Loading...
HomeMy WebLinkAboutC-2545 - Concrete Construction, 1986-870 August 19, 1987 Bruce Paving Co., Inc. 313 W. Gardena Blvd. Gardena, CA 90248 E CITY OF NEWPORT BEACH Subject: Surety: Anaest Surety Insurance Conpany Bonds No. 1108423 Contract No.: C -2545 Project: Miscellaneous Concrete Construction 1986 -87 The City Council of Newport Beach on July 27, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Corrpletion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on July 30, 1987, Reference No. 87- 433495. Sincerely, (F '.06e Wanda E. Raggio City Clerk �= cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO: �uttZ �L. 10 EXEMPT RECORDING NGQUEST �`F ECOROED IN OFFICIAL RECORDS Ort ach GOVERINMEII?T CODE 6103 OF ORANGE COUNTY. CALIFORNIA rt Blvd. each, CA 92663 -3884 8T7433495 `250 PM JUL 30'87 NOTICE OF COMPLETION COUNTY REC6RDER R M- -10FRATION PUBLIC WORKS EXEMPT C14 to All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 27, 1987 _ the Public Works project consisting of Miscellaneous Concrete Construction, _ 1986 -87 (C -2545) on which Bruce Paving Co., Inc., 313 W. Gardena Blvd was the contractor, and Amwest Surety Insurance Com was the surety, was completed. VERIFICATION I, the undersigned, say: Gardena. CA 90248 Ventura Blvd., CIT OF NEWPORT BFACH Publi 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 July 29, 1987. at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 27, 1987 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 July 29 1987 at Newport Beach, California. City of Newport Beach, Owner City Clerk MMEW CITY CM x I • up NNW %mck, Cow.. Pr TWI $I OUIA CITY*)F NEWPORT BOACH July 29, 1987 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Miscellaneous Concrete Construction, 1986 -87 (C- 2545). Sincerely, r ' Wanda E. ag City Clerk 3300 Newport Boulevard, Newport Beach • • • July 27, 1987 CITY COUNCIL AGENDA ITEM NO. F -13 TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL CITY OF NEWPORT BEACH SUBJECT: MISCELLANEOUS CONCRETE CONSTRUCTION (C -2545) JUL 2 7 1987 APPROVED 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $184,229.00 Amount of unit price items constructed 191,979.40 Amount of change orders 4,926.85 Total contract cost $196,906.25 One change order was issued to provide for removal of wet, spongy unsuitable material from behind the Corona del Mar Fire Station and replacement with crushed aggregate base under the new parking lot. This project provided for the construction or reconstruction of Portland cement concrete improvements at various locations in the City as follows: 1. Reconstruction of numerous curbs, sidewalks, driveways and alley approaches on Balboa Peninsula and also in Newport Shores to alle- viate tripping hazards and improve drainage. This work consti- tuted the major part of the project. 2. Construction of handicap access ramps at approximately 40 OCTD bus stops. 3. Reconstruction of a portion of the Fernleaf Avenue beach access stairway to improve pedestrian safety and facilitate drainage. 4. Construction of a channel atop the City's retaining wall at the Mariner's Mile parking lot to convey drainage flow into an existing storm drain. i 0 0 July 27, 1987 Subject: Miscellaneous Concrete Construction (C -2545) Page 2 5. Construction of a reinforced concrete parking apron at the Corona del Mar Fire Station. 6. Construction of a drainage gutter across Finley Avenue at Newport Boulevard. Funds were budgeted in the General Fund, Account Nos. 02- 3386 -014, 02- 3386 -015, 02- 4186 -052, 02- 3486 -053, 02- 3397 -183, 02- 3397 -414, and the Building Excise Tax Fund, Account No. 27- 2495 -295. The contractor is Bruce Paving Co., Inc., of Gardena, California. The contract date of completion was July 31, 1987. The work was completed on July 10,, 1986. J'Vv�— a )ez Benjamin B. Nolan Public Works Director GPD:jd • • • CITYaOF NEWPORT B ?ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: May 12, 1987 SUBJECT: Contract No. C -2545 -12 -X/ Description of Contract Miscellaneous Concrete Construction, 1986 -87 Effective date of Contract May 11, 1987 Authorized by Minute Action, approved on April 27, 1987 Contract with Bruce Paving Co.. Inc. _ Address 313 W. Gardena Blvd. Gardena CA 90248 Amount of Contract $184,229.00 " (�e , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach May 8, 1987 TO: CITY CLERK FROM: Public Works Department SUBJECT: MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 CONTRACT NO. 2545 Attached are the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other copies to this department. Gilbert Wong Project Manager GW:jb Att. CITY *K NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 15thday of April_, 1987, at which time such bids shall be opened and read for MI goo Q e 2545 Contract No. $150,000 Engineer's Estimate O / n �s. Approved by the City Council this 23rd day of March , 1987. Wanda E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Gilbert Wong at 644 -3311. Project manager r ,x CITY *K NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 15thday of April_, 1987, at which time such bids shall be opened and read for MI goo Q e 2545 Contract No. $150,000 Engineer's Estimate O / n �s. Approved by the City Council this 23rd day of March , 1987. Wanda E. Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Gilbert Wong at 644 -3311. Project manager 0 0 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -891E Gentlemen: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MISCELLANEOUS CONCRETE CONSTRUCTION CONTRACT NO. 2545 PR I.a 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 proposes to furnish all materials and do all the work required to complete this Contract No. 2545 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. Lump Sum Mobilization Three Thousand Dollars and Zero Cents $ 3,000.00 er LUmD Sum 2. 242 Construct PCC 3' -wide drainage gutter Lineal Feet @ Thirty Two Dollars and Zero Cents $ 32.00 $ 7,744.00 Per Lineal Foot 3. 1 Construct drainage inlet Each @ Eight Hundred Twenty Five Dollars and Zero Cents $ 825.00 $ 825.00 Per Each 4. 245 Relocate existing chain link fence Lineal Feet J @ Eleven Dollars and Zero Cents $ 11.00 $ 2,695.00 Per Lineal Foot 3 n ti 7 N C n O rD 3 n z rF O N (f C n ri O C-) 0 w N tt Z can n � C O y n 0 n ml Av m-h3E - O -3 N O S 7 O 7 Z I -+• fD £ S d N v 7 et fD d N S Z G S N J• fD Q (D M fD A M O O N 9 O � O fD Z CD A < O IA J. 0O • -"o 0 < 3 7 O J J• 7 - 0 N 0 N ft lT 0 ft Q 0 0 d a `t m <n rDAO. m zoITJ•A o m C+ 0 a c o WnoM(D 7 3 G W A O. N v fiE 1hd O eD N Ct ct fD G 0-1 fD E O Dl 0 3 3 d r S° m ° c << o O AE 7c<c J. C-t Ct N O S S A O. A m N N O C 'S A � S \ PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 70 Construct 15" diameter ACP storm drain Lineal Feet @ One Hundred Thirty Dollars and Zero Cents $ 130.00 $ 9,100.00 Per Lineal Foot 6. 1 Construct junction structure E ach @ One Thousand Three Hundred Dollars and Zero Cents $1,300.00 $ 1,300.00 Per Each 7. 4 Replace PCC alley approach Each @ Eight Hundred Dollars and Zero Cents $ 800.00 $ 3,200.00 er Each 8. 21,000 Replace PCC sidewalk Square Feet @ Three Dollars and Fifty Cents $ 3.50 $ 73,500.00 er Square Foot 9. 500 Replace PCC driveway Square Feet @ Five Dollars and Zero Cents $ 5.00 $ 2,500.00 Per Square Foot 10. 1,900 Replace PCC Type "B" curb Lineal Feet @ Sixteen Dollars and Zero Cents $ 16 -00 $ 30,400.00 Per Lineal Foot 11. 40 Install PCC curb access ramp Each @ Four Hundred Dollars and Zero Cents $ 400.00 $ 16,000.00 Per Each E PR 1.c ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 12. 500 Replace PCC 6" -thick pavement Square Feet @ Six Dollars and Zero Cents $ 6.00 $ 3,000.00 Per Square Foot 13. Lump Sum Reconstruct portion of PCC stairway, railing base,and railing @ Four Thousand Dollars and Zero Cents $ 4,000.00 Per Lump Sum 14. 380 Reconstruct existing pavement with Square Feet 4" AC /4" AB @ Eight Dollars and Fifty Cents $ 8.50 $ 3,230.00 er Square Foot 15. 20 Construct 6' -wide PCC gutter Lineal Feet @ Thirty Five Dollars and Zero Cents $ 35.00 $ 700.00 Per Lineal Foot 16. 2,320 Replace 4" slab with 6" reinforced slab Square Feet @ Three Dollars Dollars and Ninety Cents $ 3.90 $ 9,048.00 Per Square Foot 17. 370 Construct PCC driveway approach Square Feet @ Nine Dollars and Zero Cents $ 9.00 $ 3,330.00 Per Square Foot 18. 19 Construct PCC curb and gutter Lineal Feet @ Thirty Five Dollars and Zero Cents $ 35.00 $ 665.00 Per Lineal Foot \ r • PR I.d ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19. 132 Construct PCC sidewalk Square Feet @ Six Dollars and Zero Cents $ 6.00 $ 792.00 Per Square Foot 20. Lump Sum Construct PCC cross gutter @ Eight Thousand Dollars and Zero Cents $ 8,000.00 $ 8,000.00 Per Lump Sum 21. 1 Remodel existing catch basin opening Each and construct PCC local depression @ One Thousand Two Hundred Dollars and Zero Cents Per Each TOTAL PRICE WRITTEN IN WORDS One Hundred Eighty Four Thousand Two Hundred Dollars and Twenty Nine and Zero Cents 4/15/87 ate (213) 321 -3455 Bidder's Telephone Number ✓ BRUCE PAVING CO., INC. t 1.200.00 1 1.200.00 $184,229.00 S /E. E. Dusterhoff, President Authorized Signature /Title 432672 A 313 W. Gardena Blvd., Gardena, CA 90248 Contractor's License No. & Classification Bidder's Address • 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. 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 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 discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 432672 A Contr's Lic. No. & Classification 4/15/87 Date BRUCE PAVING CO., INC. Bidder S /E. E. Dusterhoff, Pratilent Authorized Signature /Title Page 2 • 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. Subcontract Work Subcontractor Address 1. Guard Rail, Handrail Craneveyor, Inc. S. El Monte 2. Chainlink Fence Goldenwest Fence Anaheim 3. 4. 5. 6. 7. 8. 9. 10. 12. BRUCE PAVING CO., INC. Bidder S /E. E. Dusterhoff, President Authorized Signature/Title KNOW ALL MEN BY THESE PRESENTS, That we, BRUCE PAVING CO. INC. , as bidder, and AMWEST SURETY INSURANCE COMPANY and firmly bound unto the City of Newport Thirty Five Thousand 00 /100 lawful money of the United States for the be made, we bind ourselves, jointly and s THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, Calfornia, in the sum of Dollars ($35,000.00 )> payment of which sum well and truly to �verally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 C -2545 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 9 day of April 1987 . BRUCE PAVING CO. INC. (Attach acknowledgement of Bidder Attorney -in -Fact) S /Paula J. Blunt Notary Public Commission Expires: Sept. 25, 1990 S /E. E. Dusterhoff, President Authorized Signature /Title AMWEST SURETY INSURANCF CO. Surety By S /Cheryl A. Bingham Title Attorney -in -Fact FOR ORIGINAL SEE CITY CLO'S FILE COPY Page 4 c BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, BRUCE PAVING CO. INC. , as bidder, and AMWEST SURETY INSURANCE COMPANY and firmly bound unto the City of Newport Thirty Five Thousand 00 /100 lawful money of the United States for the be made, we bind ourselves, jointly and s THE CONDITION OF THE FOREGOING OBLIGATION , as Surety, are held Beach, Calfornia, in the sum of Dollars ($35,000.00 )> payment of which sum well and truly to �verally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 C -2545 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 9 day of April 1987 . BRUCE PAVING CO. INC. (Attach acknowledgement of Bidder Attorney -in -Fact) S /Paula J. Blunt Notary Public Commission Expires: Sept. 25, 1990 S /E. E. Dusterhoff, President Authorized Signature /Title AMWEST SURETY INSURANCF CO. Surety By S /Cheryl A. Bingham Title Attorney -in -Fact 0 0 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. BRUCE PAVING CO., INC. Bidder S /E. E. Dusterhoff, President Authorized Signature /Title Subscribed and sworn to before me this 9th day of April 1987 . My commission expires: August 21, 1989 S /Lorene Davis Notary Public Page 5 9 FOR ORIGINAL SEE CITY C* K'S FILE COPY Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. SEE ATTACHED PAGE BRUCE PAVING CO.. INC. Bidder S /E. E. Dusterhoff, President Authorized Signature /Title CONTRACTORS QUALIFICATION STATEMENT THE UNDERSIGNED CERTIFIES THAT BRUCE PAVING COMPANY HAS SUCCESSFULLY AND PROPERLY COMPLETED JOBS OF LIKE NATURE, MAGNITUDE, COMPARABLE DIFFICULTY AND SCOPE AS SPECIFIED IN THESE CONSTRUCTION DRAKI61GS. i THE MOST RECENT CONTRACTS COMPLETED BY OUR FIRM ARE: 1 P_haheim Phase II Dave Nelson 714 999 -5126 JOB TITLE CONTACT TELEPHONE Anaheim, Ca. 131,439.00 1/87 CITY CONTRACT AMOUNT DATE COMPLETE 2, Foothill. Phase II Wavne Kanvuck 818 914 -8246 - JOB TITLE CONTACT TELEPHONE Glendora, Ca. 136,926.00 2/87 CITY CONTRACT AMOUNT DATE COMPLETE 3 Hoover.St. - Lowell Pat 213 977 -2608 JOB TITLE CONTACT TELEPHONE Los Angeles, Ca. 101,862.00 12/86 CITY CONTRACT AMOUNT _ DATE COMPLETE 4 Bikenath & Sidewalk 61,674.00 2/87 JOB TITLE CONTACT f TELEPHONE] CITY CONTRACT AMOUNT DATE COMPLETE JOB TITLE CONTACT TELEPHONE ITY CONTRACT AMOUNT,,,` ) (BATE SIGNED TITLE / ii �Iiril DATED THIS ` pAY OF 1987 ! 0 Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided for all TYPES 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 edition adopted or use in the UitT of Newport Beach), except as supplemented or modified by the Special Provisions for this project. ` i • Page 8 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 27, 1987 has awarded to BRUCE PAVING CO., INC. hereinafter designated as the "Principal ", a contract for MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 (C -2545 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and BRUCE PAVING COMPANY, INC AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED EIGHTY FOUR THOUSAND TWO HUNDRED TWENTY NINEON199rs ($ 184,229.00 ) 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, or other supplies, 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 Unemploy- ment 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. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Payment Bond (Continued) . Page 9 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 ip2$strument has been duly executed by the Principal and Surety above named, on the day of April , 19 87 I BRUCE PAVING COMPANY, INC. (Seal) ie of ContractorA Principal 9 zed bilpaturejnrl iitie AMWEST SURETY INSURANCE COMPANY (Seal) Name of Surety 20309 VENTURA-BUD., WOODLAND HILLS CA dress of rety _ _, _ l Signature nd Title of horized Agent 21243 VENTURA BLVD. #200. WOODLAND HILLS, CA ddress of Agent 818- 999 -5556 Telephone No. of Agent 0 F z U ¢ w O w a V w O W F F I oc Cl- Q O C C t ti O y�y L � L Ori G � m C N d r � 3 3 � c � � u D ry E v o U D N Z •^ L � N F 7, ,� 7 �d F d y ¢ v O G c .0. O C O N Q E " a w 3 g 0 L T O ¢ c 'o T E AC G c 3 0 x C N 7 h Y � Y t� ♦ I!:� 1, �t7 vi,l ♦ ro = w S AMWEST SURETY INSURANCE CO. P.O. Box 4500 Woodland Hills, CA 91365 (818) 704 -1111 //Aw KNOW ALL MEN BY THESE PRESENT .. R Y A CORPORATION does hereby make, constitute and appoint n its true and lawful Attorney(s) -in -Fact, a r h n " xecute and deliver and affix the seal of the company ih £. s aki c an obliga- tions in the nature thereof, as and to bind AMWEST SURF presents, are hereby ratified Laws of the company, whit. Article III, Secti This Power of the board of director may; ment 8 by the a� a meeting njunction with the set ad or limited in the it and deliver and affix spice- president and attested and sealed (it a seal be required) by any sec - q' =any vice - president or m s N- ad¢0 authorized attorney f, ' (if a seal be required) by one o tits d by the power of attorney isstf5ddb};i kAhe signature of any authorized officer '+ds rw bey or certification thereof authorizing the ` r- Iretyshipobligations of the company; and sucTY all as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper of. ficer, and its corporate seal to be hereunto affixed this 1st day of April 19 85 AMWEST SURETY INSURANCE COMPANY ��p1,Pex,llf i Q,, Gary R. Peterson, President Karen G. Cohen, Secretary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this 1St day of April A D 19 S5 , personally came before me Gary R. Peterson and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM- PANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. O"ICIAL &CAL CslpyYann McCrossen (SEAL) ARMMOTAIA PUGLIC — CALI►OWINA .— - CVAL D"XI M -- - . -. .. _._. Nvlary Puelio IWTLOS ANGELES COUNTY My Comm"m Ftaires Feb 24,1988 STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss CERTIFICATE I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and further- more, that the provisions of the By -Laws of the company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Signed and sealed atG -UrC U/ �`� J � /`J this day of 112 `X✓i[ -� -� 1g 1 Karen G. Cohen, Secretary BOND TYPED IN 3 PA* BOND PREMIUM BASED* BOND# 1108423 Page 10 ' FINAL CON', RACT PRICE PREMIUM $3,185.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 27, 1987 has awarded to BRUCE PAVING CO., INC. hereinafter designated as the "Principal ", a contract for MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 (C -2545) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and BRUCE PAVING COMPANY, INC. AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED EIGHTY FOUR THOUSAND TWO HUNDRED TWENTY NINE 000100ars ($ - --- 184,229.00), 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 9 • Page 11 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 28 day of April , 1987 BRUCE PAVING COMPANY, INC. (Seal) Name of Contractor, (Principal-)/ e 1\ 9nfte enQ lit AMWEST SURETY INSURANCE COMPANY (Seal) Name of Surety 20309 VENTURA BLVD., WOODLAND HILLS, CA Address of S y StWatureond Title of Au ized Agent 2124.1 VFNTIIRA RIVD_ #200- WOODLAND HILLS, CA Address of Agent 818 - 999 -5556 Telephone No. of Agent }�. .�. } \ \ \ \)\§ i ®! }\ ];!® \f� \ \\ � \} \,_)\ z � � \/j D 2 � w ,�& 2 0 @ e \ / ;k7 / \ (- k = ) \\ E / §) ) e \ 2 4 �k� j ( 0 \\ }�. .�. } \ \ \ \)\§ i ®! }\ ullcau O! Insurance if is A.ru :.-•!r ('I .'r.!• :i� ..•r•.t( •.�t: a 4 •".I.t; +.tp.'1'rCI'.rr -AT I*R. THIS CERTIFICATE IS NOT AN INSURANCE FOICI ANL U�Li NO' ANIN; EXTEND O� A!1F1 :I11 LCYf L.<pl Alr' :4DLl P` THt POIILU` tlE)I U BILOM This is to Certify that Bruce Paving Company 313 W. Gardena Boulevard Gardena, CA 90248 LIBERTY �. 'address of MUTUAL 0. Insured. rdacrrw ..1. 11.11 e,e— c.... di Wn.WIWa fMp.lY -441> W 1 n IF Ir," 4 111:11 o•.t o ^d mnd :."5 ar.d s moo' a. e ed I,, a ^y ,eq•.Ve••:e 11, o• cond:bon of any corllre,t or other document with respect to which this certificate VOTE You .,It NOT be nmd.ed a uolly of the .1 rhn my rope You ­11 be nou .rai it rh., is lerm'noled w reduced! .NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 10 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN .MAILED TO: Newport Beach City Hall 3300 Newport Blvd AUTPOR M REPRESENTATIVE _EDER r� Newport Beach, CA 92658 4/9n/A7 Los Angeles: ATTN: CITY ATTORNEY DATE ISSUED OFFICE L J orb<o•e n x1,Or d by LIBERTY MUTUAL INSURANCE COMPANY as respects such rmomnce r n afforded by Thal Company. e a e,e[uted by LIBERTY MUTUAL FIRE INSURANCE COMPANY as espCCN such rmwmrce m o aNwded by Thal Company e ., executed by LIBERTY INSURANCE CORPORATION os respite, such rmurarue u a aNwded a Thnl Cosec c ny 85 745 RI 4+ _- LIMITS Of LIABILITY COVERAGE AFFORDLD UNDER W.C. ...... - -- - -- COV. B LAW OF THE FOLLOWING STATES: BODILY INJURY BY ACCIDENT WORKERS' I f EA. ACCIDENT BODILY INJURY BY DISEASE 4/1/88 WC2- 162 - 015473147' California COMPENSATION ' 500,000 $ EA PERSON BODILY INJURY BY DISEASE $ 500,000 POLICY LIMIT cOMPREHENS!VE BODILY INJURY PROPERTY DAMAGE FORM I, SCHEDULE FORM EACH $ OCCURRENCE EACH $ OCCURRENCE r PRODUCS U)N I r :ETE O O°FC e•e�r.;• $ . AGGREGATE $ AGGREGATE Q r. wDEPENDENT CON COMBINED SINGLE LIMIT 1 TRACTORS'CONTRAC BODILY INJURY AND PROPERTY DAMAGE TORS PROTECTIVE 4/1/88 LG1 -162- 015473 -167, $ 1,000,000 EACH OCCURRENCE �' CONTRACTUAL 91 $ 1,000,000 AGGREGATE LIABILITY [9' OWNED $ EACH ACCIDENT - SINGLE UMIT -B. I. AND P.D. COMBINE $ EACH PERSON EACH ACCIDENT EACH ACCIDENT Q ® NON -OWNED 4/1/88 AS 1- 162 - 015473 -177, HIRED $ OR OCCURRENCE $ OR OCCURRENCE Umbrella $2,000,000 Limit 1 Excess 4/I/88 LEI- 162- 0I5473 -I87j Liabilit% O i I. .:OCATION(S) OF OPERATIONS 8 JOB N (If Applicable) DESCRIPTION OF OPERATIONS: VOTE You .,It NOT be nmd.ed a uolly of the .1 rhn my rope You ­11 be nou .rai it rh., is lerm'noled w reduced! .NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 10 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN .MAILED TO: Newport Beach City Hall 3300 Newport Blvd AUTPOR M REPRESENTATIVE _EDER r� Newport Beach, CA 92658 4/9n/A7 Los Angeles: ATTN: CITY ATTORNEY DATE ISSUED OFFICE L J orb<o•e n x1,Or d by LIBERTY MUTUAL INSURANCE COMPANY as respects such rmomnce r n afforded by Thal Company. e a e,e[uted by LIBERTY MUTUAL FIRE INSURANCE COMPANY as espCCN such rmwmrce m o aNwded by Thal Company e ., executed by LIBERTY INSURANCE CORPORATION os respite, such rmurarue u a aNwded a Thnl Cosec c ny 85 745 RI 4+ City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED BRUCE PAVING CO., INC. 313 W. Gardena Blvd. • CERTIFICATE OF INSURANL- • COMPANIES AFFORD Page 12 Company A Letter LIBERTY MUTUAL INSURANCE CO. pany B ter pany C ter pany D ter Pany E +GM his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). COTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. :ANCELLATION: 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. 3y: Agency: Liberty Mutual Insurance Company )ate: April 27, 1 Telephone: (213) 938 -2282 Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: Project Title and Contract Number) E: 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 7. ... _._.- ------- Al Policy LIMITS OF LIABILITY IN THOUSANDS 000 OMPANY .ETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp, Date Each g. rr, u( Complete( Occurrence Operation GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations LGI -162 4/1/88 Bodily Injury Hazard and Property A x Contractual Insurance x Broad Form Property Damage 015473- 167 Damage Combined $1,000,000 $1,000,00 x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury Each Person $ / A Owned ❑x Hired ❑x Non -owned AS1 -162 015473- 177 4/1/88 $ •/ Bodily Injury Each Occurrence)/ ro ert ama a Bodily njury an Property Damage Combined $1,000,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury A ❑ Other than Umbrella Form LEI -162 015473- 4/1/88 and Property Damage Combined $ 2,000,0 A WORKERS' COMPENSATION and EMPLOYER'S LIABILITY wc2 -162 015473 - 147 4/1/88 statutoryT $500 000 ac Accident; COTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. :ANCELLATION: 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. 3y: Agency: Liberty Mutual Insurance Company )ate: April 27, 1 Telephone: (213) 938 -2282 Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: Project Title and Contract Number) E: 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 7. ... _._.- ------- Al • • Page 13 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. Z. 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 ( x ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence occurrence $ 1.000.000 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: This endorsement is effective 4 -1 -87 Policy No. AS1 -162- 015473 -187 1986 -87 (C -2545 ea t 12:01 A.M. and forms a part of N . .ied Insured Bruce Paving Company Endorsement No. Ne:ne of Insurance Company Liberty Mutual Insurance Co. * Primary as respects job performed by the named insured CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 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 of 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 $ each occurrence E each occurrence Bodily Injury Liability $ 1.000.000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: MISCELLANEOUS CONC ETE CONST UC 1986-87 roject t e an ontract o. This endorsement is effective 4 -1 -87 at 12:01 A.M. and forms a part of Policy No. LG1- 162- 015473 -167 Named Insured Bruce Paying Cnmpanj, Endorsement No. Name of Insurance Company Liberty Mutual Insurance Ca AUt oorrl ze epr�lt a ve * Primary as respects job performed by the named insured } i • Page 15 CONTRACT THIS AGREEMENT, entered into this 6Z day of , 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City," a BRUCE PAVING CO., INC. hereinafter "Contract0 'is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 C -2545 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: MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -87 C -2545 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 Ei ht Four Thousand Two Hundred Twenty Nine Oollars($184.229.00 )• 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) 0 • Page 16 (f) Plans and Special Provisions for MISCELLANEOUS CONCRETE CONSTRUCTION- 1986-A7 C -2545 Title 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. 10 G: ATTEST: City Clerk APPROVED AS TO FORM: 1 l City Attorney CITY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MISCELLANEOUS CONCRETE CONSTRUCTION CONTRACT NO. 2545 I. SCOPE OF WORK SP 1 of 6 The work to be done under this contract includes the construction/ reconstruction of P.C.C. sidewalk, driveway and alley approaches, curb, curb access ramp, drainage gutter, storm drain pipe, stairway, and per- forming other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans [Drawings No. M- 5259 -L (attached), M- 5257 -S, and M- 5258 -S], work schedule (attached), the City's Standard Special Provisions and Standard Orawin s for Public Works Construction (19 85 Edition) and (4) the Stan and specifications for Public Works Construction (1985 Edition), including supplements. opies o the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. TIME OF COMPLETION AND SCHEDULE OF WORK The Contractor's construction schedule submittal shall detail and satisfy the following requirements: A. All work under this contract shall be completed by August 31, 1987 or within ninety (90) consecutive calendar days after the start of work, whichever occurs first. B. All work on /in Balboa Peninsula, Newport Shores, Finley Avenue and China Cove shall be completed by June 12, 1987. C. There shall be no work performed on Memorial Day, May 25, 1987, or on July 4, 1987 D. The Contractor shall complete all work on each access ramp, curb and gutter, sidewalk, and driveway within seven consecutive calendar days afer beginning work. The term "work" includes all removals, utility adjustment, concrete construction and curing time. 0 • SP2of6 The Contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the Contractor will not be able to meet this schedule, he will be prohibited from starting work at additional locations until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. 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, equip- ment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (e.g., excavation, removal, sawcutting, patchback, protecting property corners, root pruning, utility adjustments, etc.) shall be included in the unit prices bid for other items of work. In addition, the items of work for construction /reconstruction of PCC access ramps and cross gutters shall also include construction of curb returns and paving. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. IV. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. Limits of removal are field - identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or sur- vey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL 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 containe in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. • SP3of6 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 commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of incon- venience to the motorists. A complete and separate plan for each phase of construction shown in the proposed construction schedule showing all items listed under 1. above and the restrictions of Section II, TIME OF COMPLETION AND SCHEDULE OF WORK. B. "NO PARKING. TOW- AWAY" Sions Where any restrictions mentioned necessitate temporary prohibition 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 forty (40) hours in advance of the need for enforcement. In addi- tion, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card dimensions of 12 inches wide and 18 inches in design and color to sign number R -38 of Sign Chart. The Contractor shall print the hours, days 2- inch -high letters and numbers. A sample shall be approved by the Engineer prior to C. Notification to Residents stock; (2) have minimum high; and (3) be similar the Cal Trans Uniform and date of closure in of the completed sign posting. 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 approxi- mately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renoti- fication using an explanatory letter furnished by the Engineer. • . SP4of6 Notifications to City Parking Meters -- Existing parking meters which must be removed in areas of concrete replacement shall be reinstalled per CNB Std.- 912 -L. In addition, the Contractor shall coordinate with the City's Traffic and Parking Division, Parking Meter Supervisor Stan Peterson a minimum of two (2) working days prior to sidewalk removal. The City will furnish new parking meter posts to be installed by the Contractor. Parking meter reinstallations shall be included in the item of work for sidewalk replacement. 2. Root Barrier - -In areas of tree root damaged concrete improve- ments, the Contractor shall cooperate with the City's Parks, Beaches, and Recreation Department for placement of root barriers per CBN Std.- 118 -L. Root barriers will be provided and installed by the City with a minimum of two (2) working days notification. The Contractor is responsible for removal of tree roots which interfere with the work. If the Contractor elects to request City's forces to root prune free of charge, it shall be his responsibility to make arrangements by contacting the City's Parks, Beaches and Recreation Superintendent, Mr. Jack Brooks, at (714) 644 -3151, a minimum of one (1) day prior to work. VII. CONSTRUCTION DETAILS A. Removals Existing PCC or AC improvements to be sawcut as necessary a minimum two (2) inches deep prior to removal, Limits of removal are field- identified by orange paint marks. Final removal at the sawcut lines may be accomplished by other means, such as hard -blow pavement breakers and stompers, shall be approved by the Engineer. The Contractor shall remove and dispose of all existing AC patches adjoining those sidewalk panels to be replaced. Pavement, unsalvageable material, and concrete that is removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for pro- viding removal and disposal shall be included in the unit price bid for the related item of work. 2. Parkway Improvements - -The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Removal of existing homeowner improvements that conflict or do not conform with the proposed PCC improvements shall be placed on the owner's property. Homeowners shall be given the option to have the materials salvaged. • • Sp5of6 Portland Cement Concrete A portion of the miscellaneous concrete construction is indicated on a work schedule (attached). Exposed surfaces of such concrete construction shall conform in grade, dimension, color, and finish to adjoining PCC improvements. Concrete improvements shall be constructed with Class 520 -C -2500 concrete with additional cement and admixtures as approved by the Engineer to enable the Contractor to complete work within the time constraints listed above. The items of work for reconstruction of alley approaches, driveway approaches, and curb access ramps shall also include curbs, asphalt or concrete pavement, patch backs, sawcutting and removals, grading, etc. C. Patch Back Patch back shall be per CNB Std.- 105 -L. D. Utility Adjustments The Contractor shall maintain existing roof /property drains when replacing existing concrete improvements (e.g., curb, sidewalk, etc.). In addition, the Contractor shall adjust to finish grade all sewer and storm drain manholes, water valve covers, sewer cleanouts, water meter boxes, and City -owned signal and electrical pull boxes. All utility frames and covers damaged or damaged during adjustment operations shall be replaced by the Contractor at his expense. Damaged water meter boxes shall be replaced by the Contractor with boxes supplied by the City free of charge. Utility adjustment shall conform to CNB Std. -111 -L and 511 -L. Railing -Post All replacement railings and posts shall be constructed from extra heavy (0.218" wall thickness) sections of pipe conforming with Section 206 -5 of the Standard Specifications. Contractor shall sub- mit shop drawings for the Engineer's approval prior to fabrication. All replacement posts and railings shall be galvanized using the hot dip process after cutting, forming or welding. The post shall be embedded six (6) inches minimum deep at the center of retaining wall. Material to fill annular space shall be "Por -Rok" or approved equal. Other methods of installation shall be approved by the Engineer. Corona del Mar Fire Department Concrete Slab The Contractor shall sawcut one - and - three - quarter -inch (1 3/4 ") deep score lines in the Fire Department slab. The scoring shall be eight (8) feet apart in either direction for crack control. Concrete shall be cured a minimum of fourteen (14) days before any vehicular traffic is allowed on it. 0 • SP6of6 G. Traffic Signal Detection The Contractor shall notify the Traffic Engineer (644 -3344) at least two (2) working days prior to performing any work which may damage existing traffic 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 within the construction /reconstruction limits shall be replaced or repaired by the City. H. Traffic Stripinq. Pavement Markinq, and Curb Paintin All traffic striping, pavement marking, raised pavement markers, and curb painting shall be done by the City. The Contractor is respon- sible to notify and make arrangements two (2) days prior to work by contacting the City's General Services Department's Traffic Painter Supervisor, Fred Martinez, to coordinate the work. \ f & z g w Q � ■ 01) z wo � X�� 0z2 Ix 20 w z « � w Q � ■ @ ~} \ �§ §i kc w >3p j§ k CL >30 «2 Ito mLL. . \ VA W d m g W ® ® g ƒ / \ % 'In N No z O 1- U c F z W V J W W W CDD = D: t C* ZOD IrV- O 35 O w z J J W U N 0 m Z N U Z LL U) 0 5: (f) 0 Z o n- � J 0 Q aC.) w w a. -j m� a U CL° as Q ° Z Q R cn 3 \ b U) • x 3 P, Y a. icr_ C Q W 'L v" co a w2 0 Q j Q x H JOB aaU) a -- Q x Q 3 a > CL CO oa m t- N _ 3 xKn Q Pn N ti x `< O 1nti O Q ZO y� n o r� N -� rz ell nl m Z N U Z LL U) 0 5: (f) 0 Z o n- � J 0 Q aC.) w w a. -j m� a U CL° as Q ° Z Q R cn W wl Q 2 O V N 2 W V J MW U V� N 2 EOD 9Q 35 O W 2 Q J W U N Y A � m z N U z 0 LL. Fn O] o za: oa J cr Q d U w w °- J U m� a U N J p as a ao az w � Q X .7 4 b Q C cr e 1 ti A Cv ti h �Q ri) o. w� U Q cr Q x }U H JO � J cr a Qa V) a -- a x 3OLL >QU x a -- N ? p Q C13 U- - QD N C L- m a n N K N LA 0"D U ° 3 3 3 ? z 3 CU z .9 m cn r` �- r� r } 'd-- a m z N U z 0 LL. Fn O] o za: oa J cr Q d U w w °- J U m� a U N J p as a ao az w � Q W z O H U H U) z WO J U W W W C~D cr U)ZCD irU- O 3m O W z Q J J W U N !D o] Z cn Z do U- cn Oj (n O Z cr oa � J cr _Q dU W wa J U m CO Q U a ° a< Qo z a w� a Y Q W cr ti t, w cn W 2 Q U jr Q x w0F` JOB M h \ a"P 30LL: o 2: a- CO a a Cra-- �Q OD U- U J Y r. Q U- W O N v � 2 O Z QQ Q w O \r o z o] Z cn Z do U- cn Oj (n O Z cr oa � J cr _Q dU W wa J U m CO Q U a ° a< Qo z a w� a 2 O V D H Z WO J W V Um yZOO � V Q1 30 W Z Q J J W V U) X- m Z N ciZ 0 LL cn 05 UD Z ir oa J c a dU W w n. J rj) m� a U a° a� a O Z a n rn m vi a w2 U Q U jr H O LL: J Jcr O <0L cn a -- a Sar- a ? q % \ z g e U � � � z Q z�� rMz$ &0- k2 w z « � w U U) 2 12- � £ �/ /§ g 0 a.w q� $m \G \k cr LLJ n Y w } 2 f \ \ ƒ . §m kcr »32 a g§ «i 3 k� >§/ m� /\ / -i LLe o U) \ 'I \ 5 k 3 / / \ { w Q e / � / ® 2 ® 2 \ � £ �/ /§ g 0 a.w q� $m \G \k cr LLJ n Ki d 7 z g w Q � � W z wo � �w oR� 27OD &V� 22 w z « � � w U @ 2 r3 /Z \_ k§ 0 C }5 \� qd5 \G \k §/ 7 1p w ® k ~ / ƒ }! / a � \ ®2# \ ■ 2 ƒ ( U) kj : �§p LLI o _J§ ©ƒ a - kE ¢2/ Ei� \\ \ a ® At ¥ ^ \ m 2 Ea / fit} , \ tu & k § \ / \ \ ~ \ \ / < \ \ ® 2 \ 2 � /Z \_ k§ 0 C }5 \� qd5 \G \k §/ z O U H z W O J 0W W M I NZOD �Q V 01 S N O W z Q J U N 2 iY m ZN U Z _O U- (n O5; fA O Z 0: Oa J cca 4 U w wa J U) m� a U N a° ax Q ° z Q w ,- 4. m 1 � N cr Q 4 q N p vD Ud � 1� �n CO a w U Q cr Q x H Lil LL- J O Jft O aaU) 0- 3a� >xaU) oar m D ,c r T U J O a 0 U' fn i N A x 0' ►� �9 - m 3 � z Q r x o h h h O r , V r "D k Q M a h h Q p p e ° r, I Q N M T 1, CA O z m ZN U Z _O U- (n O5; fA O Z 0: Oa J cca 4 U w wa J U) m� a U N a° ax Q ° z Q w ,- 4. m a O 1-- V d' (11 Z J V OW W ~ O N2� Y V O W Z JQ W V N IT 0� Q L) 3 U- >aa oQ M LL- - .. cr h � r m ZU) U Z O LL Cf) O-5 (/)0 Z o °. F- a: °5 CL W wa -i N m� Q U 4 0 as Q a Z w F-- a.. U) ti cr A A o o Z Z Q W v v 3 C u. S iL o T � (L W U Q Qjr x _ _ 4: J0H -ift o Q a v) a -- Q x m ZU) U Z O LL Cf) O-5 (/)0 Z o °. F- a: °5 CL W wa -i N m� Q U 4 0 as Q a Z w F-- a.. U) 0 Z Q P U d' N Z W O J U W WWC U OZa 00 ' cr O 3� O W 2 Q J J W U N f I6 m Z N U Z O Ll- U) O j U) O Z S O °- J a' a dU W Wa J V) mX Q U V) J q am Ir a Qo Z W 2 N c� m y u� i r y ^� � Lc E M 144 W ku 1 A ° c y Q b Ilk \Cych y h i n ' W2 V a N S W8 �- J� d aa m av a 3U WSd >_ x u a U) cr a-- s oa cr. U Ez U J 3 L d O V\ v ^_ r �° cy 0 iii G Na N ° r, J V) N N N O Z tq 01 tj V m Z N U Z O Ll- U) O j U) O Z S O °- J a' a dU W Wa J V) mX Q U V) J q am Ir a Qo Z W NI y Z O U F N 2 W V � W W W a~o y2' m S � O W J J W V T VA m Z N U Z O LL- U) O> yO Z cr Oa J cra O U CL w °- J U in Q U a° am ao az Q n • °r ti � 3 Y a W a C M M Vi h'a`�� @ Q rb t Y d C C OV 3 a T A'l h C vl \ t N y j Q �J ccn a w Ua Qm s J O J�O A y aa� a s >acan � 00 3 ft M W Q N a• O h � M W C2 h V U, ^ ti... W Z a o h w 3 O L" to w Z N W b C V M M Q � n O N ,ZC m h N N N 140 p Z o0 0 a0 � irl I a0 m Z N U Z O LL- U) O> yO Z cr Oa J cra O U CL w °- J U in Q U a° am ao az Q n j / z @ � Q � � ■ z �S W � � OD kZ$ w- k2 w z « � 0 � � u kz §\ /0- }5 q� /U) \� jr §/ 2 a" G k v \. » a!} 2 7§ d 2 d \! ■ 2 ) $ \ it a CL 0 < Q a Q jr % i » y0 a _j§ tea. &kQ «� § §k Ea � mLL- §: Q �� /& }5 / o� k LL. q / t \ % m� w ~ \ ~ \ 0 \ \ » $ / ( 4 3 w Q § 3 ? \ kz §\ /0- }5 q� /U) \� jr §/ \z §\ /0- }5 qU) $© \2 \k §/ ( CA \ � j \ ® � � k & a © ${ ®q $e$ Q2 .cr- % }! ®.i it9 \ CL / m4) / �° ! \� u � a y32 a -i§ <(L U) $ »30 §cro >a- m ki, \ \ \ % st� j $ q 9 / \ n % \ m \ 2 \z §\ /0- }5 qU) $© \2 \k §/ a Vj k z O U H U Z W O J U W O r, W W � C.) NZCc Qw U o� S N O W Z a J W U U i .;tO m Zz U Z O Lu O5; (n O Z Cr Oa �J Q a� w wa J � m CO Q U � J p CLx a ao z x w� Y r - d' V N y o 7r W u Y 3 r a w2 U Q Q m x J O LL: Cr CY a (1) a -- a x aaU. 3 w w°�a CL Ca x CL as m LL- _ r n ^ UJ � '•T m `ti � �� N v Y � - J 4 y N ^ N ,1D 43 x rim S � z IV v p o C M ? M (� M c"J r C Vi Q C M � r W to o M W "� rj cr c� � O M M � cn _ N O c~ Z r M m Zz U Z O Lu O5; (n O Z Cr Oa �J Q a� w wa J � m CO Q U � J p CLx a ao z x w� H z O H U N Z W V J � W W W W V� I NZ CD 00) O 3� W z J J w U _N E ar m zm CU z O LL. U) O5; W O Z cr 0 J c Q aUj w w(L J U) m� Q U -10 am CL Qo z ir aF v~i ' T LLI �Y V m w2 U Q Q cr x } H W LL Jx0 Q a (1) av >949 F U: wxo, >_acn oQ m L .. M D C I C) J �. •9 ti M In H T w (31 S x ri J K x M 1; Z W Z o ✓J � S O ' v � r C , '� Q , L 0 .,v Q W ��. y t- o Q m zm CU z O LL. U) O5; W O Z cr 0 J c Q aUj w w(L J U) m� Q U -10 am CL Qo z ir aF v~i e Z O U f~!1 Z wo -10 :) W W W GO NZCC crU0 O 3M O w Z Q J J W U .22- m ZN U Z _o LL N O NO Zm Oa cra dV W w 0. J m� Q U cn a° m ao Irz Q a v~i fit V% "\l y w2 U Q Q� W-1; <a. co CL -- _„ 3a� i > a'a, mLL. U J 3 W r e` .t� a �° �^ o a ►n it ,° Ll cn o lu a ~ r° Wto ti ►. � a e 3 a �. 11,' Z Q `j rro iv N N N N N e l`� lV N lJ (J N m ZN U Z _o LL N O NO Zm Oa cra dV W w 0. J m� Q U cn a° m ao Irz Q a v~i w cr U Z O U 00 Z m U Z O LL- (1) O 5: y O Z M Oa J 0 Q dV w w °- J � m0 Q V a° am Q ° Z w�<- CL (n v � W V 1u h' �' F• � � �� m v� a W � va Q� w J Jm O Qam a -- Q W ix C! 2: a- °Q U J Y OD pI la A Z O V w Q U Z 2 ly Q v v v O b h N r( '�``� W (VI G Z N 00 Z m U Z O LL- (1) O 5: y O Z M Oa J 0 Q dV w w °- J � m0 Q V a° am Q ° Z w�<- CL (n �I 2 O_ H V N Z WO J V M W WWW V V 0 NZOD wUm 03m 0 W Z Q J J W U N 5 m Zcn U Z O w� o� N O Z Ir oa J � Q a W W wa J in m� a U cn J ° a� as 2 cr w Q CL v) lip �1 v LLJ cf) CL W2 U Q Q cr 2 _ W g M- �- Jv cr O a a cn CL -- Q QQ1 3 LL. >a..in cr CL Co U_ .C! N V Y r. 3 W > '� kn kA I Ai x � � �. � � � � ✓1 Vi X k R � � O N L�.I "kn �. r 6G w `y 0 v z ( � r a O O Q o e v v v \ O I M O m r7 m N r+ r r o0 0- L N N N N N N N N m Zcn U Z O w� o� N O Z Ir oa J � Q a W W wa J in m� a U cn J ° a� as 2 cr w Q CL v) % \ 7 z g � u � U) z wo WwOD moo. X22 w �■ k2 w z « � w Q � ■ _- ` \ & \ « . { \ ! z ? � y to . k K } w ` $ a & k 9 & # w » \ U) IL { � z Qj \ Vi \ % G Q.m C.) � « ) . \ \ k f { \ \ Q � ` » « \ & ti \ } � \ � § \� tea/ � \e «L \ §k §i � mLL. §: ou \U- »CY $3 m NJ K w i a / \® k k \ } \\ wv SZ 9 \o \z U. 2 /} 0 }W w 2m gCf) \\ §\ $ \ % z g R Q � ■ e � z w� km WwOD 22 OD OD &0- 22 w z « w Q @ i A L k0 U. \ Z§ 0 jM q� <m aU K2 Ld§ \ � i� !G $ ! k ! #2!14 $ / \ $ \ ® w 7 qF 0) a. � 'k -- ( � / � � Ai k \ cr X32 LL: 18 tea\ �\2 a. co §i� mU- \- U- 6 @cn @ { K }E \ ° $ \ $ « w t ;\!w! / ! �� \� ° ( q ( \ \ \ / ƒ 4 \\ 2% k0 U. \ Z§ 0 jM q� <m aU K2 Ld§ 22 �� y� 10e` PROJECT LOCATION �✓EEi" NO 6 ��0. I 1 i I F 11 0 SHEET NO. 9 Its 0. IMM 5EE .-wcf r 9 zoo INDICATES WHEELCHAIR RAMP j LOCATIONS. 29 1 If I lao INDICATES SIDEWALK AND OR •" ""` "e"""° �' "' �:+�i +L. CURB LOCATION. -gOtik BAYS w• 59 60 tiDb AYE, b 7e v w /lad 62 2B 0 k I° J -J K(EY MCO/iG f d / 1 eeY ! a t o 7 b s' G/ a /! it It Qe ji i s z l �'w 9 � u e • .a .,.� BLVD. 36 € BALB0�1 21 l7 '1 nen aaann and /9 on vre n �: y 1/s Tp 35 ' ° "' s 14EZS t .9 4 3 7 La r,r .. FQO.VT /7 —A ^ /6 t \ AN 23 rAVAtT a J 33 - � t e t • . yd. ' AVE- d1 t � e q_ b •?.e a ..a d, ... I ' Ii+ - +�''![� -�d I[wA, s 1 D�` • A% t� Y -_- c , u e //+ G / �•7 t �i , e Y°I ra 'G i 5 d 1 7 1 mG Q 91i 7 a' .QLV _ ro BOA �;,.,, ler 9,4 t d 75 2G 17 Ie N Z 1 k r' i y a 1 q P 1d 29 pre. .y' r/ /o v e l i s I / rs 8 ,o Ir it t1 td Is n .y In ...... •., -. a ,:,/ .OYE. e. B - la � v e . 15 � � ..,. , �ro-(,� � s R 0 T / 0 N . � � l7 11 �. nr ^"' ^• � n t 60 - CITY OF NEWPORT BEACH DRAWN R•G DATE 2 -12 -87 PUBLIC WORKS DEPARTMENT APPROVED J /2 r ', 1888 -87 MISCELLANEOUS PUBLIC WORKS DIRECTOR CONCRETE CONSTRUCTION R. E. NO. LYO-cv C -2545 DRAWING NO. M- 5259 -L /a a 7 5 -z cl ♦uuhn I t �0 4 7 e 7¢ et '�'� =r / I I �I • D f f +b L I D }I E 11 A t I T R A lA 70 qAy t A ✓E. / 71 72 73 p 1 75 1s 112 b fra L 17 i 7csesz/ ro`j 44 BLVD.__ - w m � w. w n r i e s� s s �s 1er 's•w. r i as ay.i:r. am a — _ _ � a y i_ srsn/e vmnus24 /r;rii /s/c .71d /s re: rs t 86 / /ms d 7e 49 p 7 ia N t ' j 19 it 17 1 a n 45 zoo INDICATES WHEELCHAIR RAMP LOCATIONS. +so INDICATES SIDEWALK AND OR \ CURB LOCATION. wsn rbv rc T ! 7 77 6' Z 80 79 ` s 78 7 d v b z 7/p c 7 e v ra n r� v rd /r r1 r { 7 ; 6 ,66 Qo yl gl qVE 4 e "" �+ r v n rr rz rs k r t s d M•c 7 63 a 65 rd Ct' 67 68 d v Ill iz u a E y ,i / rC 9 d 7 6 5 I 5 d z 7 nlrzuw rs le cs ju r v .r> 69 P 45 zoo INDICATES WHEELCHAIR RAMP LOCATIONS. +so INDICATES SIDEWALK AND OR \ CURB LOCATION. wsn rbv rc T ! 7 77 6' Z 80 79 ` s 78 7 d v b z 7/p c 7 e v ra n r� v rd /r r1 r { 7 ; 6 ,66 Qo yl gl qVE 4 e "" �+ r v n rr rz rs k r t s d M•c 7 63 a 65 rd Ct' 67 68 d v Ill iz u a E y ,i / rC 9 d 7 6 5 I 5 / / 1 -d 10 9 d 7 6 s d 9 7/ s !/EST 49,41-904 BL VU 43 Z =_ - - -- Tjw Iw ti It' 're vronuzs 38 7 nlrzuw rs le cs ju r v e7ss 69 P I w•� mmr., / / 1 -d 10 9 d 7 6 s d 9 7/ s !/EST 49,41-904 BL VU 43 Z =_ - - -- Tjw Iw ti It' 're vronuzs 38 /r V /e /S /{ /7 /e /9 A T/ 7r rJ le G Z 3 Y ! c I / / 11 AO ID y d 7 qV IIf A iO. �� i4 . /tf.!J/II. J# J/F NO M vnn FV oeEAA/ 42 (A a, _•= 45 OF C CITY OF NEWPORT BEACH DRAWN R.G. DATE 2 -12 87 PUBLIC WORKS DEPARTMENT APPROVED INN -97 MISCELLANEOUS PUBLIC WORKS DIRECTOR CONCRETE CONSTRUCTION R.E. NO. 129196—: C_2545 DRAWING NO. M- 5259-L rt rs le cs ju r w ry Xlr P /r V /e /S /{ /7 /e /9 A T/ 7r rJ le G Z 3 Y ! c I / / 11 AO ID y d 7 qV IIf A iO. �� i4 . /tf.!J/II. J# J/F NO M vnn FV oeEAA/ 42 (A a, _•= 45 OF C CITY OF NEWPORT BEACH DRAWN R.G. DATE 2 -12 87 PUBLIC WORKS DEPARTMENT APPROVED INN -97 MISCELLANEOUS PUBLIC WORKS DIRECTOR CONCRETE CONSTRUCTION R.E. NO. 129196—: C_2545 DRAWING NO. M- 5259-L w _• tlUE4gy /Jtp� 4vENUE S � 50 e7 FEZ -4 a a a T zoo INDICATES WHEELCHAIR RAMP LOCATIONS. i i5o INDICATES SIDEWALK AND OR CURB LOCATION. SEE 5f/EEr se 3, ,X c EA5 T BALBOA. _ BL�O I =_ u 14 m ee /35 rr is y/ Iz 1.3 4 s. 7 a i /33 134 141 1 , \ P 229 EDCEW4TE2 lu rr 4 /Q ' 221 . i4z 22J C c f /t% arA%!^R'A - ' r I r r .c4 s -- 2— —1 r o ST GWY A ••- •• . w « Qb //b l8 �' k � r4/21 _- - rr.l'o ro ro n tz p r- •Iry tt I kN m -- 5EE 3 WEST 8AL60A BLVO. -_ _ _ r! lZ r/ b 4 e 7 i:, 93 s ro n I I lu IrsTr e' e y / w m n u is zdi r n lzra /4 .w. .c rr. ' m. w n. S. � ':.: c° •c.c. ceri -csc 74 ts 16 ' OCEAN « 89 F¢OAtr 94 __- s HC-E r Y o� /o CITY OF NEWPORT BEACH DRAWN--.E—G—' DATE 2 -12 -87 PUBLIC WORKS DEPARTMENT APPROVED /// � L 1886 -8T MISCELLANEOUS PUBLIC WORKS DIRECT. O3_ CONCRETE CONSTRUCTION R.E. NO.I C -2345 DRAWING NO. M- 5259 —L zoo INDICATES WHEELCHAIR RAMP LOCATIONS. 5o INDICATES SIDEWALK AND OR CURB LOCATION. T r- moo\ % +3y� �vt \s`: 174 ¢ 111 p105 1B4 191 " Y 111 173 172fT c /7! 69 1 9 Iwo ` o -°„- I� _ a °f 2: I i I A y 9 4 170 �•`� 16J` e• %9I'� y. s _ EAST �AL6OA _ 6L W4 U Z+f 0 /J 2 i i om - -q 1' y i .Y , I ,B V7 /GtIS _'� 1e • 3 4 N 1 ] B _ (0 2 _ 4,1 11117 ' 11 "I 14 /5 /L y 4 11 .av »ems FFON ers CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1986 -87 MISCELLANEOUS CONCRETE CONSTRUCTION C -2545 DRAWN DATE z -IZ-o APPROVED PUBLIC WORKS DIREC" R.E. NO-4 DRAWING NO. M- 5259 -L ('i � 4 n_ vaaTecT ExirT ✓1[ C li \ ?lq / / / Z 19 / / / CI f I i 20o INDICATES WHEELCHAIR RAMP LOCATIONS. ; yEE7 6 aF is 1986 -87 MISCELLANEOUS CONCRETE CONSTRUCTION DRAWN H. Li DATE APPROVED PUBLIC WORKS DIREC rc� A _ _ R.E. NO. 32- 1 C -7509% I DRAWING NO. 33 i 1w ...� • 2Z3 20o INDIC ES WHEELCHAIR RAMP LOCATIONS. rl 1 4�bF 1 � 1 � � 1 / a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1986 -87 MISCELLANEOUS CONCRETE CONSTRUCTION CC -2545 i`c, \T opp o� 4 a o, ?17 &&T 7 OF /O DRAWN R.G_ DATE 2-12 -87 APPROVED /,� n 1u IR PUBLIC (Wf�OMBDI(REGB _ R.E. NO. - DRAWING NO. M-5259-L 39 a. ZA3 224 o ,o t' 0E s pay t f vii i3 �% u al ' � �wp ' CONS TRUCr TYPE`B��P.r.e tuAs P!A C.N.A. STd• /Bi-L . A,VD 1'fn b" lT. PAV'T. , �f I RAMP TMRE��6H TRAbF/C IF�A ✓� �\ \ _ LO ETA /L "A " / RPO,vIONTO4V QD /NT �� ��� OR/V6 L✓ES7 p 1n o e � 1e 5 a is 14 � n � m 4 � \3 d 1$ 226 \ a 1 � � 1• � /firs STREET 1S �` e"4'Sr d O y A INDICATES WHEELCHAIR RAMP �. \ LOCATIONS. 5//EE"7' 8 0,C10 CITY OF NEWPORT BEACH DRAW" RG. DATE 2 -12 -87 PUBLIC WORKS DEPARTMENT APPROVED Q 1986 -8T MISCELLANEOUS. PUBLIC WORKS DIRECT.0j. CONCRETE CONSTRUCTION R.E. NO. C -2545 DRAWING NO. M- 5259 -L ` � I i ¢' c 0 i r 6 Zil � I t I 1 S I I �I I :I 3 JI lJ 0 3 v. I , ' C i I i 2 a f f I X79 b II L� e. s CAMPU = C //Y ac rxv /NE NENPJBI BEICN L /lY (. /Y /JS r - 230 Ar I � ---- d` o�✓Jm �JI___t 39 22] t • • DOVE j II 40 � ..�. ..... III CITY OF NEWPORT BEA PUBLIC WORKS DEPARTMENT 1986-87 MISCELLANEOUS CONCRETE CONSTRUCTION 0 i 3 \.' i w• 9v2_ I ... I I RES"$ i 4 / /I /N / I AESlB SQ PC[. OF Bi•PLH srfL�Br 20o INDICATES WHEELCHAIR RAMP LOCATIONS. <HEET 9 OF DRAWN R.G. DATE 2 -12 -87 APPROVED l,7 /;) )/% // PUBLIC WORKS IMF R.E. NI DRAWING NO. M -5259- A l v v m b II L� e. s CAMPU = C //Y ac rxv /NE NENPJBI BEICN L /lY (. /Y /JS r - 230 Ar I � ---- d` o�✓Jm �JI___t 39 22] t • • DOVE j II 40 � ..�. ..... III CITY OF NEWPORT BEA PUBLIC WORKS DEPARTMENT 1986-87 MISCELLANEOUS CONCRETE CONSTRUCTION 0 i 3 \.' i w• 9v2_ I ... I I RES"$ i 4 / /I /N / I AESlB SQ PC[. OF Bi•PLH srfL�Br 20o INDICATES WHEELCHAIR RAMP LOCATIONS. <HEET 9 OF DRAWN R.G. DATE 2 -12 -87 APPROVED l,7 /;) )/% // PUBLIC WORKS IMF R.E. NI DRAWING NO. M -5259- _„ 36 Bay[' V II lip �r7 La 7. pro sed � I �!J t III/ • ',i =.Q La /i� p,��e1 4IbvF so4 M' =eo' B E 7E�,W'o0 ?rQC/�� P4 CN/NG I sj,C'paTC`N /N6 F /NLEyQ— Qce %PCB "• • �•�•14.,.: - 7-YA 1C4L X i7Eld SF_C7 /O.V CONS7`ZZIC7101V IVDTE'S 1 BEHOVE /NMACAVAIlXG OOQTiON� OF G'X /9TiN0 A, C, P, C.C• /MAa0YBM0lVr-4• / O., , , .PECON9r,PUCr Bxi9ri.VQ P4vEMCNT 9�CT /D.v o�p TY.o /CVG ,Y- 6L�rTE,p .SECTiO�v 0,... CONBTQUCT .QC•C. C ?OBS 9!/TTCQ PG•P ,OOPLiCa6Ld Pc1PriO.v OF C.N•B. 9r0- /B6 -L. ♦�.... CONJTQUCT P.C•C. GOCGG OCOBi°88 /ON OE,PC.c'B• 970 - 304 -L . QCC ©N6TeUCT OF�EG/ /C/G DS ed'q�/i2E0, . , ,NOT /F y C44r7CeN3 '&O8 1-6211C/4071'O.V O,W TEDFF /C B /B.VDG �OOpe , tP�3) s8o r2os - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1986 -87 MISCELLANEOUS CONCRETE CONSTRUCTION s`yre r to DRAWN W DATE McQC.4� APPROVED 12 n PUBLIC WORKS DIREC R.E. NO. �{� DRAWING NO. 14,f!! ._e_ ff9_-L .. • • • • TO: CITY COUNCIL FROM: Public Works Department 0 APR 27 1937 APPROVED April 27, 1987 CITY COUNCIL AGENDA ITEM NO. F-3(a) SUBJECT: MISCELLANEOUS CONCRETE CONSTRUCTION, 1986 -1987 (C -2545) RECOMMENDATIONS: 1. Adopt a budget amendment transferring funds into the Curb and Sidewalk Replacement Program account. 2. Award Contract Number 2545 to Bruce Paving Company, Incorporated for the total bid of $184,229.00 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on April 15, 1987, the City Clerk opened and read the following bids for this project: The low bid is 23% higher than the Engineer's estimate of $150,000. The difference between the bids and the estimate appears to be due to the fact that concrete contractors are very busy at the present time, and to the "spread out" nature of the work in this particular contract. The low bidder, Bruce Paving Company, has not performed previous contract work for the City; however, a check with their experience references and the State Contractor License Board has shown that Bruce Paving has successfully Completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respectively. This project provides for the construction or reconstruction of portland cement concrete improvements at various locations in the City. The contract includes: 1. Reconstruction of certain curbs, sidewalks, driveways and alley approaches on Balboa Peninsula and also in Newport Shores to alleviate tripping hazards and improve drainage. 2. Construction of handicap access ramps at approximately 40 OCTD bus stops. 3. Reconstruction of a portion of the Fernleaf Avenue beach access stairway to improve pedestrian safety and facilitate drainage. (3f) Bidders Total Price Bid Low Bruce Paving Co., Inc. $184,229.00 2 Damon Construction Co. 207,062.00 3 Jerry Cross Paving Co., Inc. 234,221.00 4 Ryco Construction, Inc. 234,305.00 The low bid is 23% higher than the Engineer's estimate of $150,000. The difference between the bids and the estimate appears to be due to the fact that concrete contractors are very busy at the present time, and to the "spread out" nature of the work in this particular contract. The low bidder, Bruce Paving Company, has not performed previous contract work for the City; however, a check with their experience references and the State Contractor License Board has shown that Bruce Paving has successfully Completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respectively. This project provides for the construction or reconstruction of portland cement concrete improvements at various locations in the City. The contract includes: 1. Reconstruction of certain curbs, sidewalks, driveways and alley approaches on Balboa Peninsula and also in Newport Shores to alleviate tripping hazards and improve drainage. 2. Construction of handicap access ramps at approximately 40 OCTD bus stops. 3. Reconstruction of a portion of the Fernleaf Avenue beach access stairway to improve pedestrian safety and facilitate drainage. (3f) 0 0 Page 2 Subject: Miscellaneous Concrete Construction 1986 -1987, C -2545 April 27, 1987 4. Construction of a channel atop the City's retaining wall at the Mariner's Mile parking lot to convey drainage flow into an existing storm drain. 5. Construction of a reinforced concrete parking apron at the Corona del Mar Fire Station. 6. Construction of a drainage gutter across Finley Avenue at Newport Boulevard. Funds for award are proposed from the following accounts: Description Number Amount Replace Concrete Apron at CdM Fire Station Construct Handicap Access Ramps Sidewalk, Curb, and Gutter Repl. Program Storm Drain Improvement Program Harbor Street End Improvement Program Street, Alley, & Bikeway Reconst. Program Slurry Seal Program (transfer) 27- 2495 -295 02- 3397 -414 02- 3397 -183 02- 3486 -053 02- 4186 -052 02- 3386 -015 02- 3386 -014 Total $ 12,000.00 30,000.00 42,268.07 30,000.00 2,409.80 3,669.62 63,881.51 $184,229.00 A budget amendment to transfer the Slurry Seal Program funds into the Curb and Sidewalk Replacement Program appropriation (account number 02- 3397 -183) has been prepared for Council consideration. All of the other award funds relate directly to the work being performed. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is July 31, 1987. Benja in B. Nolan Public Works Director • • LRD /bjm • • • Ll TO: CITY COUNCIL FROM: Public Works Department SUBJECT: MISCELLANEOUS CONCRETE CONSTRUCTION 1986 - 1987 (C -2545) RECOMMENDATIONS: 1. Approve the plans and specifications. a March 23, 1987 CITY COUNCIL AGENDA ITEM NO. F -16 BY THE CM1 COUNCIL CITY OF NFYPORT NEACH MAR 23 }987 APPROVED 2. Authorize the City Clerk t DISCUSSION: This project provides for the construction or reconstruction of Portland cement concrete drainage and surface improvements at various locations in the City. The contract includes: 1. The construction of handicap access ramps at approximately 40 OCTD bus stops. 2. Reconstruction of certain curbs, sidewalk, driveways and alley approaches in Newport Shores and on the Peninsula to alleviate tripping hazards. 3. Reconstruction of a portion of the Fernleaf Avenue beach access stairway to improve pedestrian safety and facilitate drainage. 4. Construction of a channel atop the City's retaining wall at the Mariner's Mile parking lot to convey drainage flow into an existing storm drain. 5. Construction of a reinforced concrete parking apron at the Corona del Mar Fire Station. 6. Construction of a drainage gutter across Finley Avenue at Newport Boulevard. The estimated cost of the work is $150,000. Sufficient funds to award this amount are available in the appropriations for the Sidewalk, Curb, and Gutter Replacement Program and the Street, Alley, and Bikeway Resurfacing and Reconstruction Program. • The plans and specifications were prepared by the Public Works Department. The estimated date of completion is July 31, 1987. 4J, Benjamin B. Nolan Public Works Director LRD /bjm G*s Asher 80 RoOu ft Pin NiwW Beach. CA (12W (IM 681$120 STATE OF CALIFORNIA County of Orange, Tile Ne`vftt Ensign ss. I-am a citizen of the United States and a resident o£,the County afore- said; I am over the age of eighteen years, and not a party to or inter- ested in the above - entitled matter. I am the principal clerk of the prin- ter of the New:ort Ensign newspaper of general circulation, printed and published weekly in the city of New- port Beach, County of Orange, and which newspaper has been adjudged a newspaper'of general circulation by the Superior Court of the County of Orange, State of California, under the -date of May 14, 1951, CASE NUM- BER A -20178 that the notice, of which the annexed is a Printed copy (set in type not smaller than non- pareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to- wit: MAR 2 6 1987 I certify (or declare) under penalty cf Perjury that the foregoing is true and correct. Dated in Newport Beach, California MAR 2 B 1987 SIGNATURE BECKY L. BOLTON PROOF OF PUBLICATION (2015.5 C.C.P.) {------------------------ - - - - -- I II II II tt II II I I NOTICE INVITING I I BIDS i I Sealed bids may be I I received at the office of the I I City Clerk, 3300 Newport 1 I i Boulevard, P.O. Box 1768, t I Newport Beach, CA 92658• f 8915 untill 11:00 a.m. on the 15th day of April, 1987, at which tim such bids I I shall be. opened and read 1 I I for tl i CHEti=0 CT16N,, I 1 1986.87, fontriltiF Nb: ;£ngineees Estimate I I $150,000 I I Approved by the City I I ` Council this 23rd day of I I March; 1987.. Signed: I 1 Wanda E Reggio, City Clerk. I I Prospective bidders may f I obtain one set of bid doc- uments at no cost at the I I II office of the Public Works I I 4 Department 3300 Newport I Boulevard, P.O. Box 1768, Newport Beach, CA 92658- 1 I i 8915. I I For further information, I I I call Gilbert Wong, Project Manager, at 644 -3311. I 3/26 „_. ..0137 II I II I1 II 1 II II II 11 II I II II II 1 II II II II I II II II II I II II II II 1 11 LEGAL ADVERTISING DIRECTOR ii I