Loading...
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