HomeMy WebLinkAboutC-2643 - 1987-88 Street Resurfacing ProgramCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
January 13, 1988
Blair Paving, Inc.
4226 East La Palma
Anaheim, CA 92807
Subject: Surety: Great American Insurance Company
Bonds No. 0284217
Contract No.: C -2643
Project: 1987 -88 Street Resurfacing Program
The City Council of Newport Beach on December 14, 1987 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 in accordance with applicable sections of
the Civil Code.
The Notice was recorded by the Orange County Recorder on December
18, 1987, Reference No. 87- 699294.
Sincerely_,,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING
PLEASE RETURN TO: REQUESTED By
City Clerk ej / /act 7j11
City of Newport Such
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
NO CONSIDERATION
EXEMPT RECORDING REQUEST M*
CAERNMENT CODE 6103
87.- 699294 I EXEMPT
NOTICF. OF COMPLETION
PUBLIC WORKS
C8
to All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 14, 1987
the Public,W arks project consisting of 1987 -88 Street Resurfacing Program (C- 2643). _
on which nlair Faving, Inc., 4226 East La Palma, Anaheim, CA 92807
was the contractor, and Great American Insurance Company, 200 S. Manchester Ave.,
was the surety, was completed. Suite 600, Orange, CA 92668
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY CALIFORNIA
-115 PM DEC 13`87
/ COUNTS
Y RECORDER
I. the undersigned, say:
VERIFICATION
CITY OF NEWPORT BEACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 16, 1987 at Newport Beach, California.
k1
Public Wo s 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 December 14, 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 December 16, 1987
City of Newport Beach, Owner
10�
RECP,vEB �
^'1
cm Of
N"pal Beech,
Calif.
i
at Newport Beach, California.
City Clerk
0
CITI�*QF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 17, 1987
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:
1987 -88 Street Resurfacing Program (C- 2643).
Sincerely,
C5 • Ode
Wanda E. Raggio
City Clerk
3300 Newport Boulevard, Newport Beach
fy
•
•
9
0
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
December 14, 1987
CITY COUNCIL AGENDA
ITEM NO. F -14
DEC 14198T
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 1987 -88 STREET RESURFACING PROGRAM (C -2643)
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 the
Notice of Completion has been recorded in accordance with
applicable portions 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 $262,522.50
Amount of unit price items constructed 270,301.35
Amount of Change Order 696.96
Total contract cost $270,998.31
The increase in the amount of the unit price items constructed was due
to an approximate 2% greater quantity of asphalt used, and the adjusting to
grade of 23 additional manhole covers which had not been raised in conjunction
with previous resurfacing projects performed by City forces.
One Change Order was issued to provide for a change in a crosswalk
from standard to a high - visibility school crosswalk.
The contractor is,,Blair Pavi.n9,,.of..Anaheim: --
The contract date of completion was September 18, 1987. The paving
was completed by that date. All work, including the adjustment of the
additional manhole covers was completed November 12, 1987.
a4'�4 �-' D44
• Benjamin B. Nolan
Public Works Director
KLP /bjm
Attachment
(is)
t
LOCATION MAP
. 1
SAN MIGUEL DR.
d,
INDICATES AREA OF OVERLAY.z,
/ 2
CONSTRUCTION NOTES
Q COLD PLANE 5" WEDGE (1" below E.G.)
ZO CONSTRUCT A.C. OVERLAY PER TYPICAL SECTION
O ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENTS,
SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. ---��
O APPLY TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT .�
MARKERS.
CITY OF NEWPORT BEACH DRAWNfa•r✓
PUBLIC WORKS DEPARTMENT
1987-88
STREET RESURFACING PROGRAM
_—_ C _ 26/1 3 DRAWING NO.
DATE
i
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: September 4, 1987
SUBJECT: Contract No. C -2643
Description of Contract
1987 -88 Street Resurfacin
Effective date of Contract September 4, 1987
Authorized by Minute Action, approved on August 10, 1987
Contract with Blair Paving, Inc.
Address 4226 East La Palma
Anaheim. CA 92807
Amount of Contract $262,522.50
" '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
Y CLERK
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 30thday of July __, 1987,
at which time such bids sha1T be opened and read for
1987 -88 STREET RESURFACING PROGRAM
Ti t e o Project
2643
Contract No.
$300,000
Engineers Estimate
4. �
1:0
Approved by the City Council
this 13th day of July , 1987.
an a E. Raggio lof
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
1987 -88 STREET RESURFACING PROGRAM
CONTRACT NO. 2643
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
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 proposes to
furnish all materials and do all the work required to complete this Contract No. 2643 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 0 L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 16,000 Cold plane existing pavement
Square Yards
@ -- Dollars
and
Ei hty -Three Cents $ .83 $ 13,280.00
er quare Yar
2. 7,500 Construct asphalt concrete overlay
Tons
@ Twenty Seven Dollars
and
Forty -Six Cents $ 27.46 $205,950.00
Per Ton
3. 19 Adjust existing sewer and storm drain
Each manhole frames and covers to finish
grade
@ One Hundred Ninety Dollars
and
-- Cents $ 190.00 $ 3,610.00
0 0
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Date Signature'
�l/7
Blair Paving, Inc.
Contractor
1987 -88 Street Resurfacing Program (C -2643)
0
0
PR. 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 86 Adjust existing water valve, survey
Each monument and sewer cleanout frames
and covers to finish grade
@ One Hundred Sixty Five Dollars
and
Cents $ 165.00 $ 14,190.00
5. Lump Sum Apply traffic striping, pavement markings,
and raised pavement markers
@ Twenty Five Thousand Two Hundred Doantz Two
and
Cents $ 25.272.50
Per Lum Sum
6. 20 Apply fire hydrant markers
Each
@ Eleven Dollars
and
Cents $ 11.00 $ 220.00
TOTAL PRICE WRITTEN IN WORDS
Two Hundred Sixty Two Thousand Five Hundred Twenty Two
Dollars
and
Fifty Cents $ 262.522.50
July 30. 1987 BLAIR PAVING. INC.
Date Bidder
17141 579 -0800
Bid er's Telephone Number
i
Authorize ignature i 11 e
294966 CLASS A 4226 East La Palma Anaheim CA 92807
Contractor's License No. & Classification Bidder's Address
9 9
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 SUBCONTRACTORS)
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.
294966 CLASS A
Contr's Lic. No. & C assification
July 30, 1987
Date
Page 2
S /Ben.iamin Day. Pres.
Authorized Signature /Title
0
DESIGNATION OF SUBCONTRACTOR(S)
• Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Subcontract Work Subcontractor Address
1• STRIPING & FTRF. HYDRANT MARKERS T & S ST,N CO 822 W KA TTA. ORANGE, CA- 92667
2•_ ADJUST MANHOLES. WAT_F.RVALVES & SURVEY MONUMENTS
3. MANHOTE AT)T CONT INC. P'0 BOX 750 MONTEREY PARK, CA.
4 91754
r
5.
6.
7.
8.
9.
10.
11.
12.
BLAIR PAVING FIN'.
Bidder
i D Pres.
ut orize Tgnature Tit e
•
KNOW ALL MEN BY THESE PRESENTS,
FOR ORIGINAL * CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND
That we, BLAIR PAVING, INC. , as bidder,
and GREAT AMERICAN INSURANCE COMPANY
and firmly bound unto the City of Newport
Ten Percent of Amount Bid
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 ($ 10% ),
payment of which sum well and truly to
averally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
2643
e
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 24th day
of July 1987 .
BLAIR PAVING, INC.
(Attach acknowledgement of Bid er
Attorney -in -fact)
S /Sylvia Hand,iian
Notary Public --
Commission Expires: April 16, 1991
S /Benjamin Day, Pres.
Authorized Signature/Title
GREAT AMERICAN INSURANCE COMPANY
Surety
BY S /David L. Culbertson
Title .Attorney -in -Fact
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
BLAIR PAVING, INC.
S /Benjamin Day, Pres.
Authorized Signature /Title
Subscribed and sworn to before me
this 29 day of July ,
19 87.
My commission expires:
May 19, 1989 S /Phyllis G.
NoWtary 4
Public
0
• 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.
1987 CITY OF SANTA ANA (714) 549 -6872
20 CIVIC CENTER PLAZA, SANTA ANA, CA.
VARIOUS CITY OF HUNTINGTON BEACH TOM BLACKBURN (714) 828 -0600
2000 MAIN STREET, HUNTINGTON BEACH. CA.
VARIOUS CITY OF ORANGE (714) 532 -0426
300 CHAPMAN AVE., ORANGE, CA.
BLAIR PAVING, INC.
Bidder
S /Benjamin Day, Pres.
uthorized Signature /Title
C,
i
NOTICE
• Page 7
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 Ratin Guide: Pro ert - Casualty.
Coverages shall be prove ed 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 for use in the City Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
EXECUTED IN FOUR COUNTERPARTS
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
BOND# 0284217
W IUM: ENCLUDED IN Page 8
ORMANCE BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 27
has awarded to BLAIR PAVING. INC.
hereinafter designated as the "Principal ", a contract for 1987 -88 STREET RESURFACING
PROGRAM (CONTRACT NO. 2643)
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 dny kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We BLAIR PAVING, INC.
r
as Principal, and GREAT AMERICAN INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED
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
i
Page 9
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 loth day of AUGUST , 19 -BL•
BLAIR PAVING, INC, {aT?
Name of Contractor Pr' cipal
=`
_=
PIN
Authorized ign tur a d t le
Autnorizea bignature ana iitie
GREAT AMERICAN INSURANCE COMPANY-- ` {Seal)
Name of Surety
200 S. MANCHESTER AVE., SUITE 600
✓ ORANGE, CA 92668
Address of Surety
BYE
Di nature and Title of Authorized Agent
ANA LASKOWSKI, ATTORNEY -IN -FACT
CULB R 0 SERvTCRS-
dress o gent 5500 E. SANTA ANA CAYON RD.,STE 211
ANAHEIM, CA 92807
Telephone No. of Agent
F
i
1 ^ �.... .:�ei•hn:i..v
J
i
1 ^ �.... .:�ei•hn:i..v
State of CALIFORNIA
On AUGUST 10, 1987 , before me, the undersigned,
1 ss. a Notary Public of said county and state, personally appeared
County of ORANGE
J
DIANA LASKOWSKI
personally known to me to be the Attorney -in -Fact of
GREAT AMERICAN INSURANCE COMPANY
the Corporation that executed the within instrument, and known
,
to me to be the person who executed the said instrument on
" •• OFFICIAL SEAL
behalf of the Corporation therein named, and acknowledged to
Sy VIA HANDJIAN
me that such Corporation executed the same.
NOTARY PUBLIC - CALIFORNIA
y..��
.,, PRINCIPAL OFFICE IN
ORANGE COUNTY
MY Commission Exp. Apr. 16, 1991
NOTARY PUBLIC
EXECUTED IN FOUR COUNTERPARTS
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
B #0284217 Page 10
P UM; $1,260.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Jul y27, 1987
has awarded to BLAIR PAVING, INC.
hereinafter designated as the "Principal ", a contract for 1987 -88 STREET RESURFACING
PROGRAM (CONTRACT N0. 2643)
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, BLAIR PAVING. INC,
as Principal, and GREAT AMERICAN INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
TWO HUNDRED SIXTY TWO THOUSAND FIVE HUNDRED TWENTY TWO 6 5 0011ars ($262.522.50 J
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
Y x �
_... �
,.. .
..
....:..
..._..r.. ,.
4
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
;urety above named, on the 10th day of AUGUST-
BLAIR PAVING, INC.
Seal
pal
7
le
----------
L�AeNthorizi-d Signature and Title
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
200 S. MANCHESTER AVE., SUITE 600
ORANGE, CA 92668
Address of Surety
Signature and Title of Authorized Agent
DIANA LASKOWSKI, ATTORNEY-IN-FACT
CULBERTSON INSURANCE SERVICES, INC
Address of Agent5500 E. SANTA ANA CANYON RD STE 211
ANAHEIM, CA 92807
(714) 921-0530
Telephone No. of Agent
1
0
1
e
I
State of CALIFORNIA On AUGUST 10 1987 ,before me, the undersigned,
ss. a Notary Public of said county and state, personally appeared
County of ORANGE
DIANA LASKOWSKI
personally known to me to be the Attorney -in -Fact of
OFFICIAL SEAL
SYLVIA HANDJIAN
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
• ORANGE COUNTY
Mr C'M"aw t'p. Apl. 16. 1991
GREAT AMERICAN INSURANCE COMPANY
the Corporation that executed the within instrument, and known
to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to
me that such Corporation executed the same.
NOTARY PUBLIC
v
CZEATANERICAN INSilR3 NCE COMPANY
The number of persons authorized by
this power of attorney is not more than
FOUR POWER OF ATTORNEY
No.0 13088
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
DAVID L. CULBERTSON ALL OF ALL
LINDA L. CULBERTSON ANAHEIM UNLIMITED
CHARLES L. FLAKE
DIANA LASKOWSKI
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 15th day of January , 1987
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 15th day of January, 1987 , before me personally appeared ROBERT M. SCHUDER, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof.' to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
1, KAREN HOLLEY HORRELL, Secretary of the Great American Insurance Company, do hereby certuy that the iii +egvut_
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now 111 11111 force
and effect.
Signed and sealed this 10th day of AUGUST 1987
&ERTIFICATE OF INSURANCE •
I
Page 12
ING COVERAGES
City of Newport Beach
`'
�l
Company
Policy
3300 Newport Boulevard
6
etter
A NATIONWIDE MUTUAL INSURANCE CO.
Newport Beach, CA 92663
h4
Each
Ag. ro ucts
Completed
S
mpany
B
NAME AND ADDRESS OF INSURED
8 A04 i 1
tter
BLAIR PAVING, INC.
L'ri
ter
C
4226 East La Palma
RT
Litre
pany
+ +o.
D
Anaheim, CA 92807 U,Tj �n " ' E
_ Letter
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).
OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
;;NCELLATION: 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.
Agency: NATIONWIDE MUTUAL INSURANCE COMPANY
orized Representative
Pte: 1 AUGUST 14, 1987 Telephone: 800 -532 -7400
scription of
ach by or on
operations /locations /vehicles: All operations performed for the City of Newport
behalf of the named insured in connection with the following designated contract:
ING PROGRAM (C -2643
e and Contract Num
NICE: 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.
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
OMPANY
ETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Exp.
Date
Each
Ag. ro ucts
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
73PRO061
1
Bodily Injury
$
$
x Premises - Operations
x Explosion & Collapse Hazard
5004
2 -28 -88
Property Damage
$
$
x Underground Hazard
A
x Products /Completed Operations
Hazard
Bodily Injury
and Property
x Contractual Insurance
x Broad Form Property Damage
Damage Combined
$ 1,000,
$ 1 ,000,
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$ 1,000,
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
73BA0o61
0001
1
Bodily Injury
(Each Person )
$
A
❑x Owned
2 -28 -88
$
Bodily Injury
(Each Occurrence
Hired
Pro ert ama e
Non -owned
Bo i y njury and
Property Damage
Combined
$ 1,000,
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutor
f
and
EMPLOYER'S LIABILITY
ac
Accident)
OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
;;NCELLATION: 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.
Agency: NATIONWIDE MUTUAL INSURANCE COMPANY
orized Representative
Pte: 1 AUGUST 14, 1987 Telephone: 800 -532 -7400
scription of
ach by or on
operations /locations /vehicles: All operations performed for the City of Newport
behalf of the named insured in connection with the following designated contract:
ING PROGRAM (C -2643
e and Contract Num
NICE: 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.
r
It is agreed that:
• •
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
Page 13
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability
( X) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
occurrence
$ each 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: 1987 -88 STREET RESURFACING PROGRAM (C -2643
Project Title and Contract No.).
This endorsement is effective 8 -14 -87 at 12:01 A.M. and forms a part of
Policy No. 73BA006171 -0001
Named Insured
Endorsement No.
Name of Insurance Company NATIONWIDE MUTUAL INSURANCE By_ //tZ (. E4 yU
COMPANY Authorized Representative
SANDIE LOCKLIN
Page 14
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 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 noid 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
(x) Single Limit
$ each occurrence
$ 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: 1 -2 4
Project Title and Contract No.
This endorsement is effective AUGUST 14, 198�t 12:01 A.M. and forms a part of
Policy No. 73PR006171 -5004
Named Insured
BLAIR PAVING, INC.
Name of Insurance Company NATIONWIDE MUTUTAL INSURANli3 /40
COMPANY Xuthori Z
ndorsement No.
S. LOCKLIN
ve
a
a
NAMED INSURED POLICY NUMBER
BLAIR PAVING, INC. 73PROO6171 -5004
POLICY PERIOD EFFECTIVE DATE OF ENDORSEMENT
2 -28 -87 TO 2 -28 -88 8 -14 -87
ISSUED BYNAME OF INSURANCE COMPANY)
NATIONWIDE INSURANCE COMPANY- 1467 N. WANDA ROAD, SUITE 105 ORANGE,:CA 92667
CROSS LIABILITY ENDORSEMENT
IT IS AGREED AND UNDERSTOOD THAT IN THE EVENT OF BODILY INJURY OR
OF DAMAGE TO OR DESTRUCTION OR PROPERTY BELONGING TO ANY ONE OR
MORE INSUREDS FOR WHICH ANOTHER INSURED IS, OR MAY BE HELD LIABLE
MAY BE MADE, THE SAME COVER SUCH INSURED AGAINST WHOM CLAIM IS OR
EACH INSURED, BUT THE SAME AS IF SEPERATE POLICIES HAD BEEN ISSUED
TO EACH INSURED, BUT THE LIABILITY AS HERE AND BEFORE SET FORTH IS
NOT INCREASED THEREBY.
9 Page 15
CONTRACT
THIS AGREEMENT, entered into this day of 19,
by and between the CITY OF NEWPORT BEACH, hereinafter "City and BLAIR
PAVING, INC. ,`hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
1987 -88 STREET RESURFACING PROGRAM (C -2643)
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:
1987 -88 STREET RESURFACING PROGRAM (C -2643)
Tit e of Project ontract 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 Two Hundred
Sixty Two Thousand Five Hundred Twenty Two Dollars and _Fifty Cents ($ 262.522.50 )
T1-iis 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
1987 -88 STRFFT RESURFACING PROGRAM (C- 26¢3)
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.
C
ATTEST:
City Clerk /0
APPROVED AS TO FORM: ,
CITY
Authorized Signa ure and Title
0
E
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
1987 -88 STREET RESURFACING PROGRAM
CONTRACT NO. 2643
I. SCOPE OF WORK
SPIof 5
The work to be done under this contract consists of (1) cold planing along
edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) adjusting
existing utility frames and covers to finished grade; (4) restriping and
performing 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 Drawing Nos.
R- 5564 -L (attached), T- 5163 -S and T- 5164 -S; (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction 85
Edition) and (4) the Standard Specifications for Public Works Construction
(1985 Edition). Copies of the Standard Specifications may be purchased from
Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034. A
copy of the Standard Special Provisions and Standard Drawings may be
purchased at the Engineer's office for $5.
II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK
At the preconstruction meeting, the Contractor shall submit to the Engineer
a written construction schedule for approval. The following requirements
shall be incorporated into the schedule:
A. Asphalt overlay and restriping shall be completed by September 11, 1987.
All work under this contract shall be completed by September 18, 1987.
B. The Contractor shall maintain a 12 -foot minimum width traffic lane in
each direction on Eastbluff Drive, Vista del Sol, Vista del Oro, and San
Miguel Drive at all times.
C. Traffic access onto cross streets adjacent to streets under construction
shall be maintained during all phases of the project. In addition, all
private access adjacent to the project area shall be maintained at all
times.
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 labor, equipment, materials and
all other things necessary to complete the work in place, and no additional
allowance will be made therefor.
Payment for incidental items of work not separately provided for in the pro-
posal shall be included in the unit price bid for each item of work.
The substitution of securities for any payment withheld in accordance with
Section 9 -3.2 of the Standard Specifications is permitted pursuant to
on
Government Code Sectis 4590 and 14402 -5.
0
IV. WATER
• SP2of5
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.
V. PUBLIC CONVENIENCE AND SAFETY
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook
(WATCH), also published by Building News, Inc.
A. Traffic Control Plans
The Contractor shall submit written traffic control plans to the
Engineer 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 inconvenience to the
motorists.
2. A complete and separate plan for each phase of construction proposed
by the Contractor showing all items listed under 1. above and the
restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF
WORK.
3. Reopening of all traffic lanes upon completion of each day's work.
B. "NO PARKING, TOW- AWAY" Signs
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 addition, 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 stock; (2) have minimum dimen-
sions of 12 inches wide and 18 inches high; and (3) be similar in design
and color to sign number R -38 of the CalTrans Uniform Sign Chart.
The Contractor shall print the hours, days 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.
0 9
SP 3 of 5
C. Notification to Residents
Between 48 and 55 hours before closing a section of street, 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 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 renotification using an explanatory
letter furnished by the Engineer.
VI. CONSTRUCTION DETAILS
A. Cold Plane Existinq Pavement
The Contractor shall cold plane 5- foot -wide wedges along existing edges
of PCC gutters as dimensioned and designated on the plans (excluding PCC
gutter along the median). In addition, the Contractor shall cold plane
5- foot -wide wedges along existing edge of PCC cross gutters.
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 inch 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- inch -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 reconditioned and so designed that the operator thereof
can at all times 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 inches without producing
fumes, smoke or dust. The planing machine shall have previously per-
formed satisfactorily on similar work.
The Contractor shall exercise caution to protect existing traffic detec-
tion loops during cold planing 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 inac-
cessible to the larger machine at utility covers, curb returns, inter-
sections, and around traffic detection loops. The smaller machine shall
be equipped with a 12- inch -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 mecha-
nical equipment and remove all loosened material from planed areas. All
loosened material shall be salvaged and taken to a City yard located at
0 0
SP4of5
592 Superior Avenue, Newport Beach, or to a stockpile site near the
Santa Ana River and Pacific Coast Highway. The Contractor shall make
delivery arrangements by contacting the City's General Services
Superintendent, Merle (Moon) Milne, at (714) 644 -3060. The Contractor
shall abate dust nuisance by cleaning, sweeping and sprinkling with
water or other means as necessary.
B. 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:
1. The surface shall be free of all dirt, debris, water, and vegetation
prior to overlay.
The Contractor shall apply tack coat to all AC work.
3. The asphalt concrete shall be III- D -AR -4000 with approximately 5.8
percent paving asphalt. The Contractor shall feather a minimum of
five (5) feet when joining existing pavement.
C. Utility Adjustment
The Contractor shall adjust to finished grade all sewer manholes, sewer
cleanouts, water valve covers, storm drain manholes, and survey monu-
ments. Utility adjustments shall conform to City of Newport Beach
Standard Drawing Nos. Std.- 111 -L, Std. -116 -L and Std.- 511 -L. All water
valves, sewer cleanouts, survey monument and manhole frames and covers
damaged or damaged during adjustment operations shall be replaced by the
Contractor at his expense. In addition, survey monuments shall be tied
out and reset.
D. Traffic Striping, Pavement Markings, Raised Pavement Markers and Fire
Hydrant Markers
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 manufactured
by J. E. Bauer Company or approved equal.
Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and
Spotting" of 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 responsible
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 pavement
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.
• • SP 5 of 5
Traffic stripes
The first coat
second coat.
and pavement markings shall be applied in two coats.
of paint shall be dry before application of the
All labor and materials related to traffic stripes, pavement markings,
and raised pavement markers for removal, painting, and repainting as
shown on the plan shall be included in the "Lump Sum" bid. All raised
pavement markers shall be removed prior to overlay.
All labor and materials related to fire hydrant markers for removal and
replacement as shown in CNB Std. 902 -L shall be included in the unit
price bid.
W
I'3
SLAGS /'= /a000'
LOCATION MAP
INDICATES AREA OF OVERLAY
CONSTRUCTION NOTES 1
\'J COLD PLANE 5" WEDGE (I" below E.G.) Ifl
OZ CONSTRUCT R.C. OVERLAY PER TYPICAL SECTION
O3 ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUME
SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE.
® APPLY TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT
MARKERS.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1987 -88
STREET RESURFACING PROGRAM
C -2643
w
SAN MIGUEL DR.
2
f
m.
SHEE
DRAWN R. G. DATE
APPROVED v
PUBLIC WORKS DIRECTOR
R.E. NO. M6
DRAWING No. R- 5564 -L
7
L —.
I
L
X30' gyp'
EX. /'A. o✓stL.ro OvERCAy O
C. O✓E.eGAy I
.r-r TT
EAST,BLUFF OR! ✓E 2 3 g
✓ /974 OEG 54� TO y 197,4 O.'L O eO A14* >!V
EA5T.gL!/FF ,O.P /i�E �L�
✓/97'.4 OeZ OQO A10,CrV TO ✓,4,17.00,etE ROAO
30' 30'
-5' 2 3
f 1 I GO.VSYRUGT /js A.C. n — — — T CONSTRUCT /%='qC. ro
;J O ✓G1PLAY 1 I O✓6'.PGAy
.SAN M /6UEL OR.
SAN 105404/iAl 111 Cy AP TO TORO eq
ra�o
3 44 s•
CO"rApUCT
O✓E,P / q(.
O 0✓GA'GAy �� —� LAy
1'J
n
141574 A94L 50G
✓iSTA DE[ Oa0 70 El+5T.9lvFF o,P
/r/ILUD /d6
;11s7A OIL 40,1 1A1re55e0Xe;V'av W1TN AAW OEL 4&)
TYPfCAL .SECT /O^/S
CONSTRUCTION NOTES
COLD PLANE 5" WEDGE (1" below E.G.)
ys Cw
J
CONSTRUCT A.C. OVERLAY PER TYPICAL SECTION ,PEf•' Xe. 4706, 70a?d, 7077,
7IYS.
ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENTS.
SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE.
APPLY TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT
MARKERS. SHEET 2 OF 2
CITY OF NEWPORT BEACH
1987 -88
STREET RESURFACING PROGRAM
C -2643
DRAWN -4, G. DATE 6/301
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. i �
DRAWING No. R- 5564 —L
0
•
TO: CITY COUNCIL
i
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
AUG 10 IN7
APPROVED
FROM: Public Works Department
SUBJECT: 1987 -88 STREET RESURFACING PROGRAM (C -2643)
RECOMMENDATIONS:
DISCUSSION:
August 10, 1987
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
1. Waive the irregularity in the bid documents of Blair Paving, Inc.
2. Award Contract No. 2643 to Blair Paving, Inc. for the total price
of $262,522.50 and authorize the Mayor and the City Clerk to
execute the contract.
At 11:00 a.m. on July 30, 1987, the City Clerk opened and read the
following bids for this project:
Bidder Total Price
Low
Blair Paving,
Inc.
$262,522.50
2
All American
Asphalt
282,950.00
3
Sully Miller
Contracting Company
283,670.00
4
Industrial Asphalt
292,580.00
5
Vernon Paving
Company
297,710.00
The low bid is 12% below the Engineer's estimate of $300,000.
The low bidder, Blair Paving, Inc. has successfully completed
previous contract work for the City.
Funds for award are proposed from the following accounts:
Description Account No. Amount
. Street, Alley, and Bikeway Resurfacing
and Reconstruction Program 02- 3387 -015 $217,522.50
Street, Bikeway, and Parking Lot
Striping and Pavement Marking Program 02- 3397 -402
Raised Valve Covers to Grade 50- 9297 -156
$ 25,000.00
$ 20,000.00
ps)
0 0
Page 2
Subject: 1987 -88 Street Resurfacing Program (C -2643)
August 10, 1987
• Blair Paving, Inc. submitted the bid proposal with a clerical
error. By comparing the remaining bidders' unit price bid, this was clearly
an unintentional oversight by the Contractor. Inasmuch as the competitive bid
process has not been violated, staff recommends that the irregularities be
waived as immaterial. The City Attorney concurs in this opinion.
The project provides for resurfacing Eastbluff Drive, Vista del Sol
(including Vista del Oro intersection), and San Miguel Drive (see attached
exhibit).
The project is part of a continuing street maintenance program. The
resurfacing will provide a smooth riding surface with an adequate structural
section for present and future traffic demand.
The plans and specifications were prepared by the Public Works
Department. The estimate date of completion is September 18, 1987.
2&
Benjamin B. Nolan
Public Works Director
GGW /bjm
Attachments
•
•
•
•
9
41\,\ •.e \i�•.�
STA DEL SOL-
�r.
EASTBLUFF
`�N
SGALE /'= /Yo00'
LOCATION MAP
® INDICATES AREA OF OVERLAY ° 1/
Mp[
CONSTRUCTION NOTES
(DI COLD PLANE S" WEDGE (I" below E.G.) F o"
V CONSTRUCT A.C. OVERLAY PER TYPICAL SECTION
o3, ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENT
SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE.
APPLY TRAFFIC STRIPING PAVEMENT MARKINGS AND PRISED PAV M NT
SAN MIGUEL DR.
IA
MARKERS. E E t 1I kl ... .
CITY OF NEWPORT BEACH DRAWN-AL-W- DATE 'a-
PUBLIC WORKS DEPARTMENT
1987-88
STREET RESURFACING PROGRAM
C-2643 DRAWING NO. EXHIBIT
•
r�
�J
•
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1987 -88 STREET RESURFACING PROGRAM (C -2643)
RECOMMENDATION:
1. Approve the plans and specifications.
•
July 13, 1987
CITY COUNCIL AGENDA
ITEM NO. F -17
BY THE CIT1 COUNCIL
CITY OF NEWPORT BEACH
JUL 13 1987
APPROVED
2. Authorize the City Clerk to 4o opened at
DISCUSSION:
This project provides for resurfacing Eastbluff Drive, Vista del Sol
(including Vista del Oro intersection), and San Miguel Drive (see attached
exhibit).
The project is part of a continuing street maintenance program. The
resurfacing will provide a smooth riding surface with an adequate structural
section for present and future traffic demand.
The estimated cost of the work is $300,000. Sufficient funds to award
this amount are available in the Street, Alley, and Bikeway Resurfacing and
Reconstruction Program, Account No. 02- 3387 -015 and Street, Bikeway, and Parking
Lot Striping and Pavement Marking Program, Account No. 02- 3397 -402.
The plans and specifications were prepared by the Public Works
Department. The estimate date of completion is September 18, 1987.
L
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
b.
LOCATION MAP
SAN MIGUE
L DR. v
v
A,
INDICATES AREA OF OVERLAY
P,
CONSTRUCTION NOTES
0/ COLO PLANE 5" WEDGE (I" below E.G.)
OZ CONSTRUCT A.C. OVERLAY PER TYPICAL SECTION
ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMEN S,
SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. Anp ... ... )
O APPLY TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT
MARKERS.
CITY OF NEWPORT BEACH DRAWN I)ATE —2
PUBLIC WORKS DEPARTMENT
1987-88
STREET RESURFACING PROGRAM
C-2643 DRAWING NO. CM1,81 T
Authorized to Publish Advertisements of all kmancludmg public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214. dated 29 September. 1961, and
A- 24831, dated 11 June. 1963-
STATE OF CALIFORNIA
County of Orange DyDK »D „u .a•«,a oCD• «ra
Dr inn rniDa.n o atl m r pwm
wtn to D�cr cobmn .wtn
I am a Citizen of the United States and a resident of
the County aforesaid, I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for One Time
consecutive weeks to wit the issue(s) of
July 16 198 7
198_
198_
198_
198_
I Gcclare, under penalty of perjury, that the
foregoing is true and correct.
Executed on J r 1 v 16 198 ?
at Costa Mesa, California.
Signature
a
0
PUBLIC NOTICE
NOTICE
INVITING BIDS
Settled bids may be re-
calved at the oHlee of the
Newport Beach, CA
92558 -8915 until 11:00 A.M.
on the 30th day of July,
1987, at which time such
bide shell be- opened and
read tot
Title of Project: 1987 -88
STREET RESURFACING
PROGRAM
CatMraSCNaK�i9'
Approved by the City
Council this 13th day of July,
1987.
Viands E. Remo, City
Clerk
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the office
of the Public Works Depart-
ment, 3300 Newport
Boulevard, P. O. Box 1789,
New DOrI Beach, CA
92858-8915.
For further Information,
call Gilbert Woonngq Project
Manager at 544.3311.
Published Orange Coast
Daily Pilot July 16, 1987
I Th =B
PnOOF OF t UCLICAYION