Loading...
HomeMy WebLinkAboutC-2708 - 1988-89 Street Resurfacing ProgramCITPOF NEWPORT ItACH July 20, 1989 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Industrial Asphalt P.O. Box 2263 Irwindale, CA 91706 Subject: Surety: Reliance Bonds No.: B1448784 Contract No.: C -2708 Project: 1988 -89 Insurance Company Street Resurfacing Program The City Council of Newport Beach on June 12, 1989 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on June 27, 1989, Reference No. 89- 340169. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN ��TO: City Clerk / City of Newp rt Beac 3300 Newport Boulevard Newport Beach, CA 92663 RECORDING REQUEST PER GOVERNMENT CODE 6103 EXEMP'T C14 NOTICF. OF COMPI.E:TION PUBLIC WORKS 340169 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 2:00 J U N 2 7 1989 PM a•tySt4K./4RECORDER I o All Laborers and Material Men and to Every - Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 12, 1989 the Public Works project consisting of 1988 -89 Street Resurfacing Program (C -2708) _ on which Industrial was the contractor, and t, P.O. Box was the surety, was completed. VERIFICATION I, the undersigned, say: N. Cl YOFy� NEWPORT % LB/FACH 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 June 14, 1989 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on June 12 1989 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 June 14, 1989 at Newport Beach, California. City Clerk Ql�G�IN 1% cola 3003 TY,3MAHWOa J ` w CITY*0F NEWPORT BPACH OFFICE OF THE CITY CLERK P.O. BOX 1769, NEWPORT BEACH, CA 92658 -8915 June 20, 1989 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: NOTICE OF COMPLETION (1988 -89 Street Resurfacing Program, C -2708) Sincerely, Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach CITfOF NEWPORT ItACH June 16, 1989 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -8915 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: NOTICE OF COMPLETION (C -2708, 1988 -89 Street Resurfacing Program). Sincerely, l� • Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk / City of Newport Beach, 3300 Newport Boulevard Newport Beach, CA 92663 `%EMP1' RECORDING REQUEST PER GOVERNMENT CODE 6103 NOTICE OF COMPLETION PUBLIC WORKS 0 l o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 12, 1989 the Public Works project consisting of. 1988 -89 Street Resurfacing Program (C -2708) on which Industrial As[ was the contractor, and It, P.O. Box 2 Reliance Insur was the surety, was completed. VERIFICATION I, the undersigned, say: N. Brand Blvd. C1TY OF NEWPORT BFACH �C4'iii�•Y+LGr� y1 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 June at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on June 12. 1989 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 June 14, 1989 at Newport Beach, California. City Clerk • Oune 12, 1989 CITY COUNCIL AGENDA ITEM NO. F -11 CY .I'- ,.ITY 'UOt+ NCIL CITY `i} .;;PC3T Pr • TO: CITY COUNCIL J U N 12 1989 FROM: Public Works Department APPR O )...__.. SUBJECT: ACCEPTANCE OF THE 1988 -89 STREET RESURFACING PROGRAM AND RECONSTRUCTION OF ANNIVERSARY LANE (C -2708) 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 appli- cable 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 $576,777.42 Amount of unit price items constructed 616,284.01 Amount of change orders None Total contract cost $616,284.01 The increase in the amount of the unit price items constructed resulted from the need for considerably more pavement removal and replacement in Anniversary Lane than had been anticipated. Funds for the project were budgeted in the General Fund, Account Nos. 02- 3388 -015, 02- 3397 -461 and 02- 3397 -462 and the Water Fund, Account No. 50- 9297 -152. The contractor is Industrial Asphalt, Inc. of Irwindale. The contract date of completion was March 15, 1989. The additional pavement replacement delayed the completion until March 28, 1989, ave�'9 a )a • Benjamin B. Nolan Public Works Director PD:so • • 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: December 13, 1988 SUBJECT: Contract No. C -2708 Description of Contract 1988 -89 Street Resurfacing Program Effective date of Contract December 12, 1988 Authorized by Minute Action, approved on Contract with Industrial Asphalt Address P.O. Box 2263 Irwindale, CA 91706 Amount of Contract $576,777.42 " s 64e Wanda E. Raggio City Clerk WER:pm Attachment November 28, 1988 3300 Newport Boulevard, Newport Beach NOTICE INVITING BIDS 0 CITY CLERK 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 17th day of November , 1988, at whic t—fi ime such bids shalt be opened and read for 1988 -89 Street _Resurfacin Program it e o Prop woo 2708 Contract No. $635,000 Engineer's Estimate ON. P Approved by the City Council this 24th day of October , 1988. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Gilbert Wong at 644 -3311. Project Manager 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1988 -89 STREET RESURFACING PROGRAM CONTRACT NO. 2708 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. 2708 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 28,000 Cold plane existing pavement Square Yards @ No------------- ----------- ------ -Dollars and Ninety- Seven--------------- - - - - -- -Cents $ .97 $ 27.160.00 Per Square Yard 2. 13,000 Construct asphalt concrete overlay Tons @ Twenty- Eight--------------- - - - - -- Dollars and Fifty- Nine----------------- - - - - -- -Cents $ 28.59 $ 371,670.00 Per Ton 3. 82 Adjust existing sewer and storm drain Each manhole frames and covers to finished grade @ Three Hundred-------------- - - - - -- Dollars and No------------------------- - - - - -- -Cents $300.00 $-.—..Z.4 .600.. QQ Per Each 0 • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 197 Adjust existing water valve, survey Each monument and sewer cleanout frames and covers to finish grade One Hundred - Fifty--------- - - - - -- Dollars and No------------------------------ -Cents $ 150.00 $ 29,550.00 5. Lump Sum Apply traffic striping, pavement markings, and raised pavement markers Twenty Three Thousand Nine Hundred and Sixty---- - - - - -- Dollars and No------------------------------ -Cents $ 23,960.00 Per Lump Sum 6. 90 Apply fire hydrant markers Each Five---------------------- - - - - -- Dollars and No------------------------------ -Cents $ 5.00 $ 450.00 Per Each 7. 2,170 Remove and reconstruct 6" PCC Curb Lineal Feet and Gutter on the east side of Anniversary Lane Sixteen------------------- - - - - -- Dollars and Thirty- Nine--------------- - - - - -- -Cents $ 16.39 $ 35,566.30 Per Lineal Foot 8. 718 Remove and reconstruct 6 PCC Curb Lineal Feet and Gutter on the west side of Anniversary Lane Fifteen------------------- - - - - -- Dollars and Sixty- =--Cents $_15.64 $ 11,229.52 Per Lineal Foot 9. 1 Remove and reconstruct PCC cross Each gutter center panel on Anniversary Lane Eleven Hundred----------- - - - - -- -Dollars and No------------------------------ -Cents $1,100.00 $ 1,100.00 Per Each • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1 Remove and reconstruct 28 foot Each driveway approach on Anniversary Lane @ Fifteen Hundred Fifty ----- - - - - -- Dollars and No ------------------------ - - - - -- - Cents $ 1,500.00 $ 1.550.00 11. 400 Tons 12. 14,000 Sq. Yds. 13. 360 Tons Construct asphalt concrete leveling course (Anniversary Lane) @ Twenty - Eight-------------- - - - - -- -Dollars and Fifty- Nine---------------- - - - - -- -Lents $ 28.59 $11,436.00 Per Ton Provide and install pavement reinforcing fabric @ No--------- --------- ---- -------- -Dollars and Seventy- Two ---------------- - - - - -- -Cents $ ,72 $1n,O8n.on Per Square Yard Remove and reconstruct Anniversary Lane A.C. pavement (6" A.C. base course) @ Seventy - Eight-------------- - - - - -- Dollars and Ninety- Six----------------- - - - - -- -Cents $ 78.96 $28,425.60 Per Ton TOTAL PRICE WRITTEN IN WORDS Five Hundred Seventy -Six Thousand Seven Hundred Seventy- Seven--------------------- - - - - -- Dollars and Fortv- Two ---------------------------------------------- Cents November 14, 1988 Date (818) 814 -1420 Bid er Telephone Number Industrial Asphalt Bidder $576.777.42 453477 A V P, O. Box 2263, irwindalP, CA 41706 Contractor's License No, Classification Bidder's Address Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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. 453477 A Contr's Lic. No. & Classification November 15, 1988 Date Industrial Asphalt _ s /Dwight Beavers, V.P. -Tech. Authorized Signature /Title i DESIGNATION OF SUBCONTRACTOR(S) 0 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. Item #3 (Place Only) Robert Escudero Pasadena, CA 2. Items #5 & #6 Orange County Striping Orange, CA 3. Item #1 Payne Whitney Santa Ana rA 4. Items 7,8,9 & 10 John Jelowski Orange, CA 5. 6. 7. 8. 9. 10. 11. 12. Industrial Asphalt Bidder \ �cw s /Dwight eavers, V.P. -Tech. uthorized Signature /Title Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Industrial Asphalt , as bidder, and Reliance Insurance Company and firmly bound unto the City of Newport Ten Percent (10 %) of Total 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, California, in the sum of Dollars ($ 10% ), payment of which sum well and truly to ?verally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of 1988 -89 Street Resurfacing Program C -2708 Title of Project'— Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of November , 1988 . (Attach acknowledgement of Attorney -in -Fact) Sylvia T. Rivas Notary Public Commission Expires: 5 -1 -90 I Industrial Asphalt Bidder s /Dwight Beavers /V.P. -Tech. Authorized Signature /Title Reliance Insurance Company Surety By s /Matt Drumright Title Attorney in Fact STATE OF CALIFORNIA l COUNTY OF Gi 0 J E� On this /5 � day of c- L�-� -� , in the year 19 -LP— before me, the undersigned. a Notary Public (n and for said State, personally appeared OREICIAL SEAL +i/ANOA OOWIEY ' VC:LOS AHGFL S C0.N1YA SION E%G, MAY I, 19W ACKNOWLEDGMENT BY CORPORATION WHICH 15 A GENERAL PARTNER OF GENERAL OR LIMITED PARTNERSHIP— Wolcoas Form 230CA 51982 WOLCOTTS. INC. and personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation named therein, said Corporation being personally known to me (or proved to me on the basis of satisfactory ssa-tisfa�ctorry evidence) to be the person that executed the within instrument on behalf of tthe� Partnership named therein, and acknowledged to me that the Partnership executed it. WITNESS my hand and official seal. Notary Public in and for said State. • • 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. Industrial Asphalt s /Dwight Beavers /V.P. -Tech. Authorized Signature /Title Subscri e� and sworn t% before me this t day of ovem er 19-BL. My commission expires: / May 1. 1990 s / Wanda Downav Notary Public U OFnCpt SERE '. wAMA WwNEY f.FFIC1At SFrE x9iARYPUauc- cptirngruA wAN9A OOwnEy LW AN9ELE£Li..:; : , NOTARY LOS Nf&!C- CAEfFCWlIA [My CCrR11561d1 ExP, ;< ANSFLES CCEMy _.� HY C9MryIS51CN EXC, nAY 7. 7990 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. See Original Contract Industrial Asoh Bidder_ s /Dwight Beavers /V.P. -Tech. uthorized Signature /Title • Page 7 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Resister Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • Page 8 PAYMENT BOND Bond No.B1448784 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 28. 1QaR has awarded to Industrial Asphalt hereinafter designated as the "Principal ", a contract for 1988 -89 Street Resurfacing Program C -2708 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We INDUSTRIAL ASPHALT , P. O. Box 2263 Irwindale, CA 91706 as Principal, and RELIANCE INSURANCE COMPANY 505 N. Brand Blvd., Ste.770, Glendale, CA 91203 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Seventy -Six Thousand Seven Hundred Seventy -Seven and Fory- Two--- - - - - -- ------- - - - - -- Dollars ($ 576,777.42 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 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 5 day of December 19 88 INDUSTRIAL ASPHALT - (Seal) Name of Contractor Principal u oriz Signature and �fitle Ilk Authorized Signature and Title �/RELIANCE INSURANCE COMPANY - (Seal) ,- Name of Surety 505 N.Brand Blvd.. Ste.77o, Glendal -. CA 91203_ Address of Surety Signature—and T t e of Authorized Agent ` Matt Drumright, Attorney in Fact rand Blvd. Ste.770 Glendale CA 91203 ;. ddress of Agent (818)240 -6960 Telephone No. of Agent STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL WAlgA 0O" NOTARY PUBLIC - CALIFORNIA LOS ANBFIES COU14TV My C"ISSION Elm. MAY 1. 1000 ACFNOWLEDGMENI BY CORPORATION WHICH IS A GENERAL PARTNER OF GENERAL OR LIMITED PARTNERSPIP— Micous form 230CA 51982 WOLCOTTS, ING. On this Jf day of �, in the year I92—E belore me, the undersigned, a Notary Public in and for said State, personally appeared and personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation named therein, said Corporation being personally known to me (or proved to me on the basis of satisfactory evidence) to be the person that executed the within instrument on behalf of the Partnership named therein, and acknowledged to me that the artnership executed it. WITNESS my hand and official seal. Notary Public in and for said Sta T State of California, SS. County of _ Los Angeles On this 5 , day of December in the year 1988 , before me Notary of Public personally appeared Matt Drumright , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -In -Fact of RELIANCE INSURANCE COMPANY and, acknowledged to me that RELIANCE INSURANCE COMPANY executed the r instrument. i "i4NIA r ` My Commission expires 9 — Notary Public in and for said County BOR -1818 ED.6l83 (CALIF.) RE CE INSURANCE C2MPAN Y O OFFICE, PHILADELPHIA. PENNSYLVANIAW POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the lasva of the State of Pennrylvana, does hereby mks, conatime and appoint MATT DRUMRIGHT of GLENDALE, CALIFORNIA ------------ - - - - -- its true and Lawful Attorney- irt-Fact, to make, execute, sad and delivr for and on its behalf, and n its as and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP ----------- - - - - -- and to bird the RELIANCE INSURANCE COMPANY thereby as fully and to the same extant a if such bonds and undwtakings and other writing$ obligatory in the nature thereof were signed by an Exec trw Officer of the RELIANCE INSURANCE COMPANY and sealed and altered by one other of such offices, and hereby ratifies and confirm all that its aid Attornay(s) -in -Fact my do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -L sus of RELIANCE INSURANCE COMPANY which boom effective September 7, 1978, which provisions are now in full fora and affect. reading m follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS i. The Board of Directors, the President, the Chebrmn of the Board, any Senior Via President,.eoy Via President or Assistant Vim President or other officer designated by the Board of Directors shelf haw power and authority to (a) appoint Attorneys -in -Fan and to suthwiae them to execute on behalf of the Company, bonds and undertakings, recognizanas, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to ramw any such Attorney -in -Fact M any him and revoke the power and authority giwn to him. 2. Attornays4n -Fora daft haw power and authority, subject to the form and limitations of the power of sndne , iazued to them, to execute and m4iwr on behalf of the Company, bonds and undertaking$, retognizences, contracts of indemnity and other writings obligatory in the nature thereof. The corporate mal is not necessary for the validity of env bonds and undertakings, recogniancet, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys- in-Fact tall haw power and euthwiry to execute affidavits required to be attached to bonds, remgnizenmf, contracts of indem- nity or other conditional or obligatory undertakings and they Ball also hew power and authority to artily the financial Ratemnt of the Company and to copies of the By-lJws of the Company or any article or section thereof. This po era of attorney, is signed and srlad by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting hold on the Sth day of Juna, 1979, at which a quorum w$ present, and said Resolution Ace not been omu.ded or recoiled: - Rwolwd.thet the signatures of such directors and offices and the esal of the Company my be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or cenifiate bearing such facsimile sigatum or facsimile seal deli be valid and binding upon the Company and any such power so auacuted and anified by fecirrile signatures and facsimile feel shell be valid end binding upon the Company in the future with respect to any bond or undertaking to which h is attached:' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has mused them presents to be signed by its Vim President, and its corporate ctrl to Its hereto affixed, this 10th day of March 19 88 RELIANCE INSURANCE COMPANY Vice President sTATEoF Washington COUNTY of King On this 10th day of March ,19 88peronafly appeared Lawrence W. Carl Strom to m known to be the ViewPresident of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing kapumnl and affixed the aaal of mid corporation thereto, and that Article VII, Section 1, 2, and 3 of the By-Laws of mid Company and the Resolu. tion, cot forth therein, are still in full force. of W Commission Expires: !mar. e ,'.. n%nc May 15 .19 -90 :.� Norary Public in end +rSla pf Wash' gton Residing at Tacoma I John E . Vance , Assistant Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by laid RELIANCE INSURANCE COMPANY, which is still in full fora and effect. JN WITNESS WHEREOF, 1 haw hereunto ees my hand and affixed the sl of said Company this 5 day of December 1988. ■DR•1431 Ed. t/z8 �® Assistant Secretary John E. Vance J Page 10 Bond No.B1448784 FAITHFUL PERFORMANCE BOND Premium $2,595.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 28 1988 has awarded to Industrial Asphalt hereinafter designated as the "Principal ", a contract for, 1988 -89 Street Resurfacing Program C -2708 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful 'performance of said contract; NOW, THEREFORE, We, INDUSTRIAL ASPHALT, P.O. BOx 2263 Irwindale, CA 91706 as Principal, and RELIANCE INSURANCE COMPANY 505 N.Brand B1vd.,Ste.770, Glendale,CA 91203 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Seventy -Six Thousand Seven Hundred Seventy- SevenDolldrs �$ 576,777.42 andRnrhir- Two -------------- ------ -------- --------- 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 WA Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5 day of December 19 88 INDUSTRIAL ASPHALT (Seal) Name of Contractor (Principal) Authorized Signature and Title RELIANCE INSURANCE COMPANY (Seal) Name of Surety 505 N.Brand B1vd.,Ste.770, Glendale, CA 9'1203 Address of Surety Signatu "re aLtle of Authorized Agent Matt Drumright, Attorney in Fact 505 N. Brand B1vd.,Ste.770,Glendale, CA 91203 Address of Agent (818)240 -6960 Telephone No. of Agent STATE OF CALIFORNIA COUNTY OF } ✓ t II On this —day of e- �"»�+� , in the year 192IL before me, the undersigned, a Notary Public in and for said State, personally appeared E�A i ncrMY I, 1900 ACKNOWLEDGMENT BY CORPORATION WHICH 1S A GENERAL PAATNER Of GENERAL OR LIMITED PARTNERSHIP —WORWls rmm 230CA 11982 WOLCOTTS. INC. and personalty known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation named therein, said Corporation being personally known to me (or proved to me on the basis of satisfactory evidence) to be the person that executed the within instrument on behalf of the _c- Partnership named therein, and acknowledged to me that the Partnership executed it. WITNESS my hand and official seal. State of California, SS. County of Los Angeles On this 5 day of December in the year 1988 , before me Notary of Public personally appeared _ Matt Drumright , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -In -Fact of RELIANCE INSURANCE COMPANY and, acknowledged to me that RELIANCE INSURANCE COMPANY executed the instrument. OFFICIAL SEAL SYLVIA T RIVAS -u C ALIFORNIA NOTARY PUBLIC PRINCIPL Off ICE IN LOS ANGELES COUNTY NIX Comm'Etv lam. 28 s, • My Commission expires , 19— No'tery Public in and for said County BOR -1818 ED.6183 (CALIF.) RFCE I2VSLTRANCE COMPANY O OFFICE, PHILADELPHIA. PENNSYLVANIA* POWER OF ATTORNEY KNOW ALL MEN BY-THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a cortwation duty orPnizad under the laws of the State of 1Mhnsylvenis, does hereby make, conatltum and appose MATT DRUMRIGHT of GLENDALE, CALIFORNIA ------------ - - - - -- its true and Lawful Attornay-io -Fact, to make, execute, seal and deliver for and on its behalf, and as in act and dud ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP ----------- - - - - -- and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the m" extant as if such bonds and undertakings and other writings obligatory in the nature thereof wen signed by on Exacutiw Officer of the RELIANCE INSURANCE COMPANY and sealed and interred by one other of W+oflicers, and hereby ratifies and confirm all that its said Attorneylslyn -Fact may do in purtoanca hereof. This Power of Attorney Is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which become affective SeptemWr 7, 1978. which provisions are now in full form and affect, reading r follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the Resident, the Cheirnrn of the Board. any Senior Vida Resident, my Vim President or Assistant Vim President or other office designated by the Board of Directors shall love power and authority to (a) appoint Attorneys-in -Fact and to authorize them to execute art-behalf of the Company. bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof, and (bl to romow any such Attornayin -Fact at any tins and revoke the power and authority given to him. 2. Attorneys -in -FM shall have power and authority. subject to the terns and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recagnizanw, contracts of indemnity and other writings obligatory in the nature thereof. The corporate not is not necessary for the validity of any bonds and undertakings• recognizanms, contracts of indennsy and other writings obligatory in the nature thereof. 3. Attornrys- in-Foct shell have power and authority to execute affidavits required to be attached to bonds, rit"nizances, contracts of indem- nity or other conditional or obligatory undertakings and they stall also hew power and authority to certify the financial statenant of the Company and to copies Of the By -Lam Of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a muting held on the 511) day of June, 1979, at which a quorum sues Present, and said Resolution has not Wen amended or repealed: - Resohed. Vat the signatures of such directors and officers and the seal of the Company may W affixed to any such Down of attorney a any tsrtifiots relating thereto by I"Mile, and any such power of attorney or mrtificets Waring such facsimile tigraturn or facsimile seal shall W solid and binding upon the company and any such power so executed and certified by heoirrile signatures and facsimile ctrl shall W valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has mused these presents to W signed by its Vim Resident, and Incorporate seal to W hereto affixed, this 10th day of March t9 88 RELIANCE INSURANCE COMPANY Vic Resident STATE OF Washington COUNTY of •. King On this 10th day Of March • 1988 permnally apQeafed Lawrence W. Carlstrom to ma known to W the Vica. President of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing ` instrument and affixed the seN of rid corporation thereso, and that Article VII, Section 1. 2, and 3 of the BY-Lows of mid Company and the Reaotu- tion, sat forth therein, an still M full form. W Commission Expires: j NIIgrS' May 15 t9 -90 Notary Public I" end for SU o1 Wash• 619 ton Residing at Tacoma I John E. Vance , Assistant Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify that the above and foregoing is a Ire and correct copy of a Power of Attorney exerted by rid RELIANCE INSURANCE COMPANY, which is still in full form and affect. JN WITNESS WHEREOF, 1 hew hereunto no my hand and offload the eul of rid Company this 5 day of December 1988• BOI•1e71 E6 us O -Assistant t Secretary / (41 !/,vr John v C E. Vance WERTIFICATE OF INSURANCE * Page 12 KATE HOLDER INSURANCE 000 COMPANIES AFFORDING COVERAGES ;pity of Newport Beach Company Exp. 3300 Newport Boulevard Letter A TRANSPORTATION INSURANCE CO. Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter Occurrence HARTFORD ACCIDENT & INDEMNITY CO. Company C 1604235 7/01/89 Industrial Asphalt & CALMAT CO. Letter $ P.O. Box 2263 Company Letter D Irwindale, CA 91706 Company Letter E x Premises - Operations This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by j registered mail, attention: Public Works Department. _JI Z Authorize ve Agency: Marsh & McLennan, Inc. Date: December 71 1988 Telephone: (213) 380 1600 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 1 ina Program (C -2708 e This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. 9. ro uc s� LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY GLO 1604235 7/01/89 Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1,000, $ 1,000, x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form BUA 01604254 7/01/89 Bodily Injury $ (Each Person A Owned $ bodily Injury (Each Occurrence Q Hired Pro ert ama e Bo i y In and u Non - owned Property Damage Combined $ 1,000, EXCESS LIABILITY B XD Umbrella Form 72 USG5807 7/01/89 Bodily Injury $1,000, E LESS OF ❑ Other than Umbrella Form and Property Damage Combined $ $ 1,000, WORKERS' COMPENSATION Statutory SELF IN$UR D EMPLOYERr'S LIABILITY R ENTION Accident) C T. 1891 ZH NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by j registered mail, attention: Public Works Department. _JI Z Authorize ve Agency: Marsh & McLennan, Inc. Date: December 71 1988 Telephone: (213) 380 1600 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 1 ina Program (C -2708 e This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. S 0 Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 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 $ each 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: 1988 -89 Street Resurfacing Program (C -2708) Project Title and Contract No.). This endorsement is effective 12/07/88 at 12:01 A.M. and forms a part of Policy NoBUA 00160 42 54. Named Insured CALMAT CO. /INDUSTRIAL ASPHALT Endorsement No. B Name of Insurance Company TRANSPORTATION INS. By_ 'Authorized Representativ Marsh & McLennan, Inc. • • 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 nold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 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: 1988 -8 r - Project Title and Contrac No. This endorsement is effective Policy No. GL 00160 42 35 Named Insured 12/07/88 at 12:01 A.M. and forms a part of Name of Insurance Company TRANSPORTATION INS. By Endorsement No. B Marsh & McLennan, Inc. CaMatcal 3200 SAN FERNANDO ROADIP.O. BOX 29501LOS ANGELES. CALIFORNIA 90051/12131 2584777 CA11Y►a[ • January 15, 1988 TO WHOM IT MAY CONCERN: This is to certify that INDUSTRIAL ASPHALT is a wholly owned sub- sidiary of CALMAT CO., whose main office resides at 3200 San Fernando Road, Los Angeles, CA 90051. INDUSTRIAL ASPHALT being a wholly owned subsidiary of CALMAT CO does in fact fall under Certificate #1891, issued by the State of California, Department of Industrial Relations, which entitles CALMAT CO and its sub- sidiaries to be Permissively Self- Insured for Workers' Compensation within the State of California. If further certification is required, a letter certifying Certificate of Self - Insurance can be issued by the Department of Self- Insurance by calling Greg Howard, Consultant, Self- Insurance, Department of Industrial Re- lations, State of California, (916) 924 -4866. Very truly yours, CALMAT CO. Larry Mill Director of Claims Administration LM /nj 0 0 m z O E « � « � <u \� )k 0- §§ z w I W � < a. w Q 0 w 2 � 0 § 0 \ ƒ § / & \ / } # / ( >1 2 ) \ 8 \ # 0 � � � � ( [ f j 0 \ ) \ \ § w NjEl E B R, -= fad !E ;.� ƒ5)k aE � I A qj! }\ j ))) {� � » =ham d wa ;,3 m2 #/! R -h �illl -{ u a� rig !;\( .')kMRS | 2 ']7 > § LLA e\ � ` co L -! S J ) ƒ: / \ W e; \ LW \ 0) 1U: ] § z \k�% c W w �. § ): / ? � U 0 E- ]: j ' :) 0\ LAI 5 § J 2 B} ƒ/ �W. W W. cn 8 § m .0 C= /kd \ ƒ § / & \ / } # / ( >1 2 ) \ 8 \ # 0 � � � � ( [ f j 0 \ ) \ \ § w NjEl E B R, -= fad !E ;.� ƒ5)k aE � I A qj! }\ j ))) {� � » =ham d wa ;,3 m2 #/! R -h �illl -{ u a� rig !;\( .')kMRS | 2 0 MNTR ar.T • Page 15 THIS AGREEMENT, entered into this /_day of 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City, and Industrial A __ sphalt hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Street Resurfacin C -2708 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: 1988 -89 Street Resurfacin Program C -2708 Tit a of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pav to Contractor the sum of Five Hundred Seventy Six Thousand Seven Hundred Seventy Seven and 42/100 ($576 777.42 ). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) • • Page 16 (f) Plans and Special Provisions for 1988 -89 Street Resurfacing Program C -2708 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 proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: /.a J City Clerk APPROVED AS TO FORM: City Attorney 1 CITY OF NEWPORT BEACH By Mayor [00 Name of Contractor (Principal) �— �wSi� am Authorize Authorized Signature and Title STATE OF CALIFORNIA ,r COUNTY OF gFFICIAL WANUA OOMtEY �MST IW IA MY D On this day of I �J-a� in the year 19 g �, before me, the undersigned, a Notary Public in and for said State, personally appeared and personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary, respectively, of the Corporation named therein, said Corporation being personally known to me (or proved to me on the basis of satisfactory e,,vidence) to be the person that executed the within instrument on bbe�ehall of the ��aa_�"" "e """ " "" "" "",, Partnership named therein, and acknowledged to me that the Partnership executed it. WITNESS my hand and official seal. ACKNOWLEDGMENT GENERAL OR LIMITED IT D CORPORATION WHICH IS A GENERAL PARTNER �'%�/�-O�HlJ`-0'.J /`�W ��Q��%_ OF GENERAL OR LIMIIEe PAAiNEASHIP— WOIC0115 Poem 230CA a >19ee wo�coiis, INC. Notary Public In and for said Sta 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX SPECIAL PROVISIONS FOR 1988 -89 STREET RESURFACING PROGRAM CONTRACT NO. 2708 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . 1 III. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . 2 V. WATER . . . . . . . . . . . . . . . . . . . . . 2 VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . 2 A. Traffic Control Plans. . . . . . . . . . . 3 B. "NO PARKING, TOW- AWAY" Signs . . . . . . . 3 C. Notification to Residents. . . . . . . . . 4 VII. CONSTRUCTION SURVEYING AND STAKING . . . . . . 4 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . 4 A. Cold Plane Existing Pavement . . . . . . . 4 B. Removals, Clearing and Grubbing. . . . . . 5 C. Portland Cement Concrete . . . . . . . . . 5 D. Pavement Reinforcing Fabric. . . . . . . . 6 E. Asphalt Concrete . . . . . . . . . . . . . 6 F. Utility Adjustment . . . . . . . . . . . . 7 G. Traffic Striping, Pavement Markings, Raised Pavement Markers and Fire Hydrant Markers . . . . . . . . . . . . . 7 SP1of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 1988 -89 STREET RESURFACING PROGRAM CONTRACT NO. 2708 I. SCOPE OF WORK The work to be done under this contract consists of (1) cold planing along edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) reconstructing P.C.C. street improvements; (4) installing reinforced pavement fabric; (5) adjusting existing utility frames and covers to finished grade; (6) 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- 5573 -S, R- 5580 -L (attached), T- 5264 -S, T- 5375 -S, T- 5459 -S, T- 5460 -S, T- 5462 -L (attached) T- 5463 -S and T- 5464 -S; (3) the City's Standard Special Provisions and Standard Drawinos for Public Works Construction flg8g Edition) and (4) the Standard Specifications for Public Works Construction (1988 Edition). Copies of the Standard Specifications may be purchased rom Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034. Copies 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 No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contract shall be completed by March 15, 1989, or within sixty (60) consecutive calendar days after the start of work, whichever comes first. B. The Contractor shall provide continuous access for Anniversary Tract, and the Police Department and Fire Department stations on Santa Barbara Drive. Traffic access onto cross streets adjacent to streets under construction shall be maintained during all phases of the project. In addition, access to streets and businesses adjacent to streets under construction shall be maintained at all times. • • SP 2 of 7 D. The Contractor shall perform work on Santa Barbara Drive, Birch Sireet, Von Karman Avenue, Newport Place Drive and Teller Avenue on weekends only. E. The Contractor shall accommodate City's street sweeping and trash collection in Eastbluff Tract ( "B" -named streets) every Thursday and in Anniversary Tract every Tuesday. If the Contractor elects to work on a street during its street sweeping /trash collection days, it shall be his responsibility to make arrangements by contacting the City's Field Operations Superintendent, Mr. Merle Milne, at (714) 644 -3060. III. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. IV. 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 proposal (e.g., excavation, removal, sawcutting, aggregate base, protecting property corners, root pruning, utility, etc.) shall be included in the unit prices bid for other items 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 Government Code Sections 4590 and 14402 -5. V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND 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. • • SP 3 of 7 A. Traffic Control Plans The Contractor shall submit a written traffic control plan for each street to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The traffic control 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. 4. Lane closures on Anniversary Lane, Bison Avenue, Bamboo Street and Bixia Street will be permitted only between 9:00 a.m. and 3:30 p.m. 5. One 10 -foot wide lane in each direction shall be maintained at all times on Santa Barbara Drive, Birch Street, Von Karman Avenue, Newport Place Drive, and Teller Avenue. B. "NO PARKING. TOW- AWAY" Si 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 `o 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. • • SP4of 7 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. VII. CONSTRUCTION SURVEYING AND STAKING Surveying and staking for control of construction shall be provided by the Contractor, and shall be under the supervision of a Civil engineer or surveyor registered in the State of California. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals required by the trades involved in order to meet the tolerances for alignment and grade specified herein. Survey momuments shall be tied out and reset if disturbed by the Contractor. Existing property corners and survey ties adjacent to removals shall be protected and maintained. If the Contractor elects to use information from the design survey for Anniversary Lane reconstruction, it shall be his responsibility to acquire a copy by contacting Thomas B. Hooker, Jr. of Daniel Boyle Engineering, Inc. at (714) 768 -2600. VIII. CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane 6- 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 6- 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 72- 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. i • SP 5 of 7 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 inaccessible to the larger machine at utility covers, curb returns, intersections, 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 mechanical equipment and remove all loosened material from planed areas. All loosened material shall be salvaged and taken to a stockpile site at the City's owned oil field near the Santa Ana River and Pacific Coast Highway. The Contractor shall make delivery arrangements by contacting the City's Utility Department Superintendent, Gil Gomez, (714) 644 -3011. The Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. B. Removals. Clearino and Grubbi 1. Existing PCC or AC improvements shall be sawcut as necessary a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines such as hard -blow pavement breakers as stompers, shall be approved by the Engineer. Pavement, unsalvagable material, and concrete that is removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for the related item of work. 2. Parkway Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Removal of existing homeowner improvements that conflict or do not conform with the proposed PCC improvements shall be placed on the owner's property. Homeowners shall be given the option to have the materials salvaged. C. Portland Cement Concrete Exposed surfaces of such concrete construction shall conform in grade, dimension, color and finish to adjoining P.C.C. improvements. Concrete improvements shall be constructed with Class 520 -C -2500 transit mixed concrete. Curb and Gutter Reconstruction - All work shall be done in accordance with the City of Newport Beach Std. -182 -L and Sections 201 and 303 of the Standard Specifications. • SP 6 of 7 Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways the Contractor shall be responsible for restoring same to its condition prior to construction. The Contractor shall also place and compact soils in the parkway, behind the reconstructed curbs in accordance with Section 300 -4 of the Standard Specifications (90% relative compaction). The unit bid price for curb and gutter removal and reconstruction shall include payment for compacted base, parkway work and all such remedial work and there will be no additional compensation. The contract will not be considered complete until such necessary restoration has been accepted by the City. 0. Pavement Reinforcing Fabric The work shall be done in accordance with Sections 213 -1 and 302 -7 of the Standard Specifications. On Anniversary Lane the pavement reinforcing fabric shall be placed on the entire roadway to be resurfaced after placement of the A.C. leveling course and prior to placement of the uniform overlay. On Santa Barbara Drive the pavement reinforcing fabric shall be placed on the outside lanes (bus lanes) only. E. Asphalt Concrete A.C. leveling course(s) shall be placed prior to placement of AC finish course. Prior to placing the leveling or finish course, a tack coat of Type SS -1h asphalitic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The surface shall be f ee of all loose material or dust when the tack coat is applied. 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. 2. The Contractor shall apply tack coat to all AC work. 3. The asphalt concrete leveling course(s) or finish course 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. 4. The asphalt concrete pavement reconstruction shall be III -B -AR -8000. • • SP 7 of 7 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. G. Traffic Striping, Pavement Markings, Raised Pavement Markers and Fire This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Markings," and Section 310 -65.6, "Painting Traffic Striping, Pavement Markings, 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 2342 and Yellow Formula Number 2343 -A9 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 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 112 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 or covering of the existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor's sole expense. Traffic stripes and pavement markings shall be applied in two coats. The first coat of paint shall be dry before application of the second coat. 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. New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers for the location of fire hydrants shall conform to City of Newport Beach Std.- 902 -L. /.v9T/�GG TYPO D �'lJ,2KEi25 ao7 ¢ �L F � � h I Q o W sr 4 J I 1 1 /.t/sTGc c rY�E o ,Y/qQ KER,S CF 4� S° STOP WIL/M�r0ME 5� `4I / ZA /V Zo4ST,6L &ICT ,4L, :4 0l , to ^W 1 No. C 22045 2 * E0. * t CIVty OF CA0E�� DRAWN JI.vinn V DATE 9- 88 1 APPROVED n., ,,m�/ R.E. NO. c22045 DRAWING NO. r"546Z —G LOCATION MAP SCALE 1'- 800* _ nwv i B /X /q St V /g /q 1 v� 2 QI c� II g a_. CONSTRUCTION NOTES J 1O COLD PLANE e' WEDGE ( 1' BELOW E.G-) CONSTRUCT 1 1/2 ' A.C. OVERLAY 3' ADJUST EXISTING UTILITIES ( WATER VALVES, S.C.O. , SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. INDICATES AREA OF OVERLAY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 9 i J v pC. PL , q•''rv� o �o .z At P gal 9 ^ � � \`; � •\ � _ i,• !SLq�.7f -Fc DRAWN APPROVED It SHEET 1 OF 5 RMG DATE _ 7 -19 -88 DRAWING NO. .a,X PUBLIC WORKS DIRECTOR R.E. NO. /2 goc, v, N pC. PL , q•''rv� o �o .z At P gal 9 ^ � � \`; � •\ � _ i,• !SLq�.7f -Fc DRAWN APPROVED It SHEET 1 OF 5 RMG DATE _ 7 -19 -88 DRAWING NO. .a,X PUBLIC WORKS DIRECTOR R.E. NO. /2 goc, Q L IRVINE RANCH WATER DISTRICT FACILITIES 4 N' COLD PLANE 8' WEDGE ( 1' BELOW E.G. ) ?/ BR /STOL i,2) CONSTRUCT 1 1 /2' A.C. OVERLAY 'ADJUST EXISTING UTILITIES ( WATER VALVES, O.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. 0 TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. LOCATION MAP SCALE 1 °= 800' INDICATES AREA OF OVERLAY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 to SHEET 2 OF 5 DRAWN RMG DATE 7-19-88 APPROVED ✓f• KC. PUBLIC WORKS DIRECTOR R.E. NO. 12 6 0 is DRAWING NO. R - 5580 - L • w . � \ J �` ��I/'f6t�1Y '� =I \� �� 1 iooaRT �Y _ � � � , i r •y. 0 >q m I � 2 NEW popr -- roW N N EQ \rI z Ny, \ 'JE 0 0 c W 5T tr'j Al- E L�L�iB J\ , CORPORA v `w`�� >;'.,;,�r /�P ✓/ t/1✓ _ ....._vim =�_ "m Piz �x wo • ' . ;,� Go [%N CONSTRUCTION NOTES t 6R• , i • iitr� 1O COLD PLANE 6' WEDGE ( 1' BELOW E.G.) CONSTRUCT 1 1/2' A.C. OVERLAY ° 13 ADJUST EXISTING UTILITIES ( WATER VALVES, U.4 ��• ✓ "—J S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) 1 r p FRAME AND COVER TO FINISHED GRADE. —•—�� �� p Li TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. OS INSTALL REINFORCED PAVEMENT FABRIC LOCATION MAP SCALE IN= 800' INDICATES AREA OF OVERLAY SHEET 3 OF 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 DRAWN RMG DATE 7 -19 -88 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. / 9 Q e, DRAWING NO. R- 5580 -L P' LiP I � L - a ! 6 01, A -5r, BL AG.t'7HORN d7. , yE ST., �A¢5u/004 57! ALTA ✓JTA, B.omBOO Sr., 6EGL /5 S7. , B /SON 3T. /' T /f -- J - J - B /X /A 3T. I l � JI .J TYPICAL SECTIONS ( NOT TO SCALE ) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C -2708 III SHEET 4 OF 5 DRAWN RMG DATE 7 -19 -88 APPROVED /nJ PUBLIC WORKS DIRECTOR RENO./Z DRAWING NO. R- 5580 -L CONSTRUCTION NOTES 1� COLD PLANE 6' WEDGE ( 1' BELOW E.G.) i3 ADJUST EXISTING UTILITIES ( WATER VALVES. DCONSTRUCT 1 1/2' A.C. OVERLAY S.C.O- . SURVEY MONUMENTS. SEWER AND S.D. MANHOLES) FRAME AND COVER TO FINISHED GRADE. TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. TYPICAL SECTIONS ( NOT TO SCALE ) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C -2708 III SHEET 4 OF 5 DRAWN RMG DATE 7 -19 -88 APPROVED /nJ PUBLIC WORKS DIRECTOR RENO./Z DRAWING NO. R- 5580 -L - -T� I � I- - I— — L_J --T' 30' so' 6O r2 3 4 I b 6' 6' J U 3/' TELGER A ✓E. � 3. 9Q` b' /-T -J r-T - ✓ON .E�ARMAN A ✓E. 1— — —I ,�¢J l ., ---I i{/Ef1/OORT PGAL6 O•P / ✓E 2,�3r4 Ir I JI I_ _J /T- J. 4:2 Y44 1988-89 PUBLIC WORKS DIRECTOR STREET RESURFACING PROGRAM R.E- NO. l�dY C -2708 DRAWING NO. R- 5580 - L 13 �— — 5 .SANTA .BAR JARfI OR. CONSTRUCTION NOTES COLD PLANE S' WEDGE ( 1' BELOW E.G.) l3 j ADJUST EXISTING UTILITIES ( WATER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) ..`� s / CONSTRUCT 1 1/2 • A.C. OVERLAY FRAME AND COVER TO FINISHED GRADE. TRAFFIC STRIPING, PAVEMENT MARKINGS AND TYPICAL SECTIONS RAISED PAVEMENT MARKERS. ( NOT TO SCALE) O INSTALL REINFORCED PAVEMENT FABRIC • COLD PLANING ON THE EAST SIDE OF BIRCH STREET FROM NORTH BRISTOL TO MACARTHUR BLVD. AS NECESSARY TO PROVIDE 1• LIP BELOW E.G. SHEET S OF '3 CITY OF NEWPORT BEACH DRAWN RMG DATE 7 -19 -98 PUBLIC WORKS DEPARTMENT APPROVED J. 4:2 Y44 1988-89 PUBLIC WORKS DIRECTOR STREET RESURFACING PROGRAM R.E- NO. l�dY C -2708 DRAWING NO. R- 5580 - L 13 Novmeber 28, 1988 CITY COUNCIL AGENDA ITEM N0. F -3(c) TO: CITY COUNCIL C.,J: CIL BEACI'I FROM: Public Works Department NOV 2 8 1988 SUBJECT: 1988 -89 STREET RESURFACING PROGRAM CONTRACT NO. 2708 — " -AP I RECOMMENDATIONS: 1. Find that the apparent low bidder, All American Asphalt, is not the correct low bidder. 2. Award Contract No. 2708 to Industrial Asphalt in the amount of $576,777.42; and authorize the Mayor and the City Clerk to execute the Contract. DISCUSSION: • At 11:00 a.m. on November 17, 1988, the City Clerk opened and read the following bids for this project: Bidders Total Price Bid Low All American Asphalt $574,829.00 2 Industrial Asphalt 576,777.42 3 Sulley- Miller Contracting Company 595,479.80 4 Vernon Paving Company 599,900.00 5 Excel' Paving Company 641,587.00 6 R.J. Noble Company 642,610.00 * Corrected total price bid is $583,829.00 which results in a change of low bidder. The low bid is 9% lower than the Engineer's estimate of $635,000. The low bidder, Industrial Asphalt, is a well - qualified general engineering contractor who has satisfactorily performed previous contracts for the City. The apparent low bidder, All American Asphalt, submitted a proposal in • which bid wording was $9000.00 greater than bid figures. Since the Instruction to Bidders state that bid wording shall prevail over bid figures, an sib- nce 11TT American's bid total was based upon bid figures, their bid total should be increased by $9000.00 over that which was read at the bid opening. Staff has received All American's explanation (copy attached) of why their proposal contained the disparity. However, it is Staff's opinion that the instructions regarding such disparities are clear, and that the award should be made pursuant to these instructions. <3ki 0 9 Subject: 1988 -89 Street Resurfacing Program (C -2708) November 28, 1988 Page 2 This project provides for replacement of curb and gutter along Anniversay Lane, plus resurfacing of the streets indicated on the attached exhibit. Funds for award are proposed from the following accounts: Description Arrnunt Nn_ Anniversary Lane Reconstruction 02- 3397 -461 Eastbluff Tract Resurfacing 02- 3397 -462 Raise Value Covers to Grade 50- 9297 -156 Street and Alley Resurfacing Prog. 02- 3388 -016 Amount $120,000.00 160,000.00 20,000.00 276,777.22 Plans and specifications were prepared by Public Works Department staff, except for the Anniversary Lane Construction which was prepared by Daniel Boyle Engineering, Inc. All work shall be completed within 60 consecutive calendar days, but not later than March 15, 1989. • Benjamin B. Nolan Public Works Director LD:so Attachment C J • • i ALL AMERICAN ASPHALT lft� ALL AMERICAN AGGREGATES 14274 MAGNOLIA AVE., P.O. BOX 2229, CORONA, CA 91718 -2229 STATE CONTRACTORS LICENSE #287073 -A November 18, 1988 City of Newport Beach Public Works Department 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 Attn: Gilbert Wong Re: 1988 -89 Street Resurfacing Program Contract No. 2708 Gentlemen: This letter is to address the irregularity in item 5 of the bid for the above referenced project which bid on November 17, 1988. At 9:00 a.m. on November 17 we received a telephonic bid from Orange County Striping. Their bid for Item 5 "Lump Sum Traffic: Striping" was $26,200.00. After receiving this bid the figures were written into the proposal and the subcontractors listed. The total for Item 5, including the cost of the bonds, the cost of posting, and the cost of surveying (these items totalled $13,610.00) was $39,810.00. At 9:40 a.m. we received a bid from Traffic Operations. Their bid for Item 5 was $16,794.00, a difference of $9,406.00 from Orange County Striping's bid. We deducted the difference from this item, rounding the figure to $30,000.00. Thereafter, this new figure was written into the bid, the extensions checked, and the bid retotalled to $574,829.00. The words of the total were rewritten reflecting the new amount, the subcontractors wuru changed, and the words for item 5 were crossed out. However, during these changes the "Nine" inadvertently was not lined out. We hope that after reviewing this information you waive the irregularity in the bid and recommend awarding the contract to All American Asphalt. Please keep us informed of this matter your time. Very truly yours, ALL AMER CA ASPHALT Mark Luer Project Manager ML /km Thank you in advance for k • • • 0 INDICATES STREETS TO BE OVERLAYED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 DRAWN RMG DATE ID/12/98 APPROVED 41)0*4 PUBLIC WORKS DRAWING NO. EXHIBIT L4 % % .17 INDICATES STREETS TO BE OVERLAYED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 DRAWN RMG DATE ID/12/98 APPROVED 41)0*4 PUBLIC WORKS DRAWING NO. EXHIBIT L4 • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1988 -89 STREET RESURFACING PROGRAM CONTRACT NO. 2708 RECOMMENDATIONS: October 24, 1988 CITY COUNCIL AGENDA ITEM N0. F -14 BY THE CITY COUNCIL CITY OF NEWPORT BEAC[! OCT 2 4 1988 APPROVED 1. Approve the plans and specifications. 2. Authorize the City Clerk to a:-w rti�° or__-- bids- ..to.- he_- npEned.at on-- *oreWnr..17. 1988. DISCUSSION: This project provides for pavement resurfacing on various streets throughout the City, plus replacement of curb and gutter along Anniversary Lane (see attached exhibit). The improvements will improve drainage and the riding • surface with adequate structural section for present and future traffic demands. The estimated cost of the work is $635,000. Sufficient funds to award this amount are available in the appropriations for Street, Alley, and Bikeway Resurfacing and Reconstruction Program; Anniversary Lane Reconstruction and Resurfacing; Eastbluff Tract Resurfacing and Raise Valve Covers to Grade accounts. The plans and specifications were prepared by the Public Works Department, with the exception of Anniversary Lane which was prepared by Daniel Boyle Engineering, Inc. The estimated date of completion is February 15, 1989. Benjamin B. Nolan Public Works Director GW:so Attachment • • • • — ,ar —ar I 0 0 --N Z f i2A lot r. '5; LL � INDICATES STREETS TO BE OVERLAYED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1988-89 STREET RESURFACING PROGRAM C-2708 DRAWN RMG DATE 1011918$ APPROVED '-IPUBUC WORKS DRAWING NO. EXHIBIT Authorized to Publish Advertisements of all i s including 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 v-bl.c aouw Aa.vnlung co.ww by In'. llnld.rl A .1 m 7 pdm rich 10 pKr Column rldlh 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 two (2 ) consecutive weeks to wit the issue(s) of October 27 8 198— 8 November 3 ,198_ 198— 198— 198— I declare, under penalty of perjury, that the foregoing is true and correct. 8 Executed on November 4 198 at Co a Mesa, California. (�imckll� �b� ), Signature • Sealed bids mey De re- elved at the oHkp of the 'Ity Clerk, 3300 Newport loulevard, P. O. Box 1768, lewport Beach, CA 12668.8915 until 11:00 a.m. in the 17th day of Novern- ter, 1988, at which time kith bids shall be opened and read for 1988.87✓ 3�. of project: 19wit m Contract No.: .: En near,* Estimate. ✓1135, Approved by the City Council this 24th day Of 00- tober, 1988. WANDA E. OAOOIO, City Clerk Prospective bidders may obtain one set of bid docu. ments at no cost at the office of the Public Works Depart' ,ant, 3300 Newport Boulevard, P. 0. Box 1768 Newport Beech, C/ 92668 -8915. For further information call ilitimaaerr at 644-3311. e Prol PROOF OF PUBLICATION *26