Loading...
HomeMy WebLinkAboutC-2798 - Jamboree Road Rehabilitation From Back Bay Drive to Ford RoadApril 2, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 All American Asphalt P.O. Box 2229 Corona, CA 91719 -2229 Subject: Surety: Bond No.: Contract No.: Project: (714) 6443005 Safeco Insurance Company of America 569 47 50 C -2798 Jamboree Road Rehabilitation from Back Bay Drive to Ford Road The City Council of Newport Beach on March 9, 1992 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 March 16, 1992, Reference No. 92- 158358. 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 fwpNewp r Beach Newport-Beach, Boulevard 92- 158358 0 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA 4:00 MAR 1 6 1992 PM coutm 0a a• "Exempt from recording fees pursu to Government Code Section 6103" rL X992 Pe�mn�cN NOTICE OF COMPLETION NEW�ft� e NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and All American Asphalt, P.O. Box 2229, Corona, CA 91719 -2229 as Contractor, entered into a Contract on June 24, 1991 Said Contract set forth certain improvements, as follows: Jamboree Road Rehabilitation from Back Bay Drive to Ford Road (C -2798) Work on said Contract was completed on December 9, 1991 and was found to be acceptable on March 9, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America, 17570 Brookhurst St., Fountain Valley„ CA 92708 BY 6G»2tn u i or s rector VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exe New 1 =)V TO: isFROM: SUBJECT: • r City Council Public Works Department March 9, 1992 CITY COUNCIL AGENDA ITEM NO. F -12 ACCEPTANCE OF JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD (C -2798) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $758,815.00 Amount of unit price items constructed 749,384.78 Amount of change orders - 7,375.00 Total contract cost $742,009.78 The decrease in the amount of the unit price items constructed was due to a smaller amount of reconstruction than had been anticipated. One Change Order was issued in the amount of - 7,375.00. It provided for the contractor's share of the cost of replacing traffic signal loops damaged during construction. Funds for the project were budgeted in the Gas Tax Fund, Account No. 7183 - 3130026, and in the Contributions Fund (OCUTT). Account No. 7253 - 3130038. The contractor is All American Asphalt of Corona. The contract date of completion was October 25, 1991. • Due to the water main break in the Big Canyon area and subsequent repairs to the main the roadway work on this contract did not start until September 23, 1991. All work was completed on December 9, 1991. �,J �-, � J.y� Benjamin B. Nolan Public Works Director AAA JOB 3738 UNCONDITIONAL WAIVER AND R m FINAL PAYMENT BAR p'��2 ► :. RECEIVE® . MaR » 1992 N Tfre undersigned has been paid in full for all labor, services, equipment or material furnished to All American Asphalt (Your Customer) on the job of City of Newport Beach (Owner) located at Jamboree Rd. Improvements (Job Description) and does hereby waive and release any right to a mechanic's lien, stop notice, or any right against a labor and material bond on the job, except for disputed claims for extra work in the amount of $ Dated: March 9, 1992 A .'°o IV 1 C->oo ,,3013 0 'q 1� Sullivan Concrete Textures (Company Name) By t NOTICE TO PERSONS SIGNING THIS WAIVER: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM. FORM No An 5:M 0 0 Release of Stop Notice RECEIVED PAR 11 1992 CITY CLERK CITY OF NEWPORT BEACH TO: City of Newport Beach Construction LQ er (av yarty with whom Sto otice aas fae P.O. Box 1768 Newport Beach,�CA 92659 -f768 (Address You are hereby notified that the undersigned claimant releases that certain Stop Notice dated December 11, 1992 , in the amount of $ 24,165.00 against City of Newport Beach as owner or public body and All American Asphalt as prime contractor in connection with the work of improvement kn9wn as Jamboree Rd. Rehabilitation Back Bay Dr. to Ford Rd. Newport_Beach_ In the City of Newport Beach , County of Orange is , State of California. Date March 9, 1992____ Name of Claimant Sullivan Concrete Textures _ (Fi me By �t arure) Vice President (Offkidl capacity) VERIFICATION I, the undersigned, state: I am the Vice President _ ('Agent or, "President or, 'A Partner of', 'Owner of'. #k.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same Is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of theStateof California that the foregoing is true and correct. Executed on March 9 State of California — //_ 9L PIO LOW, I9 92 at Costa Mesa (Signature tt or Authorized Agent)) SULLIVAN CONCRETE TEXTURES PARTIAL RELEASE OF STOP NOTICE Notice to: City of Newport Beach P.O. Box 1768 Beach, CA 92659 -1768 You are hereby notified that the undersigned claimant partially releases that certain Stop Notice dated December 11, 1991 , reducing the amount by $ 21,528.00 I rom $ 24,165.00 to $ 2,637.00 , against City of Newport Beach as Owner, and All American Asphalt as Prime Contractor in connection with the work of Improvement known as Jamboree Road Rehabilitation - From Back Bay Drive to Ford Road (C- 27.98) in the City of Newport Beach County of Orange State of California. Dated: January 30, 1992 Name of Claimant: SULLIVAN CONCRETE TEXTURES Date 3/- 9y -dw By : 41 4 C0P��� A. BO ER Vice President ❑MO)w111��� • C=40 VERIFICATION I, the undersigned, state that I am the Vice President of ❑ the claimant named in the foregoing Partial Release; I have read said Partial Release of Stop Notice and know the contents ❑PBS thereof, and I certify that the same is true of m own ❑P y y ❑ Po)lo � knowledge. $'I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on January 30th , 19 92—, at Costa Mesa , Sate of California 4XANCE A. BOYER _ViA President 1111 Bake, St. • P.O. Box 1890 Costa Mew, CA 92628 • (714) 556.7633 • (213) 620 -9872 • FAX (714) 755 -5541 • LIC * 408047 0 40 1� lb 0 r. OWN W" V NOTICE TO Stop Notice CALIFORNIA CIVIL CODE SECTION 34 City of Newport Beach P.O. Box 1761 ictlon LMder, rantm early or VWlar) Newport Beac , CA 92659 -17 D PUS is NFdrr X991 (Ad rsrr). (If Private Job — file with responsible officer or person at office or ranch of consction lender A� t the construction funds or with the owner --- CIVIL CODE SECTIONS truONS 3156 - 3175) - (If Public Job -- file with office of controller, auditor, or other public disbursing officer whose duty It is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor; All American Asphalt Sub Contractor (If Any) Sullivan Concrete Textures Owner or Public Body: City of Newport Beach Improvement known as Jamboree Road Rehabilitation – From Back Bay Drive ( amr and address of project or work of improvement) to Ford Road (C- 27913) In the City of Newport Beach County of Orange State of California. Sullivan Concrete Textures Clalmanf,a Corporation (Claimant) (Corporatlon /Parfnershtp /Sore Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of Improvement, The name of the person or Company by whom claimant was empployyed or to whom claimant fumished labor, service, equipment, or materials is All American Asplgalt (Name of Subcontractor /ContractodQwner- Builder) The kind of labor, service, equipment, or materials furnished 6r agreed to be furnished by claimant was Installation of Bomanite Running Bond pobblestone Textured Paving. ' t Wescrthe in detail) Total value of labor, service, equipment, or materials agreed to 6e furnished ....... $ 24.169. 00 Total value of labor, service, equipment, or materials actually furnished Is .......... 4 24 ,165.00 Credit for materials returned, If any .................. ..1 0.00 Amount paid on account, if any .................. ............................... i Amount due after deducting all Just credits and offsets ............................ i 24 ,165.00 YOU ARE HERESY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 24,165-00, and in addition thereto sums sufficient to cover Interest, court costs and reasonable costs of litigation, as provided by law, A bond (CIVIL CODE SECTION 30133) is not attached. (Bond required with Stop (151k not) i Notice served on construction lender on pr[vate jobs — bond not required on public Jobs or on Stop Notice served on owner on private jobs). Date Date 1,2-161 COPIMM • • Cmtttttin 1 1, the December 11, 1991 At RECEIVED DEC 12 1991 CITY CLERK CITY OF NEWPORF BEACH t Name of Claimant. Sullivan Concrete Textures ( n Name) '�,�$� A. BOY Si (u;e) d % Vice President .. (offkkd Capadto VERIFICATION Vice President of e claimant named in the foregoing Stop Notice; 1 have read ereof, and I certify that the same is true of my own knowli ertify (or declare) under penalty of perjury under the laws and correct. 19 91 at Costa Mesa , (Signature 6rVIWMXor Authorized Anent) Executed on December 11th State of California claim of Stop Notice and know the contents the State of California that the foregoing Is true 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: August 26, 1991 SUBJECT: Contract No. C -2798 Y Description of Contract Jamboree Road Rehabilitation from Back Bay Drive to Ford Road Effective date of Contract June 24, 1991 Authorized by Minute Action, approved on June 24, 1991 Contract with All American Asphalt Address P.O. Box 2229 Corona, CA 91719 -2229 Amount of Contract $758,815.00 "W� 4' 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 1 t z � I r 3 F stop G: I -3t j CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 1•m. on the 7th day of .1nnP , 1991, at which time such bids shall be opened and read for JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD ti U itle of Project 279R Contract No. g1,Q.p0,000 Engineer's Estimate 4"w PORT %ZgZ1F0R'W1% Rp roved by the City Council this '13th day of May 1991 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, CR 92659 -1768. For further information, call Gil _ roject at 644 -3311. P anager r ..., .. 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROP08AL to JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD CONTRACT NO. 2798 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: i PR 1.1 i The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2798 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: 1. Lump Sum 2. 10,000 Tons 3. 8,000 Sq. Yds. Mobilization and Traffic Control @_Twenty Nine Thousand Dollars Two Hundred Eighty Three and 001100 Cents Per Lump Sum Remove existing street section, prepare subgrade, and replace with 19 -inch thick A.C. base course UVAMM.1910111 @ Thirty Three Dollars and Thirteen Cents $ 33.13 $331.300.00 Per Ton Cold plane existing pavement @ None Dollars and Seventy -Eight Cents $ .78 $_L240&0 Per Square Yard ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum 2. 10,000 Tons 3. 8,000 Sq. Yds. Mobilization and Traffic Control @_Twenty Nine Thousand Dollars Two Hundred Eighty Three and 001100 Cents Per Lump Sum Remove existing street section, prepare subgrade, and replace with 19 -inch thick A.C. base course UVAMM.1910111 @ Thirty Three Dollars and Thirteen Cents $ 33.13 $331.300.00 Per Ton Cold plane existing pavement @ None Dollars and Seventy -Eight Cents $ .78 $_L240&0 Per Square Yard V 5. 150 Remove existing P.C.C. Lin. Feet median curb and gutter and replace with modified Type "A" P.C.C. curb and gutter with variable curb face and 12 -inch gutter @ Twenty -Five Dollars and Eight Cents $ 25.08 $ 3,762.00 Per Lineal Foot 6. 1,600 Remove existing P.C.C. Lin. Feet median curb and gutter and replace with modified Type "B" P.C.C. curb with variable curb face @ Fifteen Dollars and Sixty -Nine Cents $ 15.69 $ 25,104.00 Per Lineal Foot 7. 41 Reconstruct existing P.C.C. Lin. Feet curb and gutter @ Fifty- Three. Dollars and 00 /100 Cents $ 53.00 $ 2,173.00 Per Lineal Foot B. 2,400 Reconstruct existing P.C.C. Sq. Feet sidewalk @ Two Dollars and Thirty -Six Cents $ 2.36 $ 5,664.00 Per Square Foot 9. 2,300 Construct stamped concrete Sq. Feet in landscaped median @ Five Dollars and Eighty -Five Cents $ 5.85 $ 13,455.00 Per Square Foot • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 45,000 Provide and install Sq. Yds. reinforcing pavement fabric @ None Dollars and Sixty -Nine Cents $ .69 $ 31 ,050.00 Per Square Yard 5. 150 Remove existing P.C.C. Lin. Feet median curb and gutter and replace with modified Type "A" P.C.C. curb and gutter with variable curb face and 12 -inch gutter @ Twenty -Five Dollars and Eight Cents $ 25.08 $ 3,762.00 Per Lineal Foot 6. 1,600 Remove existing P.C.C. Lin. Feet median curb and gutter and replace with modified Type "B" P.C.C. curb with variable curb face @ Fifteen Dollars and Sixty -Nine Cents $ 15.69 $ 25,104.00 Per Lineal Foot 7. 41 Reconstruct existing P.C.C. Lin. Feet curb and gutter @ Fifty- Three. Dollars and 00 /100 Cents $ 53.00 $ 2,173.00 Per Lineal Foot B. 2,400 Reconstruct existing P.C.C. Sq. Feet sidewalk @ Two Dollars and Thirty -Six Cents $ 2.36 $ 5,664.00 Per Square Foot 9. 2,300 Construct stamped concrete Sq. Feet in landscaped median @ Five Dollars and Eighty -Five Cents $ 5.85 $ 13,455.00 Per Square Foot PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 5 Each 11. 3 Each 12. Lump Sum 13. 14. 15. 16 300 Tons 5,600 Tons 4,800 Tons 20 Each Install root barrier @ Fourteen Hundred Five Dollars and 00 /100- Cents $ 1,405.00 $ 7,025.00 Per Each Reconstruct top portion of existing grate inlet @ Twenty Five Hundred Dollars Seventy -Two and 00 1100 Cents $ 2,572.00 $. 7,716.00 Per Each Crack seal existing pavement @ Sixteen Thousand Eight Dollars Hundred and 00 /100 Cents $ 16.800.00 Per Lump Sum Construct leveling course @ Twenty -Three Dollars and Forty Cents $ 23.40 $___J,=0.00 Per Ton Construct 2 1/2" asphalt concrete overlay (Northbound) @ Twenty -Three Dollars and Forty Cents $ 23.40 $ 131,Q40.00 Per Ton Construct 2" asphalt concrete overlay (Southbound) @ Twenty -Two Dollars and Forty -One Cents $ 22.41 $ 107,568.00 Per Ton Adjust existing sewer and manhole frames and covers to finished grade @ Two Hundred Twenty -Five Dollars and 00 /100 Cents $ 225.00 $ 42500.00 Per Each V 0 PR 1.4 ITEM QUANTITY ITEK DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 40 Each 18. Lump Sum Adjust existing water valve and survey monument frames and covers to finished grade @ One Hundred Ninety -Five Dollars and 00 /100 Cents $ 195.00 $ 7.800.00 Per Each Provide Traffic Striping and pavement markings @ Twenty -One Thousand Dollars Three Hundred Fifteen and 00 /100 Cents $ 21,315.00 Per Lump Sum Seven Hundred Fifty Eight Thousand Eight Hundred Dollars Fifteen Dollars and 00 /100 Cents $758.815.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) 6/7/91 All American Asphalt Date Bidder 7J4- 736 -7600 Bidder's Telephone No. Rosario Leggio, Jr., Vice President 207073 -A L° - B dZder's L ci ense B., der's Address No. & Classification •CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD I. SCOPE OF WORK. . . CONTRACT NO. 2798 . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . III. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . IV. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . VI. LIABILITY INSURANCE . . . . . . . . . . . . . . . . VII. WATER . . . . . . . . . . . . . . . . . . . . . . . VIII. PUBLIC CONVENIENCE AND SAFETY. . . . . . . . . . . . A. Traffic Control Plans. . . . . . . . . . . . . B. Notification to Residents. . . . . . . . . . . . IX. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . A. Cold Plane Existing Pavement . . . . . . . . . . B. Concrete . . . . . . . . . . . . . . . . . . . . C. Removals . . . . . . . . . . . D. Pavement Reinforcing Fabric. . . . . . . . . . . E. Asphalt Concrete . . . . . . . . . . . . . . . . F. Crack Sealing . . . . . . . . . . . . . . . G. Utility Adjustment . . . . . . . . . H. Traffic Striping and Pavement Markings . . . . . I. Traffic Signal Detection . . . . . . . . . . . . 1 2 2 2 2 3 3 3 4 4 4 5 6 7 7 7 8 8 9 ! a Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 108 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 0 6 Page 2A 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 insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a coi authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the .porate officer or an individual For partnerships, the signatures For sole ownership, the signature 267073 -A Contractor's License No. & Classification 6/7/91 Date Rosario Leggio, Jr., Vice President 5/91 I/ Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. -Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 1. Subcontract Work Adjust Utilities Subcontractor Manhole Adjusters Address Monterey Park 2. Striping and Markers Orange County Striping Orange 3. Crack Sealing Rubberized Crack Filler Buena Park 4. Pattern Concrete Sullivan Costa Mesa 5. 6. 7. 8. 9. 10. 11. 12. Mir, I .i . 0I. 5/91 �� cam✓ .�G �� ut orazed �SignaturrqfTi Rosario Leggio, Jr., Vice President r I 't IS�7 N© BID BOND Conforms with The American Institute of Architects, A.I.A. Ooeumertt No. A -310 KNOW ALL BY THESE PRESENTS, That SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WASHINGTON 98185 Bond 562 73 59 ALL AMERICAN ASPHALT as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL BID IN---------------------------- -- - - -- Dollars ($ 10% of Total Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for JAMBOREE ROAD REHABILITATION BACK BAY DRIVE TO FORD ROAD (2) C -2798 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such baud or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of BID DATE: JUNE 7, 1991 17 -8030 S-54/EP 3/90 Witness Witness JUNE , 19 91 , ALL AMERICAN ASPHALT (mil) Principal SAFECO 1 MPANY OF AMERICA O%tN M. BROWN Attorney- in-Fact Q Registered trademark of SAFECO Corporation. PRINTED IN U.S.A. GENERAL ACKNOWLEDGMENT t Stateof California SS. County o/ Riverside VJl On this the _Z day of icxt-% before me, Christina M, Anderson the undersigned Notary Public, personally appeared Rosario Leggio, Jr. _% personally known tome OFFICIAL SEAL CH21STICHRISTINA ANDERSON ;• s ^- r = proved tome on the basis of satisfactory evidence At. "o Es N01AVv rveuC CAL1FOUrnq to be the person(s) whose name(s) subscribed to the rrersm cou;;Ty within instrument, and acknowledged that executedit. ' ^' My rnr „rn. exD:res R'GV 5, 1993 —�j WITNESS my hand and official seal. P No. 201 STATE OF CALIFORNIA COUNTY OF _ ORANGE SiAL 13.1994 "„�Tti:! �,�.ty Cdnnissca E� iies �uN ICW Cal 315R(04/06) ss On this 3rd day of JUNE , in the year 1991 , before me, the undersigned Notary Public, in and for the State of California, personally appeared personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument as Attorney- In-Fact on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. Given under my hand and the Notary Seal this 3rd day of JUNE A.D. 19 91 My Commission expires 7 -13 -92 44"6jjjA Notary bnc *OVVER GFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 SAFECO No, 9164 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint --------------- ----------- M. BROWN, Anaheim, California -------------------- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents e�lt-; 1. A Dickey. $ecunary 11th day of May , 19 –L9-. CERTIFICATE J. C:. Cannon, President Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V. Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." , Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (fl) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ;''..b .. this 3rd day of JUNE .19 91 l� \ oh tioh n. Di S.1300$153/86 P81arfO 8i U.SA. 0 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, All American Asphalt as bidder, land , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Jamboree Road Rehabilitation From Back Bay Drive to Ford Road (Title of Project and 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) after the date of the mailing Notice of Award tb the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Bidder (Attach Acknowledgment �tU iorized 31gnW4freMtle Of Attorney -In -Fact) Rosario Leggio, Jr., Vice President SURETY � Cy��w ff\ • um d a w By: Notary Public Commission Expires: OFFif i%. !, NDcZ50V JTP CALIF( :iuIA ' 0U%-,y I [10V 5. 1993 5/91 0 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) 0 Page 5 As.4AW 40"-10 t/,a• , being first duly sworn, deposes and says that he or she is / 1 s � /s / s of 4( pjGOU r4tgvac.>r the party making the foregoing bid; that the bid is not ma e n the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and,.-further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. i .411 4watcww, r- W Bidder - fflM - ' - -M Subscribed and sworn to before me this r day of _ukr) ' , 19011 . Notary Public My Commission Expires: (t 143 5/91 [SEAL) OFF[C;;�L ST:AL •' CH S IN1 r1 ANDERSON �I ./ NO ARY - IC CALIFOONIH !� expires NOV 51 1993 0 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 For Whdm Person Telephone Completed Performed (Detail) To Contact Number 1989 Orange County /EMA Reconstruction /Resurface (714) 944 -9:inn 1989 Huntington Beach Reconstruction /Resurface (714) 536 -5431 1989 Pomona Cold Plane Fabric Overlay (714) 670 -7967 1990 Placentia Remove Replace Overlay (714) gg3 -9111 1991 Westminster Remove and Replace (714) 954 -5196 All American Asphalt � —4 v/° Bidder 'Ku-thorized S nature 'it:X-9 Rosario Leggio, Jr., Vice President 5/91 • 0 Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by.the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) Currently authorized by the Insurance Commissioner to transact business of insurance in the State of 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 Ratina Guide: Property - Casualty. Coverages shall be provided as specified in the Works Construction, except as The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. s /9: ;�s —.� i � "� PREMIUM CHARGE FOR THISI&ND BObWO. 569 47 50 ^ ' '_r.-INCLUDED IN CHARGE FOR E,v "mitM IN FOUR (4) PARTS PERFORMANCE BOND. Page 8 KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City.Council of the City of Newport Beach, State of California, by motion adopted June 24, 1991 has awarded to All Ameri hereinafter designated as the °Pr nclpal^, a contract for Iamhnraa an tation from Back Bay Dr've t (Contract No. ' }'in the city of Newport Beach, str ct conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of- Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. __�C�-27R�$$�� and the terms thereof require. the furnishing of a bond, prong that if Principal or any of Principal's 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, ALL AMERICAN ASPHALT as Principal, and SAFECO INSURANCE COMPANY'OF AMERICA as Surety, are held firmly bound unto the City of Newport Beach, n the sum of SEVEN HUNDRED FIFTY EIGHT THOUSAND. Dollars ($ 7 ), said sum ted amount pays le by the City of Newport Beach under the terms of the contract; for which payment well and truly 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 /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment. Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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. sivt r " �:: .: .` ,.d _ � _ -=fir �:.:. _ _ � �} _ .:;.�:.: Page 8A The bond shall inure- :t the benefit of any and all persons, companies, and corporations. tled to file claims under Section 3181 of the California Civil OW s" as'to give a right to them or their assigns in any suit brought. Upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civtl 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 above named Principal and Surety, on the 12th day of JULY 1991. nn All American Asphalt - lam X• d.� Name of Contractor (Pr ncipa ) c�Mthorized S / le Rosario Leggio, Jr , Vice President SAFECO INSURANCE COMPANY OF AMERICA Name of Surety z Agent Signature 17570 BROOKNURST STREET OWEN M. BROWN, ATTORNEY -.IN -FACT FOUNTAIN VALLEY, CA. 92708 714- 634 -1081 Address of Surety Telephone i r NOTARY ACXMMLBDMSl1T8 OY CONnACTOR AND BD3LM KUBT M-ATI T'AC88D 5/91 ...�.,.x.vx�.�.v^1^b:.. ai`ZS :.w��+.rv.G...��- i�....�J.�.e:�Bi 2 .29✓J :."F+ieS.�il M ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA County of ORANGE ss on this 12th day of JULY in the year 1991 , before me BARBARA J. BENDER Notary Public personally appeared OWEN M. BROWN 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 and acknowledged to me that he (st ubscribed the name of Insurance Company of America er o a ety an/�own name as Attorney- in-Fact, IN WITNESS WHEREOF, I have hereunto set my hand and affixed ctal I, at my 7 e afore d County, the day and year in this certificate first above written. 0 1 A A _ _ d / v A RIB J. BEND Notary Public c�dYl ,., •'1 a2f::: %rICL4,; -; V_PG.NiA 54167 AZ 13/66 Q,. M; Camacscn EAOires JiAy tJ. 7992 u . r GENERAL ACKNOWLEDGMENT State of California Riverside 1SS. County o/ it /!vl "llG On this the _3_ day o1 —1-U S 1911 before me, Christina M. Anderson the undersigned Notary Public, personally appeared Rosario Leggio, Jr _x personally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) subscribed to the within instrument, and acknowledged that executed it. WITNESS my hand and official seal. :. No lot S OFFICIAL SEAL � CH IoTI\ :'. ANDERSON .� }� •j, r'OTF FY I I!: CaUFO NIA IMY CC., :. expires N9V 5, 1993 it /!vl "llG On this the _3_ day o1 —1-U S 1911 before me, Christina M. Anderson the undersigned Notary Public, personally appeared Rosario Leggio, Jr _x personally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) subscribed to the within instrument, and acknowledged that executed it. WITNESS my hand and official seal. :. No lot S *OWER OF ATTORNEY SAFECO KNOW ALL BY THESE PRESENTS: OFECO INSURANCE COMPANY OF AMERICA OME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9164 That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint --OWEN M. BROWN, Anaheim, California-------- - - - - -- its true and lawful attorneys) - in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office M IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents 11 th day of May 18 —L9-. CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Arts -cle V, Section 13 — FIDELITY AND SURETY BONDS . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys- in - tact or under other appropriate tales with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By-Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and fill) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Both A Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full forcq and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 12th day of _ JULY 19 91 5, 1300 R5 3/88 PRINTED IN U.S.A. Bi N0. 569 47 50 ERECUTED IN FOUR (4) PARTS PREMIUM: $6,182.00 Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 24, 1991 has awarded to hereinafter designated as the "Principal", a contract for Jamboree Road Rehabi 1 i tatibn from Back Bay Dr. to Ford Rd. in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. C -2798 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, as Principal, and SAFECO iA as Surety, �EirND rm the sum of D FIF said sum be ng qua e contract, to be paid to successors, and assigns; bind ourselves, our successors, or assigns, presents. ALL AMERICAN ASPHALT TY BIGHT THOUSAND, Dollars ($ 758.815.00 ) . estimated amount of the the City or its certain attorney, its for which payment well and truly made, we heirs, executors and administrators, jointly and severally, firmly by these THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, th.this. obligation shall.become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 5/91 . . �. �, . �. JJ ®,„ ®mss.- ��� �. � :.: �..J:_.. � . �:. F i Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the aate of formal acceptance of the Project by the City. in the event that the principal 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 12th day of JULY , 19 _21 All American Asphalt Name of Contractor (principal) 9!f tai in;"ii3F,t.Tf-mtTTY PrA Rosario ice President ✓SAFECO INSURANCE COMPANY OF AMERICA Name of Surety AU%h0k'i2edKTent.SigT%ature 7570 BROORHURST STREET OWEN M. BRM, AT20RNEY -IN -FACT OUNTAIN VALLEY, CA. 92708 714- 634 -1081 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND 90RMY 1109'1' °�E' ATTACH- 5/91 .� . . �� T f 1 I ... ....�..�..ra y ,y �YLL .vWs`Y.Y ..r.. -.- a n,.L .� 1 ..;; y'� T f 1 I ... ....�..�..ra y ,y �YLL .vWs`Y.Y ..r.. -.- a n,.L .� 1 STATE OF CALIFORNIA County of on this 12th ACKNOWLEDGMENT BY SURETY ss day of JULY 1991 , in the year before me Notary Public personally appeared vwcN personally known to me (or proved to me on the basis of satisfactory e. instrument as the Attorney- m - Fact and acknowledged to me that he is J£AFEC.Q_ Insurance Company of America ) IN WITNESS WHEREOF, I have hereunto set my hand and affixed C veer in this certificate first ab- ea r LL,,, ARR'A' i . A J. READ! N'T*' FbiiLl: —gAL6 pPM! Y6C1 °RrtL UFrTE 1Y L%;"GE COu.fy IM C_:amq�mri ExPne JWy 13, 9.1167X712/06 cat to be the person whose name is subscribed to this bscribed the name of as S »rely and h hero n name as Attorney -in -Fact. at my o ice foresaid,0ounty, the day and Notary Public GENERAL ACKNOWLEDGMENT I I State of California Onthisthe 3 dayof _OSA — 19-91 before me. Countyot Riverside SS. Christina M. Anderson the undersigned Notary Public, personally appeared Rosario Leggio, Jr. 7 ON -X personally known to me j,L F� proved to me on the basis of satisfactory evidence I My CQ� , -Y 1, to be the person(s) whose name(s) —subscribed to the expi.,cz NIGV 5, 1993 within instrument, and acknowledged that executed it. WITNESS my hand and official seal. No 20, .OWER OF ATTORNEY SAFECO KNOW ALL BY THESE PRESENTS: j*OFECO INSURANCE COMPANY OF AMERICA ME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98188 No. 9164 That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ; ------------------------- --OWEN M. BROWN, Anaheim, California----------------- - - - - -- its true and lawful attorneys) -in -fact. with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character Issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duly executed by its regularly elected officers at its home office F IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 11 th day of May , 19 _LL, CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: ''Article V. Section 13 — FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced: provided. however, that the seal shall not be necessary to the validity of any such instrument or undertaking.'' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By -Laws. and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -ol - attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 12th day of JULY 19 91 5 1300 R67/9a PRINTED IN U.S A. 4 Page 10 , NUMBER ' RA� E T10N DATE ALL LMRTS IN THOUSANDS GENERAL LABILITY (OCCURANCE BASS ONLY) PRODUCER COMPANIES AFFORDING COVERAGE 5 2,000, OPMT$T$m AGGREGATE ,Calco Insurance - Brokers 4b Agents.. A OOM COMPREHE"SIVE GL7702086 200 S. Manchester Ave., Ste 3.00 cGMPANr National Union:Fire Ins. Co. p6ISantA1. INJVAY f 1 , 000 , Orange, CA 92668 LETTER -,A cOMP ; K American Home Assurance Co. EACH OOCURANCE f 1,000, INSURED CONTRACT ❑ PRODUCTSIOOMPL OPEa ❑ XCU HAZARDS LETTER .. All American Asphalt ❑ BROAD FORM PROP. DAMAGE ❑ SEVE AercnY OF INTEREST CLAUSE P.O. Box 2229 COMPANY C « ❑ PERSONAL MLMIRY WMH Corona, CA 91718 LETTER NDK,ATEa NOPAIIFHSTANDEb ANY fE011IREME10(r. TERM OR COBDMON OF ANY CONTRWr OR Onim DOCUMENT WITH RESPECT TO WHICH THIS ATE MAY BE ISSUED OR MAY PHITAK 7HEISURANCE AFFORDED BY THE POLICIES DESCRIBED WON IS SUSMOT TO ALL THE TERM$ MAXIMS MID CONDITIONS OF SUCH POLICIES AND Is NOT AMEND®. EKn3MED OR ALTERED BY THIS CERTIFICATE- 00 LTF TYPE of *=RANCE , NUMBER ' RA� E T10N DATE ALL LMRTS IN THOUSANDS GENERAL LABILITY (OCCURANCE BASS ONLY) GENERAL. AGGREGATE 5 2,000, OPMT$T$m AGGREGATE s 2 000, A OOM COMPREHE"SIVE GL7702086 8/1/91 8/1/9 p6ISantA1. INJVAY f 1 , 000 , ❑ OWNERS TVES O°NrIACr°as CONTRAC7vAL FOR SPECIFIC EACH OOCURANCE f 1,000, CONTRACT ❑ PRODUCTSIOOMPL OPEa ❑ XCU HAZARDS ❑ BROAD FORM PROP. DAMAGE ❑ SEVE AercnY OF INTEREST CLAUSE FIRE DAMAGE .. WMY LRQ s 50, ❑ PERSONAL MLMIRY WMH EMPLOYEE EXCLUSION REMOVED MAFpI MEDICAL EXPENSES (ANY ONE PERSON) f l O , AUTOMOBILE LRABLtTY SINCOMBINED GLE LIMIT mmoo s 1, 0 0 0 , 11000, A 30 COMPREHENSIVE owEO BOOZY MLIURY �aooMYfanRY f $ PROPERTY DAMAGE f X NONOWHED EXCESS LIABILITY EACH AGGREGATE . UMBRELLA FORM 07M 7" UMBRELLA FORM N/A OODURENCE f f STATUTORYs( I WORKERS' COMPENSATION S'1 000 EACH ACCIDENT B AND WC5823474 8/1/91 8/1/9 $2,000, DISEASE -P000Y LIMIT EMPLOYERS' LABILITY DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HAR WORKERS COMPENSATION N/A STATUTORY _ DESCRIPTION OF OPELA770NylACA ITEMS: ALL OPERATIONS PERFORMED FOR THE CRY OF NERWORT BEACH BY OR ON BEHALF OF THE NAMED I SUIM W CONNECRON YNRM THE FOLLOWING CONTRACT' Jamboree Road Rehabilitation from Back Bay Drive to Ford Road C -2798 . PROXECT TIME ADD CONTRACT NUMBER CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92659 -1768 CELLATION �" ' SHOULD ANY OF 7HE ABOVE DESCRIBED POLICIES BE NON-RENEWED. CANCELLED OR COVBAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFOR0ING COVERAGE SHALL PROVIDE JO DAYS MIN. ADVANCE NOVICE TO THE COY OF NEWPORT BEACH BY REGISTERED MAIL Page 11 GENERAL LIABILITY INSURANCE ENDORSffiII+NT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of. Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Costa Mesa or 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 NXCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(&) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( io Commercial ( ) Comprehensive General Liability $ 1,000.000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). s/" Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in.the policy.as applicable to General Liability insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Jamboree. Road Rehabili t' v Project Title an Contract No. to ford Road C -2798 This endorsement is effective 8/1/91 at 12:01 a.m. and forms a part of Policy No. GL7702086 of National Union Fire In_s. (Company Affording Coverage). Insured: All American Ashoalt Co. ISSUING COMPANY American International Group By: L/ . � CYe« Authorized Representa e Endorsement No.: Co. :� '..: , ��.�. I .� .. ,�_i�_.mn_ Page 12 AUTOM01 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Nultiple Limits or Single Limit: sit (76 Multiple limits Bodily Injury Liability Bodily Injury Liability $ per person $ per accident Property Damage Liability $ Combined Single Limit Bodily Injury Liability & Property Damage Liability 1,000,000 The limits of liability as stated in this endorsement shall . not increase the total liability of the company affording coverage 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. 0 11 4 tiRt� pi's -^----;t: Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by.registered mail, Attention: Public works Department. 5. Designated Contract: Jamboree Road R Pro ect T tle and Contract No. to Ford Road C -2798 This endorsement is effective — R/1/9i at 12:01 a.m. and forms a part of Policy No. CA1184581 of National Union Fire Ins. Co. ill (Company Affording Coverage). Insured: All American Asphalt ISSUING COMPANY American Internation Group BY: `/ yAt:0le 10"d& Authorized Representative Endorsement No.: f1 u L-A Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which fequire every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date C -2798 Contract Number sro1 Ford Road C -2798 All American Asphalt Name of Contractor (Principal) uthor zed S atg an tie Rosario Leggio, Jr., Vice P esident ,..: -7 siz.04. , Page 14 CONTRACT THIS AGREEMENT, entered into this 2Ath day of , 19�, by and between the CITY OF NEWPORT BEACH, here nafter "C ty," and _All American Asphalt , hereinafter "Contractor," s made with reference to the follow ng facts: A. ' City has heretofore advertised for bids for the following described public work: Jamboree Road Rehabilitation from Back Bay Drive to Ford Road r_97oR Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible 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: Jamboree Road Rehabilitation from Back Bay Drive to Ford Road L_��oR Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seven Hundred Fifty Eight Thausand Eight Hundr Dollars .($758,815.00 ). This compensat on includes: Fifty Dollars and 00 /100 (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. sis1 0 T •.n s. Page 14A 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements) (f) Plans and Special Provisions for Jamboree Rehabilitation from Back Ba Drive to Ford Road C -2798 T tle of Pro ect Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. AS TO FORM: _ J I s/st CITY OF NEWPORT BEACH A Municipal Corporation All American Asphalt Name of Contractor i /�izf�QrVKti✓V Vila WE qruttiorized SilinatUrAr a tle Rosario All American Asphalt Name of Contractor i /�izf�QrVKti✓V / lJ ...Q�/Grf/ qruttiorized SilinatUrAr a tle Rosario Leggio, Jr., Vice President >'i '�- �[E''� ���._ ji .�'�aa:S[aci"M1. GF:3:�lyiV:' 's� -"e= +v.Eb�.::_ _. :i> .a i.:: >._.. ; ._ aaem-`°" I. 0 CITY OF NEWPORT BEACH PUBLIC WORKS SPECIAL PROVISIONS FOR JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD RO. CONTRACT NO. 2798 SCOPE OF WORK SP 1 of 9 No. 19111 CIVI\- The work to be done under this contract consists of (1) cold planing along edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) constructing stamped concrete; (4) reconstructing A.C. street section; (5) reconstructing P.C.C. curb and gutter and sidewalk; (6) replacing traffic detections; (7) adjusting existing utility frames and covers to finished grade; and (8) 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- 5611 -5, T- 5377 -5, T- 5435 -5, and T- 5527 -5, (3) the City's Standard Special Provisions and Standard Drawing for Public Works Construction, (1988 Edition), and (4) the Standard Specifications for Public Works Construction, (1988 Edition, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. 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 contact shall be completed within 61 consecutive calendar days after the start of work or before October 25, 1991, whichever occurs first. B. The Contractor will not be allowed to reconstruct an area of street pavement greater than can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within the same working day. C. Prior to opening to through traffic, all reinforcing pavement fabric shall be covered with asphalt concrete resurfacing. Hence, the Contractor will not be allowed to install reinforcing pavement fabric greater than can be A.C. overlayed within the same day. III. IV. V. 0 D. No work shall (between 6:30 approval. "Hi (Independence SP 2 of 9 be permitted during Holidays and evening hours P.M. and 7:00 A.M.) without the Engineer's Dlidays" shall be defined as July 4th Day) and September 2nd (Labor Day) E. The A.C. finished course shall be constructed upon completion of A.C. base course for the entire street. (slip 62,10 Commencing on the 62nd consecutive calendar day after the start of work or on October 26, 1991, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $100.00 specified in Section 6 -9 of the Standard Specifications. 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. Prior to the start of work and until the completion of the work, the Contractor shall possess a Business License issued by the City of Newport Beach. 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. The Contractor is 1 "Remove existing with 19 -inch thick quantities will be additional removal A.C. base course. :autioned that the quantities for Bid Item No. street section, prepare subgrade, and replace A.C. base course ", may vary. The exact determined during construction; i.e. of unstable subgrade will require additional Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, protecting improvements, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. VI. LIABILITY INSURANCE Liability insurance coverages shall be furnished in a combined single limit policy with aggregated limits in the amount of $2,000,000 in lieu of the $1,000,000 specified in Section 7 -3 of the Standard Specifications. VII. HATER VIII. 0 SP 3 of 9 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. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), published Building News, Inc. 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 plans shall incorporate the following requirements: 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. All traffic lanes shall be opened to traffic at the end of each work day. In addition, the Contractor shall maintain a minimum of two (2) 12 -foot traffic lanes in each direction at all times on Jamboree Road, unless otherwise approved by the Engineer. 4. The Contractor shall provide continuous traffic access for all adjacent businesses and tracts during construction. In addition, all public /private streets /driveways access adjacent to the project area shall be maintained at all times. 5. If it becomes necessary, the Contractor shall provide uniformed flagmen with radio control to slow -down, reroute, and direct traffic through the construction area. I8. SP 4 of 9 6. Lane closures on Jamboree Road and adjacent streets will be permitted only between 9:00 a.m. and 3:30 p.m with the exception of Jamboree Road southbound S/o Santa Barbara Drive and Jamboree Road northbound N/o San Joaquin Hills Road of which lane closures will permitted only between 7:00 a.m. and 3:30 p.m. 7. During reconstruction of the median curb and curb and gutter; the Contractor will be required to install delineators and barricades with warning lights to protect the work area and to define the traffic lanes adjacent to the work area. In addition, all open trenches and excavations along the median and right - of -way shall be secured and safe for pedestrian and vehicular traffic. 8. No equipment or vehicles shall be driven and /or stored in the curb medians. B. Notification to Residents /Businesses Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected address /Homeowner Associations 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 times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to the Homeowner's Associations. Field staking for control of construction will be provided by the Engineer. Limits of removal are field- identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. Y. CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane 5 foot minimum wide wedges along existing edges of PCC gutters as dimensioned and designated on the plans. 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 point. • • SP 5 of 9 The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 60 inch wide with carbide tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from 0 to 40 FPM. It shall be self- propelled and have a water spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being reconditioned and so designed that the operator thereof can at all times observe the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maximum of 2 inches without producing fumes, smoke or dust. The planing machine shall have previously performed satisfactorily on similar work. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at utility covers. 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 cold plane 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 delivered to the sewer access road off Back Bay Drive N/o of San Joaquin Hills Road. The Contractor shall make delivery arrangements by contacting the City's Utility Department Superintendent, Ed Burt, (714) 644 -3011. The Contractor shall abate dust nuisance by cleaning, sweeping, and sprinkling with water or other means as necessary. B. Concrete 1. P.C.C. median curb and gutter shall be the modified Type "A" per CNB Std. -182 -L with a 12" gutter and variable curb face. 2. P.C.C. median curb shall be the modified Type "B" per CNB Std. -182 -L with variable curb face. 3. Stamped concrete shall be done in Section 303 -6 of the Standard SRe match existing color (terra cotta finish. In addition, all exposed dirt grade shall be supported and compacted backfill. accordance with Afications and shall 1, pattern, and aggregate base above covered with C. • • SP 6 of 9 Removals 1. Existing AC improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Pavement and unsalvageable materials that are 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 that item of work. The Contractor shall notify Park & Tree Maintenance Superintendent, Jack Brooks at (714) 644 -3162 ten(10) days in advance prior reconstructing the median curb to coordinate the and protection /reinstallation of existing irrigation system and landscaping. Relandscaping and reinstallation of existing irrigation system shall be performed by City forces at no cost to the Contractor. In addition, the Contractor shall notify Park Maintenance Supervisor, Randy Kearns at (714) 644 -3082 forty -eight (48) hours in advance to coordinate the control of the median irrigation during construction. The Contractor shall provide and install root barriers in areas of tree root damaged concrete improvements. The Contractor is responsible for removal of tree roots which interfere with the work. If the Contractor elects to request City's forces to root prune free of charge, it shall be his responsibility to make arrangements by contacting the City's Park and Tree Maintenance Superintendent, Jack Brooks, at (714) 644- 3162, a minimum of two (2) days prior to work. 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. 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 remove all unstable subgrade. The locations and depth of unstable subgrade removal may vary; hence, the areas and depth shall be determined during construction by the Engineer. • SP 7 of 9 D. Pavement Reinforcing Fabric The work shall be done in accordance with Section 213 -1 and 302 -7 of the Standard Specifications. The pavement reinforcing fabric shall be "Petromat" manufactured by Phillips Petroleum Company or approved equal and placed over reconstructed areas and existing stressed areas as shown on plans, prior to the placement of the A.C. overlay. E. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS-1h asphaltic 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 free of all loose material or dust when the tack coast is applied. To eliminate pavement dips, or where curb, or curb and gutter is to be raised, an automatic leveling device (ski) with a minimum length of 30 feet shall be used on the paving machine for both leveling course and finished course. 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 asphalt concrete finish course and leveling course shall be III -D -AR -4000. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. 3. The asphalt concrete base course reconstruction shall be with Type III -B -AR -4000. F. Crack Sealing All existing pavement cracks 1/4" or greater in width shall be cleaned, filled and sealed to existing pavement level with Polyflex 3 manufactured by Crafco Inc. or equal approved by the Engineer. Existing cracks to be sealed shall be cleaned all loose material, vegetation, dirt, moisture, etc., using sandblasting, brushing, air blowing and any other method of cleaning as approved by the Engineer. s.. E G. Utility Adiustment SP 8 of 9 The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, and survey monuments. Utility adjustments shall conform to City of Newport Beach Standard Drawing No. Std. - 111 -L, Std. -116 -L and Std. - 511 -L. All water valves, sewer cleanouts, survey monument and manhole frames and covers damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. WMENym, i14 .� sc Z• This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "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 2466 -A9 and yellow Formula Number 2467 - A9 as manufactured by J.E. Bauer Company of approved equal. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications 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 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings with in 24 hours after the removal or covering of 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 sole expense. In addition, if the Contractor removes/ covers /damages existing striping /raised pavement markers outside of the work area he shall re- stripe /replace the striping or pavement markers at his sole expense. 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 location of fire hydrants shall conform to City of Newport Beach Std.- 902 -L. • SP 9 of 9 Traffic stripes and pavement markings shall be applied in two coats except as specified otherwise below, asphalt overlay. The first coat of paint shall be dry before application of the second coat. At least (1) application of paint shall be applied to all striping and markings within 24 hours after the asphalt concrete overlay. Where raised pavement markers are to be placed on painted stripes, only one application of paint is required. All the raised pavement markers to be installed must be installed between 15 days and 30 days after the asphalt concrete overlay and shall be placed directly over striping. Thermoplastic traffic striping and pavement markings shall be Alkyd -type and be installed per plan by the Contractor in accordance with Section 84 -2 " Thermoplastic Traffic Stripes and Pavement Markings" of the Caltrans Standard Specifications. In addition, the Thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, chipping, and poor adhesion for one year. Previously dated traffic striping and pavement marking plans listed herein under Section I. Scone of Work and included with the construction plans shall be used as plans for traffic striping and pavement markings on this project. I. Traffic Signal Detection The Contractor shall notify the Traffic Engineer (714) 644- 3344 in an attempt to locate existing traffic signal detection feed points at least two working days prior to cold planing, street pavement reconstruction, curb and gutter reconstruction, or any work which may damage existing traffic loops. Once the City has confirmed the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Hence, if any detection devices located by the City which are damaged as a result of cold planing shall be repaired or replaced at the Contractor's sole expense within five working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. at (714) 630 -4900, at the City's expense. Signal Maintenance, Inc. shall provide a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. Smng i 0 6" 1 2 clear v"-1 fi 12" -a T PLAN n DOWEL DETAIL R L lC�ce ENO WALL DETAIL Well def. bar R. See Std. Plan 305 for Face Plate, K Protection Bar, a Eye Bolt details. R. I Var. tHike-W J saw bolls lotllwashers. W5 •18.5.45" y _ (PkKx between grate slats) Totals 4 Frame B Grating)° u ?�3 0 6' both tvays-� b dear I SECTION W -W 2" SECTION A —A ri STEEL LIST O to C c ,00 o o ° alt O a O ° a o 3 . d c« al " all Q oa o , .6 3c ,a , o ' d_ 6.2 u N `o a Eta : v li m in o: o _�„ 15 — ° Sy ' ,n 1 5 3 =107 a 2 y o Z § 2'12.7 -33/4 2 3 3 19 10- B 7/e" 2 4 E NOTES: 8" BASIN shall have one grating unlase emerwise specified. CURB OPENING shall contemn to arb alignment. CURVATURE of the end wills at the curb opening shall be famed by curved forms and shall not be naM by plasteAp. DIMENSIONS HIKE -UP shall be in same plane a local demosion. Ra 1/e" for lower and wall of a sirye basin, or the lowest basin of a sties of spread basin. Rao for all other and walls. Xae" for Type 'A -Y Curb. Xaeyz" far Type 'A' or "D Cure Toe" for HsS't lase. Tad for 144 -1 "10 20'. Hai' -6" unless otherwise specified. L•2' -ro7h" for wM rtng. Add S' -a %" ft each additioal grofbq. (See MOO 4, Std. Plan 305 when L> 7A ROAD DEPARTMENT EXPOSED SURFACES of the catch actin shall conform M &tope, grade, color, finish, and %caring to esistive inprovemma adacet to the book The top shall be finished to tanform to alondord sidewalk slope end fink, .here no sidewalk eshls. OUTLET PIPE shall be trimmed to the final shape and length before concrete is placed. SLOPE of floor pa ulkl with curb shalt ce 12:1 unless otherwise specified. Slops floor from all direction to the ,that. MISCELLANEOUS: see jab pane lot :engths. See Std. Plans 305, 306, a 307 far lame Plate, Fees Plate Anchorage, oliscalanews Hot details, additional rota, Grate and Frame delete, Ste} details, and LOW Depression details. - 5304 4' • • • i. • JUN 2 4 1991 TO: City Council FROM: Public Works Department June 24, 1991 CITY COUNCIL AGENDA ITEM NO. F-2(t) & - - F-73(FT SUBJECT: JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD (C -2798) RECOMMENDATIONS: 1. Award Contract No. 2798 to 4'rf3-American Asphalt for the a total bid price of $758,815.00, and authorize the Mayor and the City Clerk to execute the contract. 2. Adopt a resolution requesting the Orange County Transportation Commission to allocate Orange County Unified Transportation Trust (OCUTT) funds for Jamboree Road Rehabilitation from Back Bay Drive to Ford Road. DISCUSSION: At 11:00 A.M. on June 7, 1991, the City Clerk opened and read the following bids for this project: BIDDERS TOTAL BID PRICE Low All American Asphalt $758,815.00 2 Sully- Miller Contracting Co. 835,270.00 3 Excel Paving Company 859,361.50* 4 R.J. Noble Company 861,344.00 5 Vernon Paving Company 891,038.97 6 Griffith Company 986,770.00 * Corrected Bid Total is $859,376.50. The low total bid price is 24% below the Engineer's Estimate of $1,000,000.00. The low bidder, All American Asphalt, is a well - qualified general contractor who has satisfactorily completed previous contract work for the City. This project includes reconstructing portions of existing street section; curb and gutter; and sidewalk which have settled, cracked or deteriorated along Jamboree Road between Back Bay Drive and Ford Road. The project also includes resurfacing Ov .4 • • 0 Subject: Jamboree Road Reh&bilitation from Back Bay Drive to Ford Road (C -27 June 24, 1991 Page 2 with asphalt concrete over the entire pavement; providing reinforced as- needed pavement fabric and crack sealing; placing striping and raised pavement markers; adjusting utility frames and covers; and reconstructing drainage facilities to conform with the new finished grades. The project will improve the rideability and drainage of the pavement surface and will provide an adequate structural section for traffic demands to approximately the year 2010. Funds to award Contract No.2798 are available in the following accounts: Description Account Amount Jamboree Road Rehabilitation (CITY) 18- 3343 -007 $500,000 Jamboree Road Rehabilitation ( OCUTT) 25- 3343 -007 $500,000 In order to receive Orange County Unified Transportation Trust ( OCUTT) funds, the City Council must adopt a resolution which states the following: 1. The project is designed to City standards. 2. All required environmental documentation is complete and certified. 3. The City has committed matching funds to the project. 4. The project contract has been awarded. A resolution requesting the OCUTT funding in the amount of $367,410.00 has been prepared for City Council action. The plans and • Public Works Department. October 25, 19/'91. J44 fsvrrvir. �{' Benjamin B. Nolan Public Works Director GW :so specifications were prepared by the The estimated date of completion is ..,mss. RESOLUTION NO. 91 -74 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH REQUESTING THE ORANGE COUNTY TRANSPORTATION COMMISSION TO ALLOCATE ORANGE COUNTY UNIFIED TRANSPORTATION TRUST ( OCUTT) FUNDS FOR JAMBOREE ROAD REHABILITATION FROM BACK BAY DRIVE TO FORD ROAD WHEREAS, Chapter 1512, Statutes of 1985 allows the Orange County Transportation Commission to allocate funds from the rapid transit reserve to local agencies for the improvement, construction, or repair of local streets and roads; and WHEREAS, the Orange County Transportation Commission approved a OCUTT Streets and Roads Program on May 31, 1990, covering fiscal year 1990 -91; and WHEREAS, the program includes $500,000 in fiscal year 1990- 91 for a rehabilitation project on Jamboree Road from Back Bay Drive to Ford Road (the "project "); WHEREAS; the City of Newport.Beach has agreed to fund its share of the project improvement costs in FY 1990 -91 and any additional costs over the programmed OCUTT amount of $500,000. WHEREAS; the City of Newport Beach awarded the contract for the project on June 24, 1991, for $758,815. WHEREAS; (1) the City of Newport Beach has designed.the project improvements in accordance with the City's design standards and completed and certified all required environmental documentation for the project. (2) the remaining ten (10) percent in OCUTT funds will be transferred to the City of Newport Beach when construction is completed and a final report on the project is accepted by the Orange County Transportation Commission. The City of Newport Beach agrees to submit the final report to the Orange County Transportation Commission within ninety (90) days after the City's acceptance of the improvements. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach as follows: The City Council of the City of Newport Beach hereby requests the Orange County Transportation Commission allocate $25,943 for contingency co total of $367,410 in OCUTT conformance with the OCUTT ninety (90) percent of the contingency cost or ninety construction contract. 3t and $341,467 for construction for a funds to the City. This request is in allocation process and does not exceed programmed amount for construction and (90) percent of the OCUTT share of the Adopted this 24th day of June ,1991 . TO: FROM: SUBJECT: • i 4 Ov. . City Council .1 1 MAY 1 31991 Public Works Department JAMBOREE ROAD ROAD (C -2798) 1. Approve the plans and specifications. May 13, 1991 COUNCIL AGENDA NO. F -15 DRIVE TO FORD 2. Affirm the Categorical Exemption 3. Authorize the City Clerk to advertise for - -be-- This project includes reconstructing portions of existing street section, curb, gutter, and sidewalk which have settled, cracked or deteriorated along Jamboree Road between Back Bay Drive and Ford Road. The project also includes resurfacing with asphalt concrete over the entire pavement, providing reinforced pavement fabric as needed, crack sealing, placing striping and raised pavement markers, adjusting utility frames and covers, and reconstructing drainage facilities to conform with the new finished grades. The project will improve the rideability and drainage of the pavement surface, and will provide an adequate structural section for traffic demands to approximately the year 2010. On February 12, 1990, the City Council adopted a resolution requesting the Orange County Transportation Commission (OCTC) to include Jamboree Road Rehabilitation in the Orange County Unified Transportation Trust ( OCUTT) Fund Program for Fiscal Year 1990 -91, and directed staff to apply for OCUTT funds through the OCTC. On May 31, 1990, OCTC approved OCUTT funding subject to awarding the project by June 30, 1991. A Notice of Categoric Environmental Affairs Committee with the County Clerk. The estimated cost of • approximately $500,000 of OCUTT award this amount are available Rehabilitation. it Exemption has been approved by the and, upon affirmation, will be filed the work is $1,000,000, including reimbursement. Sufficient funds to in the appropriation for Jamboree Road The plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 11, 19 i Benjamin B. Public Works J. 12�41 Nolan Director Orange Coast DailyPilot Orange Coast Daily Pilot • Huntington Beach Independent • Fountain Valley Independent 330 West Bay Street • Costa Mesa, California 92627 • 714 642 -4321 • FAX 714 631 -5902 Dear Advertiser: Enclosed please find clipping of your ad from the first publication. If you need to make any changes or corrections, please call me at your earliest convenience. The cost of this publication will be $ 33,75 Thanks for your cooperation and patronage. 41. be If Newport Beach, CA 92659- 1768 until 11:00 AM on the 7th day of JUNE, 1991 at which time bids will be opened and read for: Title of Project: JAMBO- REE ROAD REHABILITA- TION FROM BACK BAY DRIVE TO FORD ROAD Contract No. 2798 YOU CAN PICK UP PLANS ON MONDAY, MAY Estimate: Approved by the City Council this 13th day of MAY, 1991. WANDA E. RAGGIO, CITY Prospective bidders may obtain one set of bid docu- ments at no cost at th of- fice of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659- 1768. For further• information, call Gilbert Wong at (714) 644 -3311. Published Orange Coast Daily Pilot May 16, 22, 1991 th264 Sincerely, udy ettinn Manager Legal Advertising Manager M