Loading...
HomeMy WebLinkAboutC-2878 - 1991-92 Street Miscellaneous Reconstruction and Resurfacing ProgramJuly 31, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 R. J. Noble Company 15505 E. Lincoln Avenue P.O. Box 620 Orange, CA 92666 (714) 644 -3005 Subject: Surety: Federal Insurance Company Bonds No.: 8130 -66 -78 Contract No.: C-2878 Project: 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program The City Council of Newport Beach on July 13, 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 has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on July 20, 1992, Reference No. 92- 484217. 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 Cit ofwNpewrpt r Beach Newport Beach, CAe92663 92- 484217 RECOROEO IN OFF1', IAL nr,30n6S OF ORANGE COO.hjv, CALIPORN;A 4:00 P.M. JUL 2 01992 ca Q*V& ;RcCoraer "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 R. J. Noble Company, 15505 E. Lincoln Avenue, P. 0. Box 620, Orange, CA 92666 as Contractor, entered into a Contract on November 25 1991 Said Contract set forth certain improvements, as follows: 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program (C -2878) Work on said Contract was completed on June 1, 1992 and was found to be acceptable on July 13, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Co., 6500 Wilshire Blvd., Los Angeles, CA 90048 BY 4�2�, �2 a u lac or s Director VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on /% 19912 at Newport Beach, Cal for 'a. BY/1t 1 t i y ulerK RECEIVED JUL 30 IN2 COY PERK NEW B ORI EACH 4 • By 'iic CITY COUNCIL CITY 3FG"Cy JUL 1 3 1992 APPROVED 0 July 13, 1992 CITY COUNCIL AGENDA ITEM NO. 17 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM (C -2878) 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. The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $ 955,047.20 Amount of unit price items constructed 977,072.10 Amount of change orders 70.884.63 Total contract cost $11047,956.73 The increase in the amount of the unit price items constructed was due to additional sidewalk and 6" A.C. paving being required. Four Change Orders were issued. The first, in the amount of $4,350.00, provided for changes to the cross - gutters in Irvine Terrace. The second, in the amount of $47,031.15, provided for removal and replacement of the existing pavement on Sandpiper Drive and Sea Lane which had been planned to have been done by City forces. The third, in the amount of $16,398.00, provided for the replacement of tree root damaged concrete improvements on Production Place as requested by the General Services Department. The fourth, in the amount of $3,114.00, provided for extra trucking to dispose of pavement grindings which could not be used by the City. Funds for the project were budgeted in the General Fund, Account Nos. 7013 - 3010001, 3130003, 3130004 and 3130010, and in the Water Fund, Account No. 7503 - 5000009. • Subject: Acceptance of 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program (C -2878) July 13, 1992 Page 2 The contractor is R.J. Noble Company of orange. The contract date of completion was April 24, 1992. Due to delays caused by the extra work, completion was on June 1, 1992. 94 Benj min Nolan Public Works Director • PD' go • s CIT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 11, 1991 SUBJECT: Contract No. C -2$7$ Description of Contract 1991 -92 Street Miscellaneous Effective date of Contract November 5, 1991 Authorized by Minute Action, approved on Nom, 1991 Contract with R J Noble Compnv 1 MORTine -s Amount of Contract $955.047.20 ,�" (�e/6 je Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach r µ J � � CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3380 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until on the 14th day ofynypmhgr, 1991, at which time such bids shall be opened and read for 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program Title of Project L� C -2878 Contract two $900,000 Engineer's timate � Rpproved by the Cit Council this 28 day of October 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, 3388 Newport Boulevard, P. 0. Box 1768, Newport Beach, CH 92659 -1768. For further information, call Gilbert Wong at 644 -3311. Project Manager 1 t 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN' PROPOSAL PR 1.1 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2878 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: 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. 2878 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 IINIT TOTAL NO. AND IINIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Traffic Control and Mobilization @ THIRTY THOUSAND Dollars and NO Cents 30,000.00 $ 30,000.00 Per Lump Sum 2. 16,713 Reconstruct existing P.C.C. Sq. Ft. cross gutter per schedule @ FIVE Dollars and NO Cents $5.00 $83,565.00 Per Square Foot 3. 10,800 Reconstruct existing P.C.C. Sq. Ft. sidewalk per schedule @ TWO Dollars and FIFTY Cents $2.50 $27,000.00 Per Square Foot f ITEM NO. PR 1.2 QUANTITY ITEM DESCRIPTION IINIT TOTAL AND IINIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5,475 Reconstruct existing P.C.C. Lin. Ft, curb and gutter per schedule @ SEVENTEEN Dollars and NO Cents $17.00 $ 93,075.00 Per Lineal Foot 5. 156 Reconstruct existing P.C.C. Sq. Ft. driveway per schedule @ THREE Dollars and TWENTY Cents $3.20 $ 499.20 Per Square Foot 6. 2,390 Remove existing P.C.C. Sq. Ft. sidewalk and replace with P.C.C. access ramp per schedule @ TWO Dollars a.id FIFTY Cents $2.50 $ 5,975.00 Per Square Foot 7. 397 Remove existing parkway Sq. Ft. paving per schedule @ FOUR Dollars and NO Cents $4.00 $ 1,588.00 Per Square Foot 8. 400 Remove existing street section, Tons prepare subgrade, and replace with 6 -inch thick A.C. base course @ SIXTY FIVE Dollars and NO Cents $ 65.00 $ 26,000.00 Per Ton 9. 70,000 Cold plane existing pavement Sq. Yds. @ NO Dollars and SEVENTY SIX Cents $.76 $_53,200.00 Per Square Yard e 1 • . PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 21,000 Construct asphalt concrete Tons finish course @ TWENTY SIX Dollars and FIFTY Cents $ 26.50 $556,500.00 Per Ton 11. 212 Adjust existing manhole frames Each and covers to finished grade @ ONE HUNDRED SEVENTY Dollars and NO Cents $ 175.00 $ 37.100.00 Per Each 12. 185 Adjust existing water valve Each and survey monument frames and covers to finished grade @ ONE HUNDRED SIXTY _Dollars and NO Cents $ 160.00 $29.600.00 Per Each 13. 120 Provide and install Each fire hydrants markers @ NINE Dollars and NO Cents $ 9.00 $ 1-080.00 Per Each 14. Lump Sum Apply traffic striping, pavement markings, and raised pavement markings @ NINE THOUSAND EIGHT Dollars HUNDRED SIXTY FIVE and NO Cents $ 9.865.00 Per Lump Sum ' yr ` • • PR 1.4 NINE HUNDRED FIFTY FIVE THOUSAND, Dollars FORTY SEVEN DOLLARS AND and TWENTY CENTS Cents $ 955,047.20 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) NOVEMBER 14 ,1991 ✓ R. J. NOBLE COMPANY Date Bidder PAUL H. CLEARY, JR., PRESIDENT A- 121735 A -I V lSS05 E. Lincoln Avenue, P. 0. Box 620 Bidder's License Bidder's Address No. & Classification Orange, California 92666 f r INSTRUCTIONS TO BIDDERS • 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 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 Apprenticeship requirements 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. A- 121735 A -1 signatures and titles of persons the bidder. For corporations, the .porate officer or an individual For partnerships, the signatures For sole ownership, the signature Contractor's License No. & Classification R. J. NOBLE COMPANY Bidder NOVEMBER 14, 1991 5/91 PAUL H. CLEARY, JR., PRESIDENT 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Subcontract Work Subcontractor Address 2366 No. Glassell i CONCRETE RESLUE CONSTRUCTION, INC. Orange, CA. 92665 COLD. PLANING WESTERN STATES PLANING INC. 1442 E. Lincoln Orange, CA. 92665 4 WATER VALVES 2300 Greenwood Av. ADJUSTMANHOLES MANHOLE ADJUSTING Monterey Park, CA. 91754 STRIPING I.P.S. SERVICES P.O. Box 10458 San Bernardino, CA. R. J. NOBLE COMPANY Bidder PAUL H. CLEAIiY, JR., PRESIDENT 5M • Page 5 NON- COLLUSION AFFIDAVIT State of California ) ) ss. County of ORANGE ) PAUL H. CLEARY, JR. , being first duly sworn, deposes and says that he or she is FRESIDENT of R. J. NOBLE COMPAN the party making the foregoing bid; that the bid is not made 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 th t the foregoing is true and correct. R. J. NOBLE COMPANY Bidder Authorized S gn a /Title PAUL H. CLEARY, JR., PRESIDENT Subscribed and sworn to before me this 19 91_ My Commi� son Expires:(,,/ 4/21193 5/91 14th day of November [SEAL] ............. .1...................11.1.. .... OFFICIAL SHAD t M A GROSKOPF [ NOTARY PJ2LIC- CALIFORNIA ! PRINCIPAL OFFICE IN ` ORANGE COUNTY :` MY COMMISSION EXPIRES APR. 21, 1993 ..................... .............I. ...................11....11.... 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 10/91 CITY OF FOUNTAIN VALLEY 714 - 963 -8321 6/91 CITY OF STANTON 714- 7/91 COUNTY OF ORANGE EMA 714- 834 -3400 7/91 CITY OF SANTA ANA 714- 647 -5432 5/91 CITY OF ANAHEIM 714 -520 -6824 3/91 CITY OF CYPRESS 714 - 828 -2200 5/91 COUNTY OF ORANGE EMA 714- 834 -3400 1/91 CITY OF LOS ALAMITOS 714 -827 -8670 1/91 CITY OF WESTMINSTER 714- 898 -3311 2/91 CITY OF BUENA PARK 714 -S21 -1121 12/90 CITY OF YORBA LINDA 714- 961 -7100 12/90 CITY OF HUNTINGTON BEACH 714 -536 -5221 5/90 CITY OF NEWPORT BEACH 714- 673 -2110 5/90 CITY OF GARDEN GROVE 714- 741 -5069 7/90 CITY OF PLACENTIA 714- 993 -8117 7/90 CITY OF ORANGE 714-633 -2300 R. J. NOBLE COMPANY Bidder 5/91 Authorized slgna re /T tle PAUL H. CLEARY, R., PRESIDENT KNOW ALL MEN BY THESE PRESENTS, That we, R.J. NOBLE COMPANY bidder, and FfDERAL INSURANCE COMPANY Surety, are held and firmly bound unto the California, in the sum of *TEN PERCENT OF THEE ($ log ),lawful money of the Unite of which sum well and truly to be made, we and severally, firmly by these presents, • Page 4 BOND NO: B- 81249317 ae aty of Newport Beach, Dollars States or the payment bind ourselves, jointly THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, . That if the proposal of the above bounden bidder for tritj e construction ofContract No. C -2878 1991 -92 Street Mi$celIanPnus Es�$gnus6 (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 (lo) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing 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. IN WITNESS WHEREOF, we hereunto set our hands and seals this 4th day of NOVEMBER , 19 91. R.J. NOBLE COMPANY Bidder (Attach Acknowledgment Of A�4-orney- In-Fact) / PAUL H. CLEARY,( jR., PRESIDENT Notary Public Commission Expires: 5/91 A or zed S gnature /'rzt e FEDERAL INSURANCE COMPANY SURETY By :CARRIE L PRICE ATTORNEY iN FACT ✓ A /4` Cf . State of CALIFORNIA On NOV 4 1991 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally Count}• of RIVERSIDE known to me or proved to me on the basis of satisfactory evidence, CARRIE L PRICE known to me to be the Attorney -in -Fact of FEDERAL INSURANCE COMPANY OFFICIAL SEAL SHERi a. CHILCOAT NOTARY PUBLIC- CALIFORNIA Y RIVERSIDE COUNTY 'w,. m comr,SSi0n Ea0"" SePL 19. 1995 the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC °TATE OF CALIFORNIA BOUNTY OF r ORANGE ........; r'"" "• "' ...:.::..:.........:. 9EFIllIAL SEAL M A GROSKOPF € om¢' NOT pRV FUOLiC- CALIFORNIA: PRINCIPAL OFFICE IN [ ORANGE COUNTY l MY COMMISSION EXPIRES APR. 21. 1993 ........................... ............................... ACKxoWLEOGMENr— Corp"M— wokons Form 222CA-K —W see VJU2 WOLCOr25. INC. (pl 8.2) }ss. 14th November 91 On this day of in the year 19_, before me, the undersigned, a Notary Public in and for said State, personally appeared PAUL H. CLEARY, JR., PRESIDENT OF R. J. NOBLE COMPANY , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and ack�owledged to me that the Corporation executed it. WITNESS my hand and official seal. in and for • POWER OF ATTORNEY • Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, an Indiana Corpora. tion, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Michael A. Quigley and Carrie L. Price of Riverside, California-------------------------------------------------------- - - - - -- each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws. ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds: Lease bonds. Workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. in Wimess Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant tons Bylaws. caused these presents to be signed by iN Vice President and Assistant secretary and its owporste seal W a harem anlaed INS 1st day of May 1590 Corporate Seal STATE OF NEW JERSEY County of Somerset ss. FEDERAL INSURANCE COMPANY By i am Dimon Vice Presidem On this 1St day of May 19 9D • before me personally came Rcnam D. O'Connor b me knovn and by rte %hewn m ce AsNaanl Secretary d the FEDERAL INSWUNCE COMPANY. the corporation oexribed in end wn.on executed the foregoing Power d Mornay. and the said Richard D. O'Connor Dying by me duly sworn. did depose and say that he is Assistant Secretary d the FEDENAL INSURANCE COMPANY and snows the corporate seal In~: that the seal affixed lO rhe foregoing Power d Aram" is such corporate Beal and was thereto affixed by sdhodry d the Bylaws Of Said Compelly, and trial he signed Said Power d Momey as Assistant Secretary of said Company by like authority. and that he is ecousinled with James D. Down and knows him m De the Vice PhisiOem d said (Ampary. and IW the Pgriaure Of said James D. Duran sudscnted to said Power Of Money Is in the genuine hendwming d said James D. Dimon and was memo Subscribed by nuthorlry d said By-laws and in depohisil presence, D let Fdl^I\ P<thewn the are Sworn 1i before me p" on the tlam some written O IIOTANY 1 �i Z PI)BLK 1 Notary Public •y S�J NICOLME T. PASCULLI ' JER 1 CERTIFICATION Notary Public, State of Now Jersey STATE OF NEW JERSEY F No. 2066518 County of Somerset 1 SS. Cornnliuion Expires October 2, 1994 1. the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do heretry certify that the following or a true mccrpl from the Bylaws Of IM said Company as adopled by its Board of Directors on March 2. 19% and that this Brlaw Is in full force and effect. 'ARTICLE %VIII. Section 2. All bonds. Wmenaking5, CeMr. and doer malri m this Other than as Shoe for and On eenan d the Company which b R autnaricee by Mw or its Charter to insecure, may and Shall ee eaeeeMd A the name and on behalf OF the Compan, either by IM Chairman or the Vice Chamman or the President or a Vice President, jointly with the secretary m an Assiodam Secretary. under their reSpOmiwe designations, ewept that airy one or more officers or anorneysindan desgnated in any resolution of Ina Board Of Directors m the 15Mouhwe committee, or in any power Of Anomey ewcutea as previd rid for In Section 3 below. may miacute any such bond, undertaking Or Other Obligation AS PrWMed in Such resolution or power of adorney . Section All powers of atone, Mrarel on beMlid rte Company may and Shea beawemed in Ira him, Andon bens" d the Canonry, titer by the Cho m or aloe Vice Chalrmai plane President or a Vice President or An AMAJAm Vice Presdem, F imly.mn the Secretary Or an AesRtam Secretary, under their respecew, dasgnaions, The signature Of such Officers may be engrewed. primed w lithographed. The spnaure clown d the Mflta"'M dldars'. Chairman. Vice Chairman. President. any Vice President, and Assistant Vice Piesiaem, Any Secretary, and Assistant Secretaryand Ind seal d the Compaq may be attired by hnannile m airy poward edo^wey or n airy ceniricae raairg therao appolmlrg Assisiam $ecmtarles a Morraysin.Fact b Wrposes omy derxdeg and aneaing dads end undertakiMgs and dherwrairg5 obligapry m "le notate thermal and any Such Power d ailomay or wnincald hearing such Iaslmis Signature or facsimile seal Shea as yalid and dnding upon the Company And any such power so executed and cenilg by suCn Maims signature and facsimile seal shall he mold and binding upon the Company with resoad to any bond or undertaking to which it I Mtmhed" I further certify that said FEDERAL INSURANCE COMPANY is duly Ixrensed to transact hastily and surety business in each Of the Subs Of tie United Stabs of Amerwa. Dslrid of Columbia. Puerto Rico and each Of the Provinces d Canada with Ihe errablmn d Prince EawaiduslancLand is also duly licensed to Decome sole surety on ponds. undertakings, etc., posmined on required by law 1, Ire u ride rsighod Assistant Sao relarydF�O�Rfl� PtjqLAh JPANY. do hereby ceddy that the foregoing Power d Morrie, sin hill force and affect. Given under myhand and the seal �Xmpany at Warren, N.J., this: OG �^ s s y, cl X all i NERALT�( "� 1'1?. 4th NOVEMBER ly 91 .'.'ED urw t State of CALIFORNIA Count), of RIVERSIDE • 0yyy���,,, s SZ FILC. IACIh;! � CO� AT NOTARY PUBLIC CALIFORNIA 0- \ nSS= Ex COUNTY My Co^��issra� ExPues S P! 7S, 145i On Nflv 4 1991 Nor .before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally known to me or proved to me on the basis of satisfactory evidence, MICHAEL D. STONG known to me to he the Attorney -in -Fact of FEDERAL INSURANCE COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. i NOTARY PUBLIC ` CHUBBOOUP OF INSURANCOOMPANIES CHUBB 15 Mountain View Road, P O. Box 1615, Warren. New Jersey 07061 -1615 Bond No. B_81249317 That we, BID BOND FEDERAL INSURANCE COMPANY Amount $ Know All Men By These Presents, R.J. NOBLE COMPANY 108 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), In the sum of *TEN PERCENT OF THE AMOUNT BID* Dollars ($ 108 ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 4th day of NOVEMBER A. D. nineteen hundred and NINETY ONE WHEREAS, the Principal has submitted a bid, dated 11 -14 for , 19 91 CONTRACT NO. C -2878 1991 -1992 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the dif- ference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. R.J. NOBLE COMPANY 0 PAUL H. CLEAPilY, pa SAFo.m t5 -02 0002 (Rev. 4-N) M -19394 (tSm) usn R., PRESIDENT FACT I ( , 1 . POWER OF ATTORNEY • Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY. 15 Mountain View Road, Warren, New Jersey, an Indiana Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Michael A. Quigley and Carrie L. Price of Riverside, California-------------------------------------------------------- - - - - -- each its true and lawful Attorney -in -Fad to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit. matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City. Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds: Lease bonds. Workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Whereas Whereof. the said FEDERAL INSURANCE COMPANY has. pursuant W its Bylaws. CauSed these Patterns to be signed by a Vitt President and Assistant Secretary and its corporate seal e be hereto afteed in. 1st day of May 1990 Corporate Seel STATE OF NEW JERSEY Ss. ICounty of Somerset FEDERAL INSURANCE COMPANY By i Ja Dimon Vice President on this list day of May 19 9Q . bMM M pa ally came Ric AM D.O'COMWr to me kn and by me known to W ASSetanl Secmury U the FEDERAL 06URANCE COMPANY. the 0DWallon deanibed in and which enebuled the toregemg Power of Attorney. and the saio R¢naro D, O'Connor cefng by me duty sworn, did depose anb say that he e Assistant a.Mary a tho FEDERAL INSURANCE COMPANY and knows the cerporaN seat thereof; dui the seat affieed to the foregoing Power of Attorney is such corpo,me seal and was memut affixed by eutnd ity of the Bylaws d Mid camp". and mat he signed said Power of shomey ss Assistant Seumery of saio Canpany by like authority, and that he is acquainted with James D. Dimon And snows him to be the vice President of sae ComMiny. and Uw the signature of said James D. Dixon suDSCnoed M said Power of Moray a in the genuine handwraag of said James D. Dixon and was thereto subscribed by autho ly of said Bylaws W in Meaent''s Presence. Nmad a Acknowledged and Sworn to belore me on the date above fill ` Notary PuDllc NICOLETTE T. PASCULLI yFV JER� CERTIFICATION Notary Public, Stare of New Jersey No. Expires October STATE OF NEW JERSEY SS 'Commission Eo. res October 2, 1994 County of Somerset 1. the undersigned, Assistant Secretary m the FEDERAL INSURANCE COMPANY. do Welty certiy the: the following is a true excerpt hom the Bylaws d the sad company as Method by As Beard of Directors m March 2. 1990 and that this Bylaw, is in lull lace And effect. 'ARTICLE XVIII. Section 2. All bor d . undertaimigs, contracts and otter instruments other than as abowe for arrd on benaY of the Company which it is authwrced by law or is charter se execute. may and snall e, exacuud in Ihe name and on behall of the Company either by the Chairman or the Vice Chairman or the Pmseem or a Vice President, jointly wan the Secretary or an Assistant Secretary. under (their respective d re,gnatmns, excem that any ode or more officers er Moony -h-latt designated in any resolution of the Board of Directors or the Eeecvuwe Committee, or m any power of attorney executed As proinded for in Section 3 below, may execute any Such bend, undertaking or other cougalon As prpnde t In Such nesdutlmi or Power at attorney, Section 3 AM pox eis of Attorney for And M benalld the Conpatry may AM alien be executed in (the Mite iM M firsthand the Company. enter by the Chairman or the Vice ClNirman or the Prea'kteNara Vide President or an Assistant Vice President, pimly with the Secretary of an Assistant Secretary under their resoeoiy designmpns The signature of such officers may ce engraved. primed or lithographed The signaure of earn of and following officers: Chairman, Vice Cluimian. President, any Vice President. Arty Assistant Vice Presoem, any Secretary, and Assistant Secretary and the seal of the Company, may be affixed by facsimile ID Any Fewer of Anchor or W any ceriicme hri thereof Appointing Assistant Sacre(eries or Attorneys -inFan forWmoass oMy of axe ig and anening bores and endernalungS AM other wraitgs Wiliatory n M Mute thereof, and airy such power, of attorney or certificate burn f, seen Motorola signatureo lexamite seal SAW( be valid and binding upon the Compary and any, such poor so executed and certified by sun lacsimik signature and facmmile seal shall be valid and binding upon the Company wan respect to any bond or undertaking to which it is anacned" I lurtner 01 ify mat said FEDERAL INSURANCE COMPANY is duly licensed In transact Sodality and surety business in each of the States or the United States of America. Ontro ot Cofumbia. Puram Rico, and own d the Provinces of Canada with the exception of Prince Edward Island : and is alsoduly licensed Ibecome sole surely on bonds. undertakings, Inc.. permineo or regmred ey law. I, the uncamignod Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Mooney is in full fortro and effect. Given under my hand and the seal of said Compmiyat Warren. NERAL dth NnVRMRF,R PD T 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: PrQRgrty- Casualty. Coverages shall be proviaea as speciriea 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. 5/91 w Page 9 FAITHFUL PERFORMANCE BOND BOND No: 8130 -66 -78 EXECUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as she "Princ pal ", a contract for 1991 -92 St. Miscellaneous Reconstruct' n an{� Resiirfarin - 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. 2878 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, R.J. NOBLE COMPANY as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, n the sum of i Dollars ( 955,047.20 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; 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, 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 5/91 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 Bogd shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal iicceptance of the Project by the City. In the event that the pri'iicipal 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 4TH day of DECEMBER 1991 _�R.J. Noble Company ! !� Name of Contractor (Principal) Aut1horize^ S e/T tle FEDERAL INSURANCE COMPANY Name of Surety ` 6500 WILSHIRE BOULEVARD Address of Surety LOS ANGELES, CA 90048 NOTARY ACKNOWLEDGMENTS OF CONK 5/91 Clkaf.A Ud/, President MICtAEL D. 'STOW,' ATT013W ,INTACT 2:3-658-6500 Telephone AND SURETY KUBT BE ATTAMD •� ~ Y STATE OF CALIFORNIA COUNTY OF GRANGE r . I-.: ACKNOWLEDGMENT— Corporation— Wolons Form 222CA -a —Rev 5,82 ®1982 WOLCOTTS. INC. IDrNe obss 8 -2I On this 4th day of December n the year 19 91 before me, 1hE_updelpgned.La�JDlar Public in andJpf�S�l BIVt T rnpally appeared R J. ttt NOBLE (( AA J COMPANY Ylt ll personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and offiSAaj seal. in and for said pmalAL BEAL t M A GROSKOPF ` �NOTARY PUOI C • CALIFORNIA i PRINCIPAL OFFICE IN j ORANGE COUNTY 1 MY COMMISSION EXPIRES APR. 21. 1993 .. . ................................. .. .... . ................... .— .......... . I-.: ACKNOWLEDGMENT— Corporation— Wolons Form 222CA -a —Rev 5,82 ®1982 WOLCOTTS. INC. IDrNe obss 8 -2I On this 4th day of December n the year 19 91 before me, 1hE_updelpgned.La�JDlar Public in andJpf�S�l BIVt T rnpally appeared R J. ttt NOBLE (( AA J COMPANY Ylt ll personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and offiSAaj seal. in and for said State of CALIFORNIA On DEC 41991 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of RIVERSIDE known to me or proved to me on the basis of satisfactory evidence, MICHAEL D. STONG known to me to be the Attorney -in -Fact of OFFICPJ. SEAL FEDERAL INSURANCE COMPANY SHERI L. Ch;�.COAT the Corporation that executed the within instrument, and known to me to NOTARY PUBLIC - CALIFORNIA be the rson who executed the said instrument on behalf of the Corporation RIVERSIDE COUNTY therein named, and acknowledged to me that such Corporation executed My Cemrcdssao Expires Sep, !9 /9°S the same. , NOTARY PUBLIC i • Page 8 PAYMENT BOND BOND NO: 8130 -66 -78 PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to R hereinafter designated as the "Principe ", a contract for _qg1_ r mi c llanous L V LG4Y11, 1I• and Specifications and other contract the City Clerk of the City of Newport incorporated herein by this reference; onformity with the Drawings documents in the office of Beach, and all of which are WHEREAS, said Principal has executed or is about to execute Contract No. 287 and the terms thereof require the furnishing of a bond, proved ni g 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, R.J. NOBLE COMPANY as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Nine Hundred Fifty Five Thousand Forty Seven Dollars and - - - -- 20/100 Dollars ($955,U4 /.1U ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly 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 a • • Page SA The bond shall inure to the benefit of any and all persons, companies, and corporations 6stitled to file claims under Section 3181 of the California Civil Coda.so 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 Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 4TH day of DECEMBER 1991 Name of Contractor (Pr ncipalj VFEDERAL INSURANCE COMPANY Name of Surety 6500 WILSHIRE.BOULEVARD Address of Surety LOS ANGELES, CA 90048 NOTARY 5/91 OF Paul H. Cle D. STONG, 213- 658 -6500 Telephone Jf-.1 President IN FACT AND SURETY MUST BE ATTACKED I E 5 �iE E E C n $ c E° Q E N m 30 T � o a T A Y O O C O N O � A 05 yW d a N oW 9 E A PG w °xz T= U �'7 d `o z za'U H U m O a � c U 2 ;......ti. _�_ ......... i(J` aomr ^i ° WYaTn�i i0�t'o0 u yamy: 6. aK -J1U E :L 4.IZL': mow, [j.a:Qa Y'Za'y� �LFSU Sn 3 G z W 1.........k..^ �. p S Z � N U aO r 2)o # \\ f(§ \ 2 $a( &U| & ) 2)§ \\ \\ \/} \}$ §\f \\ 7 /2§ < / \ \\ \\\ C.3 b /E ■@ " r !)) ] !2 ƒ! \� % \\ / \ \ t » � \ a!- / e . POWER OF ATTORNEY • Y Knew-all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, an Indiana Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Michael A. Quigley and Carrie L. Price of Riverside, California-------------------------------------------------------- - - - - -- each its true and lawful Attorney -in -fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witco Wheroll the said FEDERAL INSURANCE COMPANY hies, pursuant to its Bylaws, caused these presents to be signed by his Vice President and Assistant Secretary and its corporate seal W be herein affixed this 1st day of May 1990 Corporate Seal STATE OF NEW JERSEY Ss. County of Somerset FEDERAL INSURANCE COMPANY By i Jere .Dixon Vice President on this l s t do of May is 90 , betore me mmnally came Ftch D O'CO mr io me kmwn ane by mo knwvm tow Assistant Secretary d the FEDERAL MURANM COMPANY, the corporation described in and which executed the foregoing Power of Morney, and the mid Richard D. O'Connor being by me duly sworn, did depose and say that he is Aa&ataW Secretary of the FEDERAL INSURANCE COMPANY and knows Ine corporate seal Ihereol; that the seal affixed to the foregoing Power of Mornay is such corporate seal and was therein affixed by authority of the GHufics dial Company, and that M signed said Power of Mornay as Assistant Secretary of said Company by like authority. and that he is acquainted with James D. Dixon and knows him d he the Vise Presiders of Mid Compary, and that ffw signature of said James D. Dixon subscribed to said Power of Mornay is in the genuine handwriting of Said James D. Dixon and was thereto subscribed by authority of said By-Uses and in deponent's pteaantce. CD Acknowledged any Scorn to before me on the date Mbee writteNotary Public NIGOLETTE T. PASCULU CERTIFICATION Notary Public, State of New Jen l No. 2066518 STATE OF NEW JERSEY as, -Commission Expires October 2, 1994 County of Somerset 1, the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify Imt the following is a true excerpt tom the Bylaws of the said Company as adopted by its Board d Ddadors on Marsh 2, 1990 and that this Bylaw is in full force and effect. "ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other indmments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in Ihe name and on hehalf d the Company either by the Chairman or the Vice Choin sin or the President or a Vice President, jointly writ the Secretary or an Assistant Secretary. under their respective designations, except thin any one or, more officers or attorneys -in -tact designated in any resolution of the Board of Directors or the Execuliw Comminute, or in any power of attorney executed as provided cur in Section 3 below, may execute any such bond, undertaking or What obligation as provided in such resolution W power of attorney Section 3 All powe sof attorrieylor ud on pehiNf of the Company may and shell be executed in the nerrw and on banreff of Ire Company, either by the Chairman W the Vice Chairman or" President or aVas PNsiden or an Assiatam Vice President. pimly with the seorefaryor an Assistant Secretary. under (heir respective designations. The signature W Such officers may beengrared, Printed w lithographed. The s9mium, of each dine following officers: Chairman, Vice Chairman. President, any Vice President, any Assistant Vice Physidem. any Secretary. any Assistant Secretary and the seal of the Company may be aMaed by facscsimile baby power of morney or to anycendicim resailg therWO appointing Assssistanl Secretaries, or ftwnxyysTFFact br Purposes only of exacu ing &d Meeting cords any underakings and char writings obligatory in rR Ie Wa Ihered. and any such Mover d anomay or eertKMe rearing such facsimile signature or facsimile teal shad be valid any binding upon the Company any any such power so aaeeuled and wnilied by such facsimile signature and tcosim9e coal shall be yalid any binding upon the Company with rasped to any, bond or undertaking to which h b Mfached :' 1 hmhe, cantor that said FEDERAL INSURANCE COMPANY is duly licensed b morsel rdefby and surety business in each of the Slates of the United States of America. District of Columbia, Puerto Rica ane each of the Provinces of Canada with the mceplum of Prince Edward blots; and is at" duty licensed to become sole surety on bonds, undertakings, etc., permitted or rebutted by low I, they undersigned Assistant SlvtMarydFEDERAL INSURANCE COMPANY, do hereby wrlMthat the foregoing Power of Mornay is in full bite and ortho Given under my hand and the seal of seal Company at Warren. NJ., 1 R ff1ED U A r� - Page 10 gy=p ���.�..;,���` _;,` , CER 'fIFlCATE""�O� "'`1NSl�FiA1VCE �y, ..3l"•{A .'�l At 3 Nbv' LIE '..l�Ln . NA` <N WYw k F r -j �4 k• k.$. XI�aN!R a! 'q•y nNiM�M. PRODUCER COMPANIES AFFORDING COVERAGE Willis Corroon COMPANY LETTER A American Home Assurance 70 S. Lake Avenue Pasadena, CA 91101 COMPANY B Re LETTER liance Insurance INSURED R. J. Noble Company 15505 E. Lincoln Avenue Unicare.Insurance Orange, CA 92666 C LETTER COYERAGESri" •" =xs:+ € > ; .' `"s w�' ` <,.�'?> F3`A.,.''�_ �E TFHIS H8 TO CERIiFV1'T)A PUUCL�fJ$I�RAN� LISTEDOTN iHA�E ISSIiEDO INSIfREO fIAMEU ABOVE FCRFIP%1CY PERIOD NCICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM OR qq1N�( O��F CONTAA�:T OR OTHER DOCUMENT YVTTH RESPECT TO VAHICHI IRIS CERIIRCATE MAY BE ISSUED OR MAY PERfAtK THE NSURANCE CRDFl BY M POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. E(CLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED6 EXTENDED OR ALTERED BY THIS CERTIFICATE W TYPE OF INSURANCE POLICY NUMBER EFFECTDATE DATE ALL LAM N THOUSANDS GENERAL LI UMUTY GENERAL AGGREGATE s 1'000. (OCCURANCE BASIS ONLY) I s oA s1, 000 00MMERaa CoPRDENSIVE M111103761 7/1/91 7/1/9 OPERATIONS PROTti- GTIVE�GRA PERSONAL INJURY $1,000 CONTRACTUAL FOR SPECIFIC CONTRACT EACH OCCURANCE 1 1,000 E3 PROOUCTS)OOMPL OPEA ,E3Iq� XCU HATAMS E3 BROAD FORM PROP. DAMAGE SEYEABIUIY OF NTI7IEST GE FIRE DAMAGE S S 0 CLAUSE (ANY ONE ry �J PERSONAL IUURY WITH EMPLOYEE EXCLUSION ROAOVED MEDICAL EXPENSES S 5 MARINE (AW ONE PERSON) AUTOMOBILE LIABNTY NKA14976410 COMS94ED sIxlLEUltrt t 1000 H ��{ a /1/91 7/1/92 � YA • �' gOMED (P M BODRYNJURY = city iw,� •' NRED (PEI ACCIDENT) i a✓� ; NONMED PROPERTY S a,I.tAx Y z R,5 .. DAMAGE , ECCF.tiB LIABRJIY i �rlEn.,+�3"< EACH AGGREGATE UMBRELLA FORM y; ,, H� "�x� OC(%IHRENCE 07MM THAN UMBRELLA FORI4 STATUTORY SIOMWEL' COMPENSATION UCB011720 /1/91 7/1/92= 1000 EACH ACCIDENT AND EMPLOVERS' S 1000 DISEASE- POUX7Y UNIT LJABIRY S 1000 DISEASE -EACH EMPLOYEE LANGSHOREMEN•S AND HARBO WOAXEAS• COMPENSATION UCB011720 /1/91 7/1/92 STATUTE' m,r�. , w ;,,, V. i? «•��" » N' DESCRIPTION OF OPEtAMNSA OGLTIONSryEICLES /REWNCTIONS/SPEC4LL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEYVPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED N CONNECTION WITH THE FOLLOWING CONTRACT: C -2878 1991 -92 Street Miscellaneous Reconstruction and Raeurfaripg PaIgram . FAKMECT TITLE AND CONTRACT NUMBER ;CERTIFICATE 3>iOLDERF xx8 s ;CdNCELLATION' J SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON•RENEVVED. CITY OF NEWPORT BEACH CANCELED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHIM PROVIDE ]O DAYS MIN. ADVANCE 330D NEWPORT BLVD. NOTICE TO THE CITY OF NEWPW B BY REGISTERED MAIL NEWPORT BEACH, CA. 92659 -1768 ATTBIJT F / J 1f 12/6/91 D ISSUE DATE ron tam Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT 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 "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: ( ) Commercial (X) Comprehensive General Liability $ 1,000,000 each occurrence $ 1,000,000 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/91 Page 11-A 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. 1991 -92 Street Miscellaneous 7.. Designated Contract: Recons r Pro ect T tle and Contract o. This endorsement is effective 12/6/91 at 12:01 a.m. and forms a part of Policy No. mr== of American Home Assurance (Company Affording Coverage). Insured: R.J. Noble Company ISSUING COMPANY BY: Z� /cam: -X Lcza Authorized Repr sentat ve 5/91 Endorsement No.: TBD Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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 Multiple Limits or Single Limit: 5/91 ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability (xi Combined Single Limit $ per person $ per accident S Bodily Injury Liability i 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. 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: 1991 -92 Street Miscellaneous _ Po ect tle aContct . This endorsement is effective 12/6/91 at 12:01 a.m. and forms a part of Policy No.NT714976410bf Reliance Insurance (Company Affording Coverage). Insured: R.J. Noble Company ISSUING COMPANY By: Z2L 4-L / 1 Au o ized Re a en at ve sm Endorsement No. :T BD 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." /�2--'I- y Date C -2878 Contract Number 1 5191 R. J. Noble Com an Name of Contractor (Pr ncipal) Authorized SignAtUre and Title Paul H. Cleary, Jr., President C -2878 ing Page 14 CONTRACT THIS AGREMCWT, entered into this 25th day of 1991, by and between the CITY OF NEWPORT BEACH, hereinafter , "C ty," and R.J. ble m an , hereinafter "Contractor," s made w th reference to the follow ng facts: A. City has heretofore advertised for bids for the following described public work: 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program C -2878 Title of Pro ect 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: 1991 -92 Street Miscellaneous Reconstruction and Resurfacing Program Title of Project which project is more fully described_in the Contractor shall perform and complete this workmanlike manner, and in accordance with documents. 5/91 C -2878 Contract No. contract documents. work in a good and all of the contract 2. As full compensation for the performance and completion of this work as prescribed move, City shall Fp�a to Contractor the sum of Nine Hundred Fifty Five Thousand For y Seven 201100 Dollars ($grF�na7_2n ): This compensat on 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. L 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 Title 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. FORM: APPROVED AS TO 1i / CITY OF NEWPORT BEACH A Nunicipal Corporation R. J. NOBLE COMPANY Name of Contractor i Authorized S g7 ture and T tle PAUL H. CLEARY, JR., PRESIDENT STATE OF CALIFORNIA COUNTY OF ORANGE .::........: ::............................I OFFICIAL 8EAL M A GRO$KOPF s e " • NOTARY PU UC -CALIFORNIA: i PRINCIPAL OFFICE IN ORANGE COUNTY 1 NY COMMISSION EXPIRES AM Yl. 1993 ? .... .. ............ ...... ......... ......................................... : ACKNOWLEDGMENT— Comaration —ft=r; Form 222CA -x —Rev. 5 92 ®1982 WOLCOTTS. INC. (priee 8 -2) 4th On this day of December in the year 19 1 , before me, the undersigned, a Notary Public in and for said State, personally appeared PAUL H. CLEARY, JR.,PRESIDENT OF R. J. NOBLE COMPANY , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official seat. ' N aryl Public in and for said 4e i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2878 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM CONTRACT NO. 2878 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 1 III. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 3 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. PUBLIC CONVENIENCE AND SAFETY. . . . . . . . . . . . 3 A. Traffic Control Plans. . . . . . . . . . . . 3 B. "NO PARKING, TOW - AWAY" Signs . . . . . . . . . . 4 C. Notification to Residents. . . . . . . . . . . . 5 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 5 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 5 A. Cold Plane Existing Pavement . . . . . . . . . . 5 B. Removals . . . . . . . . . . . . . . . . . . 6 C. P.C.C. Replacements . . . . . . . . . . . . . . . 7 D. Subbase Material . . . . . . . . . . . . . . . . 7 E. Asphalt Concrete . . . . . . . . . . . . . . . 8 F. Utility Adjustment . . . . . . . . . . . . 8 G. Traffic Striping and Pavement Markings . . . . . 8 H. Traffic Signal Detection. . . . . . . . . . . . 10 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN • FOR 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND CONTRACT NO. 2878 I. SCOPE OF WORK SP1of 10 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 compl2te 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- 5652 -L (attached), T- 5550 -5, T- 5551 -5, T- 5552 -5, and T- 5553 -S, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); and (4) the Standard Specifications for Public Works Construction, (1991 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 before April 4, 1992, or within ninety (90) consecutive calendar days after the start of work, whichever occurs first. B. The Contractor shall provide continuous traffic access for all streets not under 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 10 C. Hours of Work: 7:00 A.M. - 6:30 P.M. weekdays. 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 November 11th of 1991 (Veteran's Day), November 28th and 29th of 1991 (Thanksgiving Holiday) , December 23rd of 1991 to January 1st of 1992 (Christmas and New Year Holidays), and FRJi=iax* 17th of 1992 (Washington Birthday). D. Al Teets shall be opened to traffic and on- street parking at the end of each work day. E. The A.C. finish course shall be constructed upon completion of A.C. base course and all P.C.C. construction for the entire street. F. The Contractor shall accommodate City's trash collection (see attached Refuse Schedule and Recycling Information brochure) 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 Fieldi Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. G. The Contractor is responsible for removal of tree roots which interfere with the work. If the free a H. Concurrently no two adjacent and /or street- arking Burin co uc 'on (e.g., Port C aridge and or Nelson; Sabrina Terrace and Tahuna Terrace; Dorothy Lane and Warwick Lane). 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. III. CONTRACTOR'S LICENSES At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. a , • SP3of10 At the start of work and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (e.g., excavation, removal, sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. 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 per schedule ". Partial payments for traffic control and mobilization shall be made in accordance with section 10264 of the California Public Contract Code. V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND SAFETY The Contractor shall 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. 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. • • SP 4 of 10 3. Reopening of all 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 rA atall times. y 4. ne closures on Crown Drive, Goldenrod( enue, Harbor View Drive, Kewamee Drive,* Seadrift Drive, E1 Paseo Drive, Doris Lane, Estelle Lane, and Marian Lane will be permitted only between 9_EO a.1B. and 3,;�0 p.m. o B. "NO PARKING. TOW- AWAY" Signs Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted ' PARKING" signs) which he shall post at least for 0 ou g-- rn`advance of the need for enforcement. n addition, 1 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. VII. • SP 5 of 10 C. Notification to Residents Between 48 and 55 hours before closing a section of street, a Contractbr 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. Field staking for control of construction will be provided by the Engineer. Limits of removal are field - identified by white and 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. VIII. 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 and along edge of gutter produce if there are no cross gutter. 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 • • SP6of 10 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 equipments, tools, and \or a smaller machine to trim areas inaccessible to the larger machine along 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. FA ing the cold plane operation, the Contractor ll sweep the street with mechanical equipment remove all loosened material from planed areas. loosened materials shall be salvaged and delivered to 16th Street W/o of Monrovia Avenue, adjacent to the City's Utilities Yard. The Contractor shall make delivery arrangements by contacting the City's Utilities Superintendent, Ed Burt at (714) 644 -3011. All costs for providing removal and delivery shall be included in the unit price bid for that item of work. 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. P.C.C. replacement and parkway paving removal quantities and locations are indicated in the attached schedule. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Should the Contractor damage the sawcut edge during or after removal, the damaged edge shall be removed by additional sawcutting and replaced at the Contractor's sole expense. 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. • . SP7of10 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 may anticipate a certain amount of parkway sprinkler pipe breakage associated with sidewalk replacement. Such breakage shall be repaired by the Contractor as an incidental item of work. Parkway paving panels are to be removed without replacement, except that the Contractor shall fill and level the removal areas with imported or excess graded clean soil. Any salvageable bricks removed shall be neatly stacked on the owner's property. 4. 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. P.C.C. Replacements The Contractor shall grade, form, and finish all P.C.C. replacements to match the appearance of the adjoining P.C.C. improvements. In addition, the Contractor shall remove and dispose of all A.C. patches and ramps upon sidewalk panels adjoining those sidewalk panels which are to be reconstructed. 1. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. 2. P.C.C. replacements subject to vehicle loads (e.g., cross gutters and curb and gutter along driveways) shall not opened to vehicle loads until the concrete has cured to minimum strength of 2,000 psi. D. Subbase Material 1. Untreated Base 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. e E F. G. • • SP8of10 Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS -lh 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. 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. Traffic Striping and Pavement Markings 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. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: • • SP 9 of 10 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 contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW - AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor's sole expense. 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. 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. • • SP 10 of 10 H. Traffic Signal Detection The Contractor shall notify the Traffic Engineer (714) 644 -3344 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 marked the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Hence, 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 no cost to the City. Signal Maintenance, Inc. shall provide the City a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. n u ry N w � n n F^ c > A n u n � � ����E� �df ^oil ^o�oa?80 n' o c o . F o o H n rd °N O ° C'S NY. env = v, °' n u n non —z c.ao p 53 'n Fr • N O. ° E Sr "" p ire S' aH >-<�v_ > O � _(> ? O C. u � m ? � O O = O P ?v 0 c. OR 00,3 v, 03 O 3 �.w°- £ a O Win- ^'i� o ? >2'`° a n T 7o � 0 3 rt v�� noo oo ��C/7 0 .0 4 3 c n Ow > S ^" p O os. 2'0>. n =K wnO n V o�a Q cn j � E. °no's fS no amo< n 3 r w > c ,>',.c� V E ° z r4 w a n G o£ 3 n . • • .( _ =u -�1 ' - `n .-•-• <� ?. => C'S NY. env = v, °' n u n • • • C 3 u Fn N O. ° E Sr "" p ire S' aH >-<�v_ > O � _(> ? O C. u � m ? � O O = O P OR O a > 7o v�� 4 3 W >_ owzg£R `o°° os. fS no w o w 3 r w N" Q c 3 z r4 w a n G o£ 3 n cn n Oo 3 p w ' C'+'7 no c OS u S u Ono � n � H w G 6 C 9 �. 0 c 3 s •p "< 0 1 s ..... z ......... .....y O O p u' H H $ u n n O O' w 5 +y g x- 3 3 Cu > S S Y < - c£ ^ n N u d e -r. ° ^ O 0 n V j N ry R N o n j S N c'0 cc _'? 7 J n O C OC. 7 E E x . • • .( _ =u -�1 ' - `n .-•-• <� ?. => C'S NY. env = v, °' n u n n r C 3 u Fn N O. ° E Sr "" p n N G s E _ c E > O � _(> ? O C. u � m ? � O O = O P OR v�� u r c = g > G o£ 3 n cn n U 5 � v � n � O a n _ > > n 1 s ..... z ......... .....y O O p u' H H $ u n n O O' w 5 +y g x- 3 3 Cu > S S Y < - c£ ^ n N u d e -r. ° 0 3 3 n. <? �n < > - c'0 cc _'? pp 7 E E x cr � S S rp G G r CITY OF NEWPORT BERCH PUBLIC WORKS DEPPRTNENT 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 SHEET 1 OF 10 DESIGNED GW JWTE 10/16/91 MCM JW I R- 5652 -L r r• J i� , Q, 47. two J hRRINERS L-i m,Iv, N wrmwu ® INDICRTES RRER OF OVERLRY (SEE SHEET NO.6 & 10 FOR DETRIL) CONSTRUCTION NOTES I COLD PLfiE 5' MINIMUM 0' BELOW E.G.) 4 CONSTRUCT 1 -12' RSPHRLT CONCRETE OVERLAY. 5 ADJUST EXISTING UTILITIES (HATER VRLVES,S.C.O.,SLRVEY MONUMENTS, SEWER RND S.D. MANHOLES) FRRIES RND COVERS TO FINISHED GRADE. © PLACE STRIPING, PRVEMENT MRRKINGS,AND RRISED PRVEhENT MRRQM. * NOTE: SEE RTTRCHED P.C.C. REPLACEMENT RND PRRKWRY REMOVRL SCHEDLLE FOR DETRIL. CITY OF NEWPORT OERCH PUBLIC WORKS DEPRRTMENT 1991 -92 STREET AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 SHEET 2 OF 10 DIRECTOR OF PUBLIC WORKS _ R.E. NO. 12806 DESIGNED GW DRTE 10/16/91 DRAWN 7w I R- 5652 -L t S. N ® INDICATES R;ER OF OVERLAY (SEE SHEET NO.9 FOR DETAIL) CONSTRUCTION NOTES II COLD PLANE 5' MINIMUM 0• BELOW E.G.) (4l CONSiRl1CT 1 -112" AS "tT CONCRETE OVERLAY. 5 ADJUST EXISTING UTILITIES (WATER VALVES,S.C.O.,SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRRES AND COVERS TO FINISHED GRADE. Q PLACE STRIPING, PAVEMENT MRRKINGS,AND RAISED PAVEMENT MAR05. CITY OF NEWPORT BERCH PUDIC WORKS DEPARTMENT 1991 -92 STREET AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 SHEET 3 OF 10 IIESIGMED GH DATE 10/16/91 m9w JW R- 5652 -L ;: COAST HIGHWAY -.rm� i INDICRTES AREA OF OVERLAY (SEE SHEET NO. 7 &10 FOR DETfOii) L..li CONSTRUCTION NOTES QII COLD PLANE 5' MINIMUM 0 • BELOW E.G.) t 4 j CONSTRUCT 1 -12• RSPHALT CONCRETE OVERLAY. 5 RDMST EXISTING UTILITIES (WATER VALVES,S.C.O.,SURVEY K4 SEWER AND S.D. MANHOLES) FMES,RND COVERS TO FINISHED GARDE. © PLACE STRIPING,PRVEMENT M RKINGS,AND RAISED PAVEMENT MMU S. * NOTE: SEE ATTACHED P.C.C. REPLRCENENT AND PFdaWY REMOVAL SCFEOLLE FOR DETAIL. CITY OF NEWPORT BEACH RJBLIC WORKS DEPARTMENT 1991 -92 MISCELLANEOUS STREET RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 SHEET 4 OF 10 i i �• - r o DESIGNED GW DATE 10/16/91 MANN JW R- 5652-L N �fl" SETTING bAJr' v" V EW DRIVE UU � FIFTH RVEWIIE IFIC 0 .INAOifES FFV OF OVERLRY (SEE SHEET NO.8 & 10 FOR DETRIL) CONSTRUCTION NOTES I COLD RAE 5' MINIMUM (10 BELOW E.G.) 4 CONSTRUCT 1 -1/2' RSPFFLT CONCRETE OVERLRY. 5 MUST EXISTING UTILITIES (WRTER VFLVES,S.C.O.,SLRVEY MOM IENTS, SEWER FND S.D. M%FIOLES) R*M AND COVERS TO FINISHED GRADE. © PLACE STRIPING,WfiWNT NWINGS,RNI RRISED MVEW4 T MARKERS * NOTE. SEE RTTROfD P.C.C. RMICEAENT RNI MVETENT FMl PAROW RE?Vv% SCHEDULE FOR DETRIL. SHEET 5 OF 10 CITY OF NEWPORT BEACH RWROVED PUBLIC WORKS DEPARTMENT, Q }v� 1991 -92 STREET MISCELLANEOUS DIRECTOR OF PUBLIC WORKS R.E. NO. 12806 RECONSTRUCTION AND RESURFACING DESIGNED GW low 10 /16/sl PROGRAM, C -2878 DR" 7W i R- 5652 -L LIP 33' [CAL) 5' MIN. I 54 5 6 _ - -- EX. 2" A.C. / 4 " -8" R.B. - -- EXISTING P.C.C. CURB & GUTTER — TYPICAL SECTION N.T.S. ESTELLE LRNE (ERST OF HIGHLRND DR) RUTH LRNE WARWICK LRNE DOROTHY LANE ANITA LRNE 12' LIP 37' (TYPICRL) 5' MIN. 5' MIN. 4 5 6 1 - I - -- - -- EX. 2" R.C. / 4 " -8" R.B. - - --' �.... EXISTING P.C.C. CURB & GUTTER f, T TYPICAL SECTION N.T.S. [� T �� � �oy. E�STELLE� (NEST OF HIGHLAND DR) IRN _+ 1' P -Off DORIS LH E HIGHLRND DRIVE CONSTRUCTION NOTES (1 COLD PLANE 5' MINIMUM (1' BELOW E.G.). ® CONSTRUCT 1 -12` RSPHRLT CONCRETE OVERLAY. © ADJUST EXISTING UTILITIES (WATER VfLVES, S.CO., SURVEY MONUMENTS, SEWER RND S.D. MANHOLES) FRH ES RND COVERS TO FINISHED GRADE. © PLACE STRIPING, PRVEMENT MARKINGS, FIND RRISED PAVETENT MARKERS. SHEET 6 OF 10 CITY OF NEWPORT ®ERCN '�0"" PUBLIC WORKS Duffintim ej). / 1991 -92 STREET AND MISCELLANEOUS DIRECTOR OF PUBLIC WORKS R.E. NO. 12806 RECONSTRUCTION AND RESURFACING DESIGNED GW DRTE 10/16/91 PROGRAM, C -2878 DRRWN JW R_ • LIP 33' 'ICAL) 5' MIN. 5' MIN. ------- - - - - -- - -- ------- - - - - -- EX. 2 1/2" P.M.S. /5" EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION ' MIN. 37' i c• rr• ' MIN. � I _ -J I - , , I ___ ________________ ____ _ __ _ _J _ -- ____ - - -- EX. 2 1/2" PMS / 5" - EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION j N.T.S. CHUBASCO DRIVE EVITA DRIVE (PRV'T WIDTH =57') off SEADRIFT DRIVE ANGELITA !RIVE KEWFT£E DRIVE EL PHSEO DRIVE MRRAPATA DRIVE ZAHMR DRIVE CONSTRUCTION NOTES COLD PLANE 5' MINIMUM (I' BELOW E.G.). 4 CONSTRUCT 1 -12' ASPHALT CONCRETE OVERLAY. ADJUST EXISTING UTILITIES (WATER VALVES, S.CO., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO FINISHED GRADE. © PLACE STRIPING, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS. SHEET 7 OF CITY OF NEWPORT BERCH PIIDLIC WORKS DEPARTMENT 1991 -92 STREET AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 d Q 444 DIRECTOR OF PUBLIC WORKS DESIGNED GW DATE 10/16/31 DRAWN JW I R- 5652 -L r ` I � AIMS -wo/ 37' 5' MIN. I I I -EX. 2" P.M.S i 4" R. B. �� - - -� EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION N.T.S. LiV 33' (CAL) 5' MIN. 5' MIN. - - -- -� I I - -- - -- EX. 2" P.M.S i 4" U.R.B. - - -� EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION PORTSIDE WRY N.T.S. EHHTIDE ROAD SURFLIME WAY GOLDENROD AVENUE (S /O CROWN AVENUE) PEBBLE DRIVE SETTING SUN DRIVE STARBOARD WRY WHITE SAILS WRY CONSTRUCTION NOTES COLD PLANE 5' MINIMUM (10 BELOW E.G.). 4 CONSTRUCT 1 -1120 ASPHALT CONCRETE OVERLAY. ADJUST EXISTING UTILITIES (WATER VALVES, S.CO., SURVEY MOMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO FINISHED GRADE. © PLACE STRIPING, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS. CITY OF NEWPORT OERCH PUBLIC WORKS DEPARTMENT 1991 -92 STREET AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 DIRECTOR OF PUBLIC WORKS DESIGNED GW I DRTE 10/1G/91 DRRWN JW I R- 5652 -L �� a• ,• .•6 M• LiV 33' (CAL) 5' MIN. 5' MIN. - - -- -� I I - -- - -- EX. 2" P.M.S i 4" U.R.B. - - -� EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION PORTSIDE WRY N.T.S. EHHTIDE ROAD SURFLIME WAY GOLDENROD AVENUE (S /O CROWN AVENUE) PEBBLE DRIVE SETTING SUN DRIVE STARBOARD WRY WHITE SAILS WRY CONSTRUCTION NOTES COLD PLANE 5' MINIMUM (10 BELOW E.G.). 4 CONSTRUCT 1 -1120 ASPHALT CONCRETE OVERLAY. ADJUST EXISTING UTILITIES (WATER VALVES, S.CO., SURVEY MOMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO FINISHED GRADE. © PLACE STRIPING, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS. CITY OF NEWPORT OERCH PUBLIC WORKS DEPARTMENT 1991 -92 STREET AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, C -2878 DIRECTOR OF PUBLIC WORKS DESIGNED GW I DRTE 10/1G/91 DRRWN JW I R- 5652 -L LIP 33' 5' MIN. j'M .4 5 6 _ --------------------- - -- - - -- EX. 3" R.C./ 4" R.B. --� EXISTING P.C.C. CURB & GUTTER TYPICFL SECTION PORT MRNLEIGH CIRCLE •,• BISHOP •• PORT MRNLEIGH • PORT LOCKSLEIGH ••l PORT WHEELER PLRCE PORT LRURENT '• PORT m M PLACE .,. .rr.. PLACE .,. TRINITY .• •O• EDWRRD CIRCLE O ••.� •• •O• •• •O• • it •• CONSTRUCTION NOTES 1 COLD PLANE 5' MINIMUM (1' BELOW E.G.). 4 CONSTRUCT 1 -1/2' RSPHRLT CONCRETE OVERLRY. RDJUST EXISTING UTILITIES (WATER VRLVES, S.CO., SURVEY MONUMENTS, SEWER RND S.D. MRNHOLES) FRR ES RND COVERS TO FINISHED GRFIDE. © PLACE STRIPING, PRVEMENT MARKINGS, RND RRISED PRVEMENT MARKERS. SHEET 9 OF 10 CITY OF NEWPORT HERCH RBLIC WORKS DEPFRThENT 1.�. 1991 -92 STREET AND MISCELLANEOUS DIRECTOR OF PUBLIC WORKS R. E. NO. 12806 RECONSTRUCTION AND RESURFACING DESIGNED Gw JDATE 10/16/91 PROGRAM, C -2878 . DRRWN .Iw I R--5652-L SECTION R-R N.T.S. ® INDICRfES RRFR OF RECOHSTRIICTION 4' 19' GMER N NDTE: SEE RTTRM P.C.C. MAAa NT AO - Rii M KENDAL 90M FOR DETRIL. — i i nlN EX. 0 � 0' & VRR. JOIN EX. Ca:G � R JOIN EX. PRV'T Fps! blf // JOIN EX. PRV'T DETRIL 'R' CONSTRUCTION NOTES N.T.S. 4 R © REMOVE EX. STREET STREET SECTION RND COHbTRL 6' R.C. COURSE. ® REMOVE EX. PCC CROSS GUTTER RM CONSTR., PCC CR a 1TTER PER DETRIL 'R', HEREON. RIO] PER RPPLICRBLE PORTION OF GM STD -185 -L. m CONSTRUCT 1 -12' Rs%rtT CONCRETE Ovm -RY. ® f10J11&T EX. UTILITIES (WRfER VRLVES, S.C.O., SIRVEY NON1ENTS, SEWER AM S.D. MRNMES) FRR ES RND COVERS TO FINISHED GRRUE. ® PLRCE STRIPING, PRVENENT MRRKINGS, RNO RRISED PRVEMENf MRRKERS. ® REMOVE EX. PCC SIDETFiK RND COH6TRucT PCC SIDENRLK, RS NECIBS w PER RPPLICRBLE PORTION OF CNB STD- I88-L. ® REMOVE EX. PCC SIDENRLIC RND CONSTRUCT am 'E' PCC RCCESS RRMP PER RPPLICRBLE PORTION OF CNB STD - 181-L. ® REMOVE EXISTING P.C.C. CIRB RND GUTTER, RND CONSTR U TYPE 'R• P.C.C. CURB RND GUTTER PER RPPLIaM.E PORTION OF ORB STD. - 182-.. ® REMOVE EXISTING P.C.C. SIDENRLK RND CONSTRUCT P.C.C. SIDENRLK PER RPPLICFBLE PORTION OF CNB STD-180-L• SHEET 10 OF CITY OF NEWPORT RERCH PLBLIC WORKS DEPFRTIEM 1991 -92 STREET RND MISCELLRNEOUS RECONSTRUCTION RND RESURFRCING PROGRRM, C -2878 DESIGNED GW DATE 10/1G/91 DRRWN JW I R- 5652 —L • M to M ci w a N U� Qy O O O O N l- O W m M �0 N N m M Of 01 N l, a U O y~ W W W W W as P4 E Min E W Oh N U• Oil 1 • g m w u a a a a to ac 0 H w s W a a M t0 W cn W U H °a w o A O U z a z H w H z O H o rq a N H a a a M E U ... as v A A A A m U w W W W W a a °a a° z N rn VI CA C7 U�' t7 C7 O b m O O O O N M V r1 a W a m rn rn ON rn rn rn rn U W H .�i n W CD O N O O O O O W • N m M %D t'1 CO I!1 N N m M H a v z r $ r N r r as P, a H H r, n x a H W4 °PO a PO W a� cv s w ❑ a H W W W off H O H D MW O W 0 3 A O W W H W W M F ❑ H H t` Z 0.S a' ❑ ❑ O 9 > N ❑❑ W W W z z w o 0 0 w w W a w ❑ °4 a » 0 0 0 W 9% to U) vWi C7 C7 W W 00 N H L 1 > (A O CO %D (CQ�O. 01 0 H N N Q❑ .T. i ri ri • U to H {t, 0 0 0 0 0 �r o r o W • N N M M V' If) V' N d' r-I N M M a H U z E co V1 U rn y y v) w yH on N N � >4 N > aaa aG H E W I x of W it E d a m ac a H w o of H co w a ca a w ra � w w H ¢ a o A 7+ H H S A A E4 N D 3 ItD A 134, A N y z a a W O a u) W W z z O > > H a O G W H H O 0 0 W O H (�A W E H z z a � �a s a a w vw) 3 ta U) v H H O H I` O ID N H [Aa H O N a N O N '+ N O O [O CO U O+ O N r, r-1 N N R,' • ci FA a4 w 0 wa wa W 0 P 4 o 4 4 N ei N N N W O O O O Ili is V' ri V' In N a U z E N V1 Op >4 as E W N N N N N C7 InN IliN LO N W) C14 to 1 II II II II II x of 0% �+a ON a ON ova ON �a ON �a w W wa ec • a E W w of H H iG FA UWzz7 H a a x � Z z W H H H a E a U a a a a $ H In W Uo w W E W O O rn N oo H a7 HH H O N O M 'Z. H W x W H H � N 0 � 3 • u M n a O V' w N %D In In V' O D) In M b M a u z O~ W W W W W W W W °a g4 >i » >, r >, >a >4 >• >4 W a a6 E E P4 C7 1 x a m E g4 A4 W a P, w �w a w a a N [q to o a a a a z a a E Z Z Z C1 O O C1 O O [] ri aH aE aH �7 (x7 0 U 0 0 0 LD W W W x x x x x x x o O O O %D %D r O V' O O ri O N O O H N N N M M Ill Ill kD %D %D %D �D ri ri ri ri ri rd r-I ri r1 rl U U H .�i tl W O O O O 14r 'cr Ln N M M v a U z E H y W to W O W W w W W w w W W w W w W w W W I r >4 a+ >4 >4 >4 >4 r >4 r as w a E E W C7 k c g� � !4 04 a a to ac 9 94 W a a H W w z O a a a a E zz zz yy zz zz zz a 4 0 C1 U' U' HHy H H H 'x• 7H. �Hy O %D 01 N O %D C\ N W rl cn O O rq O O O rl ri N �D n c, r in in in in Ln in 14 r-I 14 H rl rl rl H rl H • U m H O oy In v O O b <p V' ri �i I- sr d' x M d' M r�i H N co 10 % a U F H y y CO N y O 9 w W N W W W N W W W W W W W W °a >4 >+ >4 >4 >+ >4 >4 a. >4 r a a a E E N C7 1 aC Ot to R4 pp IC Ot a w ac P4 w a a H m m 0 a E E E E E W H zE z zE x zE z zE x MW O M O ri 10 co M M O O O ri M N M O In In %D %D %D %D %D V' r-I I -I r4 1 4 H H v4 H 0 z F fA U1 VI ZH N 0 >4 >4 as a III H E-4 w ac b4 w a a m a4 a H P4 w a of M LO O z y z E U S4 A4 O U a aU 3 pUG � O ID O O O N to w rl 14 rl 1 P.C.CISLACEMENT AND PARKWAY REMOVAL �DULE RBOR HIGHLAND - WESTCLIFF AREA LJOC , NO. 51'RGE7I' NAME & NO - SIDEWALK SQ. [T. I,AI2KWAY RollovhL SAW Q7PPING Rwl PRUNING U. u L . F . MISC. 1210 SUSSEX LANE 68 YES 1222 SUSSEX LANE 48 4 YES 1221 SUSSEX LANE 104 4 YES 1227 SUSSEX LANE (ON KENT) 80 4 YES 1300 SUSSEX LANE 50 8 YES 1308 SUSSEX LANE 32 4 YES 1316 SUSSEX LANE 50 8 YES 1324 SUSSEX LANE 16 8 1325 SUSSEX LANE 98 18 YES 162o KENT iANF 1( 1607 KENT LANE 16 8 1606 KENT LANE 66 4 YES 1600 KENT LANE 48 8 YES 1500 CUMBERLAND LN 128 12 YES 1501 CUMBERLAND LN 84 - 4 YES 1674 WESTCLIFF DR 50 4 YES 1606 WESTCLIFF DR 64 4 YES 1606 WESTCLIFF DR 36' 4 YES 1800 WESTCLIFF DR 80 4 YES 1814 WESTCLIFF DR 32 4 YES TOTALS 1 , 166 60 122 P.C.C. *CEMENT AND PARKWAY REMOVAL S &LE BOR HIGHLAND - WESTCLIFF AREA Loo- NO. S1'fiI%L•"P NAMH NO. - SIDL•WALK SQ • ET • PARKWAY RI]dOVAL SAW CVPl'ING t.wi PRUNING �av L - P - M I SC . 1500 CORNWALL LANE 144 1515 CORNWALL LANE 32 1525 CORNWALL LANE 16 1601 CORNWALL LANE 148 38 YES q 1601 CORNWALL (ON BUCKINGHAM) 246 16 YES 1621 CORNWALL LANE YES 24 1100 PEMBROKE LANE 164 8 YES 76 1101 PEMBROKE LANE 52 1106 PEMBROKE LANE 68 YES 1111 PEMBROKE LANE 128 YES 1117 PEMBROKE LANE 125 4 YES 1123 PEMBROKE LANE 112. 40 4 YES 2 1124 PEMBROKE LANE 114 4 YES 1142 PEMBROKE LANE 276 24 8 YES 43 1141 PEMBROKE LANE 32 8 YES 1147 PEMBROKE LANE 88 YES 1200 PEMBROKE LANE (ON KENT) 160 170 YES 1206 PEMBROKE LANE 16 1201 PEMBROKE LANE 60 24 YES 1207 PEMBROKE LANE 36 8 YES 1215 PEMBROKE LANE 96 4 YES 1218 PEMBROKE LANE 104 4 YES 1221 PEMBROKE LANE 1224 PEMBROKE LANE 104 16 4 4 � S 1'ES 25 36 TOTALS 2,337 234 182 '68 P.C.C. EMENT AND PARKWAY REMOVAL SC *E OR HIGHLAND - WESTCLIFF AREA n c r T.00. STREI>1' NAME L NO- NO SIDLWALK SO. I'T. PAWG4AY IZ04OVItL SAW CVITING XL"I PRUNING `'o•" L-f- MI.SC- ON WESTCLI.FF DR BETWEEN DOVE DR & BUCKINGHAM LN AT FIDELI Y 103 9.5 YES FEDERAL 78.5 YES 159.5 19 YES TCLIFF DR BETWEEN DOVE DR & BUCKINGHAM ,LN AT UNIIDM' 154.5 18 YES BAN 8 2 78.5 YES 26 YES " 128 11 YES ON DOVER DR AT UNION BANK PARKING LOT 64 YES 124 12 YES 833 DOVER DR 109.5 YES " 110.5 YES 801 DOVER DR 319 4 YES 32 7.5 98 YES " 47 YES 798 DOVER DR (ON 16th ST) 152.5 5 YES 105 YES 280 10 137.5 YES' 72.5 YES 798 DOVER DR (ON DOVER DR) 67.5 YES 57.5 YES 57.5 5 YES 55 10 YES TOTALS 2,625 118.5 P.C.C. &CEMENT AND PARKWAY REMOVAL SJ&LE OR HIGHLAND - WESTCLIFF AREA LOC- N0. STREET NAME S NO. SIDEWALK SQ. IT- PARKWAY REMOVAL, SAW CUITING HLUI PRUNING Cb.G I, - F - M I SC . CUMBERLAND LN 41 9.5 YES DOVER DR BETWEEN CUMBERLAND N F, CORNWAII IN ¢� !{ YES " 144 YES " 49 4 YES if " 130 12.5 YES RAMP DOVER DR BETWEEN CORNWALL LN E WESTCLIFF DR 40 8 YES " 39 B YES " 33 8 YES " 16 4 - 34 8 TOTALS 592 66 1 ACCESS RAMP P.C.0 ACEMENT AND PARKWAY REMOVAL �ULE *ARBOR HIGHLAND - WESTCLIFF AREA LOC. NO. .` nZEET NNSG & NO. SIDEWAUI S0. PC. PARKWAY RE•DVAL SAW CUPPING Rfl"l PRUNING � u L•r• MISC. _ ACROSS FROM 1807 MARINERS DR 61 9 YES " 1821 67.5 YES " 1827 62 YES " 1921 162 YES 1901 MARINERS DR 64 YES 1827 64 4 YES 1821 46 YES 1815 48 YES DOVER DR BETWEEN MARINERS DR & SUSSEX 122 8 YES 128 4 YES 128 10 YES DOVER DR BETWEEN SUSSEX LN' & HARROW PL 80 YES " " 88 8 YES 164 4 YES DOVER DR BETWEEN HARROW PL 4 50 4 YES 102 YES " 98 4 YES DOVER DR BETWEEN KENT LN " 210 YES DOVER DR BETWEEN ETON PL & CUMBERLAND LN 32 4 YES 49 YES 36 8 YES TOTALS 2,178 103 83 P.C.0 ACEMENT AND PARKWAY REMOVAL &ULE RBOR HIGHLAND - WESTCLIFF AREA II I.00 - ;;1121iU -I' NAMI.- G NO. N SIMMALK SQ. I'I'. PARKWAY IIIT10VA1, SAW CVPPItJG V0,r1- 11iiUNI1G 1 -1.� I'll SC . 1744 Paloma Dr. 48 4 —Y-(-,s_ 1730 Paloma Dr. 40 4 1724 Paloma Dr. 20 4 1718 Paloma Dr. 64 4 yes 1706 Paloma Dr. 232 10 yes 1707 Paloma Dr. 48 8 yes 1721 Paloma Dr. yes 54 1733 Paloma Dr. yes 54 1745 Paloma Dr. 100 4 yes 1758 Centella P1. 4.8 4 yes 1750 Centella Pl. 124 yes 1737 Centella Pl. 152 4 yes 1759 Centella P1. 260 8 yes 90 sq ft 1748 Bayport Way 6 yes 37 66 sq ft Driveway 1742 Bayport Way 84 yes 1737 Bayport Way 32 6 yes 36 1743 Bayport Way 32 1748 Bonaire Way 104 8 yes 1737 Bonaire Way 76 8 yes 29 1743 Bonaire Way 64 8 yes 2431 Holiday Rd. 64 4 yes 2436 Holiday Rd. 80 2424 Holiday Rd. 84 yeti 26 2430 Holiday Rd. yes 30 2312 Holiday Rd. 40 TOTALS 1 796 90 266 156 sq f -i v�v IR w U) V) Ul co VI VI U) M N (n ci M W W 0 U) ww to ww U) 9A P4 U) V) wa m ww U) m wa w V) ww V) wa a� m wa 4� z 4 4 4 4 4 4 4 4� N H rl H N H N N ri ri C7 iil W a U z E4 IN O M M a H - Ei W n - In - In - In - r - O al O w O .a r 'r Ch @J rsN .0 %D V' W C;p %D r- %D O O O rri Nv 1 11 0' ON riN n riN HN HN 14 V) ri CA ri d 01 .ri 10 NN - n m lal ry a z W a a to ac 9 w 04 W In a H CO a w w D Ix w H Ix a A E H H A E � a El H H ��w H W E H O WS w y 0 rtC U vi "y W H w H W � W W W •: .a w .tt w w a OU Q A Q A A D ►7 E H q H a a a a a a o o 0 ai ni aka UU) �a a w U E H H a H u m H pV O N O co co O O LL) Ni N N 1[1 N � N In lf1 Ln If1 In a � U E to m zH OD N a s a H x a m a a m ac A F PW 9 R9 ° d H to m o x x u a ° a o O fA H U A u N H W O o a coa a a a w7 AE Ck U O x , W W W U N w m u w w v� �4 E4 En W ta Ll EX H O> OFO ink O I ko in N H W O 9H a H W O O H e-1 Z – 0 Ua u]C ocY 0 0 —1c, 0 rn 9 a R w U W pE� 7r N P P; H ti m M py tf1 O O O to V O O O O W • M �0 V' v Nr r N M N %o a �+ U z E H N N 88 PA 06 H w P ee a to !a4 W a � P4 a H W a a M W W a z w to H ai W W W N H N O U E A x x H H H rn U U W O RC RC W qa w z z w w H H H O O O O H wW w w a a a a a a w a to to to to U m y U to W o LO co Lo O O O O O H a ?� o a% o r co co U W L W U N ri N 1-1 H ri 4 H r-1 4 H �i LA a U W pF� Ti M a H U H U' py L0 O O O O O O LO O W . 1 f1 N d' V' N In d' U) !n V' a �+ U z R $a W r P, a H E m H W to a to ac a F W Q Ot H ED W W O W W E tvA H 0 HH N HW m EW O Uy' w H H H p� WH U w P4 fx w a s Q o A o A off A o 0 w> w>4 w > w w ((x�� P�9 yU NU N W m wU to O 4 H O O N a N a M ai 'N N RS (Yi H LJ o U W ko U W %o U o U W U p~ H �E H �F .� RW N uE yA • TO: 0 C't Cou 1 • November 25, 1991 CITY COUNCIL AGENDA ITEM NO. F -3_(a) BA -F -18 i y nci BA -034 FROM: Public Works Department SUBJECT: 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, (C -2878) RECOMMENDATIONS: 1. Approve a budget amendment to transfer funds. 2. Award Contract No. 2878 to R.J. Noble Company for the Total Bid Price of $955,047.20 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on November 14, 1991 the City Clerk opened • and read the following bids for this project: BIDDER TOTAL BID PRICE Low R.J. Noble Company $ 2 All American Asphalt 3 Silvia Construction, Inc. 4 Damon Construction Co. 5 Nobest Inc. 6 Hillcrest Contracting Inc. 7 Excel Paving Co. 8 Sully- Miller Contracting Co. • 9 Vernon Paving Co. 10 Excalibur Contracting Inc. * Corrected Total Bid Price is $1,097,870.55 ** Corrected Total Bid Price is $1,017,937.97 * ** Corrected Total Bid Price is $1,028,916.50 * * ** Corrected Total Bid Price is $1,088,890.90 955,047.20 968,992.62 987,980.55* 989,961.00 992,809.00 1,018,053.97 ** 1,028,872.50 * ** 1,030,000.00 1,056,303.66 1,088,890.00 * * ** r3)� Subject: 1991 -92 S *EET MISCELLANEOUS RECONSTOTION AND RESURFACING PROGRAM, (C -2878) November 25, 1991 Page 2 The low Total Bid Price is 6% above the Engineer's •Estimate of $900,000. The low bidder, R.J. Noble Company, is a well - qualified general contractor who has satisfactorily completed previous contract work for the City. This project provides for 1) replacement of certain broken curbs and drainage gutters, 2) reconstruction of defective pavement, and 3) resurfacing of asphalt pavements in portions of Harbor View Homes, Harbor View Hills, Westcliff- Harbor Highland, and Irvine Terrace (see attached exhibit). The work is part of a continuing street maintenance program to improve drainage and the riding surface with adequate structural section for present and future traffic demands. Funds to award the project are provided in the following accounts: Accounts Budget No. Street & Alley Resurfacing Program (PW) 02- 3391 -015 Amount $190,047.20 Sidewalk, Curb & Gutter Replacement Program (GS) 02- 3397 -184 $ 50,000.00 • Street Striping & Marking Program 02- 3397 -402 $ 75,000.00 Newport Island St. & Alley Reconst. 02- 3397 -511 $620,000.00 Valve Covers Raised to Grade 50- 9297 -156 $ 20,000.00 The current budget contains 2 items funded by Measure M which were intended to be applied to the award of this contract. Since Measure M funds have been escrowed due to a court action concerning the legality of Measure M, Staff recommends that the award include funds currently budgeted for the replacement of streets and alleys on Newport Island. Those street and alley replacements have been delayed pending the completion of utility undergrounding on the island. That work should be completed during next summer. Staff proposes that the Newport Island street and alley replacement funds be rebudgeted for Fiscal Year 92 -93. A budget amendment concerning this item has been prepared for Council consideration. • Plans and specifications for the project were prepared by the Public Works Department. The estimated date of completion is April 4, 1992. G/ �—, J x�-,S't Benjamin B. Nolan Public Works Director GW:so 0 N u M*- INDICATES RRER OF OVERLAY j 1991 -92 STREETS AND MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM C -2878 EXHIBIT Authorized to Publish Adverusemama of all Id aiding public notion by ,Decree of the Superior cart of Orange Catnibmia Number A�214, • September 29, 1961, wWA -24831 June 11, 1 _ 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 clerk of the NEWPORT BEACH —COSTA MESA 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 on the following dates: October 31, 1.991 November 5, 1991 PUBLIC NOTICE NOTICE INVITING BIDSealed Be bids may b re calved at the office of the City Clerk, 3309 Newpoi .Boulevard, P.O. BOX 176E Newport Beach, CA 92859 1768 until 11:09 AM on th 14th day of NOVEMBEF 1991, at which time bid will be opened and reap for: Title of Pro eh: 1991.9 Street Mlsoallanaous RE construction and Resudac Ingg Program Cordraet No. 62878 Engineer's Estimate 5900,000 Approved by the Cil Council this 28th day. t October, 1991. Wanda E. Ralliyle I declare, under penalty of perjury, that the i Clerk CPros ective bidders me foregoing is true and correct. o obtain one set of bid de ments at no cost at the c flee of the Public Wort Oepartment, 3300 Newpo Executed on November 5, Boulevard, Beach, CA 178 Newport Beach, CA 92651 '1991 at Costa M al ' mi 1766. For further a9oi .call Gilbert Wong, Prole � Manager at 844 -3311. -3311. Published Newpo 'Beach -Costa Mesa Pit October 31, November Signature d991 L 33. -75 PROOF OF PUBLICATION ''6 • TO: City Council FROM: Public Works Department October 28, 1991 CITY COUNCIL AGENDA ITEM NO. F -14 SUBJECT: 1991 -92 STREET MISCELLANEOUS RECONSTRUCTION AND RESURFACING PROGRAM, (C -2878) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to ,,F—&A.a ilt 1 1 1W DISCUSSION: • This project provides for 1) replacement of certain broken curbs and drainage gutters; 2) reconstruction of defective pavement; 3) resurfacing of asphalt pavements in portions of Harbor View Homes, Harbor View Hills, Westcliff- Harbor Highland, and Irvine Terrace (see attached exhibit). The work is part of a continuing street maintenance program to improve drainage and the riding surface with adequate structural section for present and future traffic demands. The estimated cost of the work is $900,000. 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 March 14, 1992. Benjamin B. Nolan Public Works Director 0 BBN:so Attachment • n u `� wwm n N N I w E- INDICRTES RRER OF OVERLRY 1991-92 STREETS RND MISCELLRNEOUS RECONSTRUCTION RND RESURFRCING PROGRRM C -2878 EXHIBIT