Loading...
HomeMy WebLinkAboutC-2810 - 1990-91 Street Resurfacing and Reconstructing ProgramMarch 24, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 Vernon Paving Co. 1301 E. Lexington Ave. Pomona, CA 91766 Subject: Surety: Bond No.: Contract No.: Project: Insurance Company of North America TO 02 13 82 2 C -2810 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program The City Council of Newport Beach on February 24, 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 3, 1992, Reference No. 92- 127133. Sincerely, �daE gg Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk �� 7. �'' City of New rt Beach 3300 Newpor Boulevard Newport Beach, CA 92663 92- 127133 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 12:00 P.M. MAR 31992 4- a. V&w4 ZRecorder 0 41 MpR 23 192 ¢iPV a�ax / OF NEWPO POfti BEPCH "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Vernon Paving Co., 1301 E. Lexington Ave., Pomona, CA 91766 as Contractor, entered into a Contract on July 8, 1991 Said Contract set forth certain improvements, as follows: 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program (C -2810) Work on said Contract was completed on January 17, 1992 and was found to be acceptable on February 24, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of North America, P.O. Box 11001, Orange, CA 92668 BY ��hn Director VERIFICATION I certify, under penalty of perjury, correct to the best of my knowledge. Executed on_._.. Newport Beach, California. BY &4iW& city clerK that the foregoing is true and F� at • TO: FROM: SUBJECT: • FED 2 4 City Council Public Works Department February 24, 1992 CITY COUNCIL AGENDA ITEM NO. F -13 ACCEPTANCE OF 1990 -91 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM (C -2810) 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 $692,002.00 Amount of unit price items constructed 699,875.92 Amount of change orders None Total contract cost $699,875.92 The increase in the amount of the unit price items constructed was due to an error in the estimated quantity of water valve boxes to be adjusted to grade. Funds for the project were budgeted in the General Fund, Account No. 7013- 3130048. The contractor is Vernon Paving of Pomona. The contract date of completion was October 15, 1991. The work adjacent to the airport was delayed in starting due to Pacific Bell underground conduit work in the streets. All • contract work was /�/ omcompleted by January 17, 1992. a,., f a�+�*' a ) "mot Benjamin B. Nolan Public Works Director BBN:so # 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: July 10, 1991 (714) 6443005.. SUBJECT: Contract No. C -2810 cq�t Z4 ,; � 7 -/o - 9/ Deacription of Contract 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program Effective date of Contract July 8. 1991 Authorized by Minute Action, approved on June 24, 1991 Contract with Vernon;: 'Paying, Co. Address 1301 E. Lexington Ave. Pomona. CA 91766 Amount of Contract $692.002.00 W" ( Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY CLERK T Now Am I S M �sf r i ' t .t I. :: 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROPOSAL 1990 -91 STREET AND NISCELLANNOUS MSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2810 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: PR 1.1 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. 2810 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: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 2,800 Reconstruct existing P.C.C. Sq. Ft. cross gutter @ Five Dollars and Eighty -Five Cents $ 5.85 $16,380.00 Per Square Foot 2. 600 Reconstruct existing P.C.C. Sq. Ft. sidewalk @ Three Dollars and Ten Cents $ 3.10 $ 1,860.00 Per Square Foot 0 PR 1.2 ITEN QUANTITY ITEM DESCRIPTION UNIT T65M NO. AND UNIT UNIT PRICE WRITTEN IN "WORDS PRICE PRICE 3. 380 Remove existing P.C.C. Sq. Ft. sidewalk and replace with P.C.C. access ramp 4. 200 Tons 5. 60,000 Sq. Yds. 6. 21,000 Tons @ Three Dollars and Ten Cents Per Square Foot $ 3.10 $ 1,178.00 Remove existing street section, prepare subgrade, and replace with 6 -inch thick A.C. base course @ Forty -Five Dollars and Forty -Seven Cents $ 45.47 $ 9,094.00 Per Ton Cold plane existing pavement @ None Dollars and Seventy -Six Cents $ .76 $ 45,600.00 Per Square Yard Construct asphalt concrete finish course @ Twenty -Four Dollars and Eighty -Six Cents $ 24.86 $ 522,060.00 Per Ton 7. 220 Adjust existing manhole frames Each and covers to finished grade @ One Hundred Eighty -Four Dollars and None Cents $ 184.00 $ 40,480.00 Per Each 8. 245 Adjust existing water valve Each and survey monument frames and covers to finished grade @ One Hundred Sixty -Four Dollars and None Cents $ 164.00 $ 40,180.00 Per Each .i 9 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 130 Provide and install Each fire hydrants markers @ Ten Dollars and None Cents Per Each 10. Lump Sum Apply traffic striping, pavement markings, and raised pavement markings @ Thirteen Thousand Eight Dollars Hundred Seventy and Nnna Cents Per Lump Sum Six Hundred Ninety -Two Thousand Two $ 10.00 $ 1,300.00 and None Cents TOTAL BID PRICE (WORDS) (714) 865 -6855 dder Vernon Paving Co. Richard Vallecorsa $ 13,870.00 $ 692,002.00 TOTAL BID PRICE (FIGURES) Richard Vallecorsa Vice President 411316 V 1301 E. Lexington Ave., Pomona, CA 91766 Bidder's License Bidder's Address No. & Classification Page 2 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 Page 2A 'V 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 c03 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 411316 Contractor's License No. & Classification Vernon Paving Company Bidder June 11, 1991 Date Richard Vallecorsa 5/91 Richard Vallecorsa Vice President 41 i -, DESIGNATION OF 0 Page 3 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 Pcc Improvements Subcontractor Jezowski Address Orange 2. Adjust MH & WV Manhole Adjusters Monterey Park 3. Striping OC Striping Orange /Anaheim 4. Cold Plane Western States Anaheim, 5. 6. 7. S. 9. 10. 11. 12. Vernon Paving Como Bidder PXthorized Signature/Title Richard Vallercorsa Richard Valiecorsa Vice President sis1 ii Page 4 BIDDER'A 80ND INOW ALL HER BY THESE PRBSBNTS, That we, VERNON PAVING COMPANY as bidder, and INSURANCE MPANY ZSF NORTH AMERICA , as Surety, are hold and y ESGR unto t• city of Newport Reach, California, in the sun OFTEN PERCENT (1 OF THE AMOUNT OF BI Dollars ofw m I= we sand truly two be made, we bind ourselves. �ointly 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 011990 -91 STREET MISCELLANEOUS -RECONSTRUCTION[RESURFACING_-1 (itle of Project and contract o. n e City o Newport- : oh; i accepted by the City Council of said City, and it the above bounden bidder shall duly enter into and execute a contract for such eonstrnation as►d shall execute and deliver to said City the •Payment' and "Faithful Porforaanoem contract bonds described in the Specifications within ten (lo) days (not inoluding Saturday, Sunday, and Federal holidays) after the date of the nailing Notice of Award to 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. 1ochxx WITNESs DJ NE r, we hr�pnto set our bands and seals this day Of , 19_. VERNON PAVING COMPANY er ow edjient Of Attorney -In -Fact) OtA7'y c commission Bxpiras: six BY U/P Au I=Ued S gna ure T e (:tPAMELACOL E MPANY OF NORTH AMERICA . O BS, ATTORNEY -IN -FACT x/2810 0 T a r. T N T D x D n C N D d tt Dvroo 0 6 7 00 N 0 O M yin y M 0 7 c D O � xr dy � D a N N O K a �. 0 V � a N rf M A D M M m d F d C a m D a K c N r w 0 N M a N M b R m 5 N 9 H � A O O W 'I MC Co a m n D 5 rr G a w o d m M D O 5 'O , 7 ~ D M i O r�A — D ft rt D y0 m W nZC) (V 4 K C+J D K G A 0 rt M OD O r m m N M K ri N O W IT D M E O 0 0 M O O D M B D nm G Y O y r M O O '7 M [^ b o r N H �c z D M � b O N PZ31WEW0F/, \ ` Insurance Company of North Americo 281950 'ATTORNE xn Y o cIGNA Cpanv -' �•- ✓KTOW -all m_ eft by these presents: That INSURANCE COMPANY OF NORTH AMERICA' -, a corporation of the Commonwealth 4of Pen a'Naoia; Navin ds rinci al office in the City of Philadelphia, Pennsylvania', Pursuant to the following Resolution, which was adopted b the Y, g� D P Y P P 9 P Y Board of Directors of the said Company on December 5, 1983, to wit: . "RESOLVED, That 0l tae By-laws, the loho ✓ep: Rube ah.N poverii Me maeution br tM Compere/ of bonM. iintlM.setpe. reeopnir.nwe. wntr.ns aM Mr. f 11 �� �iMf tM PmltlrN any BerNa Viu Prwb.m e Y Vies f?r.rtle t mY Aesieb t VKe President. M am/ attorney Ni.tt, may ""W'f«YMt;on pMCll M the Comp.rry .nv eM .N bwtl.. seala i c mpsaylssix" he ino: s d that otter wnMdani, tae net «a . ft, ow name ny eleapNtadant w so* Awry by Mc CMporah Beonl.ry;ar.uMxesi.UM CMpwne Seaetery. W the 1N101 dN Comp.nY e1ne00 thd{ito: end Met the Prnitlanl, any S.niti yke PrsaitleM..nY Vfu xt ehent or Eq liweluN wee PritlGn["maY ebpoint rid Yuthorixe any oMer 011kar febned M ,✓appoiM� of tM CanipeM rvd.Aft r .-b F.M fe to eaecNe:d:slleet to IM s.xuhen M!ea sash Ni 'plr eeaaN M IM.Gompa" aM to e1hF Rho o11M CamPrry Mrelo. (2) Airy such wrNyp'eaatula0• n ae�ord.ne. was M.N Rubs sMN M ea liindirp upon the Company ,enY wed ai faoupa rgned'tiY r!e PreeipeM .ae eaes[eG�b by the Caporals Saretsry. (a)\ i ih..IWtr. pr1es Pr ioeaoi n . S.nbr VKe Preeldinl, M! Vke Pi.Ntl.nt. M.n AershM,Vbs ➢(eWXx nld?h. uN M 4is Plato y m i b..ihaad bylep.iiMb on riY powr M stlam.y. preM.dh, eu.m b Ibe'fleWW1iM„ sa0 tM sga.br� M e aM IYetO ellicr rq the seN M IM Comp.nY may 4lNaaW IYY McaaMN`b.nY tsnifiael. M.q gKepowr, rte nW Beta powr M I�� \\/flrlMeele blereW suca.IpcsNml�.lp`IUn Pab seal YuH he v lid.M WxNft w the CcInit'" it ✓ .:. /SQ vSuN star Oxk.rr'of aii.COmpear aM Anere y ✓mF.ct.hap awe.'M,honty to c.nry «•rdJ!copk.wMSpNawron.M. \ewCe..twtltr CinipalY .naa rN the Co aft \; / y�retlu.ry to the dieeaarpe of then delve \ \`. 1 / \ /(B�"' 1T.p.wpeM Mid R.e,NUliw doer NOf rwokl.y Saner saMerNy eraMUdby R.. ahnlonroflM 9ortl lMDkr cton.dopt.d_di�wea'latLl way 28,�]6.iil.Mereh 23:.1a]].' does hereby its. .constitute artdaPpmnt JAMES F ?TfgRPHY; - ;JEAN. I ' ?I3ILLCQX; EaE�Y13 \D11HAN; and' FAMELtI':;JACOBS,:;all o the City of LosAngeles`,.State;`af CalifoXctia,'� 0 0 Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of LOS ANGELES) RICHARD VALLECORSA , being first duly sworn, deposes and says that he or she is V_ P of is a in th , in the party making the foregog id; that the bid not ma e 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. VERNON PAVING CO. pRr Bidder thorized Signature /Ti£le Subscribed and sworn to before me this day of , 19 Notary Public My Commission Expires: 5/91 [SEAL] ( k \ CL CD \ 4 /\{ a {« ,�! | Q- Ek§ % 16 ou Z \o 0 2> >§{�{ \ § 0 ID m ; g l a E k ! 15 02 @ � o� � 02 " . ] 3&415 ■w &z(E7| ) § i � } § . f f / 3 3 |} ,, 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 Whom Person Telephone Completed Performed (Detail) To Contact Number Bidder 5/91 (See Attached) Authorized Signature /Title Richard Vallercorsa VERNON PAVING CO. REFERENCES 1. CAL TRANS RESURFACE PACIFIC COAST HIGHWAY $ 3399000 EARL FUKUMOT09 RESIDENT ENGINEER (213) 516 -4120 ; 2. CITY OF ALHAMBRA RESURFACE VARIOUS STREETS s 102,123 GARY CLARK, STREET SUPERINTENDENT (818) 370 -5071 3. GSA - ORANGE COUNTY RESURFACE JOHN WAYNE AIRPORT S1,B00,493 RICHARD SMITH (714) 735 -6621 4:- CITY OF PASADENA RESURFACE NEW YORK DRIVE $2,543,239 RALPH KUSMIC (818) 377 -4000 7. CITY OF GLENDALE RESURFACE VARIOUS STREETS (52290) S 462,620 BILL CAMBELL (818) 936 -4000 6. CITY OF IRVINE BARRANCA II $1,1619097 ED ROZOK (714) 660 -3600 7. CITY OF IRVINE ALTON PARKWAY S 397,300 TOM MAZZOLA (714) 660 -3899 9. CITY OF IRVINE RESURFACE JAMBOREE ROAD S 103,007 GENE JONES (714) 660 -3600 • NOTICE TO SUCCESSFUL BIDDER 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 Rev Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 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. 5roi rlL 0 I! KNOW WHEREAS, t of California, awarded to Ve designated as t °$ond No: 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 -2810 and the terms thereof require the furnishing of a bond, proro —vId� 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, Vernon Paving Company as Principal, and as Surety, arg, held f 1 bound unto the C ty of Newport Beach, n the sum of °°�� d%p r ety wo Thousand Dollars ($ 692.002.00 - - -- ) , said sum bung equal to 100% of the est ted amount payable 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. 5/91 l : � F � a I ..t..� �. r.. ..�- ..:��.a.. r—' �` � _'.t�w__:.�wmrvf!a�'3�8�.f•.'s"� a.' _ ..Y ... . W Q Q 0 a 0 aj C E d � L O a C o p N d J n X x O N y c m n CL m r�rg ° t a d c ° •`� r 3 C O N W N t0 Ol O. N p N y V ON O N a' o E n CD o 0 N U O L L p > o c 3 C N c z . a p p v c p N p > y E c N Y W C p p6 T N i N N 7] C O p N d y C N N N N p U O .L.. p N J a4 °o.D E H ro o r° C?<O o c 3 z° vi ti - COz SJOU ppD y N UOW f% U�mdW {Q U 6 i E _ O p d C W J N U i mp The bond shall inure to. the benefit of any`and all persons, companies, and corporations entit -If.. file claims under section 3181 of the California Civil Cp!la;, to give a right to them or their assigns in any suit br this bond, as required by and in accordance with the prov of Sections.3247 et. seq..of the Civil Code of the State of California. F 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 1st day of July , 19-21. Vernon Paving Company Name of Contractor (Pr nc pal) Insuran e C Name of Sure y P.O. Box 11001. Orange. Ca 92668 Address of Surety 5/91 fUdwid Vallecoroq Viim President thor zed .S gnat eurti /Title -. . (:Mrd Vallercorsa R A thor zed ent Signature _ Pamela L. Jac* s, Attorney- in -FAct (213) 385 -5211 Telephone AND 8VAI Y MUST BE AT2%CBED !d �7'1 Nil kj o zk §0 §° o>4 /\ a4) k�d�4` 4u a.q ®gx. / ©tU 2\§q)/ �q /k{\ |)Ans■ o { o cd 2§ ,k\fa2 - \ k�\\ k k#Q� c \]/ .% lco 4) 0� A( /2§, �P4 as 0 £�k, 0 o . � PO ft 43F r ; tnaxtalce:Eoittpany of NortA'A M0 2819,961, presents That INSURANCECOMPANbr Ofi�,1Q ]jIQ ")'wdY6rlrs'eakh , oFg�M+p�6at <e txaV njI itsulCiragr 1ptka G$Y a Phtfadelp(stq Pennayr @Ate, Iiul$el4Mdq fdflowmy d!s �+lffQh`tfA @,HPteC`by the ^ @yrd ei ih)bttoie a the g�Yd'{>�ri'ijaitl/rbA ' 'r,RftotNE6 fill ,PV.�lgrw�ilt7el6.,9,iB'eadna d�r+IrteMU'Lj me.fauo,vmy Rw...neM1 pervert Jw e..¢nriart «ray Comp {aYwlwwe una.RewNps «o`yiizgbce. oax aero sndpupr ,yi). ✓ lS»'PCieuarti anY•senwr 14P6.PrebiOMm, enq Vwa PiaeWrgt am/ Mflia/9R WCeflNibam' d erw Ano." rm-F,u sCacmp fa md.Dn o ben t d,p 6omp+dr .m p?u an band. diWriea recopnR.nxse. "o dt" wdlnpe 1 N"-" Merabcwabtceweaitt.a abtnbec ae evbv»w RpW, tiara •nzar+aaRe«.wuLorP«ew,sdaewn artatne . ,egaloNhnC«ePearNbiOA lHet* ;1xMM IkWdsft &AySt na1 v4ab Prtedat(, anj�Wks PrbsWsttaMy..�(ayllem Yna PtatHant� ray tppoKK.afd.audwrisa any`aMr Qnragr2aMard3 or ' ) of tba;f�'r6yiiy aea #tY «gyY.iry FaWo M eraedt6 m nfast.CO tiro areatpoa dl sx.bbb rdtyigj:VN paR0Mg1 rlt�l`,anpariy and tE�itn� tb9 reel d Nye CPmP /aY•tlwrdro L21:', AfdYaucb eeMOp sxtcNtb,n at`ap{tlenbO�NM iAe /B RvIV).b 6d sYkibdbA Wdn IM Como! Y to Pty aaee is t�JOtpb PjmgC by "bit P Wdent pM Pd\ytdd W Lr Ma CbrgErelt 9ottNary. t3I jba a ttbr✓a1 �grsayq puradw W rb fninAtsa(edtan eAtl: , «.a A6W &!W:YEeR M fin pR.." tn9 agbLMOtr ' IY4N(4r eedMt a.FOl tlw}bmpYxY mty pq:e,Wiaed gy t@dHdide t6.vicettiecate d PnrAWti 4ov« .ito, alien P.Or m tlatitifere 0aarmp sucp,tadeimla atp6atra rid seat aps0 he relict ltd Ldp «t the Cwupiny , � r \ _. ;: ... . . ttl', 9uc�dUler OnmendMngC '6Pt ^v a MAI [yrdtraFpctaiWllb(r@.ujnoriybn m !9 t vevlY tNpNe Ot tNr'n1i6oWtldt thr.ey bw(pt Me ¢`mWk 966,etya,Niawd.or rac «d; of tlw CompsnY +Lsca�6ery ro Ma MaMerya of Iliad OeHaa . .. ,, 4 .\ ,, \ \ , / L9' fMi>•eaape 01 tMe ReepWty�ldaatmi faraab anY sprti6r:sutrontrprantap by lleeWdt«14�ti1.1tra,aaeN ol�iiegrp a adopi@d , xam & ipss, slay p0.'t'end MNeb p3, ipi]+ des i aol$b x ommate cor sfputa BnQ ppp nt ZAMES j' A U�iPELY f r JEAN L YtILt Cni , ;`EtlE1 Y41 \A� 1 fft1N� aR�1' $PPfEidt, L JACO$6;;,;a�i tit „gii@ Cifi�: of Log,$e3.�s:; States of, �g13u2tiia r�z. - - ^- - - -- m ,. '.M__ __.._ _ -���— ___ -- �.. —_ each individually it tharq be * than one ]C � named, its true and lewfbl:eltorneyan IpGI, tomeke,. execute, se'el enddeliJgr on ila,bpn @N and as R& :art and deed any and '6g bonds, ° C '-undertakuigs recogniXences, contraaa and 61Ner'writmgs m the nature tllereol an pP:naties lra.exceedlnp TEN MjLL203 ---^ _ DOLLARS ($ 'YIl {)(1{j:00D )each; and tha exeeution of ----------- �'. j �'such writings irt- pursuance ol.these presents shall be bindipg gptm I said Company asYully and amp}y,es rf'they:hed been duly execuled Cl) m and. acknowledged bg the regularly elected officers of the Company et its prurctpal:otfice. O > IN WITNESS WHEREOF, the said R., E. Givearts, Vice- President, has herdunto subscribed, hie name and ° -affixed the corporate seat of the said INSURANCE COMPANY OF NORTN AMERIOA:tnis 26th' m dby of _ Ma'zch l�A a W , MSUAANCE COMPAIS!ii aF NORTH AMEIKA,: to s to a . O L o i C COMMONWEAUTN OF PENNSYLVANIA.F s , r A Wi R F.'GNFAtdS Vx;e raSiifdni COUNTY OF PHfLADELPHIA m On this,• ! � �bth \ / dsya r %i8Y4`#ir \� r ` , t r A`Cl -�'i$ ..r_7�.\y.. Kejore fns a Notary Public. of On m the Comtrronwe2itb Of PennsYlv/ertiq m and Tor Ine; County of P#nlfltltilpCile \`Cpfile yi `E z�6rvea9a. ylC,e Prgs�denC a rite 7,l6SURANCE �. -. COMPANY OF NORTH AMER lC0.to me.gerstH±SllY knownwbe tE% MdjvLati¢ o) tiFgii�? w, LtefkC�tt +epla})eding+hstruipept, amt he acknowledged that ne t3xacu4gd the same` ai+d that the seat ar{ LpA1JOprc/ g41i�G ',rn��g(tutrm�nS�s.�t6tpbrate evaf of saidCtxitpany; Othat said'corporate 5sel and his 314rt81urg 'Were duiy,affixed byxh,autlrorky „�ddaracn \a1,t}i yeJ,wnirQ4s/iiltait,, a+ldUfa�.:tq'solution, da w adopted by the Board o1:04, a of'4aid C3rnpany, rgterrpd to:"1n the p'r Ftirc@ t(u nA }s+>aj+j+lk�torce', -^ > IN TESTIMONY YJ1iERfOF thave hereunto Set my h4iiC andafttx li�iotltdial ,seal'a�I�tn@CiW'atP3liYa Ift�a The'`day':and year Cd It ����, yC Al�HA SfJiY E�Yifsdtj`srt, Ppblw OF rAq ilvnl^tf< N)t >GJrD{L@`4'� \tr•7 -tdy91 .•`L, �\� ✓ / " \�, \ - ` kc,A defA��; SeaoMSB� whicf A�fC, E CA�AI�' ANY' Oe �' Jfa�p' 1aR14''/ fi, )�3.b@�p��l\ifi¢>�L4,♦3,�ES�EY or � f8,6i, .`;^ �/ •� %� j \ �� h �,. /^ ` /�\ J� (�fi��F��pp�tJ i bAve Hereunto subscribed >nY.,bamev`� /eight $ir4`e�i\ <' ^>Yv}` !16v�s � 1/11{1111 111 / V . '` //` /, v/�A ✓�A yam\/ ;� . i �. ., /AAr \ V`/ /,V ✓ �V/A, t i� Tai�jO / /�v \ f ..Af �. �' i � / V i ♦ Sri\ ✓ \%l.. �i /// �� `\// � ✓/\ r�J \�` / /'Q� �\\� \ : w..i -� -� l/ 7M15 PAWffI ts2yxa�� \. ✓': ✓ t ,r \ \ii1 K'� \,�`�',\ \ -/� ���\% �\/ /�/��\�,/��� ✓ "� \fin �� •�'� y®�395834- P a `�r�s s Al \\✓` ~�. ;�� ��� P--- it Executed in four counterparts I Page: 9 , : ;- °= rA Bond Ndr TO D2 U. 82 2 Premium: $3,056.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted un has awarded to hereinafter designated as the "Pr nc 1p al" W--contract for 1990 -91 Misc. Reconstr c i in the City of Newport Beach, n str ct confo ty w th a Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. C-2810 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, _ as Principal, and Insurance as Surety, gre�e d rml, the sum of ``[ un re ��((�� o an no said sum being equal t contract, to be paid to successors, and assigns; bind ourselves, our successors, or assigns, presents. •wv Anvusnnu Dollars ($ 692.002.00 - -), o 100 of the 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, then 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 sir 0 i �a i T I.? 6 rnQa pA.. obligations on this bond, and-it does hereby waive notice of any such change, extension of time, ions or additions of the contract or to the work, or to the ications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date 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 tar day of iu1X , 1991. Vernon Paving Company Name of Contractor (Principal) JInsurance Gomnany of North America Name of Surety P.O. Box 11001, Orange, CA 92668 Address of Surety %e Richard Va11qcM& i Vice President thor zed S gnature/T tle and Valle orsa ,w4tZ aen ura.. A amela r c lb AB ney in -Fact (213) 385 -5211 V Telephone NOTARY ACEEOMEDGUMS OF CONTRACTOR AND SURZTY HURT BE 5/91 { r ,a ( / ( \ 3 zi § \ S ajont CL CL } ) ) ) q K CI- ) / �m$w E - «y@ « ®r , a( °| �. | , CD } \ \} EZ /S f\ |f 00o k{ k \\ �) \r\ k) _ �\ \ / / CL Ei kf QC]0 K CI- ) / �m$w E - «y@ « ®r , a( °| �. | , 222 >© ■ w C: as co Cd §j §))0 .k §§2� ■id o .� co -§ )) a §�� S■ .[2fa! _ §�� k °& . 4) R D \0 x222 ; ;d » ® � -- �k�0 <j Co §\ \) §/ bS I])k ®`§ o§ . 2a =o o� / §� ■- /\ \\ \ \ ✓ �� (7 (� 7 Company of North AftY6T[cp ` 4 28199 9 9 t cdunponY %i r �flt�lt%fit�eis ��tIt88$ pttae;$ntaa. That IN$11RANCE;GOMPANY QFNFJ�N�o'�IG�filO r .dot?:$rtdlYlvyqM , & . hapFtri� its" yidC l �4(7t�'e m the City -of Ph'+fedelppi4 Pemisy#kahre,•'Pui51!ti9btq�iKe totl6rHmg Nea63pt�ftlte�` ; .;!�a`gSIQQp1d�. bT'lha �" • 0ic:4 Gff t eforS of ihe.,gk 4c 0o rtJ'J Y:9n Decerh6br SF, 1989.'Yd .wtN� ,.t.• .:.:., . ' �//��r��>��,�, yr�a�@Qr�0lyk�elyl (ae,u�l']v'@Zn<�}a.�l§:entl S i of Ma 9nlewi 1M bNOwiAyRaee M'aa QW'°ra In eneuNi<^ br Me ComPinY OI 00aee 0ada0ekm9a reco9nlien n, ceancii Md aawr �f Ay[�'r�A�r.@N.nj.@rir �'a,ub v,ae,Rr«+a.m, aY v12sf!reeMla ear Mn1$Iw.l>teP Praelaea Ar am bt�ai�er+mPens nary ekb4nt@ wr it "R AaMtl @I uw caaannr ear .M au annaa :' neacb4 cttitnayIaahgotnpr wr tn.+M aaw;bT vio tnK@v@meaabaa7.T"' Nir- 0,yr.m yWnM�i<t9ar@la ssere[arj,:;x.wl4ateba borRarem seanlery .ndyna M0.f.'the If3YfWdanUVh,F Itb Pt: env SPaat Y,Pa,Prebdeel ,nr'Yw@P>dmx,a ofm1y;Ae om VicPP)5mot tM@y'ap9pN 01nf suM a paeY."it"NCWo. or ✓,dppamed) a tM ,Ml A1larkdy,MJaot io w aulemvvfialreif. W the 4 0�{,lam W,AI`fueh IT W b@rhe ur the C`ompe Y Ono Iv,el�e av pelt al,lhe 40a,pnnj il,arelD X!)`. •PMag<i! vuWae Baecmad'+d s�PU00a@e wiM.NNa Relia:nnaN M a! Waning uyoa thrr Cmep9ny u✓any Ce}e ei t"xI sfpv@d oYMe Preaitlpnt @20 etlBNedx+bY Me Loryermi Sicretery (y. � :fM e,JlM.ture of th0 Pr@eF0an4'ai,($!MNr Y1te PrOa�d4id.'ar @ Yrce R "rpaieel,l or en AKiOteelyufa•P »eulW 0'v'M nld 61 NdCoNtPenY rnAY be eenlII Qy 0 4 M aajy, graaad'9Wayea to'em.'1,iii im Bad Ill. ei94lW oe'M11y@19Qxicer Bad ln@ @Bald Mv, Goa(peM'n1aY prralad Iri Mc6aak le er,y aerlNiC@la -o4 aaV Baal, Powal, sad a4W auCn Wwar <r emNFCpte b�min9 aucn 13odudtd m9P0Mro add aesl sxaY bs vaNd and badine dq 1h¢'Cdapeuy ry „ - i fM (+)... aeW,OMN alicnnatne.EampanY 4ad'Alterasye xtfectaMN!( 0vetrAn« Ny MOMNy «uard�l popteaof MlQAaadPlatWn 111egY NwdM,Gompanr eM811r @Ild@t'9mreeeMdCompaW "M for i ry to nre dle<hmpe a Me r daue.; (� 111n.9e00,0? or. Mu ReOayiaM ypse 1!Ot r`6v �v any 9eNer wMO[K} giBAted bY-neaau0one o1 }h@ 9oerd vl D1iKaa� xdopteQ na Jlx@ 9, lee): Wy a6`l9)E end MerM YJ, 1911'_ dose her6byAOminate, conshtute.an'A'tiPpoInt . , 3AMIiS'�F; -.. WRRRY;;=JEAN L WILt.COX> ; $VELYN'33£ ]II'iAN, and PAMELA. "L: ". JACOBS,;all af:'tlie City: of Los ..Angeles; State.of California -- > - -- - -- ___ - —__ - �___ ___ _ __ __ __ . -� each individually it there be more than one Y named, its true and lawful attorney imfact to make, execute,, seal and deliver on nabehalf, and as its act and deed anv and all bonds, a C undertakings, recogmzances, Contracts -and other writings is the-nature thereof in penalties riot exceeding TEN' MILLION---- - a rp __ _______ _._ _____ _ __— DOLLARS (a 10 000 000.) each, and the execution of '"' (a such writings in Pursuance or these presents, shall be as binding upon said Company,�as fully and amply, as if they had been duly executed < and acknowledged by the regularly elected officers of the Company at its principal office. X p > IN WITNESS WHEREOF, the said R. E. Givearis, Vice - President, has hereunto- subscribed- his name and 0 `' affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA. this - 26th - w day of —- March 180 m INSURANCE COMPANY,flF.NORTH AMERICA n c rn f O v 0 O 00 m by i O COMMONWEALTH OF PENNSYLVANIA R. E GIVEANS, Vice President COUNTY OF P ".lik4ACELPHIA - UJ On this 26th day of March ' AO F9 9Q- rb @tore me.a Notary Public of do m % \ the Commonwealth', of Pennsylvania In. and forthe County of'P,tnladelphus `came R Eiflveana,, Vwe President of the INSURANCE .". COMPANY OF NORTH•AM&ICA tome personally known to -be the individual an¢oRfcer Who execilf¢d the prseeding instrument, and he acknowledged that he ezecmetl the same` and That the seat affixed to the-preoed4 �pstr,rument is Corporate sea[of said Company: that the said corporate seal and;his signature were duly affixed bythe autnordY and directtbn�dttne said corporation and that Resolution, - adopted by the Boardpf o r8n4ors of said Company referred tb: m'rhe Areow 0q "ryment, rjnow:jh to c \A��ttlti Ili N TESTIMONY WHEREOF, 1 have 64aoto.set my hand 6ndattlxed my oMjrral seal8t'the.Clty of Phdadelphla the�,day and year m 1\ \P�IRk.tr/j' �i�4. ISOtARIA ZXt t�NFYF -?J sUBAANI� .Ab17>i%i;+ivnt:uYPutiti�: �- r AL) 1'� a. P)kda?}F;!uf: Notary Public y PhiVade pt,t OF ! @vG'an t rcu.cccsAuS,SIz�> ui Yr,,iQ p elAli Seq�eiary,of INSURANCE COMPANY'O -h �flTs�Ck�. ?flat t` lne. orlglt !>il'PO>M>^ff±'bFATTOANEY, of rn�da y is m iwY tpr 'Cuts ct whicKIR 131 el9oM�t rr'; fun�.Eue anG.co:r@ot cl7pr ci'e �,, �✓ ti % /Ai}y U.t�F have beretmto'4ubacrlbed my name',ah;% 9'9}Rtar9 an$ aYff}p tJ7:,e\ fjc fada`F of_; -the CWpora*on, this Tft!S PiSWER 4k+1�1dEv't S@a Page 10 Alexander 6 Alexander of Ca., Inc. 3550 Wilshire Blvd. Los Angeles, California 90010 p `Continental Casualty Company COMPA24 LETTER B Transportation Insurance Company (213) 385 -5211 INSURED VERNON PAVING COMPANY .......... 3fornia'91766 COMPANY C LETTER i s�"Or N w I = N BELOW ROE law ISSUM114 WDICKTM NOTWITHSTANDING ANY REOUEBMEQ. TM OR CONDITION OF ANY CONTRACT OR OTHER.000UMENT WITH RESPECT TO WMGI TI$S CE TFICARE MAY BE ISSUED OR MAY PEREAN. THEFISURVNCE AFFORDED BY THE POLICIES DESCRIBED HELEN K SUBJECT TO ALL THE TERMS, Ir anonuecw -s .. -. nee Aift&6- ACC Page 10 h� ua w �^"^ AGOREMTE UMB ELU FORM OCCURRENCE 07MM THAN UMBRELLA FORM f s B WORKERS' COMPENSATION WC807415494 4/30/91 6/30/92$�Ap 0 b AOCIDEIff AND T2,000, OB LIMIT M EMPLOYERS• LFABpAY i 2,O r DISEASE -EACH EMPLOYEE B woRKmw PHIATIGNSA.oCA /30/91 6/30/92 swurORY LONGSHOREMEN AND HR DESCRIPTION of O A ~` _e ITEMS: All OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEK41F OF THE NAMED INSURED W CONNECTION WITH THE FOLLOWING CONTACT: C -2810 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program . PROJECT TITLE AND CONTRACT NUMBER L'CrFF jr! .nA vwen 3 OifNCELUATION u, t a` R*vuo MA OF THE ABOVE DESCRIBED POUCIES BE HON-RENEWED CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE P.O. BOX 1768 COVERAGE SHALL PRDVDE ae DAYS MIN. A � NEWPORT BLVD. T OF NEWPORT BEACH BY REGISTERED WU NE051OR :_ 92659 - -1768. w:. , X1.91 Alexander 6 Alexander of Ca., Inc. 3550 Wilshire Blvd. Los Angeles, California 90010 p `Continental Casualty Company COMPA24 LETTER B Transportation Insurance Company (213) 385 -5211 INSURED VERNON PAVING COMPANY 3fornia'91766 COMPANY C LETTER i s�"Or N w I = N BELOW ROE law ISSUM114 WDICKTM NOTWITHSTANDING ANY REOUEBMEQ. TM OR CONDITION OF ANY CONTRACT OR OTHER.000UMENT WITH RESPECT TO WMGI TI$S CE TFICARE MAY BE ISSUED OR MAY PEREAN. THEFISURVNCE AFFORDED BY THE POLICIES DESCRIBED HELEN K SUBJECT TO ALL THE TERMS, EI=UJSIONS. AND CONDITIONS OF SUCH POUOM AND IS NOT AME D80, EXTENDED OR ALTERED BY THIS CERTFlCATE W LTI TYPE OF INSURANCE POLICY NUMBER EFFECYNE DATE EXPIRATION DATE ALL UNTS IN THOUSANDS A MOCURANCE BASIS ONLY) GL007415498 4/30/9 6/30/9 seamL AGGREGATE $2,000, OPERATE $1,000, COMMERCIAL COMPREHENSIVE ® PROTecITVE� ® CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $1,000, EACH OOCUPRWCE $ 1,000, CONTRACT - PRODUCTSRCOMPL OPER. ® XCU H zvm -® BROAD FORM PROP. DAMAGE se4evam ® OF INTEREST CLAUSE FIRE DAMAGE (ANY ONE FIRE) s 200, ® PERSONAL SUM WITH EMPLOYEE EXCLUSION REMOVED I.W MEDICAL EXPENSES (ANY ONE PERSON) S 10 A tueumr BUA607415495 4/30/91 6/30/92 LIMIT s NOME M, M PERSON) s awunHro M Ate) H$RED $ .:.- NW -OWNED PROPERLY $ h� ua w �^"^ AGOREMTE UMB ELU FORM OCCURRENCE 07MM THAN UMBRELLA FORM f s B WORKERS' COMPENSATION WC807415494 4/30/91 6/30/92$�Ap 0 b AOCIDEIff AND T2,000, OB LIMIT M EMPLOYERS• LFABpAY i 2,O r DISEASE -EACH EMPLOYEE B woRKmw PHIATIGNSA.oCA /30/91 6/30/92 swurORY LONGSHOREMEN AND HR DESCRIPTION of O A ~` _e ITEMS: All OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEK41F OF THE NAMED INSURED W CONNECTION WITH THE FOLLOWING CONTACT: C -2810 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program . PROJECT TITLE AND CONTRACT NUMBER L'CrFF jr! .nA vwen 3 OifNCELUATION u, t a` R*vuo MA OF THE ABOVE DESCRIBED POUCIES BE HON-RENEWED CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE P.O. BOX 1768 COVERAGE SHALL PRDVDE ae DAYS MIN. A � NEWPORT BLVD. T OF NEWPORT BEACH BY REGISTERED WU NE051OR :_ 92659 - -1768. w:. , X1.91 I ' , . ti � r ' .I 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 "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x4 Commercial ( ) Comprehensive General Liability $ 1,000,000 1 each occ 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) sM 0 0 i Page.ilA 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. 1990 -91 Street Miscellaneous Reconstruction 7. Designated Contract: and Resurfacin Pro ram - Pro ect T tle Contract No. This endorsement is effective 07/01191 at 12:01 a.m. and forms a part of Policy No. GL007415498 of l ontinr.ntaj r.�gya, « r`r ny (Company Affording Coverage). Insured: VERNON PAVING COMPANY 5/91 i ADTOM01 It is agreed that: Page X-; 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 Multiple Limits or Single Limit: s/91 ( ) Multiple limits Bodily injury Liability Bodily Injury Liability Property Damage Liability ( ) Combined Single Limit Bodily Injury Liability @ Property Damage Liability $ per person $ per accident $ 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. i • t�,. 4. 5. Page 12A.. 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 pegistered mail, Attention: Public Works Department. 1990 -91 Street Miscellaneous Reconstruction Designated Contract: Pro ect T le and Contract No. This endorsement is effective 07 101191 at 12:01 a.m. and forms a part of Policy No. RnAFm4j 5Aoa ofZonEtal Casualty Company (Company Affording Coverage). Insured: VERNON PAVING COMPANY 5/91. Sndorsenj6nt No.: TBD - -Mi i 4. 5. Page 12A.. 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 pegistered mail, Attention: Public Works Department. 1990 -91 Street Miscellaneous Reconstruction Designated Contract: Pro ect T le and Contract No. This endorsement is effective 07 101191 at 12:01 a.m. and forms a part of Policy No. RnAFm4j 5Aoa ofZonEtal Casualty Company (Company Affording Coverage). Insured: VERNON PAVING COMPANY 5/91. Sndorsenj6nt No.: TBD - -Mi i i .. _.� ...� ., _: # i Page 13, "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in 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 -2810 Contract Number 5/91 1990 -91 Misc. Vernon Paving Cofnoan Name of Contractor (Principal) Richard sIdent Vice s president Aii orized Signature and Title Richard Vallecorsa C -2810 0 J a � _ t 9 0 Page. ,14 CONTRACT �a THIS AGREEMENT, entered into this o y of 19�, by and between the CITY OF 8006RT BEACH, h naf "city," and Vernon Paving Company , ereinafter "Contractor," is made with reference to the fo lowing facts: A. City has heretofore advertised for bids for the following described public work: 1990 -91 Street Miscellaneous Reconstruction and Resurfacing C-2810 Title of Pro eat 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: 1990 -91 Street Miscellaneous Reconstruction and Resurfacing C.481011 Title of Pro ect 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 prlycrbe�d above, Cit�r shall pay to Contractor the sum of Ix un red Ninety -Two Thousand Two 8 no /100 Dollars ($ 692,nn2_nn ). This compensation includes: (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. sist ! � .� _�.�.�.. t _ .._ . . .� •II II 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 Endorsement(s) (f) Plans and Special Provisions for 1990 -91 Street Misc. Reconstruction & Resurfacing Program C-2810 T— tle of Project 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. . ATTEST: 5/91 AS-X0 FORM: i CITY OF NEWPORT BEACH A Municipal Corporation � t WY -®r Vernon Paving Company Name of Contractor Richard Vallecams ,nce President uthor zed signature and THEN— chard Vallecorsa 0 aj C E � m � o m a c Q ) � rn N 6 a C x U N O m U N c E N O L" m a 2 o m Q C 4 N N C r O C N Z C O L O c L U ~ 3 D Q+ C _m o '.7 t0 .L-. O •L- N d N D N y EO U W U N o E a d o a a i c a y z o O o d N C E Y N L N M C T 2 N N r0 N U E E C� N N y c a v am m Y N N i mW N N •.L.. C N O .. a d Z ° �'; Z. 94 ° a EF O ®D -0 z vi y dz ? m a o m W cc NCUIi� � UOW N W U0�maw _ 44 �m z E 6 T d N C O tq U I. SP 1 of 9 CITY OF NZWPORT BEACR PUBLIC WORKS DEPARTNEN' FOR 1990 -91 STREET AND NISCELLAREOOS .ONSTROCTION AND RESDRFACINti PR " p. 19111 CONTRACT NO. 2810 .`. A 19�179i o, SCOPE OF WORK The work to be done under this contract consists of (1) reconstructing P.C.C. improvements; (2) cold planing along edge of PCC gutter; (3) constructing asphalt concrete overlay; (3) reconstructing A. C. street section; (4) adjusting existing utility frames and covers to finished grade; and (5) 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 No. R- 5628 -L (attached), T- 5259 -S, T- 5375 -S, T- 5531 -S, T- 5532 -S, (3) the City's Standard Special Provisions and Standard (1988 Edit 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. SCREDDLE AND PROSECUTION OF ROR1C 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 before November 3, 1991, or within sixty (60) consecutive calendar days after the start of work, whichever occurs first. B. The Contractor shall provide continuous traffic access for all tracts and businesses during construction. In addition, all public /private streets /alleys access adjacent to the project area shall be maintained open to traffic at all times. SP 2 of 9 C. Hours of Work: 7:00 A.M. - 6:30 P.M. weekdays. With the exception of Section II.D herein, no work will be permitted on Saturdays, Sundays and holidays which disturbs, or could disturb, a person of normal sensitivity who works or resides in the vicinity. "Holiday" shall be defined as July 4th and the first Monday in September (Labor Day) and November 11th (Veteran's Day). D. The Contractor shall perform work on streets bounded by Birch Street, Bristol Street, Jamboree Road, and MacArthur Blvd. (Corinthian Way, Scott Drive, Quail Street, Westerly Place, 'Martingale Way, Dolphin- Striker Way, Dove Street, and Spruce Street) during weekends with working hours approved by the Engineer or during weekdays with working hours between 9:00 P.M. and 6:00 A.M.. E. All streets shall be opened to traffic and on- street parking at the end of each work day. F. The A.C. finish course shall be constructed upon completion of A.C. base course for the entire street. G. The Contractor shall accommodate City's trash collection (see attached trash collection schedule) and City's street sweeping. If the Contractor elects to work on a street during its street sweeping /trash collection days, it shall be his responsibility to make arrangements by contacting the City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. H. Concurrently no two adjacent and /or adjoining streets shall be closed to traffic or denied on street parking during construction (e.g., Port Sheffield and Port Abbey; Shipway Lane and Marlin Way; Bonnie Doone Terrace and Santanella Terrace) with the exception of streets bounded by Birch Drive, Bristol Street, Jamboree Road, and MacArthur Blvd. I. To provide residential parking during construction, adjacent or nearby cross streets shall remain open. J. The Contractor shall provide covers and shall cover, maintain, and uncover the City's "NO PARKING STREET SWEEPING"" signs to allow residential parking adjacent to street under construction during street sweeping days. K. Work on the "Port" streets (Drawing No. R- 5628 -L, Sheet 2 of 9) shall be completed before September 5, 1991. F7 0 SP 3 of 9 III. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. IV. FAYNEiT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. In addition, the P.C.C. curb and P.C.C. curb and gutter transition shall be included in the bid item; "Reconstruct Existing P.C.C. Cross Gutter" V. LIQUIDATED DANAQES Commencing on November 3, 1991, or on the 61st consecutive calendar day after the start of work, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due to the Contractor, the daily sum of $250.00 in lieu of the daily sum of $100.00 specified in Section 6 -9 of the Standard Specifications. VI. RATER 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. VII. PUBLIC CONVENIENCE AND SAFETY 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. A. The traffic control plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. B. 0 0 SP 4 of 9 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictionB:,f Section II. COMPLETION, SCHEDULE. AND p:�#EC MN OF WORK, 3. Reopening of a11 traffic lanes and on- street and off - street parking upon completion of each day's work (see Section II.). In addition, emergency vehicle access shall be maintained at all times. 4. Lane clos Road, Trad Drive, and permitted p.m., unl Engineer. ores on Baycr ewind Lane, H Bonnie Doone only between ass otherwise Z• � • •�= eat Road, oliday Ro Terrace 9:00 a.m approved by the Commodore ad, Malabar will be and 3:30 Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least .40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW -AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "NO PARKING, TOW -AWAY" signs. 0 0 SP 5 of 9 C. Notification to Residents Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected address a- written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and 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 residents. VIII. CONSTRUCTION SURVEYING MAKING 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. I%. 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. 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. • • SP 6 of 9 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 San Joaquin Hills Road and /or the City's owned oil field E/o the Santa Ana River and off Pacific Coast Highway at the City's options, from the sites by the City forces. The Contractor shall make delivery arrangements by contacting the City's Utilities Superintendent, Ed Burt at (714) 644- 3011. The Contractor shall abate dust nuisance by cleaning, sweeping sprinkling with water or other means as necessary. B. Removals 1. Existing P.C.C. and A.C. 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. 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. 9 • SP 7 of 9 3. 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. C. Subbase Material I -- -- Untreated Base shall be in accordance with Section 400 -2 of the Standard Specification. Untreated base shall be placed over the compacted subgrade. Payment shall be included in the unit price for cross gutter construction. D. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS -ih 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 coat is applied. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vegetation prior to overlay. 2. The asphalt concrete finish 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. E. Utility Adiustment 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 prior to or damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. 0 • SP 8 of 9 F. Traffic StriRing and - f MarkinM 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 at his 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. 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. 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. G. 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 or any work which may damage existing traffic loops. Once the City has confirm 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 with 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. RO" RVE. CITY OF COSTA MESA s LL VICTORIA ' _a 19m A9 OCEAN VICINITY MAP NOT TO SCfiE ,, BAY BRY � C )- INDICATES AREA SHOW ON LOCATION MRP PER SHEET NlJW. CITY OF NEWPORT BERCH Pls-ic WOW DOWTI M 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2910 5 ` r SHEET 8 N `r CITY OF I RV I NE U.C.I. CITY RESFR. �s RD. 4 , Q.Q, DIRECT IC R. E. NO. 1 28M OW L N.T.S. N V � 3W 3� CONSTRUCTION NOTES 1 COLD PLANE 5' MINIMUM (1' BELOW E.G.). 4 CONSTRUCT 1 -1/2' RSPHRLT CONCRETE OVERLRY. 5 MAST T EXISTING UTILITIES (WRTER VALVES, S.C.O., SURVEY MOMENTS, MR*KX.ES) FRAMES RND COVERS TO FINISHED GRFME. © P L A C E STRIPING, PRVEMENT MARKINGS, RND RAISED PRVEMENT MR111 ERS. = INDICATES RRER OF OVERLAY (SEE SHEET NO. 6 FOR DETRIL). N J N �W 3> 20 I! 0 N CITY OF NEWPORT KRCH PUBLIC WORKS DEPARTMENT 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2810 c ,PcCF Q� yot SEWER RND S. D. a 19 " DIRECTOR OF IC GH FT 1p U 01 COLD RAC 5' MINIMUM WEDGE (I' BELOW E.G.). (4 CONSTRUCT 1_1/2' RSPFRT CONCRETE OVEKLfiY. 5 FaTusT EX. UTILITIES (WrER VFLVES, S.C.O., SURVEY MON11ENTS, SEWER RND S.D. MfO-ES) FRRIES RND COVERS TO FINI%EO GRRDE. © P LAC E STRIPING, PROM MFRKINiGS, RND RRISED PRV LENT MaCRS. M INDIICRTES RRER OF OVERL.RY (SEE SFEET NO. 7 FOR DETRIL). NOTE SEE PAGE 2 OF SPECIAL PROVISIONS FOR CITY OF NEWPORT BEACH PUIBLIC WORKS DEPFRTIENT 1990 -91 STREETS AND MISCELLRNEOUS RECONSTRUCTION RND RESURFRCING PROGRRM, C -2810 HOURS OF WORK SHEET 3 OF GN t N.T.S. FT R- 5628 -L vp N BFLBOR ISLM 1 CONSTRUCTION NOTES o. i4., i ,lr. t *-* OF c ARNTM DR. �, c PRTOLITR DR. I COLD PLANE 5' MINIMUM WEDGE (1' BELOW E.G.). 2 REMOVE EX. STREET SECTION RND CONSTRUCT V R.C. BR5E COURSE 3 REMDVE EX. P.C.C. CROSS GUTTER RND CONSTRUCT P.C.C. CROSS GUTTER PER CNH STD- 186-L. 4 CONSTRUCT 1 -12' FSPHFLT CONCRETE OVERLRY. Q5 MUST EXISTING UTILITIES (NRTER wLVES, S.C.O., SUllVEY MO)tcNTS, SEWER RND S.D. MR 44OLES) FRRES R M COVERS TO FINI9ED GR'FDE. © PLACE STRIPING, PRVE?fNT MWINGS, R D RRISED PFIVE M MIMS. INDICATES LOCATIONS OF CROSS GUTTER RECONSTRUCTION, SEE SHEET NO. 9 FOR DETRIL. INDICATES FOU OF OVER..RY (SEE SHEET NO. 7 FOR DETAIL). CITY OF NEWPORT BERCH PUBLIC WORKS DEPFRTPENT 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESLWRCING PROGRAM, C -2810 GM 'a' c N. T. S. FT R75.62 B-L ♦7 CITY OF COSTR MESR ION NOTES CITY OF NEWPORT BERCH BOUNDRY 1 COLD PLANE 5' MINIMUM WEDGE (I' MELON E.G.). " /f / / 4 CONSTRUCT 1 -12' F64fLT CONq€TE OVERLRY. MUST EXISTING UTILITIES (NRTER VFLVE, S.C.O., SURVEY ?")ENTS, SEWER RND S.D. MR#K LES) FRR'ES ROD COVERS TO FINISHED GWME. © PLACE STRIPING, PRCMENT MWINGS, RID RRI!ED PRVE]ENT Ham:` MINDICRTES FiER OF 0YO&RY (ME SHEET NO. 8 FOR DETRIL) CITY OF NEWPORT ®ERCH RJ LIC NONG DFPFItTHENT 1990 -91 STREETS RND MISCELLRNEOUS RECONSTRUCTION RND RESURFRCING PROGRRM, C -2810 SHEET 5 OF 9 GN FRJXX N. T. S. f LIP 82' ICRL) 5• MIN. I 5' MIN. � IT - EX. 2• R.C. / 4 =8• R.B. — J EXISTING P.C.C. CURB & GUTTER 1. ! CONSTRUCTION NOTES Q COLD PLANE 5' MINIMUM (1' BELOW E.G.). �) CONSTRUCT 1 -1/2" ASPFfLT CONCRETE OVERLAY. ADJUST EXISTING UTILITIES (WATER VALVES, S.CO., SURVEY MONIJUM, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO FINISHED GRADE. © PLACE STRIPING. PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS. qWrFT A:r TYPICAL SECTION N.T.S. •1 ; 0:11t-it(IIIIIII11. •► •1• or • 1. r. .► •1• ►•1 r• •! •1• 1 r •r ITY OF NEW mlc wow 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2910 o °� i ` o o •� I---I .- GW 1" N.T.S.I LIP 82' 5 MIN. I 5' MIN. -7 1 �r- 1 _ _ _ �- - EX. 2• R.C. / 4 _ R.B J EXISTING P.C.C. CURB & GUTTER TYP I CAL SECTION N.T.S, _-F, 1 WANELLA TERRACE 1 DRIVE DOLPHIN 7RR' h DRIVE K-THANGA 1' I VE BONN I E BOONE TERIRKE SANTANA 1 71 44' 5' MIN. 1 - - -- - - - - - - - - . -r- EX. 4" �--- EXISTING P.C.C. CURB & GUTTER - TYPICAL SECTION N.T.S. J R B " J f t� DOVE STREET SCOTT DRIVE r` OURIL STREET CORINTHIAN HAY WESTERLY PLACE BOWSPRIT DRIVE '. r SPRUCE STREET (W 861 CONSTRUCTION NOTES 1 COLD PLANE 5" MINIMUM (1' BELOW E.G.). 4 CONSTRUCT 1 -1/2' ASPHALT CONCRETE OVERLAY. ADJUST EXISTING UTILITIES (WATER VALVES, 8.00.. SURVEY W&IMENTS. SEWER AND S.D. •''V- 1 FRF#ES R40 COVERS 1 F I N I SHED GRADE. Q PLACE PAVEMENT n AND RAISED PAVEMENT MAKERS. SHEET OF CITY OF NEWPORT BEACH PUBLIC m mcs DEPFffrm rr 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFRCING PROGRAM, C -2810 1 •� t ` 1 T^ 1 '• 1• : yF 1 1 m EX. 2' P.M.S. /4 U.R.B. J EXISTING P.G.C. CURB & GUTTER TYPICAL SECTION N.T.S. STAIR - I GHT C I RCL.E SANDALWOOD LANE CENDLEST I CI( LAW GLENWO D LANE HA PSH I IF- C I ROLE AIS FOFD LANE H AMPSH I RE COURT L I ND" LANE ANT I (Il1R WRY ESTELLE LAW 87' MIN. I 5" HIM. % T ' EX. 3' P.M.S. EXISTING P.C.C. CURB & GUTTER N.T.S. F•� •1.1 •r r, CONSTRUCTION NOTES IL3 —ilL 7I:C'�il MARLIN WRY (W-88 ? HOLIDAY ROM HIGHLAND DRIVE (D(. 4?.H.b'):. ANTIGUA CIRCLE MARINERS DRIVE 1 COLD PLANE S' MINIMUM (1" BELOW E.G.). 4 CONSTRUCT 1 -1/2' F04MT CONCRETE OVERLAY. FGMT EXISTING UTILITIES (WATER VANES. S.00. • SURVEY MONUMENTS, SEWER AND S. D. MANHOLES) FRAMES AND COVERS TO F I N I SHED GRADE. Q PLACE STIR IPING, PAVEMENT MARK INOS, AND RRISED PAVEMENT MAR10 S. SI{ET 8 OF 8 CITY NEWPORT BEACH PUBL I c WDRICS oEPARTIMENT 1990 -91 STREETS AND M I SCELLANEOUS DI OF MIC R. E RECONSTRUCTION AND RESURFACING DESIGNED o SCRLE LE N. T, S. PROGRAM, C -2810 DRAWN FT__ . I, Rte. f SECTION R fl ■(PLY ON BOWIE MM N.T.S. SEX. 2' A.C./4-R.B. EX. PCC X- GUTTER —� 4 m 18' GUTTER IN DL OIS R I � 1 AN EX. I C 1 1 0 ADJW i 7' VALVES, 1 &RVEY MONJENTS, 7' AND S.D. MANHOLES) FAMES 1 COVERS T1 F I N I SHED GRADE. REMOVE i POC SIDEWALK AND OONSTRV POO SIDEWALK. t :'r PER APPLIME PORTION OF OM STD-18D-L WOVE EX. POO SIDEWALK AND CONSTMOT WISE 'E- POO ACCESS FOP PER APPLIOlux PORTION OF CNB STD-iGi-L. E22 I NO I CATES AREA 1 !1 . ON OF CITY OF NEWPORT BERCH _ _ Ic 07—q Lei: iil. 11.1 i 1990 -91 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2810 IULO i vice GW JJUnt_c N. T. S. 1 d • TO: FROM: SUBJECT: • • JUN 2 41991 City Council Public Works Department June 24, 1991 CITY COUNCIL AGENDA ITEM NO. F -3(k) 1990 -91 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM - (C -2810) Award Contract No. 2810 to ;lemon Paving Company for a total bid price $692,002.00 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 14, 1991 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Vernon Paving Co. $692,002.00 2 All American Asphalt 723,357.00 3 R.J. Noble Co. 737,319.50 4 Sully- Miller Contracting Co. 744,890.00 5 Excel Paving Co. 776,049.00 6 Griffith Co. 788,915.00 The low total bid price is 16.63 below the Engineer's Estimate of $830,000. The low bidder, Vernon Paving Co., is a well - qualified general contractor who has satisfactorily completed previous contract work for the City. This project provides for concrete reconstruction and pavement reconstruction and resurfacing in Harbor View, Westcliff- Harbor Highland, Koll Center - Newport Place, and Irvine Terrace. The work is part of a continuing street maintenance program, and will improve drainage and the riding surface with adequate structural section for present and future traffic demands. r • • • 0 Subject: 1990 -91 Street Miscellaneous Reconstruction and Resurfacing Program - (C -2810) June 24, 1991 Page 2 Funds to award the project are provided in the following accounts: Accounts Harbor View St. Resurf., Phase I Westcliff- Harbor Highland Resurfacing, Phase II Koll Center - Newport Place Resurfacing, Phase II Irvine Terrace Resurfacing, Phase I TOTAL Budget No. Amount 02- 3397 -528 $250,000 02- 3397 -494 150,000 02- 3397 -533 225,000 02- 3397 -534 150.000 $775,000 Note: Above total amount includes approximately 12% for testing and contingencies. Plans and specifications for the project were prepared by the Public Works Department. The estimated date of completion is November 3, 1991. J,.Vtv �-' � �0. a Benjamin B. Nolan Public Works Director GW:so .l C • C7 BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAY 2R1991 TO: City Council FROM: Public Works Department May 28, 1991 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: 1990 -91 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM (C -2810) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for 1N6 This project provides for reconstruction of defective concrete and resurfacing of asphalt in portions of pavement in Harbor View Homes, Westcliff- Harbor Highland, Koll Center - Newport Place, and Irvine Terrace. The work is part of a continuing street maintenance program which will improve drainage and riding surfaces with adequate structural section for present and future traffic demands. The estimated cost of the work is $830,000. Sufficient funds to award this amount are available in the current budget. Plans and specifications for the project were prepared by the Public Works Department. The estimated date of completion is September 27, 1991. a"—, (2, X4 Benjamin B. Nolan Public Works Director GPD:so Ole). E Au whmd to PRAPM AdmftwnwA d d kinds Uckm 8 FAb notloss btu Doom d the &Wsdw Court of CMW CaM Odbod . 11" 1-- Aa211. Sspbmbsr 2a 1981, aid A•?AB nJum 11.1983 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal dark of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine. the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: May 31, 1991 Jame 5, 1991 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 5, '1991 at Costa Mesa,, �California. Signature is PROOF OF PUBLICATION