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