 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 17,000 vehicles per day through the project area on week days and approximately 5,000 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 may start at 5:00 A.M. 6. Vehicular and pedestrian access shall be maintained at all times to businesses 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 VIB 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 VII. shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742 and the City of Irvine Traffic Division, (714) 660 -2746, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart, 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 approved by the Engineer prior to posting. 2. Notification to Businesses SP3of 6 Between 48 and 55 hours before closing a section of street or restrict- ing vehicular access to 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 dis- tributes the notice. Errors in distribution, false starts, acts of God, striked or other alterations of the schedule will require Con- tractor renotification using an explanatory letter furnished by the Engineer. CONSTRUCTION DETAILS A. 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 reconstructed. 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 0 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 • SP4of6 observe 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. The Contractor shall exercise caution to protect existing traffic detection loops during cold planing and reconstruction operations. The Contractor, at his own expense, shall repair or replace all damaged traffic detection loops as a result of his cold planing operation. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at manholes, curb returns, intersections, and around traffic detection loops. The smaller machine shall be equipped with a 12 "- wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the operation, the Contractor shall sweep the street with mechani- cal 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 Contractor 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, except as modified and /or supplemented below: 1. Prior to placing the fabric on the areas shown on Plan R- 5503 -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 seal- ant 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 VIID) asphalt sealant, sweeping, patching, and preparing the existing surface shall be made at the price bid per square yard of actual quantity of re- inforcing 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, except as modified and supplemented below: • SP5of6 Course aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of requirements in Section 400 - 4.2.3. A finish course of Type III -C3 with 5.8 percent AR 4000 paving asphalt shall be used over existing roadway surface and base courses. In addition, the Contractor shall fill and level all depressions, swales, and any other pavement distortions to form a smooth riding surface and to drain surface water to gutters. 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 1" below edge of gutter. The base course shall be Type III -B2 with 5.4 percent AR 4000 paving asphalt. Sawcutting, demolition, excavation, subgrade preparation, A.C., and tack coat shall be included in the item for "Reconstruct Existing Pavement ." The Contractor will 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. E. Utility Adjustments The Contractor shall adjust to finished grade all Irvine Ranch Water District water valves and monuments, frames and covers. Utility adjust- ments shall conform to City of Newport Beach Standard Drawings Nos. Std. -116 -L and Std. - 511 -L. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. The cost for adjusting I.R.W.D. water covers shall be included under the bid item for "Adjust Valve and Monument Covers to finished Grade." The Contractor shall contact the I.R.W.D. prior to adjusting their water covers to allow them to inspect and provide new equipment where necessary. F. Traffic Signal Detection 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. Traffic detection loops removed or damaged as a result of pavement re- construction shall be replaced or repaired by the City; whereas all traffic detection loops removed or damaged as a result of cold planing shall be replaced or repaired by the Contractor. r L SP6of6 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. G. Traffic Striaino and Pavement Markin This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Markings," of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manu- factures by J. E. Bauer Company or approved equal. Delete paragraph i of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: The Contractor shall establish control points, and perform all layout, alignment and spotting. The Contractor shall be respon- sible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pave- ment markings within 24 hours after the removal /covering of the existing striping and markings. No street shall be without the proper striping over a weekend. Raised pavement buttons and markers shall be provided and installed by the Contractor in accordance with Section 85 "Pavement Markers" of the CalTrans Standard Specifications, except that raised pavement markers for location of fire hydrants shall conform to C.N.B. Std.- 902 -L. Payment - -All work, materials, labor, etc., relating to traffic stripings, pavement markings, and raised pavement markers for removal, painting, replacement, and re- painting shall be included in the "Lump Sum" bid. r Z v n r� Fl Z z A S, a �g to c 3 3 { i Sul 0111111111NI0dldlll��a n iii nieui � ME Z v n r� Fl Z z A S, a �g to c 3 3 { 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CAMPUS DRIVE RESURFACING MacARTHUR BOULEVARD TO JAMBOREE BOULEVARD CONTRACT NO. 2436 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 No. 2436 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: TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 870 Reconstruct existing pavement Tons @ Dollars and Cents $-3) _ $ 3e9 Per Ton 2. 3,400 Cold plane existing pavement Sq. Yds. JJ , @ Dollars and to Cents $ �• �� $ Per Sq r V arcr 3. 14,300 Provide and apply reinforced pavement Sq. Yds. fabric @ Dollars and SS. / Cents $ Per Sq re ryrd 4. 2,520 Construct 0.12' asphalt concrete overlay Ton @ Dollars and Cents Per Ton • PR 1.2 5. 12 Adjust water valve and monument frames Each and covers to finished grade @ 1)a f 1 Dollars and Cents Each 6. Lump Sum Traffic striping, pavement markings, and raised pavement markers and Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Contractor's License No. a 7J -V x,-30 - 9Gr Bidder's Telephone Number Date gA Bidder PRICE PRICE $ /V 4 $� and Cents Authorized Signature /Title Bi der s Address T 0 INSTRUCTIONS TO BIDDERS • Page, 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification 2-,-3k 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 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. ef idder Authorized Si natu e /Ti le I f ~ ® FIREMAIq'S FUND INSURANCE COMPANY • . ❑ THE AMERICAN INSURANCE COMPANY ❑ NATIONAL SURETY CORPORATION MEMM'S ASSOCIATED INDEMNITY CORPORATION N ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY SNOW ALL hMN 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 laws of the Slate of CALIFORNIA as Surely, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) Iawful 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 FROM MAC ARTHUR TO JAMBOREE in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, it 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 27th • day of JULY 0 360277 -4 -81 is 84 DAVID L. CULBERTSON E 2 \ % / \ \ rl L § 2 k � / | § §� a . ' . r \� § ]k.0 \2 \\ w Lek ■ °/$ / t ©■! svW. §cam | » as �. ®0 \ |kk OD \\� \} 3 /e ■§��2e w2 {� ^� \)t _ \ � CENWL , . PM OE EY FIRMAN'S FUND INSURANCE COMPANY 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 havins 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 Atiorney(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(sl -in -Fact may do in the premises. This power of attorney is granted pursuant to Article V III. Section 30 and 31 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article VIII, .Appointment and .Authority Assistant secretaries, and Attorney-in -Fart 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 any other person authorized 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 appearances for and on behalf of the Corporation. Section 31, Authority. The .Authority of such Resident Aisistant Secretaries. Atorneys -in -Fact, and Agents shall be as prescribed in the instrument es idencing their appointment, and any such appointment and all authority granted thereby may be re, eked at any time by the Board of Directors or by 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 hearing 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 June , 19 83 'e' +a csa STATE OF CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO V FI REMAN S� FUND INSU`, R`ANNC�E�C�OM�P(ANNY By V'ieeRe,iaem On this 6th day of June , 19 83 , before me personally came Ri ch and Wi 11 i ams to me known, who, being by me duly sworn, did depose and say that he is Vice- Presidem of FIREMAN'S FUND INSURANCE COMPANY, the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation: that the seal 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. 1 have hereunto set my hand and affixed my of ficial seal. the day and year herein first abosc written. �unuaa.rreuauuurwwmturanuu O �� OFFICIAL AL SEAL 10 1 SUSIE K. GILBERT NOTARY MIBLK - CALIFORNIA •,, ,,, a t,: Off A Count OF SAIL Nu11C1SCO My Commission Expires Nov. 17. 1984 CERTIFICATE rnrarlanuan STATE OF CALIFORNIA, 1 ss CITY AND COUNTY OF SAN FRANCISCO I 1, the undersigned, Resident Assistant Secretary of FIREAfAN'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 resoked: and furthermore that Article V ill. 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 97 +h day of JULY 19 86. =,C e Resident Assistant S,Yretan 360711-FF 441 n FL- NON- COLLUSION AFFIDAVIT • Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered.into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 27TH day of JULY , 1984. My commission expires: 7/27/87 J �� OFFICIAL SEAL �� PAMELA URRY 7�S`�i „ " "� NOTA:kY PUBLIC i ORANGE CO., CALIF. My commixaion explles 7.27.87 i Bidder 4 1,11,44 // / /i'I, Notary PU7 is 0 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. r %G1lil -gel 1� r� U • 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. 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH AUG 131984 TO: CITY COUNCIL APPROVED FROM: Public Works Department '(I August 13, 1984 CITY COUNCIL AGENDA ITEM NO. F-3(a) SUBJECT: CAMPUS DRIVE RESURFACING FROM MacARTHUR BOULEVARD TO JAMBOREE (C -2436) RECOMMENDATIONS: Award Contract No. 2436 to Blair Paving, Inc. for the total price bid of $126,895 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on July 31, 1984, the City Clerk opened and read the following bids for the project: BIDDERS TOTAL PRICE BID Low Blair Paving, Inc., Anaheim $126,895 2. Sully- Miller Contracting Co., Orange $133,550 3. All American Asphalt, Corona $179,781 The low bid is 10% below the Engineer's estimate of $141,000 for both City of Irvine and City of Newport Beach work. Funds for the project will be provided from the following accounts: nFCrPTPTTnN ACCOUNT NO. AMOUNT Campus Drive Resurfacing 02- 3397 -311 $59,830 City of Irvine Cooperative Agreement $67,065 The City of Irvine has been invoiced for their estimated portion ($67,065) of the award amount. This project provides for a jointly funded Newport Beach -City of Irvine asphaltic concrete overlay of Campus Drive from MacArthur Boulevard to Jamboree Boulevard (see attached exhibit). The project will provide a smooth- riding surface and an adequate structural section for present and future traffic demands. The City of Newport Beach and the City of Irvine staff feel that the joint contract will provide the public with a maximum dollar benefit with minimum disruption. August 13, 1984 SUBJECT: CAMPUS DRIVE RESURFACING FROM MacARTHUR BOULEVARD TO JAMBOREE (C -2436) Page 2 The plans and specifications were prepared by the City's Public Works Department and have been approved by the City of Irvine. The estimated date of completion is September 28, 1984. a4 I �, �- -, 4:: ;� Benjamin B. Nolan Public Works Director GW:jw Attachment Nor ro6c THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above- entitled matter. 1 am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. _[Dated at Newport Beach, California, this // day of V6A419111 L"Signat re THE NEWPORT ENSIGN Thisocs is for the County Clerk's Filing Stamp W Proof of Publication of . 1"MCE n1vnwa sms SeaMd bids anal gawk CA of Ae and 11CalC4adwl0N of fair. 186!t. at which time swA DH hYY 3oB be ACDM and ned for • ' CAMPUS Dt11VE AESURFA FROM MAC ABTHIM BOIILEVAND To.JANDOMM BOULEVARD 5186 i ct 90, .. i Appwad by ar Cut Caused . . this 61h any d 1*, 1881 Wanda E. And+um Pea wd" hlddm may old a� ad Md daumns ao d.e and at the eBloe of We Public Wadi, Depa in at, 8900 Npwpad BaaMand, Newport Beach, CA IOBB9. Far inslI usdotmssea, Coati OWsA wow, Pralaat 100saws a1 Wd T�i NB 5670'. PROOF OF PUBLICATION BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 0 91984 T0: CITY COUNCIL am Z� FROM: Public Works Department SUBJECT: C. July 9, 1984 CITY COUNCIL AGENDA ITEM NO. F -15 RECOMMENDATIONS: 1. Authorize the Mayor and the City Clerk to 2. Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on July 31, 1984. DISCUSSION: This project provides for a jointly funded Newport Beach -City of Irvine asphaltic concrete overlay of Campus Drive from MacArthur Boulevard to Jamboree Boulevard (see attached exhibit). The project will provide a smooth- riding surface and an adequate structural section for present and future traffic demands. The City of Newport Beach and the City of Irvine staff feel that the joint contract will provide the public with a maximum dollar benefit with minimum disruption. A Cooperative Agreement, prepared by the City of Newport Beach, has been approved by the City of Irvine. Under the agreement, each agency will pay their proportionate share of the items of work, with the City of Irvine also paying their proportionate share of City of Newport Beach's inspection and material testing costs. The Engineer's estimate for all work is $141,000.00. Funds for the project will be provided from the following accounts: Description Account No. Amount Campus Drive Resurfacing 02- 3397 -311 $77,000.00 City of Irvine Cooperative Agreement $64,000.00 The plans and specifications were prepared by the City's Public Works Department and have been approved by the City of Irvine. The estimated da f completon,is September 28, 1984. f rd"Benjamin B. Nolan Public Works Director GW:kf Att: ON V 4 h 3 2 I 2 ® V h Q4W.fAf r STREET NOR TN TOL SlREEr F-1 F--1 F----1 I � NOT >O 5GALE .. LEGEND ® C/ rY OF /RV /NE � C /TY OF NEIHPD.QrBEACN CITY OF NEWPORT BEACH DRAWNA� DATE 5/il/d3 PUBLIC WORKS DEPARTMENT APPROVED 64MG11.9 DRIME RE51JRFAC /N6 PUBLIC WORKS gRECTDR fjETHiEEN R.E. NO. _ /V%ACARTHUR B[ VD &JAMBO,PEE ,QOAO DRAWING NO. ExHrarr if 1 a