Loading...
HomeMy WebLinkAboutC-2910 - Balboa Boulevard Rehabilitation from 23rd Street to 32nd Street; Placentia Avenue and Superior Avenue RehabilitationZ9 /v JUN 24 1991 cm a ex c!.r OF H�ppp n BEACH Release of Stop Notice TO _ City of Newport Beach — Finance Department (Constrildian Lender, Public Body, or party with rnHam Stop Notice erns filed) 3300 Newport Blvd.; Newport Beach, CA 92663 _.� (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated June 16, 1993 , in the amount of $10,379. 65 against _ City of Newport Beach --as owner or public body and Kennedy Pipeline as prime contractor in connection with the work of improvement known as "Street Rehabilitation" Superior, Placentia &Balboa Blvd. 70— in the City of Newport Beach County of Oranee State of California. Date June 23, 1993 Name of Claimant: All American Asphalt By �-- (Finn name) ' ($ignnhrre) Corporate Secretary (Authorised Capacity) VERIFICATION I, the undersigned, state: I am the Corporate Secretary of ( "Agent o(" 'Pmsrdent nf" "A Pafnrtr of "Oeexer nj" rk:) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. 1 certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on June 23 State of _ California 94A FORM 5 5000 (Rev. 2/87) 19 93 , at Corona (5itv,nlure of Cla;ma,d or Agtlu,riced A,Wal) r I ,, Gr. �` � GillCSf Nr 2t 94A FORM 5 5000 (Rev. 2/87) 19 93 , at Corona (5itv,nlure of Cla;ma,d or Agtlu,riced A,Wal) NOTICE 11D *Stop Notice 0 CALIFORNIA CIVIL C0D13 SECI'ION 3103 OF NEWPORT BEACH - FINANCE DEPARTMENT 3300 NEWPORT BLED. ; ?SEWPORT BE�CI; rCA re. r.,��6�� �mrl Ktr 1993 CM -- tY OF X (If Private .lob - file with icspousible officer or pelsoa if office or blanch of consintetion Icndcr admifnkp l *AW the couslructioo funds or with the owner - CIVIL CODE SECTIONS 3156 - 3175) (If Public Job - file with office of controller, auditor, or other public disbuisiug officer whose duty it is to make paymeuts uuder powisious of the contract - C'IV11. CODE SECTIONS 3179 - 3214) Prince Contractor. KENNEDY PIPELINE 61 ARGONAUT; ALISO VIEJO, CA 92653 Sub Contractor (If Any) Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as "STREET REHABILITATION" SUPERIOR, PLACENTIA & BALBOA BLVD. PROJECT 1170 -15 (Nmrlc and arldn,s of moic,I or nvrrk of imptot rmrw) in the City of -._ NEWPORT BEACH - _, - County of ORANGE_ State of California. ALL AMERICAN ASPHALT CORPORATION - Claimant, it (('lallallllll- — - (( rlr /)uralirHl /19rr lllPl 111111 /$Our /9nOriPlr)r.tlll /)/ furnished celtai11 labor, service, cquipmcu n t of rucfials used in the above descrihed work of implovemenl. The nacre of the person or company by whom claimant was employed or to whom claimm)( ftimished labor, service, equipment, or materials is KENNEDY PIPELINE (Name It/ S,,N onU ,1,,, /('mrttm ial/nova.. Build"') I'Ic kind of labor, service, e(Iuipment, of materials furnished or agiced to be furnished by claimant was ASPHALTIC CONCRETE IN PLACE • (l)re'rihr in rlrluil) 'Total value of labor, service, cquipmcut, or materials agreed to be fulnisbcd ......... .$103,816.46 Total value of labor, service, equipment, or materials actually furnished is ............ .$103,816.46 Credit for materials loomed, it ally ............................... ............................... $ __._....__...... ----- — Amount paid on accounl, if an)' .................................... ............................... $ _93,436-_81 - Amount due after deducting all just credits and offsets ...... ............................... $ 10,37. -9..65 YOU ARE: IIEREIRY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the :unount of .$ 10,379.65 iful iu aclelition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL COL). SECTION 3083). -__IS NOT .. _ attached. (11ond required with Stop f1slu ,W) Notice served on consifuclions Icndcr oil private jobs — bond not Ie(Ioiled oil public jobs or oil Stop Notice served on owner on private jobs). Date _-_J11NE .... Name of, Claimant ._ALL AMERICAN ASPHALT e^ P.O. BOX 2229 w �w CORONA -,._ CA 91719 2229 c c.i Ily `.... �' - -- -- - \j\ CORPORATE SECRETWRY'I... I .,��y VltiRll'ICA'IION 1, the undecsigncd, slate: 1 ant the SECRETARY OF - -- ('ilRrnl tl,e claimaut named is file I'mcgoiug Stop Notice; t have lead said claim of Slop Noticc and Lnow lire contents thereof, and I certify that Ute same is True of lily own knowledge. i ecIlily (or cicicalc) under pcnaliy of perjury uue'icl tote iatvs of llle ;ielle or Clliiloillia dial the loregoing is true and correct. JUNE 16 93 CORONA liseculedlon .—.......... ........... .............__........ _.. 19 ...... ...... ' L. _. ....__._ Stole of _..CALIFORNIA ....... _ ..... -_- • i ,Y,_M_ - - (Signalror n( ('lllimam urnNlruri {rrl ,I,¢rnrJ REQUKS'1' FOIL NOf IC L' OF ELIA:'I ION (Priva(e 1Voiks Only) Iran cleclion is made Iml to wilhhohl 11111(5 pinsuanl to this siop uolice by Icasun of a pavnlcnl bond having l)ce11 recoldc'd in acroula icc wilh Sections 3235 of 3162, plrasr scud notice of such (lotion aml a copy of Ile bond within 30 clays of such election in the enclosed pleaddlcssc•d sla aped encclope to the oddic.ss of the claim:ull shown above. 'I'hi.s infon11alio11 must be pimided by you nrtdel Ckil Code Scrlimis 3159, 3161 or 316:. (r 'loununl nnral nIl l...r .w 'l/ u.l,G r.enl H ✓rnlrwl rn rrloprJ I III Ir. I l.w, n tl •'dn III II I.I ri T 3300 NEWPORT BLED. ; ?SEWPORT BE�CI; rCA re. r.,��6�� �mrl Ktr 1993 CM -- tY OF X (If Private .lob - file with icspousible officer or pelsoa if office or blanch of consintetion Icndcr admifnkp l *AW the couslructioo funds or with the owner - CIVIL CODE SECTIONS 3156 - 3175) (If Public Job - file with office of controller, auditor, or other public disbuisiug officer whose duty it is to make paymeuts uuder powisious of the contract - C'IV11. CODE SECTIONS 3179 - 3214) Prince Contractor. KENNEDY PIPELINE 61 ARGONAUT; ALISO VIEJO, CA 92653 Sub Contractor (If Any) Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as "STREET REHABILITATION" SUPERIOR, PLACENTIA & BALBOA BLVD. PROJECT 1170 -15 (Nmrlc and arldn,s of moic,I or nvrrk of imptot rmrw) in the City of -._ NEWPORT BEACH - _, - County of ORANGE_ State of California. ALL AMERICAN ASPHALT CORPORATION - Claimant, it (('lallallllll- — - (( rlr /)uralirHl /19rr lllPl 111111 /$Our /9nOriPlr)r.tlll /)/ furnished celtai11 labor, service, cquipmcu n t of rucfials used in the above descrihed work of implovemenl. The nacre of the person or company by whom claimant was employed or to whom claimm)( ftimished labor, service, equipment, or materials is KENNEDY PIPELINE (Name It/ S,,N onU ,1,,, /('mrttm ial/nova.. Build"') I'Ic kind of labor, service, e(Iuipment, of materials furnished or agiced to be furnished by claimant was ASPHALTIC CONCRETE IN PLACE • (l)re'rihr in rlrluil) 'Total value of labor, service, cquipmcut, or materials agreed to be fulnisbcd ......... .$103,816.46 Total value of labor, service, equipment, or materials actually furnished is ............ .$103,816.46 Credit for materials loomed, it ally ............................... ............................... $ __._....__...... ----- — Amount paid on accounl, if an)' .................................... ............................... $ _93,436-_81 - Amount due after deducting all just credits and offsets ...... ............................... $ 10,37. -9..65 YOU ARE: IIEREIRY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the :unount of .$ 10,379.65 iful iu aclelition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL COL). SECTION 3083). -__IS NOT .. _ attached. (11ond required with Stop f1slu ,W) Notice served on consifuclions Icndcr oil private jobs — bond not Ie(Ioiled oil public jobs or oil Stop Notice served on owner on private jobs). Date _-_J11NE .... Name of, Claimant ._ALL AMERICAN ASPHALT e^ P.O. BOX 2229 w �w CORONA -,._ CA 91719 2229 c c.i Ily `.... �' - -- -- - \j\ CORPORATE SECRETWRY'I... I .,��y VltiRll'ICA'IION 1, the undecsigncd, slate: 1 ant the SECRETARY OF - -- ('ilRrnl tl,e claimaut named is file I'mcgoiug Stop Notice; t have lead said claim of Slop Noticc and Lnow lire contents thereof, and I certify that Ute same is True of lily own knowledge. i ecIlily (or cicicalc) under pcnaliy of perjury uue'icl tote iatvs of llle ;ielle or Clliiloillia dial the loregoing is true and correct. JUNE 16 93 CORONA liseculedlon .—.......... ........... .............__........ _.. 19 ...... ...... ' L. _. ....__._ Stole of _..CALIFORNIA ....... _ ..... -_- • i ,Y,_M_ - - (Signalror n( ('lllimam urnNlruri {rrl ,I,¢rnrJ REQUKS'1' FOIL NOf IC L' OF ELIA:'I ION (Priva(e 1Voiks Only) Iran cleclion is made Iml to wilhhohl 11111(5 pinsuanl to this siop uolice by Icasun of a pavnlcnl bond having l)ce11 recoldc'd in acroula icc wilh Sections 3235 of 3162, plrasr scud notice of such (lotion aml a copy of Ile bond within 30 clays of such election in the enclosed pleaddlcssc•d sla aped encclope to the oddic.ss of the claim:ull shown above. 'I'hi.s infon11alio11 must be pimided by you nrtdel Ckil Code Scrlimis 3159, 3161 or 316:. (r 'loununl nnral nIl l...r .w 'l/ u.l,G r.enl H ✓rnlrwl rn rrloprJ I III Ir. I l.w, n tl •'dn III II I.I ri June 10, 1993 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Kennedy Pipeline Co. 61 Argonaut Aliso Viejo, CA 92656 (714) 644 -3005 Subject: Surety: American Bonding Company Bond No. 9253936 Contract No.: C -2910 Project: Balboa Boulevard Rehabilitation, Placentia Avenue and Superior Avenue Rehabilitation The City Council of Newport Beach on May 10, 1993 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on May 19, 1993, Reference No. 93- 0335863. Sincerely, Irene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk "&y -?, 2.7f City fwpNewpport Beach Newport Beach, CAe92663 # 93-0335863 19—MAY-199133 6 -2 ° �2 PM Recorded in Official Records of Orange County, California Lee A. Brand„ County Recorder Rage 1 of 1 Fees: i V.VU Tax: t 0.00 "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 Kennedy Pipeline Co., 61 Argonaut, Aliso Viejo, CA 92656 as Contractor, entered into a Contract on January 11, 1993 Said Contract set forth certain improvements, as follows: Balboa Boulevard Rehabilitation, Placentia Avenue and Superior Avenue Rehabilitation (C -2910) Work on said Contract was completed on March 25, 1993 and was found to be acceptable on May 10, 1993 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Bonding Company, P.O. Box 5616. Riverside, CA 92517 -5616 BY c � a, 7d� lip worxS Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on %�!lG L ZI /&f , at Newport Beach BY io <I FCi "ii° Rtt!E k�r ,�h s1�� K9g3 n�wctoai etec+� May 10, 1993 MAY CITY COUNCIL AGENDA ITEM NO. 22 APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF BALBOA BOULEVARD REHABILITATION FROM 23RD STREET TO 32ND STREET; PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION (C -2910) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. • DISCUSSION: The contract for the construction of the subject projects has been completed to the satisfaction of the Public Works Department. The bid price was: $496,153.00 Amount of unit price items constructed: 491,197.10 Amount of change orders: None Total contract cost: $491,197.10 Funds for the project were budgeted in the: General Fund, Account No. 7013 - 98313018, Arterial Highway Financing Fund, Account No. 7203 - 98313032, Contributions Fund (OCTA), Account No. 7253- 98313039, Water Enterprise Fund, Account No. 7503 - 98500003 and Sewer Enterprise Fund, Account No. 7533 - 98530001. The contractor is Kennedy Pipeline Construction, Inc. of Aliso Viejo. • The contract date of completion was April 16, 1993. The work was completed by March 25, 1993. Benjamin B. Nolan Public Works Director TO: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 FINANCE DIRECTOR 4 /// - FROM: CITY CLERK DATE: January 12, 1993 SUBJECT: Contract No. C -2910 Description of Contract Balboa Boulevard Rehabilitation; Placentia Avenue and Superior Avenue Rehabilitation Effective date of Contract January 11, 1993 Authorized by Minute Action, approved on November 23, 1992 Contract with Kennedy Pipeline Company Address 61 Argonaut Aliso Viejo, CA 92656 Amount of Contract $496,153.00 " s 411 ''d Wanda E. D- 4 0 po�U City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach V (3�) . \ �l BY THE CITY COUNCIL 7 CITY OF t4F'�;'= C.C:'. H November 23, 1992 n, ?_3 ' 0 CITY COUNCIL AGENDA • AED ITEM NO. 8 PPROV TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: BALBOA BOULEVARD REHABILITATION FROM 23RD STREET TO 32ND STREET; PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION (C -2910) RECOMMENDATIONS: Award Contract No. 2910 to Kennedy Pipeline Company for the Total Bid Price of $496,153.00 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on November 10, 1992 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Kennedy Pipeline Co. $496,153.00 2. Excalibur Contracting, Inc. 510,548.75 3. Boral Resources, Inc. 512,852.62 4. Damon Construction Co. 515,326.00 5. Excel Paving Co. 527,371.75 6. Shawnan Corporation 533,333.00 7. Gillespie Construction, Inc. 542,266.00 8. Sully - Miller Contracting Co. 579,919.71* 9. Griffith Co. 594,128.00 ** • * Corrected total bid price is $579,917.84 ** Corrected total bid price is $593,316.20 The low total bid price is 14.5% below the Engineer's Estimate of $ 580,000.00. The low bidder, Kennedy Pipeline Company is a well - qualified general contractor who has satisfactorily completed previous contract work for the City. Subject: Balboa Boulevard Rehabilitation from 23rd Street to 32nd Street; Placentia Avenue and Superior Avenue Rehabilitation (C -2910) • November 23, 1992 Page 2 Approximately $165,000 of the Balboa Boulevard portion of the project is funded by the Arterial highway Financing Program and the Orange County Transit Authority (see attached exhibit). This portion consists of reconstructing as needed portions of existing street section, curb and gutter, alley approaches, and sidewalk. The project will also include replacement of certain existing sewer mains, improvement of storm drains, replacement of street light conduits and conductors, installation of a concrete bus turnout pad and curb access ramps, crack sealing of pavement cracks 1/4" and larger, and construction of an A.C. overlay over reinforced pavement fabric. The project will improve the rideability and drainage on the pavement surface with an adequate structural section for present and future traffic demands. Added to the contract, but not funded in any part by the AHFP, is the rehabilitation of 1) Placentia Avenue between • Hospital Road and Superior Avenue and 2) Superior Avenue between Placentia Avenue and 1800 feet northeasterly (see attached exhibit). This work includes reconstructing as needed portions of existing street section, curb and gutter, and sidewalk. The project will also include crack sealing of pavement cracks 1/4" and larger, and construction of an A.C. overlay over reinforced pavement fabric. Sufficient funds to award this amount are available in the following accounts: Description Account Amount Balboa Blvd. Rehabilitation (CITY portion) 7193- 98313031 $161,493 Placentia Ave. and Superior Ave. Rehabilitation 7013- 98313018 $170,000 Balboa Blvd. Rehabilitation (AHFP portion) 7203 - 98313032 $155,000 • Balboa Blvd. Rehabilitation (Bus pad portion) 7253 - 98313039 $ 9,660* $496,153 *Reimbursement pending execution of agreement with OCTA • Subject: Balboa Boulevard Rehabilitation from 23rd Street to 32nd Street; Placentia Avenue and Superior Avenue Rehabilitation (C -2910) November 23, 1992 Page 3 The plans and specifications were prepared by the Public Works Department. Categorical exemptions of environmental impact have been affirmed by the City Council and filed with the County Clerk. The estimated date of completion is May 19, 1993. Benjamin B. Nolan Public Works Director GW:so w cr cr EN 'J 16TH ST cr w CITY OF COSTA MESA PRODUCTION CITY OF NEWPORT BEACI PLACE �cri iSTH ST 19 U 2 a jr'A4 y���cF HOSPITAL ROAD STS �s X99 �T �4s9 � \tea I SUPERIOR AVE. AND PLACENTIA AVE. EXHIBIT r REHABILITATION Dm: OQ/2wm u u ca 12e Aq f0, olk I co c NEWPORT PIER CITY HALL sk vu SIX I lob S% SON Cal BALBOA BLVD. REHAB I L I TAT I ON FROM 23RD ST. TO 32ND STREET EXHIBIT ow. 00/mm •City Clerk r ' NOTICE INVITING BIAS Sealed bids may be received at the office of the City Clerk, 3308 Newport Boulevard, P. 0. Box 1768, Newport Beach, CF 92659 -1768 until m. on the 10th day of NoXember , 1992, at which time such bids s UT -be opened and read for BALBOA BOULEVARD REHABILITATION PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION Title of Project 2910 Contract No. gineer's Lstimate �wswonv?�Ovi F Fp oved by th .T V Council this Q2th day of rbc o er . 1992. Wanda E. Raggi City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1758, Newport Beach, CF 92659 -1768. i For further information, call Gilbert Wong at 644-3311. Project Manager i I • CITY OP NEWPORT BEACR PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA BOULEVARD REHABILITATION PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION CONTRACT NO. 2910 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2910 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum 2. 1,800 Tons 3. 6,300 Sq. Yds. Mobilization and Traffic Control @ Eighty Nine Hundred Dollars Thirteen and 0 Cents $8,913.00 Per Lump Sum Remove existing street section, prepare subgrade, and construct 0.65' thick A.C. base course @ Thirty Dollars and 0 Cents $ 30.00 $642000.00 Per Ton Cold plane existing pavement- @ Two Dollars and 0 Cents $ 2.00 $122600.00 Per Square Yard •PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 8,800 Provide and install Sq. Yds. pavement fabric @ One Dollars and 0 Cents $ 1.00 $ 8.800.00 Per Square Yard 5. 820 Remove existing alley approach Square Feet and construct P.C.C..alley approach @ Four Dollars and 0 Cents $ 4.00 $ 3.280.00 Per Square Foot 6. 3,200 Remove existing improvements and Square Feet construct P.C.C. cross gutter @ Five Dollars and 0 Cents $ 5.00 $16-000.0 Per Square Foot 7. 536 Remove existing 8 -inch sanitary Linear Feet sewer and construct new 8 -inch sewer main @ One Hundred Sixteen Dollars and 0 Cents $116.00 $ 62,176.00 Per Linear Foot 8. 9 Remove existing sewer lateral and Each construct new 4 -inch sewer lateral with clean -out per CNB. STD - 406 -L. @six Hundred Dollars and 0 Cents $600.00 $ 5,400.00 Per Each 9. 6 Abandon existing sewer manhole Each @ Eight Hundred Dollars and 0 Cents $800.00 $ 4,800.00 Per Each • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL, NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 90 Abandon existing sewer main Linear Feet @ Ten Dollars and 0 Cents $ 10.00 $ 900.00 Per Liner Foot 11. 4 Construct sewer manhole (48" dia.) Each @ Eighteen Hundred Dollars and 0 Cents $i.g00.00 7- 2nn_nn Per Each 12. 2 Construct sewer lateral Each cleanout @ Three Hundred Seven = Dollars ty ive and 0 Cents $ 375.00$ 75n_0n Per Each 13. 1,300 Remove existing P.C.C. improvements Linear Feet and construct Type "A" P.C.C. curb and gutter Fifteen Dollars and 0 Cents Per Linear Foot 14. 750 Remove existing P.C.C. improvements Square Feet and construct P.C.C. curb access ramp @ Four Dollars and 0 Cents $ 4.00 $3.000.00 Per Square Foot 15. 5,300 Remove existing P.C.C. sidewalk Square Feet and construct P.C.C. sidewalk @ Three Dollars and 0 Cents $ 3.00 $15,900.00 Per Square Foot PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1 Remove existing P.C.C. improvements Each and construct curb inlet Type OL -A per CNB Std.- 305 -L, L=5' @ Twenty Seven Hundred Dollars and 0 Cents $22700.00$ 2,700.00 Per Each 17. 2 Construct Junction Structure No.1 Each @ Twenty Five Hundred Dollars and 0 Cents $2.500.00$ 5,000.00 Per Each 18. 2 Remove existing curb inlet and Each construct curb inlet Type OL -A per CNB Std.- 305 -L, L=6' @ Thirty Two Hundred Dgilars "'and 0 Cents $3,200.00$ 6,400.00 Per Each 19. 1 Remove existing junction structure Each @ Tweleve Hundred Dollars and 0 Cents $1,200.00$ 1,200.00 Per Each 20. 172 Construct 15" dia. storm drain Linear Feet lateral with slurry backfill @ One Hundred Forty Dollars wo and 0 Cents $ 142.00$24,424.00 Per Linear Foot 21. 181 Remove existing 12" dia:;:,C.M.:P. and Linear Feet construct 18" dia. storm with slurry backfill @ One Hundred Fifty Dollars 719 and 0 Cents $ 158.00$28,598.00 Per Linear Foot • • PR 1.5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 142 Remove existing 12" dia. C.M.P. and Linear Feet construct 15" dia. storm with slurry backfill @ One Hundred Fifty Dollars Two and 0 Cents $ 152.00 $ 21.584.00 Per Linear Foot 23. Lump Sum Crack seal existing pavement @ Three Thousand Dollars and 0 Cents $ 3-000-0 Per Lump Sum 24. 3,800 Construct 0.15' asphalt Tons concrete overlay @ Twenty Eiaht Dollars and 0 Cents $ 2.8.00 $1QLAQ0.00 Per Ton 25. 2,415 Remove existing improvements and Square Feet construct 12" thick P.C.C. bus turn out pad (includes curb) @ Five Dollars and 0 Cents $ 5.00 $12.075.00 Per Square Foot 26. 138 Remove existing P.C.C. driveway Square Feet approach and construct P.C.C. driveway approach @ Six Dollars and 0 Cents $ 6.00 $ 828.00 Per Square Foot 27. 24 Adjust existing sewer and Each storm drain manhole frames and covers to finished grade @ Two Hundred Dollars and 0 cents $200.00 $ 4,800.00 Per Each • • PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 53 Each 29. Lump Sum Adjust existing water valve and survey monument frames and covers to finished grade @ One Hundred Seventy Dollars Five and 0 Cents $ 17s-nn $ q,975 nn Per Each Provide traffic striping and pavement markings @ Twelve Thousand Dollars and 0 Cents $17,nnn_nn Per Lump Sum 30. 34 Provide and install Each fire hydrant markers @ Five Dollars and 0 Cents $ 5.00 $ 17n-f)n Per Each 31. 1 Reconstruct existing sewer manhole Each per CNB Std.- 401 -L, 48" dia. @ Fifteen Hundred Dollars and 0 Cents $LULL $ 1,500 - 0 Per Each 32. 1,250 Install 1.25" dia. PVC street light Lineal Feet conduit with (1) - 18 stranded copper 5 -Kv street light cable and (1) - #8 solid copper bare ground conductor @ Nine Dollars and 0 Cents $ 9.00 $12,250.00 Per Lineal Foot 33. 11 Provide and install street Each light pull box (#3 -1/2) @ Ninety Five Dollars and 0 Cents $ 95.00 $1,045.00 Per Each i • • PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 2 Remove existing pull box and Each replace with 13 -1/2 street light pull box @ One Hundred Fifty Dollars and 0 Cents $ 150.00 $ 300.00 Per Each 35. 8 Remove existing pull box and Each replace with 15F street light pull box @ Four Hundred Dollars and 0 Cents $ 400.00 $3.200.00 Per Each 36. 270 Install 1.25" dia. PVC street light Lineal Feet conduit without conductor wiring (provide 3/8" nylon pull -rope) @ Fifteen Dollars and 0 Cents $ 15.00 $4.050.00 Per Lineal Foot 37. 200 Install 1.25" dia. PVC street light Lineal Feet conduit with (2) - #8 stranded copper 5 -Kv street light cables and (1) - #8 solid copper bare ground conductor @ Fourteen Dollars and 0 Cents $ 14.00 $2,800.00 Per Lineal Foot 38. Lump Sum Maintain \remove \abandon existing street light conduit \conductors @ Sixty Five Hundred Dollars and 0 Cents $6,500.00 Per Lump Sum • PR 1.8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39. 1 Reset existing street light standard Each @ One Thousand Dollars and 0 Cents $1,000.0 $ 1A00.00 Per Each 40. 6,600 Provide and install 12" wide Square Feet asphaltic membrane pavement fabric @ 0 Dollars and Thirty Five Cents $ 35 $ 2,310.00 Per Square Foot 41. 3 Reset existing parking meter Each @ One Hundred Seventy Dollars Five and 0 Cents $ 175.00 S 525.00 Per Each Four Hundred Ninety Six Thousand One Dollars Hundred Fifty Three and 0 Cents $ 496,153.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) November 10, 1992 ' Kennedy Pipeline Company Date Bidder 714) 380 -8363 Bidder's Telephone No. R.D. Cohen, Project Engineer 259575 Class A x`61 Argonaut, Aliso Viejo, Ca 92656 Bidder's License Bidder's Address No. & Classification Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The.,title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the 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 col authorized by the corporation. shall be of a general partner. shall be of the owner. s Obvww- 10, M2 Date 5/91 peu kt E signatures and titles of, persons the bidder. For corporations, the :porate officer or an individual For partnerships, the signatures For sole ownership, the signature n u 0 DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of rthe City of Newport Beach. Subcontract Work Subcontractor Address 1. Cold Planing Pavement Recycling Sys. Riverside, CA 2. IPS Traffic Striping San Bernardino, CA 3. Electric 4. 5. 6. 7. S. 9. 10. 11. 12. Kennedy Pipeline Bidder 5/91 Evans Electric Orange Authorized Signature /Title R.D. Cohen • *BOND #9253821 Page 4 BIDDRE'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, KENNEDY PIPELINE COMPANY as bidder, and AMERICAN BONDING C MP , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of SIXTY THOUSAND AND NO /100'S Dollars ($60,000.00 ),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF'THE FOREGOING OBLIGATION IS SUCH, That if. the proposal of the above bounden bidder for the construction of BALBOA BLVD, PLACENTIA AVE & S,�FT R�QR )jVE. _REHABIT,ITATIC (Title of Project and Contr -' No.) in the City of Newport Beach, is accepted by the city Coincil of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall'.exeeute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award 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 WI'T'NESS WHEREOF, we hereunto set our hands and seals this 10TH day of NOVEMBER , 19 92 1.4 `h KENNEDY PIPELINE COMPANY Bidder (Attach Acknowledgment Of Attorney -In -Fact) i Notary Public Commission Expires; 5191 Authorized Signature/Title- #2910 PANY OT STATE OF CALIFORNIA ss. COUNTY OF 6em�v I On this day of in the year 19 before me, the undersigned `a Notary Public in andf r said State, personally appeared OFFICIAL SEAL MARY TRUMBLE Q NOTARY PUBLIC CALIFORNIA ORANGE COUNTY My Comm. Expires Nov. 29. 1990 ACKNONLEDGYENT —fw —Vft a Fpm I33G —esv. 5-82 Otm WGLCDtrs, MCI whodNUrx) , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name_ r/1 subscribed to the within instrument, and acknowledged to me that fie_ executed it. WITNESS my hand and offici ::4�!ll1��� Notary Public in and for said State. State of CALIFORNIA @ ,)unty of RIVERSIDE RBI 11 -10 -92 before me, THERESA BOK DATE DATE NAME TITIE OF OFFICER - EG.'JANE DOE, NOTARY PUBLIC personally appeared JOHN A. RUIZ NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and ac- ti knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), ' THERESA I.BOK ortheentity upon behalf of which the person (s) COMM. #959255 D acted, executed the instrument. NOTARY PUBLIC - CALIFORNIA w RIVERSIDE COUNTY Witness m hand and official seal. y '+ My Comm. Expires March 5.. 1998 9 d SIGNATURE OF NOTARY CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL(S) ❑ CORPORATE_ OFFICER(S) TITLE(s) ❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTt1Y(IES) I ATTENTION NOTARY: Although the information requested below is OPTIONAL, R could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of D( Number of Pages Signer(s) Other Than Named Above Date of Document ALCAN BONDING COMP 9253821 GENERAL POWER OF ATTORNEY Know all men by these Presents, That AMERICAN BONDING COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint JOHN A. RUIZ OF RIVERSIDE, CALIFORNIA its true and lawful aflomey- indact, for it and in As name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ONE MILLION ($1,000,000) DOLLARS This Power of Attorney is granted and is signed and seakill by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 15th day of November, 1991. 'RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an El acutive Vice President u a Senior Vice President W a Vice President of the Company, be, and that each or any of them Is, authorized to emote Ptnrers of Attorney qualifying the anornay- imiacl named In the gin Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship and that an Assistant Vice President. a Secretary w an Assistant Secretary be, and that each or any of them hereby Is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. .. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be atlbred to soy such Power of Attorney or to my certificate reeling thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company When so alibied and M the future with respect to any bond, undertaking or contract of suretyship to which it is attached" In VWgtess whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed, and Muse presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 12th Day Of October, 1992. Atte William ft. McKenzie, Assistant Vice President STATE OF ARIZONA COUNTY OF PIMA AMERICAN BONDWG COMPANY e0M°HO By SEA t08e . James Presitlem On this 12th day of October , 1992 , before me personalty came James M. Boylan, to me known, who being by me duty sworn, did depose and say that he is a Vice President of AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said Corporation; that the sea affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. OFFICIAL SEAL d'r CHRISTIE TURLEY NOTARY PUBLIC CHRIST ETURIEY fd NOTARY PUBLIC My Commission Explras My Commission Expires March 10, 1995 March 10, 1995 cERT1 I, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board gf,girectors, set forth in the said Power of Attorney, is now in force. " l I „I Ir Signed and sealed at the city of Tucson, in the State of Arizona Dated the 10TH day of NOVEMBER , 19 92 > SEA Florence E. Robert. Assistant Sy.el"y l :I i O' Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ww(Ir ) ?W ®uMAS- cowe*) , being first duly sworn, deposes and says that he or she is "41fi€G2- of K-FNLEP41 21 the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. 11!1-VNJwl'I APWNE Bidder / l( Authorized Signature/Title Subscribed and sworn to before me this 164� day of NGVBE+� lgQ2. Notary lc Ny Commission Expires: 5/91 [SEAL] OFFICIAL SEAT. MARY TRUP.QBLE m • NGTARY PUBLIC -CALIFORNIA ORANGE COUNTY My C,,M. EXWOtes Nov. 29.1996 Page 6 i 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 92 City of Newport Beach Mark Puglisi 644 -3311 92 County of Orange Richard Clossan 567 -7810 92 County of Orange Brian McKinney 589 -4136 92 County of Orange Lon Hanson 567 -6253 92 City of Carlsbad Tony Allaya (619) 434 -2803 Kennedy Pipeline Co. Bidder 5/91 Afthor zed Signature /Title R.D. Cohen, Project Engineer • Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the ,Standard Specifications for Public Works Construction, except as modified by thesSpecial Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 PRFM. $8,442.00 THE FINAL PREMI BOND 9253936 PREDICATED ON THE FINAL CONTRACT PRICE q Page 9 EXECUTED IN QUADRUPLICATE - IN FAITHT UL PER NC BOND K2ZOW ALL MEN BY THESE PRESENTS, That 11 f WHEREAS, thelCity Council! of the City of Newport Beach, State of California, by motipin adopted November 23, 1992 has awarded to hereinafter desi nated as the "Principal", a contract for in the City of Newport Beach, in strict conformity w th the Contract, Drawings and Specifications and .other contract documents in the office of the City Clerk of and City of :Newport Beach, all of which are incorporated herein by this reference; ,!�, J ,fir WHERas,!'Principal has executed or is about pto execute Contract No. and the terms thereof lrequire the furnishing of�a onnd -for t�e faithful performance -of the Contract; is II NOW, THEREFORE we KENNEDY PIPELINE COMPANY as Principal,;and ; PMERICAN BONDING COMPANY as surety axe held firmly bound unto the City of NewWpport Beach, in the sum of FCI R HUNDRED NINETY SIX THOUSAND ONE HUNDRED FIFTY THREE WLJ, RJ t NU v -o ----------- uvtiars �,� Y7V, IJJ.VV� , na.�a 5wu can iy equal to 100$ of the esti ated 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 aheirs, 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 ; Princ4pal,,I its heirs, executors, administrators, 111 successors, or dssigns, shalliin all things stand to and abide by, and well .keep ,trulylland 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. .j:, 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 t ,ir r . Page 9A obligations on ;this n8, and.it does hereby waive notice of any uch Change: extension ' of, time, alterations or additions of the aontract.orto the work or to the specifications. ma Jhis, Faithful ' Performance Bond shal'lI be extended and monnt ined by the Principal in full force and effect for six (6) th following the,date of formal acceptance of the Project by the C y.. I In the evexit that the principal executed this bond as an individual, it is agreed that the death of any such principal shall, not exonerate the Surety from its obligations under this bond. IN WTTNBSS1WHEREOP, this itrument has been duly executed by the Principal and Surety above named, on the 24TH day of NOVE*EU ; 19 92 ken`Inedv Pibeiine'`Comoanv ��i� Ir ICAN BC�IVDIIJG �pA� Na of Sure y 1 P . MCk'5616, RIVERSi�y CA 94 NOTARY l Authoriz gnature�3le R.D Cohen Te epnone (909) HTS OE' CONTRACTOR S�iO Y BUST 8S 722 STATE OF CALIFORNIA COUNTY OF OFFICIAL SEAL MARY TRUMBLE ' NOTApv PU &IC CALIFORNIA ORANGE COUNTY My Comm. Ezplras Nov. 29, 1994 ACKxOWIEOGMENT- 61=91 -Wat= ram z33CA -Rm.. s-ez 91M NOLCOTTS.IRC, "Wv 4.7) On this' day of In the year 19 before me, the undersigned, a Notary Public in and for said State, personally appeared „GL• Ems- . c _�� cv i s personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name — (-Y subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. Notary Public in and for said State. State of CALIFORNIA County of RIVERSIDE On 11 -24 -92 before me, THERESA I- BCK DATE NAME, TITLE OF OFFICER - E.G.. *JANE DOE, NOTARY PUBLIC' personally appeared JOHN A. RUIZ NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their � 'i gnature(s) on the instrument the person(s), THERESA 1. BOI N .•j,'. COMM. #959255 r the entity upon behalf of which the person (s) ,X NOTARY PUfrLIC • OALIfpRNIA �cted, executed the instrument. H!yCfi91C6 COuN1T ` My COMM. Fxpire9MBrcn s„ tgsslitness my hand and seal. official SIGNATURE OF NOTARY CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL(S) ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document O 1987 NATIONAL NOTARY ASSOCIATION • 8238 R=rnet A". • P.O. Box 7184 • C< • • Page 8 i + PAYMENT BON KNOW ALL' *W BY THESE PRESENTS, that *HEREAS,Ithe City'Council� of the City of Newport Beach, State ofl calif ornia,.;;j by imotion adopted `_November 23, 1992 has awarded to Ken nedy "Pi peline Company herex after designated as the "PriDcipa °, a aontract for Sal boa_Boulevard_Rehab. the City of Newport Beach, in strict conformity with the Drawings and Spegifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; I WHEREAS] said! Principal has executed or is about to execute Contract Ne. 1_' and the terms thereof require the furnishing of a bond, providing 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;for NOW, THEREFORE,We,I: KENNEDY PIPELINE OOMPANY as Principal, and K AMERICAN BONDING CYMPANY as Su ety, are held firmly bound unto the City of Newport Bea in the um of * Dollars (S ):, said sum being equal to 100& of t e estimated amount payable by the City of Newport Beach under the terms of the contract; for which,piyment well and truly made,: we bind ourselves, our heirs, executoist•and, administrators, successors, or assigns, jointly +;and severally ;firmly by i,bLese presents. **FOUR. HUNDRED tNggM,!j$iX THOUS" ONE HUNDRED FIFTY THREE DOLLARS AND N011001S THEICONDITION OFI THIS OBLIGATION IS SUCH; that if the above bo`nden ,Principal orlhis /her subcontractors, fail to pay for any. ma erials, provisions, or other supplies, used in, upon, for, or �ab ut the performanceof the work contracted to be done, or for any of er work or,labor thereon of any kind or for amounts due under 'th UnemRloyment.Insurance Code with respect to such work or labor, ortfor any amounts required to be deducted, withheld and paid over to;'i 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.laboj�, 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 suitjis brought upon the bond, a reasonable attorneys fee, to be fixed by the Court.as required by the'-provisions of Section 3250 �Of.the Civil Code-of.the State of California. z �: I 71 ,; i Page 8A Tie fond shall inure to the benefit of any and all persons companies, and corporations entitled to file claims under section 3161 of the California! Civil Code so as to give a right to them or their assigns iniany suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq.iof the Civil Code of the State of California. And said Surety Ifor value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of:: the i 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 WITNESSiWHEREOF, this'instrument.has been duly executed by the above named Principal and Surety, on the 24TH day of hDVEMEEF i 19_9a .i, Jli i Kennedy i'Pipf] i nel' rnmAPy Name of Contractor (Principal)- Authorized Signature /Tlt.e X48RTCAN BCNDING CCMPANY Name of Surety P30. 4:5616, P,.WERS,TDE, CA Address of Surety I „ R.D. Cohen, Project Manager NOTARY ACRNOWLEDGHSNTS OF CONTRACTOR AND SURETY HOST BE ATTACB$D i ,T. STATE OF CALIFORNIA ss. COUNTY OF On this `�ay of in the year 19 , before me, the undersigned, a Notary Public in and ter said State, personally appeared Eq,NO�TA-RY FFICIAL SEAL, RY TRUMBLE PUBLIC CALIFORNIA ORANGE COUNTY mm. Expires Nov. 29, 1994 , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name_ subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal�J����� Notary Public in and for said II State_ ?rwl —p ay Form 2WCA —Ibv. 5 -82 01962 MWSOTTSIN tfd 11 State of CALIFORNIA County of RIVERSIDE On 11 -24 -92 before me, THERESA I. BOK I DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared JOHN A. RUIZ NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their �I 7NERESA I. BOK signature(s) on the instrument the person(s), _" °{ or the entity upon behalf of which the person(s) COMM. #959255 7j acted, executed the instrument. NOTARY PUBLIC CALIFORNIA A g,r RIVSRSIDE COUNTY ^ Witness m hand and official seal. ♦>� My Comm, Expires March 5„ 1996 y r J CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL(S) ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) jr ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to Unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document 0 1991 NATIONAL NOTARY ASSOCIATION • 8236 RemrnH A". • P.O. Box 7164 • C81109a PHIS CA 97904-7184 FXF,CUPED IN MADRUPLICATE- A*CAN BONDING COMP 9253936 GENERAL POWER OF ATTORNEY Know all men by these Presents, That AMERICAN BONDING COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint JOHN A- RUIZ OF RIVERSIDE, CALIFORNIA its true and lawful attorney -in -fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to , ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ONE MILLION ($1,000,000) DOLLARS This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 15th day of November, 1991. 'RESOLVED. that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senlor Vice President ar a Vice President of the Company, be, and that each or any of them Is, authorized to execute Powers of Attorney qualifying the attorney- in-fact named in the given Power of Attorney to w acute in behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be and that each or any of them hereby is, authorized to attest the execution of any such Power at Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company maybe affixed to any such Power of Attorney of to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when s, affixed and in the future with respect to any bond, undertaking or contract of suretyship to which It is attached' In Witness Whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 12th Day of October, 1992. William R. McKenzie, Assistant Vice President STATE OF ARIZONA a5.: COUNTY OF PIMA AMERICAN 0 eNp By II�SEAr� � � 1980 t L rr COMPANY President On this 12th day of October , 1992 , before me personally came James M. Boylan, to me known, who being by me duly sworn, did depose and say that he is a Vice President of AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ,rte OFFICIAL SEAT. al�cl►� CNRISTIE TURLEY NOTARY PUBLIC CHRISTIE TU PUBLIC V+ My Commission Ex NOTARY PUBLIC plres My Commission Expaes March 10, 1885 March 10, 1995 CERTI I, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Tucson, in the State of Arizona. Dated the 24th day of November 11992 . r� xjSEA Florence E. Robert, Assistant Seuetary. � 1990 t �r • • Page 10 Fp2s-1 -W. i � F�T1Fi�CA7E O M0100 CE " , � ry PRODUCER COMPANIES AFFORDING COVERAGE Willis Corroon of Orange County COMPANY 4 1551 N. Tustin Avenue 111050 LETTER Reliance Insurance Co. Santa Ana, Ca. 92701 - COMPANY B Unicare Insurance Co. LETTER INSURED Kennedy Pipeline Company P.O. Box 3460 COMPANY C Federal Insurance Co. Laguna Hills, Ca. 42653 LETT a Slate Farm Mutual Automobile - W , THIS IS Tb CEITIIFI�THALT POLIO! ES OF INSU U9TE0 BELOW HA 9 15S EO TO INSU EDFIAMEO ABOVE FOR P R10D;' INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUE OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE .LT TYPE OF INSURANCE POLICY NUMBER EFFECTIVE- DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL. AGGREGATE $ 1,000 (OCCURANCE BASIS ONLY) A COMMERCIAL COMPREHENSIVE c SJ252746 7 12/30/9 12/30/ PRODUCTSICOMPLETED 30PERATIONS AGGREGATE $ 1,000 COMER &CONTRACTORS ® ® CONTRACTUAL TOR SPECIFIC �R �A Tu P te- INJURY $ 1,000 CONTRACT 1 N 3 EACH OCCURANCE S 1,000 PRODUCTSICOMPL OPER \ XCJ HAZARDS BROAD FORM PROP. DAMAGE C G YvA$ LNEp : Excluded SEVERABILITY OF INTEREST FIRE OAh'AGE s CLAUSE ONE FIR (AM E) © PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES $ Excluded REMOVED (ANY ONE PERSON) MARINE — I—, AUTOMOBILE LIABILITY COMBINE S COMPREHENSIVE SINGLE LIMIT + BODILY INJURY (PER PERSON) CC' pWNCO L01726F3075D 6 -30 -92 6-30-93 BOD)LYINJURY HIRED (PER ACCIDENT) PDAMAROPERTY $ NON -OWNED v ^" I EXCESS LIABILITY ... ^ ' -" EACH AGGREGATE U!dBRc'! FORM 7968 73 02 6/30/92 6/30/93 -�:;, °• !;- ORRENCE CC U C '-1 OTHER THAN UMBRELLA FORM S 4 , 000 S 4,000 STATUTORY WORKERS' COMPENSATION . S 1,000 EACH ACCIDENT B AND UD01- 0692 -01 03 s 1 000 DISEASE -POLICY LIMIT EMPLOYERS LIABILITY 6/30/92 6/30/93 s 1,000 DISFiISE -EACH EMPLOYEE LONGSHOREMEN'S . AND HARBOR' WORKERS' STATUTORY IF COMPENSATION DESCRIPnON OF OPERAT*NSJLOCAT)ONL.. ei1CLESIRESTFUCTIONSISPECI AL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAME INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT- C-2910 Balboa Boulevard Rehab:. Placentia Avenue and Superior Avenue PROJECT TITLE AND CONTRACT NUMBER '+ k �e CERTfFICATE` FlOLDER ' ' as # a CAN, EIuInATION s �« �i n �3 M 5. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CITY OF. NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL ` NEWPORT BEACH, CA 92659 -1768. ATTENTION: — I 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. * Includes Orange County Transit Authority 2. The policy includes the following provision: "The insurance afforded by the policy applies separately zo 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 Newport Beach. * Includes Orange County Transit Authority 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: (X) Commercial ( ) 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). 5/91 :0 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Balboa Boulevard Rehabilitation, Placentia 7. Designated Contract: Avenue And Superior Avenue Rehabilita:io,i Project Title and Contract No. C -2910 This endorsement is effective 12 30/92 at 12:01 a.m. and forms a part of Policy No. SJ25274b1 of Reliance Inqtirancp Cn_ (Company Affording Coverage). Insured: Kennedy Pipeline Company ISSUING COMPANY By: Atal Authorized Representative Endorsement No.: i Page 11 UMBRELLA 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. 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 Newport Beach. 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 l of this endorsement shall be the limits indicated below written on an "Occurrence" basis: $/91 ( ) Commercial (X) Comprehensive XTAKMIXIa Liability $ 4,000,000 each occurrence UMBRELLA 4,000,000 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). Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverrage 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. Balboa Boulevard Rehabilitation, Placentia 7. Designated Contract: Avenue And Superior Avenue Rehabilitation Project Title and Contract No. C -2910 This endorsement is effective November 24, L992 at 12:01 a.m. and forms a part of Policy No.7968 -73 -02 of (Company Affording Coverage). Insured: Kennedy Pipeline Co. Endorsement No.: ISSUING COMPANY By: Authorized--Representative 5/91 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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* *Includes Orange County Transit Authority 2. The policy includes the following provision: 3. 5/91 "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." The limits of liability under this additional insureds named in Paragraph shall be the limits indicated below for or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability (x) Combined Single Limit endorsement for the 1. of this endorsement either Multiple Limits per person per accident Bodily Injury Liability & Property Damage Liability $ 1,000,000.00 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. * Includes Orange County Transit Authority 5. Designated Contract: C -2910 BALBOA BLVD.z PLACENTIA AVE_ AND _SUPERIOR AVE. Proiect Title and Contract No. REHABILATATION This endorsement is effective DECEMBER 30, 1992 at 12:01 a.m. and forms a part of Policy No.F801726F3075D Of STATE FARM MUTUAL AUTOMOBILE INS. CO. (Company Affording Coverage). Insured: KENNEDY PIPELINE COMPANY IS•S•Tlywi /.l1VL' Xwu By: 5191 Endorsement No.: 1 Page 13 "I am aware of the provisions off' 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." 11/24/92 Date 2910 Contract Number 5/91 Kannarly Pinalina fnmp�3�� Name V Contractor (Principal) Authorzed'Si nat a 'and T1tle R.D. Cohen, Project Manager Balboa Boulevard Rehabilitation, Placentia Avenue and Superior Avenue Rehabilitation Title of Project C -2910 Page 14 CONTRACT �L�/� THIS AGREEMENT, entered into this ALay1 day of , 1923 by and between the CITY OF NEWPORT BEACH, her after "C y," and Kennedy Pipeline (nm any , herei after "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Balboa Boulevard Rehabilitation, Placentia Avenue and Superior Avenue Rehabilitation C -2910 Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Balboa Boulevard Rehabilitation, Placentia Avenue and Superior Avenue Rehabilitation C -2910 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Four Hundred Ninety Six Tho�l� and One Hundred Fifty Three Dollars, .and no /10arhis compensat on includes: ($496,153.00) (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. Page 14A 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 Balboa Blvd_ Rahah - Placentia Ave. & Superior Ave. R'e.tiab. C -291n 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. CITY OF NEWPORT BEACH Kennedy Pipeline Company Name of Contractor Adth rized Signature and Title R.D. Cohen, Project Engineer I. II. III. IV. V. VI. VII. VIII. IX. X. XI. XII. XIII. 0 CITY OF NEWPORT BEACH • PUBLIC WORDS DEPARTMENT INDEg FOR SPECIAL PROVISIONS BALBOA BOULEVARD REHABILITATION PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION CONTRACT NO. 2910 SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 1 LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 4 CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 4 SOLID WASTE DIVERSION . . . . . . . . . . . . . . . . 4 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 4 LIABILITY INSURANCE . . . . . . . . . . . . . . . . . 5 WATER . . . . . . . . . . . . . . . . . . . . . . . . 5 PUBLIC CONVENIENCE AND TRAFFIC CONTROL. . . . . . . . 5 A. Traffic Control Plans . . . . . . . . . . . . 6 B. "No Parking, Tow - Away" Signs. . . . . . . . . . 7 C. Notification to Residents /Businesses. . . . . . . 8 CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 8 STEEL PLATES . . . . . . . . . . . . . . . . . . . . . 8 SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . 8 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . 9 A. Cold Plane Existing Pavement. . . . . . . . . . . 9 B. Concrete. . . . . . . . . . . . . . . . . . . .10 C. Storm Drain . . . . . . . . . . . . . . . . .10 D. Subbase Material . . . . . . . . . . . . . . . . .11 E. Sewer Main Replacement . . . . . . . . . . . . . .11 F. Removals . . . . . . . . . . . . . . . 13 G. Engineering Fabrics . . . . . . . . . . . . . . . 14 H. Asphalt Concrete . . . . . . . . . . . . . . . . 14 I. Crack Sealing . . . . . . . . . . . . . . . . . . 15 J. Utility Adjustment . . . . . . . . . . . . 15 K. Traffic Striping and Pavement Markings . . . . . 15 L. Traffic Signal Detection . . . . . . . . . . . . 17 I. II • • SP 1 of 17 CITY OF NEWPORT BEACH PUBLIC WORRS DEPARTMENT N,q 19111 i A* PROVISIONS FOR r �i' BALBOA BOULEVARD REHABIL1 Tf pF r:;A.F�, ~ CENTIA SCOPE OF WORK AVENUE AND SUPERIOR AVENUE REHABILITATION CONTRACT NO. 2910 The work to be done under this contract consists of (1) cold planing along existing edge of PCC gutter /pavement; (2) constructing asphalt concrete overlay; (3) constructing P.C.C. bus turn out pad; (4) reconstructing A.C. street section; (5) installing pavement fabric (6) reconstructing P.C.C. improvements; (7) constructing storm drain improvements; (8) constructing sewer improvements; (9) abandoning existing sewer improvements; (10) adjusting existing utility frames and covers to finished grade; (11) replacing existing street light conduits and conductors; and (12) restriping and performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans Drawing Nos. R- 5647 -5, R- 5650 -5, T- 5186 -S, T- 5240 -5, T- 5272 -5, and T- 5578 -L (attached), (3) the City's Standard Specia (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 Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. 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. No work shall be permitted on Balboa Boulevard from December 14, 1992 to January 1, 1993 and from April 4, 1993 to April 18, 1993 (Spring Break). All work under this contact shall be completed within 84 consecutive calendar days after the start of work or before May 19, 1993, whichever occurs first, and: • • SP 2 of 17 1. All work (except A.C. finish course, utility and survey monument frames and covers adjustment to finished grade, traffic striping and marking, and raised pavement markers) on the Balboa Boulevard site shall be completed within 63 consecutive calendar days. All work (except A.C. finish course, utility and survey monument frames and covers adjustment to finished grade, traffic striping and marking, and raised pavement markers) on the Placentia Avenue and Superior Avenue site shall be completed within 21 consecutive calendar days. The term "work" as used herein where applicable shall include all removals and replacements; construction of storm drain, sewer, and electrical improvements: construction of P.C.C. improvements: alley approaches, street and alley pavement, curb and gutter, driveways, sidewalk, cross gutter, and access ramps. Also included within the specified period is curing time for new P.C.C. improvements. The Contractor will be assessed $500.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the specified time allowed for 100% completion of the construction work as defined in the term "work" at each site. Additional liquidated damages shall be assessed for failure to complete the project as specified under Section III, Liquidated Damages. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize the time an alley or street is closed to vehicular traffic. B. The Contractor will not be allowed to reconstruct an area of street pavement greater than can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within the same working day. C. Prior to opening to through traffic, all pavement fabric shall be covered with asphalt concrete resurfacing. Hence, the Contractor will not be allowed to install pavement fabric greater than can be A.C. overlayed within the same day. D. No work shall be permitted during Holidays and evening hours (between 6:30 P.M. and 7:00 A.M.) without the Engineer's approval. E. The A.C. finish course shall be constructed upon completion of A.C. base course, sewer main, storm drain, and all P.C.C. construction for the entire street. • • SP 3 of 17 F. The Contractor shall accommodate City's Monday trash collection on Balboa Peninsula and City's street sweeping. If the Contractor elects to work on a street \alley during its street sweeping \trash collection days, it shall be his responsibility to make alternative trash collection arrangements by contacting the City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. The Contractor shall provide covers and shall cover, maintain, and uncover the City's "NO PARKING STREET SWEEPING" signs and parking meters to allow residential parking adjacent to any street under construction during street sweeping days. G. If the Contractor's work should interfere with normal mail delivery, the Contractor shall notify and effect alternative mail delivery procedures with the post office at (714) 640- 8720. H. The Contractor shall notify the Traffic Painter Supervisor, Fred Martinez at (714) 644 -3067 regarding any removal of existing painted curb and to salvage City's signs which interferes with work. Sign reinstallations and painting red curbs shall then be performed by City forces at no cost to the Contractor. I. The Contractor shall notify the City's Electrical Services Supervisor, Herb Wollerman at 714) 644 -3011, 5 days in advance to allow the City forces to de- energize and inspect circuits prior to any circuit work. These specifications assume the re -use of conduit, pullboxes, and street light pole foundations. Any street light pole or pullbox relocation will require the notching of the pole foundation and installation of an i" dia. minimum PVC conduit. Allow 18" free conductor at each conduit end. Seal all conduit ends with Duct -Seal. The Contractor shall phase street light conduit construction and use the following guidelines in establishing his work schedule: 1. Each stage and phase of construction proposed by the Contractor and the estimated length of street light outages shall be shown on the schedule. 2. Circuit shall be jointly inspected by the Electrical Services Supervisor and the Contractor prior to commencement of work. 3. Protect in place all series runs until replaced or returned to service. 4. Circuits shall return to service no later than 4:30 P.M. daily. J. The Contractor shall pothole all existing underground utilities to verify depth and location prior to construction. The Contractor shall notify the City if there any discrepencies. • • SP 4 OF 17 K. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of.materials will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. L. The Contractor shall notify the Parking Meter Supervisor, Stan Peterson at (714) 644 -3344 prior to removing \resetting the existing parking meters. III. LIOUIDATED DAMAGES Commencing on the 85th consecutive calendar day after the start of work or on May 20, 1993, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $250.00 specified in Section 6 -9 of the Standard Specifications. IV. CONTRACTOR'S LICENSES At the time of award the Contractor shall possess a General Engineering Contractor A license. Prior to the start of work and until the completion of the work, the Contractor shall possess a Business License issued by the City of Newport Beach. V. SOLID WASTE DIVERSION The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. Unless specified elsewhere in this contract, all non - reinforced concrete and asphalt wastes generated from the jobsite shall be disposed at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed at a sanitary landfill. The Contractor shall maintain monthly tonnage records of solid wastes generated and solid wastes disposed at a sanitary landfill. The Contractor shall report said tonnages monthly to the Engineer on a form provided by the Engineer. VI. 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. Partial payments for " Mobilization and Traffic Control " shall be made in accordance with section 10264 of the California Public Contract Code. VII. VIII. • • SP 5 OF 17 The Contractor is cautioned that the quantities for Bid Item No. "Remove existing street section, prepare subgrade, and construct 0.65' thick A.C. base course ", may vary. The exact quantities will be determined during construction; i.e. additional removal of unstable subgrade will require additional A.C. base course. Payment for storm drain pipe and sewer pipe shall be per the Unit Price Per Lineal foot bid, and shall include pipe, excavation, bedding, backfill (including slurry, where specified), temporary resurfacing, sawcutting, and densification of bedding and backfill to 100% minimum relative compaction. Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting; patch back; aggregate base; protecting power poles, fire hydrants, street light poles, utilities, and public /private improvements; preparing subgrade; etc.) shall be included in the unit prices bid for items of work. The cost of constructing A.C. patch back, P.C.C. curb, and P.C.C. curb and gutter transition (but not P.C.C. curb and gutter transition adjacent to catch basin) shall be included in the bid item: " Remove existing improvements and construct P.C.C. cross gutter " The cost of constructing curb, A.C. patch back, and sidewalk within the E.C.R. \B.C.R. to join existing improvements adjacent to new alley approaches shall be included in the bid item " Remove existing alley approach and construct P.C.C. alley approach ". The quantities shall be based on the construction of new improvements for items of work requiring removal of existing improvements to construct new improvements. Upon completion of the project, the Contractor shall provide "As Built" corrections upon a copy of the plans. The "As Built" corrections plans shall be verified by the Engineer prior to final payment. LIABILITY INSURANCE Liability insurance coverages shall be furnished in a combined single limit policy with aggregated limits in the amount of $2,000,000 in lieu of the $1,000,000 specified in Section 7 -3 of the Standard Specifications. 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. IS. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), published Building News, Inc. • • SP 6 OF 17 A. Traffic Control Plans The Contractor shall submit a written traffic control plan for each street to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following requirements: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION. SCHEDULE, AND PROSECUTION OF WORK. 3. All traffic lanes shall be opened to traffic at the end of each work day. In addition, the Contractor shall maintain thru traffic in both directions on Placentia Avenue and a minimum of one (1) 12 -foot traffic lane in each direction at all times on Superior Ave. and Balboa Blvd., unless otherwise approved by the Engineer. 4. The Contractor shall provide continuous pedestrian and vehicular access to all adjacent hospitals, mobile home park, businesses, streets, alleys, and City owned parking lot East of 26th Street (between Balboa Boulevard and Newport Boulevard) during construction. Access to public /private streets /driveways access adjacent to the project area shall be maintained at all times. 5. A minimum of five (5) working days prior to construction the Contractor shall contact Orange County Transit Authority's Senior Operations Supervisor, Dan Gates at (714) 638 -9250 Ext.4131 to make alternative arrangements for bus stops and routes. A temporary bus turn out shall be provided during construction of the P.C.C. bus turn out pad on the north side of Balboa Boulevard between 23rd Street and 26th Street. The Contractor's duties shall include; a. Providing covers, installing, maintaining , and uncovering the City's parking meters along the north side of Balboa Boulevard between the proposed P.C.C. bus turn out pad and 26th Street. • • SP 7 OF 17 b. Notifying the Traffic Painter Supervisor, Fred Martinez at (714) 644 -3067 to temporarily paint the existing P.C.C. curb adjacent to the City's parking meters during construction of the P.C.C. bus turn out pad. C. Upon completion of the P.C.C. bus turn out pad, again notifying the Traffic Painter Supervisor to remove the red paint from existing P.C.C. curb adjacent to the temporary bus turn out. 6. If it becomes necessary, the Contractor shall provide uniformed flagmen with radio control to reroute and direct traffic through the construction area. 7. During reconstruction of the P.C.C. improvements, the Contractor shall install delineators and barricades with warning lights to protect the work area and to define the traffic lanes adjacent to the work area. Open trenches and excavations within the right -of -way shall be secured and safe for pedestrian and vehicular traffic. 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 "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "No PARKING, TOW - AWAY" signs. • SP 8 OF 17 C. Notification to Residents /Businesses Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected residence or business office a written notice stating when construction operations will start and approximately when normal vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to the affected residences or business offices. B. CONSTRUCTION SURVEYING STARING Field staking for control of construction will be provided by the Engineer. Limits of P.C.C. removals are field- identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. Sewer laterals and water valves located in the street right -of- way are often marked on the curb face with a chiseled "S" over the sewer lateral or a "V - #" to indicate a water valve is out in the street opposite the marking (ie. "V -6" indicates the valve is 6 feet off the curb face). Hence, prior to any P.C.C. curb and gutter removal the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset the chiseled "S" and /or "V -#" markings. %I. STEEL PLATES The City can provide, free of charge, a limited quantity of 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. %II. SURFACE AND GROUNDWATER CONTROL Groundwater may be encountered at certain sites in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay. %III. • • SP 9 of 17 In addition, the Contractor shall provide for drainage of runoff into the bay \ocean and for control of high tide sea water encroachment onto streets during construction. The Contractor shall schedule work around tidal fluctuations as necessary. In order to keep streets from flooding, the tide gates are closed by City forces whenever tides reach elevation 2.7 feet above sea level, approximately (5.4 feet above mean lower low water). CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane 5 foot minimum wide wedges along existing edges of P.C.C. gutters as dimensioned and designated on the plans and along edge of gutter produce if there are no P.C.C. cross gutter /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 to slope and depth and shall deep cut in one pass a maximum of 2 inches without producing fumes, smoke or dust. The planing machine shall have previously performed satisfactorily on similar work. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at utility covers. The smaller machine shall be equipped with a 12 inch wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the cold plane operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened material shall be removed and disposed by the Contractor. All costs for providing removal, delivery, and disposal shall be included in the unit price bid for cold planing. The Contractor shall abate dust nuisance by cleaning, sweeping, and sprinkling with water or other means as necessary. 0 • SP 10 of 17 in addition, the Contractor shall construct the A.C. finished course within five (5) consecutive calendar days after the street has been cold planed. The Contractor will be assessed $500.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the five (5) consecutive calendar days allowed for completion of the A.C. finished course. B. Concrete Concrete for curb and gutter, sidewalk, access ramps, cross gutter, and alley aprons shall be Class 560 -C -3250. Additional portland cement may be added to concrete, subject to the Engineer's prior approval, in order to attain higher early strength concrete so that streets /alleys /driveways may be reopened sooner. 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, alley approaches, and curb and gutter along driveways) shall not opened to vehicle loads until the concrete has cured to minimum strength of 2,000 psi. C. Storm Drain 1. Pipe Alternatives The Contractor, at his option, may use the following alternative material for storm drain conduit: a. Polyvinyl Chloride pipe- SDR 35 or thicker. b. Asbestos Cement Pipe- 2000 -D or stronger. In addition, the material used shall be consistent for all related items of work (i.e. if the Contractor selects V.C.P. for sewer construction, then V.C.P. shall be used for all sewer main, sewer laterals, sewer cleanouts, and fittings. Class 100 -E -100 slurry shall be placed as backfill between pipe spring line and existing pavement surface replacement at locations specified on the plans. Traffic shall not be permitted upon the pavement replacement until the concrete has reached its design strength. D. E. Subbase Material Untreated Base shall be in accordance with the Standard Specification. Untreated base over the compacted subgrade. Payment shall the unit price for applicable bid items (ie gutter, P.C.C. alley approaches, etc.). Sewer Main Replacement SP 11 of 17 Section 400 -2 of shall be placed be included in P.C.C. cross The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of maintaining service shall be approved by the Engineer prior to the start of work. The Contractor shall expose existing sewer main joining new sewer main to confirm flowline grade prior to installation of new sewer main. In addition, the material used shall be consistent for all related items of work (i.e. if the Contractor selects V.C.P. for sewer construction, then V.C.P. shall be used for all sewer main, sewer laterals, sewer cleanouts, and fittings. All frames and covers from abandon sewer manholes shall be returned to the City's Utilities Yard at 949 West 16th Street. To make arrangements for delivery contact the City's Utilities Superintendent, Ed Burt, at (714) 644 -3011. 1. Sewer Alternatives a. Vitrified Clay Pipe (VCP) 1. Sewer Main Sewer main pipe, sewer lateral pipe, sewer cleanouts, and fittings shall be extra strength vitrified clay pipe (VCP). 2. Sewer Laterals All new sewer laterals shown on the plans shall be aligned perpendicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact locations of existing lateral pipe at property lines prior to laying any new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout in accordance with CNB. STD - 406-L at the property line for each new /replacement house connection. • SP 12 of 17 3. Manhole Connections Manhole connections shall be watertight. Vitrified clay pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume, shall be 1 part portland cement and 2k to 3 parts sand, to which 1 /10 part lime may be added. b. Polyvinyl Chloride (PVC) 1. Sewer Main Sewer main pipe, sewer lateral pipe, sewer cleanouts, and fittings shall be polyvinyl chloride (PVC) SDR -35 and shall conform to the requirements of ASTM D1784 & 3034. The PVC pipe shall have a nominal diameter of 8 inches except for smaller sized sewer laterals and connections, and shall have integral bell and spigot connections with elastomeric gaskets. 2. Sewer Laterals See Section XIII, E.1.a(2). 3. Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: a. Manhole couplings with elastomeric gasket seals may be cement- grouted into manhole walls. The pipe shall be inserted into the coupling. b. Waterstop in various forms (e.g., flexible boot or sleeve O -ring or gasket) produced from elastomeric compound may be grouted or locked into manhole wall. The pipe shall be inserted into the waterstop. C. Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. d. Grout, proportioned by volume, shall be 1 part portland cement and 21 to 3 parts sand to which 1 /10 part lime may be added. • 2. Sewer Cleanout Installation 0 SP 13 of 17 Existing sewer lateral connections without sewer cleanouts or with sub - standard sewer cleanouts shall be reconstructed with a new sewer cleanout. The Contractor shall verify the exact locations of the existing sewer lateral connections, at property lines, prior to installing any new cleanouts. The material and size of existing sewer lateral connections, at property line, may vary and shall be verified by the Contractor at his sole expense. F. Removals 1. Existing AC improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. 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. The Contractor is responsible for pruning and removal of tree roots which interfere with the work. Method of pruning and removal of tree roots shall be approved by City's Parks, Beaches, and Recreation Department (PB & R). Contingent upon the City's PB & R approval and availability, if the Contractor elects to request City's forces to root prune free of charge, it shall be his responsibility to make arrangements by contacting the City's Tree Maintenance Supervisor, Bob Bailey, at (714) 644 -3162, a minimum of five (5) days prior to work. In addition, if the Contractor elects to use City's forces for root pruning; hence, it shall be the Contractor's responsibility for damages (ie. sprinklers) cause by the City's forces. 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, • SP 14 of 17 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 curb and gutter and sidewalk replacement. Such breakage shall be repaired by the Contractor as an incidental item of work. 3. The Contractor shall locations and depth vary; hence, the are during construction G. Engineering Fabrics remove all unstable subgrade. The of unstable subgrade removal may as and depth shall be determined by the Engineer. The work shall be done in accordance with Section 213 -1 and 302 -7 of the Standard Specifications. 1. Pavement Fabric Pavement fabrics shall be a nonwoven polypropylene, "Petromat" manufactured by Phillips Petroleum Company or equal approved by the Engineer and installed per manufacturer's recommendations over reflective cracks and existing stressed areas as shown on plans, prior to the placement of the A.C. overlay. 2. Asphaltic Membrane Asphaltic membrane shall be "Petrotac" manufactured by Phillips Petroleum Company or equal approved by the Engineer and installed per manufacture's recommendations. The Contractor shall place a 12" wide strip over construction joints of reconstructed areas, storm drain and sewer trenches to be overlayed with A.C., and as needed existing utility trench construction joints, prior to the placement of the A.C. overlay. H. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS -ih asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coast is applied. To eliminate pavement dips, or where curb, or curb and gutter is to be raised, an automatic leveling device (ski) with a minimum length of 30 feet shall be used on the paving machine for both leveling course and finished course. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: I J K. • • SP 15 of 17 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- C3 -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. Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install storm drains and sewer mains and laterals. Temporary resurfacing shall be 2" in thickness, and is required over all excavated pavement areas except where an entire alley or street pavement is being reconstructed. Crack Sealing All existing pavement cracks \joints 1/4" or greater in width shall be cleaned, filled and sealed to existing pavement level with Polyflex 3 manufactured by Crafco Inc. or equal approved by the Engineer. The Contractor shall perform cracks \joint sealing prior to A.C. overlay and installing pavement fabrics. Existing cracks \joints to be sealed shall be cleaned of all loose material, vegetation, dirt, moisture, etc., using sandblasting, brushing, air blowing and any other method of cleaning as approved by the Engineer. Utility Adjustment 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.- Ill-L, Std. -116 -L and Std.- 511 -L. All water valves, sewer cleanouts, survey monument and manhole frames and covers damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. 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: 0 • SP 16 of 17 Paint for traffic striping and pavement markings shall be white Formula Number 2466 -A9 and yellow Formula Number 2467 - A9 as manufactured by J.E. Bauer Company of approved equal. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings with in 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW - AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor sole expense. In addition, if the Contractor removes/ covers /damages existing striping /raised pavement markers outside of the work area he shall re- stripe /replace the striping or pavement markers at his sole expense. New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std.- 902 -L. Traffic stripes and pavement markings shall be applied in two coats except as specified otherwise below, asphalt overlay. The first coat of paint shall be dry before application of the second coat. At least (1) application of paint shall be applied to all striping and markings within 24 hours after the asphalt concrete overlay. Where raised pavement markers are to be placed on painted stripes, only one application of paint is required. All the raised pavement markers to be installed must be installed between 15 days and 30 days after the asphalt concrete overlay and shall be placed directly over striping. All existing raised pavement markers and thermoplastic markings shall be removed prior to resurfacing. Method of removal shall be approved by the Engineer. • • SP 17 of 17 a ' � 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. All cross walks and stop bars shall be thermoplastic. In addition, the thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, chipping, and poor adhesion for one year. Previously dated traffic striping and pavement marking plans listed herein under Section I, Scope of Work, and included with the construction plans shall be used as plans for traffic striping and pavement markings on this project. L. Traffic Sianal Detection The Contractor shall notify the Traffic Engineer (714) 644- 3344 in an attempt to locate existing traffic signal detection feed points at least two working days prior to cold planing, street pavement reconstruction, curb and gutter reconstruction, or any work which may damage existing traffic loops. Once the City has confirmed the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Hence, if any detection devices located by the City which are damaged as a result of cold planing shall be repaired or replaced at the Contractor's sole expense within five working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. at (714) 630 -4900, at no cost to the City. Signal Maintenance, Inc. shall provide a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. I•` oR T A1 ,O N/ B G V p. 14.5 STOP / /, 5 NOT: doss f TOP g,d,QS {' �'20SSWgL K5 TO BE T!/E2.4�aPLAST /C. / .5 DcR C 26 T14 J BdzA3OL! ,BL /4.5 4 IyEw "r 8 Lv0 DATE N.E. mw C 207. 5 DNAWINO N0. T- 557,9- L • • BY THE CITY CCGJ CITY OF NEWPORT 5t _ October 12, 1992 OCT 1 1 CITY COUNCIL AGENDA ITEM NO. 17 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: BALBOA BOULEVARD REHABILITATION FROM 23RD STREET TO 32ND STREET; PLACENTIA AVENUE AND SUPERIOR AVENUE REHABILITATION (C -2910) RECOMMENDATIONS: 1. Affirm the Categorical Exemptions of Environmental Impact 2. Approve the plans and specifications. 3. Authorize the City Clerk to ad—xfiae for bids-be owed -ax- -i n0 A M__.onsiovember.....10,.1992. DISCUSSION: The County of Orange, over a number of years, has developed programs with funds from the County Highway Users Tax to improve major roadways throughout Orange County. One such program, the Arterial Highway Financing Program (AHFP), requires matching funds from cities to construct local street and road projects. On May 21, 1991 the Board of Supervisors of Orange County approved Resolution No. 91 -595 establishing their Fiscal Year 91 -92, which includes a $155,000 matching fund allocation for the City's Balboa Boulevard Rehabilitation from 23rd Street to 32nd Street project (see attached exhibit). On September 14, 1992 the City Council authorized the execution of an AHFP Agreement for the project. The project consists of reconstructing as needed portions of existing street section, curb and gutter, alley approaches, and sidewalk. The project will also include replacement of certain existing sewer mains; improvement of storm drains; replacement of street light conduits and conductors; installation of a concrete bus turnout pad and curb access ramps; crack sealing of pavement cracks 1/8" and larger; and construction of an A.C. overlay over reinforced pavement fabric. The project will improve the rideability and drainage on the pavement surface with an adequate structural section for present and future traffic demands. Added to the contract, but not funded in any part by the AHFP, is the rehabilitation of 1) Placentia Avenue between Hospital Road and Superior Avenue; and 2) Superior Avenue between Placentia Avenue and 1800 feet northeasterly (see attached exhibit). This work includes reconstructing, as needed, portions 0 Subject: Balboa Boulevard Rehabilitation from 23rd Street to 32nd Street; Placentia Avenue and Superior Avenue Rehabilitation (C -2910) October 12, 1992 • Page 2 of existing street section, curb and gutter, and sidewalk. The project will also include crack sealing of pavement cracks 1/8" and larger, and construction of an A.C. overlay over reinforced pavement fabric. The estimated cost of all work is $580,000. Sufficient funds to award such an amount are available in the following appropriations: 1) Balboa Boulevard Rehabilitation; 2) Placentia Avenue and Superior Avenue Rehabilitation; 3) Sewer Main Replacement Program; 4) Storm Drain Improvement Program; and 5) Street Light Replacement of Obsolete Street Lights. Categorical exemptions of Environmental Impact have been prepared by Staff and approved the Environmental Affairs Committee. Upon affirmation, both exemptions will be filed with the County Clerk. The proposed project must be awarded by November 30, • 1992 to meet AHFP requirements. Plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 19, 1993. LPL, Benjamin B. Nolan Public Works Director GW:so Attachments • lop i sk 1 le 4� sk re, 5o SN ,ya NEWPORT PIER BALBOA BLVD. REHABILITATION FROM 23RD ST. TO 32ND STREET CITY HALL V� EXHIBIT o�: oerzaiu2 Q 0 16TH ST cc w CITY OF COSTA MESA PRODUCTION CITY OF I�WPORT BEA PLACE A( cr EL \ o 15TH ST �9 iO9r'Qi y9L All Vd HOSPITAL ROAD I SUPERIOR AVE. AND PLACENTIA AVE. REHABILITATION EXHIBIT WN: oars¢ „ Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior court of Orange County, California, Number A -6214, September 29, 1961, and A -24831 June 11, 1963 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 DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: October. 3.5, 20, 1992 --PUBLIC ,NOTICE 1NVIrING BIDS - Sealed bids may b0 re C at -the office of the City Clerk, 3300 Newporl Boulevard; P.O. Box 1788, Newport Basch. CA 9285& 1768 until 11:00 a.m. on the 10th tlay of November, 1992, at which Ume such bids all be opened ad read for BALBOA BOULE- VARD RfiHABIL N UICE A AVEN UE AN UE AND S I SUPERO RAVEN UE BILITATION (Title le of of Project) Cpptrad.NO. 2910 Engineer's Estimate $559,000. Approvetl by the City council this 12th day of October, 1992 Wands E. Raggiq CRY Clark ne i i declare, under penalty of perjury, that the obt O Obtain n set of bid aoc mentsatno foregoing is true and correct. cost tl the Of. °ce of the Pubttc — Department. 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659. October 20 2 Executed on 199 at Co to Mesa California For further infonnailm Call 'Gliberf Wong (Proj j Manager) it 6443311. Published Newport G Be Signature �n' J PROOF OF PUBLICATION 1 r