HomeMy WebLinkAboutC-2928 - 1992-93 Measure M Street Rehabilitation0 •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
January 16, 1995
(714) 644 -3005
Boral Resources, Inc.
1301 E. Lexington
Pomona, CA 91766
Subject: Surety: Insurance Company of North America
Bond No. T00299716
Contract No.: C -2928
Project: Measure M Street Rehabilitation
The City Council of Newport Beach on December 12, 1994 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 December
29, 1994, Reference No. 94- 0739771.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
i d �
I
40
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk /, '
Cit ofwNperwpp6rt Beach
Newport Beach, CAe92663
F-
6.1
?•
"Exempt from recording fees ppursuant
to Government Code Section b103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Boral Resources, Inc., 1301 E. Lexington, Pomona, CA 91766 as
Contractor, entered into a Contract on January 25, 1994
Said Contract set forth certain improvements, as follows:
Measure M Street Rehabilitation (C -2928) - located in the City of Newport
of
Work on said Contract was completed on June 17, 1994 GeroK
and was found to be acceptable on December 12, 1994 @twml iall,
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Insurance Company of
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to th
Executed on at
Newport Beach, California.
J
BY D'
city Clerk f
�^ 1 FO u.��ai
1
•
•
;7117- December 12 1994
OF:
CITY COUNCIL AGENDA
ITEM NO. 15
APPROVED
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: ACCEPTANCE OF MEASURE M STREET REHABILITATION, C -2928
RECOMMENDATION:
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.
4. Assess Liquidated Damages in the amount of $2,000.00.
DISCUSSION:
The contract for rehabilitating 6 streets at various locations in the
City and replacing a 12" water main in Marine Avenue have been completed to
the satisfaction of the Public Works and Utilities Departments.
The bid price was $766,892.00
Amount of unit price items constructed 734,174.38
Amount of change orders 23,025.11
Total contract cost $757,199.49
The decrease in the amount of the unit price items constructed
resulted from a decrease of asphalt concrete placed on the various streets.
A total of thirteen (13) change orders were issued to complete the
project. Change orders in excess of $1,000.00 were as follows:
1. A change order in the amount of $6,030.26 provided for the
removal of unsuitable sub -grade material and placement of
geotextile fabric to stabilize portions of the roadway on
Dover Drive.
•
SUBJECT: ACCEPTANCE OF MEASURE M STREET REHABILITATION, C -2928
December 12, 1994
Page 2
•
2. A change order in the amount of $3,006.60 provided for the
installation of colored concrete in the median on Dover
Drive south of Westcliff Drive.
3. A change order in the amount of $1,496.64 provided for the
repair and down time of a cold planner caused by hitting a
buried unknown sewer valve in Bayside Drive.
4. A change order in the amount of $3,605.95 provided for the
lining of County sewer manholes in Bayside Drive. This
change order was requested by the County and will be paid
for by the County.
5. A change order in the amount of $1,644.28 provided for
relocation of the street light service, modification to the
emergency vehicle pre -empt system (OPTICON), and
placement of additional pull boxes on jamboree Road. •
6. A change order in the amount of $1,764.81 provided for a
specialized construction method to avoid damage to a
shallow fiber optic TV cable in Bayside Drive. This work was
requested by the utility company and has been reimbursed.
7. A change order in the amount of ($1,176.09) provided for a
credit for the adjustment of unit price items covering the
cold planing of existing roadway at various locations.
8. A change order in the amount of $2,646.20 provided for
additional survey for the asphalt concrete overlay on
Bayside Drive.
Funds for the project were budgeted in the Orange County
Combined Transportation Funding Program (OCCTFP) fund, Account No. 7281 -
P301142K; and the Water Enterprise Fund, Account No. 7501- P500233A.
The contractor is Boral Resources, Inc., City of Pomona. •
The contract, awarded on January 10, 1994, required completion
of all work within 90 calendar days, but no later than May 31, 1994. The
contractor elected not to start his work until March 23, 1994. Due to extra
0
SUBJECT: ACCEPTANCE OF MEASURE M STREET REHABILITATION, C -2928
December 12, 1994
• Page 3
work and inclement weather, the revised completion date was June 13, 1994.
The work was substantially completed on June 17,1994, four (4) days after the
revised completion date. The specifications under which the contract was
performed provide for the assessment of liquidated damages at the rate of
$500 per day. Since the contractor elected not to commence doing any work
until approximately six weeks after award of contract, the resultant delay
caused a significant impact to the motoring public on Jamboree Road /Marine
Avenue between Coast Highway and the Balboa Island Bridge. Therefore, it is
recommended that liquidated damages in the amount of $2,000.00 be
assessed.
C7
•
Public Works Director
HH:so
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
C'?y A
TO: FINANCE DIRECTOR / — Z.S— 7(l
FROM: CITY CLERK
DATE: January 25, 1994
SUBJECT: Contract No. C -2928
Description of Contract Measure II Street Rehabilitation
Effective date of Contract January 25, 1994
Authorized by Minute Action, approved on January 10, 1994
Contract with Boral Resources, Inc.
Address 1301 E. Lexington
Pomona, CA 91766
Amount of Contract $766,892.00
" 6
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
1.
CITY CLERK
NOTICE INVITING SIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768
until 11:00 A.M. on the 22 day of December , 1993,
at which time such bids shall be opened and read for
MEASURE M STREET REHABILITATION
Title of Project
2928
Contract No.
$750,000.00
Engineer's Estimate
\�/ R
Rpproved by the City Council
this 22 day of November , 1993.
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 1768, Newport Beach, CR 92659 -1768.
For further information, call Lloyd Dalton at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN
PROPOSAL
MEASURE M STREET REHABILITATION
CONTRACT NO. 2928
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully
location of the work, that he has examined the
Provisions, and hereby proposes to furnish all
all work required to complete Contract No. 292
with the Plans and Specifications, and that he
payment therefore the following unit price for
of work, to wit:
PR 1.1
examined the
Plans and Special
materials and do
3 in accordance
will take in full
the completed item
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Sixtv Five Hundred Dollars
and
0 Cents $,6.500.00
Per Lump Sum
2. 12,900 Cold Plane 10' Wide
L.F.
0 Dollars
and
Figl�v -Seven
Cents $ .87 $11,223.00
Per Lineal Foot
3. 300 Cold Plane 5' Wide
L.F.
Fniir Dollars
and
F ;� Cents $ 4_R0 $1,440.00
Per Lineal Foot
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 180 Cold Plane 201 Wide
L.F.
Seven Dollars
and
Seventy Cents $ 7.70
Per Lineal Foot
5. Lump Sum Unclassified Excavation
Eighty -Two Thousand Dollars
and
0 Cents
Per Lump Sum
6. Lump Sum Ex. Surface Preparation
for Overlay
Sixty -Four Hundred Dollars
and
0 Cents
Per Lump Sum
7. 8,700 Construct Asphaltic Concrete
Tons Base Course
$ 1,386.00
$82,000.00
. X11 11
Twenty -Five Dollars
and
Sixty Cents $ 25,60 $2130 550.00
Per Ton
S. 6,400 Construct Asphaltic Concrete
Tons Surface Course
Twenty -Five Dollars
and
Sixty Cents $ 25.60 $163,840.00
Per Ton
9. 1,500 Construct A.B. Course
Tons (Crushed Miscellaneous Base)
Thi rtoan Dollars
and
Ca vo n Cents $ ,
- 1, -7p 0
- $20.550.0
Per Ton
0
PR 1.3
ITEM
QUANTITY
ITEM DESCRIPTION AND
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE
WRITTEN
IN WORDS
PRICE
PRICE
10.
3,100
Remove and
Replace
Type
L.F.
"A" Curb and Gutter
Fifteen
Dollars
and
0
Cents
$ 15.00
$46,500.00
Per Lineal
Foot
11.
100
Remove and
Replace
Type
L.F.
"B" Curb
Thirteen
Dollars
and
0
Cents
$ 13.00
$ 1,300.00
Per Lineal
Foot
12.
440
Remove and
Replace
Type
L.F.
"C" Curb and Gutter
Fifteen
Dollars
and
0
Cents
$ 15.00
$ 660.00
Per Lineal
Foot
13. 530 Remove and Replace Alley
S.F. Approach
Four Dollars
and
Ten Cents $ 4-In $ 2,173.no
Per Square Foot
14. 840 Remove and Replace Cross
S.F. Gutter
Five Dollars
and
Fighty Cents $ 5_Rn $ 4,A7? -on
Per Square Foot
15. 7,500 Remove and Replace PCC
S.F. Sidewalk
Three Dollars
and
Cents $ 3.96 $ 4 17s nn
Per quare Foot
0 0
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 11 Construct Curb Access
Each Ramp
Two Hundred Fourteen Dollars
and
0 Cents $ 214.00 $ 2,354.00
Per Each
17. 52 Adjust Manhole Cover
Each
Two Hundred Forty -Six Dollars
and
0 Cents $ 246.00 $12.792.00
Per Each
18. 41 Adjust Water Valve Cover
Each
Two Hundred Ten Dollars
and
0 Cents $ 210.00 $ 8,610.00
Per Each
19. Lump Sum Relocate and /or Adjust
Ex. Improvements to Grade
20. 54
Each
21. 2
Each
Seven Hundred Twenty Dollars
and
0 Cents $ 720.00 $ 720.00
Per Lump Sum
Install Traffic Signal
Loop Detector
One Hundred Ninety -Twn Dollars
and
n Cents $ 1q2 00— $10 368 nn
Per Each
Adjust Ex. Well Monument
Two Hundred Fifty Dollars
and
0 Cents $ 250 00 $ ;nn nn
Per Each
0 0
PR 1.5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. Lump Sum Adjust or Relocate Street
Light Pole, Foundation,
Pullboxes and Conduit
Twenty -Two Hundred Dollars
and
0 Cents $ 2,200.00
Per Lump Sum
23. 1 Adjust Sewer Cleanout
Each
Two Hundred Fifty Dollars
and
0 Cents $250.00 $ 250.00
Per Each
24. Lump Sum Construct Traffic Striping
and Markings
Twenty -Two Thousand Dollars
and
0 Cents $22.000.00
Per Lump Sum
25. Lump Sum Provide Traffic Control
and Delineation
Thirty -One Thousand Six Dollars
Hundred and
0 Cents $31,600.00
Per Lump Sum
26. Lump Sum Provide Construction Survey
and Centerline Ties
Eighty -Four Hundred Dollars
and
0 Cents $ 8,400.00
Per Lump Sum
27. 250 Construct 12" DIP
L.F.
One Hundred Sixty Dollars
and
0 Cents $ 160.00 $4n _M0 _nn
Per Lineal Foot
PR 1.6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. 2 Construct 12" Butterfly Valve
Each
Fourteen Hundred Forty Dollars
and
0 Cents $ 1,440.00 $2,880.00
Per Each
29. 1 Construct Air Release /Vacuum
Each Valve Assembly
Twenty -Two Hundred Forty Dollars
and
0 Cents $ 2 240.00 $2,240.00
Per Each
30. 1 Reconnect 6" Fire Service and
Each Install 6" Butterfly Valve
Twelve Hundred Eighty Dollars
and
0 Cents $1,2go.00 $1,28n.nn
Per Each
31. 13 Construct 6" DIP
L.F.
One Hundred Fifty -Throw Dollars
and
0 Cents $ trz nn $1 89A
Per Lineal Foot
32. 2 Construct Tie -in Connection
Each
Thirtoan Hiindrpd Twenty Dollars
and
n Cents $1 120 on $2_64n.nn
Per Each
33. Lump Sum Provide Pressure Testing and
Disinfection
Two Thousand Sixty Dollars
and
0 Cents $2,060.00
Per Lump Sum
0
PR 1.7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
34. Lump Sum Provide Sheeting, Shoring,
and Bracing j�
�nN-6 f Dollars
and
Cents
Per Lump Sum
ll Sp R p;
Dollars
and
Y/ Cents
TOTAL BID PRICE
(FIGURES)
12/15/93 BORAL RESOURCES, INC.
Date Bid er
(909) 865 -6855
Bidder's Telephone No. d er's Authorized SignaEure & Title
RICHARD VALLECORSA - VICE PRESIDENT
634631 1 1301 E. LEXINGTON AVE.
Bidder's License No. Bidder's Address
& Classification
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
except that cash, certified check or cashier's check (sum not less
than 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 coi
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
634631 A
Contractor's License No. & Classification
BORAL RESOURCES, INC.
Bidder
12/15/93st/(
Date jAh"orized Signature /Title
RICHARD VALLECORSA - VICE PRESIDENT
5/91
w 0
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will.be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1. � c.c� - ELL- S�u�� CC_
2. Cum Spy, KCS.
3. L (L C-rPkCkL
4. riOLes
5. +QA-J C
6.
SZ7z c P I n>G
a � � P r N �,
O I��u G (f7
7.
�u�JLYr^
nnSt`,c
�2.5. }''i �G
S � A
s.
�c
C4koc) LAG
C (4 /tio
9.
10.
11.
12.
BORAL RESOURCES, INC.
Bidder
�i�l/i /d//I
uthorized
VICE PR�.0 DENT
Signa ure /Title
5/91
0
MAJOR CLIENTS
CITY OF MORENO VALLEY - MARLA MATLOVE
DEPT. OF PUBLIC WORKS
P.O. 1440
MORENO VALLEY CA 92556
714 243 -3120
CITY OF LONG BEACH - GIL GOODWIN
DEPT. OF PUBLIC WORKS
333 W. OCEAN BLVD.
LONG BEACH, CA 90802
310 590 -6383
CITY OF ORANGE - ASHOK BASARGEKAR
DEPT OF PUBLIC WORKS
P.O. BOX 449
ORANGE, CA 92666
714 744 -5444
CITY OF FULLERTON - GEORGE LIN
DEPT. OF PUBLIC WORKS
303 W. COMMONWEALTH AVE.
FULLERTON, CA 92632
714 738 -6300
COUNTY OF LOS ANGELES - TONY VISCONTI
DEPT. OF PUBLIC WORKS
900 S. FREMONT AVE.
P.O. BOX 1469
ALHAMBRA, CA 91802
818 458 -5100
COUNTY OF SAN BERNARDINO - LOU CUDIN
825 EAST THIRD ST.
SAN BERNARDINO, CA 92415
714 387 -2600
COUNTY OF RIVERSIDE - JIM KINLOCH
2950 WASHINGTON ST.
RIVERSIDE, CA 92504
714 275 -6885
CITY OF RIVERSIDE - BOB KECK
3900 MAIN ST.
RIVERSIDE, CA 92522
714 782 -5346
CITY OF LAGUNA BEACH - FRED SHIADI
505 FOREST AVE.
LAGUNA BEACH, CA 92651
714 497 -0706
CITY OF CHINO - TOM MACE
13220 CENTRAL AVE.
CHINO, CA 91710
714 591 -9880
CITY OF SAN BERNARDINO - RICHARD MORALES
300 NORTH 'D' STREET
SAN BERNARDINO, CA 92418
714 384 -5166
CITY OF EL MONTE - WILLIAM J. CONKLIN
11333 VALLEY BLVD., SECOND FLOOR
EL MONTE, CA 91731
818 580 -2063
CAL TRANS - WALLEY CARROLL
OCEANVIEW OFFICE
7372 PRINCE DRIVE
HUNTINGTON BEACH, CA 92647
CITY OF VILLA PARK - FRED MALEY
17855 SANTIAGO BLVD.
VILLA PARK, CA 92667
714 998 -1500
CITY OF WESTMINSTER - MOHEB ARGAND
14381 OLIVE STREET
WESTMINSTER, CA 92683
714 898 -3311
CITY OF ONTARIO - LOUIS HUESO
303 EAST "B" STREET
ONTARIO, CA 91761
717 391 -2527
CITY OF POMONA - BOB HAAGENSON
505 S. GAREY AVE.
POMONA, CA 91766
714 620 -2261
KASLER CORPORATION - BOB VARSHAY
P.O. BOX 387
SAN BERNARDINO, CA 92402 -9906
714 884 -4811
BRUTOCO ENGINEERING & CONSTRUCTION - MIKE KING
P.O. BOX 429
FONTANA, CA 92334
714 350 -3535
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 519
s State of CALIFORNIA A
County of ORANGE
I
1
)
,i
On 12 -13 -93 before me, PATRICIA M. WHITE
DATE NAME, TITLE OF OFFICER - E.G..'JANE DOE. NOTARY PUBLIC'
personally appeared PAMELA ANDROSKO
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-
know ledged to me that he /she/they executed
F WHITE the same in his /her /their authorized
i COMM .t086g77 capacity(ies), and that by his/her/their
Z !YDfary PoD!IC — California signature(s) on the instrument the person(s),
ORANGE COUNTY
My Comm. Expires MAR3.1997 or the entity upon behalf of which the
person(s) acted, executed the instrument.
__WITNESS my hand and official seal.
a AA
SIGNATURE OF NOTARY
OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
Though statute does not requite the Notary, to
fill in the data below, doing so may prove
invaluable to persons relying on the document
E] INDIVIDUAL
❑ CORPORATE OFFICER(S)
TITLE(S)
PARTNER(S) LIMITED
GENERAL
® ATTORNEY -IN -FACT
C] TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTITYIIES)
INSURANCE COMPANY OF
NORTH AMERICA
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT BID BOND
THE DOCUMENT DESCRIBED AT RIGHT:
NUMBER OF PAGES I DATE OF DOCUMENT DECEMBER 13, 1993
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
®1993 NATIONAL NOTARY ASSOCIATION • 6236 Rommel Ave., P.O. Box 7184 • Canoga Park, CA 91309 -716&
State of CALIFORNIA
County of LOS ANGELES
On 12/13/93 before me, MARY SUSAN TEAGLE
(DATE) (NAME. nTLE OF OFFICER - I.E.,'JANE DOE NOTARY PUBLIC-)
personally appeared
RICHARD VALLECORSA
IN personally known to me - OR
OFFICIAL NOTARY SEAL
DMARY SUSAN TEAGLE
Notary Public — California
( LOS ANGELES COUNTY
M1' Comm. Expires OCT 12.1995
(NAME(51 OF SIGNER(Stt
❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
to me that he /shelthey executed the same in
his/her /their authorized capacity(ies), and that by
his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the
persons) acted, executed the instrument.
Witness my hand and official seal.
W
m
0
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIOUAL(S)
CORPORATE
OFFICERS) VICE PRESIDE.
• PARTNER(S) (T"UE(s))
• ATTORNEY IN FACT
• TRUSTEE(S)
• GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITY(IES))
ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any 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
COTTS FORM 50240–ALL PURPOSE AOegwLEDCMRfr WITH S Wfl CAPAG1Y /REPRESENMT10l%m 6ERPRPr –Rer. 12.92 Otm VVOLOOTTS FORMS. NC.
•
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
i
Page 4
That we, BORAL RESOURCES, INC. as
bidder, and INSURANCE as
Surety, are held and firmly bound unto the City of Newport Beach,
California, in the sum of TEN PERCENT OF THE AMOUNT BID Dollars
($ - -10 % -- ),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 MEASURE M STREET REHABILITATION - PROJECT #2928
(Title of Project and Contract No.) in the City of Newport Beach,
is accepted by the City Council of said City, and if the above
bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the
"Payment" and "Faithful Performance" contract bonds described in
the Specifications within ten (10) days (not including Saturday,
Sunday, and Federal holidays) after the date of the mailing Notice
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void; otherwise it shall be
forfeited to the said City.
In the event that any bidder above named executed this bond as
an individual, it is agreed that the death of any such bidder shall
not exonerate the Surety from its obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
13TH day of DECEMBER , 19 93,
BORAL RESOURCES, INC.
Bidder (Attach Acknowledgment
Of Attorney -In -Fact)
Notary Public
Commission Expires:
5191
o utorizedpSiggnnaature /Title
RICHARD VALLECORSA - VICE PRESIDENT
INSURANCE COMPANY OF NORTH AMERICA
SURETY
�—.. r �7 , , n„i A
PAMELA ANDROSKO
ATTORNEY IN FACT
mM+etli a
W.:
15)l r
N
O
t1
N
II
s�
c�
Y C0
Co
3
U �
0
N >
to
c�
o�
'0
Ow
C
to
m
rN
m(D
L C
Oc_
Ea)
L d o
o t ta
II >.
�c
m
O 1
3
Instftnce CornponY of North America
510506
o OGNA cornporry
I ;alt men, by these presents: That INSURANCE COMPANY OF NORTH AMERICA. a corporation of the Commonwealth
imn.g stsI.p(incipai office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of
Iidbompar4, on _*ember 5,1983. to wit:
v„ mat .Pur ' 16"AAads 3'.18 and 5.1 of the 9yiav Ihe.follo nq Was shall govern the execution for the Company of Dunes, undanalangs, reeagrcsances.
_
of the Comoany aw and all
-hpy itmh eTlgng oyeivled,m a[Gbrdantle wih these mules shall be�a6,dinding upon the Conpshy m any case as though slgnetl _Cythe Ph"dant and altostad to by We corporate,5ewlary.
cgoatuROf Ne. headeN Ore Sotio},Yme PrestlAet, ore %ice PreddeM.
many Assistant %flea Fray dent and the teal of Ne company maY be alfimtl DY laesmle an any powBtol atmrneY
,4fahtad,'p'drslrafit to ttia Reaolueon aM Nea1pn811ap01 a ean,(ymg ClficerarW gre seal Of the company maybe sR,xetl by lasa+nilo to any eertisrale al anYwch;power and any won pone m
6bn2�arffngw5hf3r sirtNaa4nalu' amrlmaltlmxbe .L9WaMMn6ngonmeConWeM:,
;�au,g..t�pJM,crdMcas OI the:CMrpany aoe AdoDteys7aFacl 'hall hew nulhodry to oertiN m venry ropias of llns Remlu4on iae 6yEia�e m tae Carrpany, end any e@daNl m recme el the
�pali?M1f necessaryw gie'dtscnar9eoftharawoe \' :, ... .;. � : -. � =, .. _ -
� oftlas Resoluaortdoea rah revoke em/eaAeraoth
�,e.pa5aage odN�{panieQby RemlwaM of tlgaoard of Ddectom atloptee on Jvne9 7951. May 2a 19]5 and Mamn23 19TI.'
by+lommate, constitute and appanP PATRiCIA M:..:WHP1E- fiHOMAS `D. �(3JAII�IIN,� E S:3ALBRD�iT, "JR. ;
MA al] `of` the City of Costa Nlesa, State of California ----- --
- - ---- -- — , each individually if there be more than one
'lamed, its true and lawful attomey -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and ail bonds,
undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TWENPY N=IC.1-----
-- - - -- ---- - - - - -- DOLLARS (s 20,000,000- ) each, and the execution of
such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed
and acknowledged by the regularly elected officers of the Company at its principal office.
IN WITNESS WHEREOF, the said R. E Giveans, Vice-President. has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 5th
day or January 19 93
COUNTY OF PHILAI
On this
the Commonwealth
OF NORTH AMEBIC
that he executed t
carporatese`tI1and
Board pj.7 Mr4f j
in and for the County of Phil;
Ity know n'to be the individual
at the seal ;affixed to the pt
e duly allized,by the authorit
referred to fn the preceding it
I have hereunto set- mY:Aanl
NOTARIAL.SEAL
INSURANCE COMPANY OF NORTH AMERICA
R. E GIVFANS, Vice President
�r `X jc: 19 93 ; bafore me; a Notary.P,ublic of
rhha came R E, Glveans: Vice- President of'the INSURANCE.CQMPANY
rim who executed. the ,'preced.ng ins tn,iment, and he acknowedged
fiig ;instfumehtis:th6',cdrporate, seal of said Comparryrlhat,the said
i direction. of, the sa]Id doiporation and ihat,Resolution, adopted by the
i.
vent, is now In:torce
i afrix4my official seal at the dty, oi.Philadelphia the day and year
- -iii A.,
Z U V O F _ �.. CARRIE M. RAYS Notary Notary Public . w 1
Phladelphia, PhiladelphiaCounry; PA Notary Public
i cny �� \ MY Oommission Bpires October 30 1895' .. .. -
2O �S ',i tiG.\�
1, the.t,4ereh�tti,jS! of INSURANCE COMPANY OF NORTH AMERICA, do hereb "q certify that the original POWER OF AT'f¢RNEY, of
which the foregoing I��dlW11116 and correct copy..is in full force. and effect.
to witness whereof. I.. have hereunto subscribed my. name .as: Secretary, and affixed::the ?corporate: seat of the.: Corporation, this
13TH day ot: DECEMBER .. Yr is ' 93 :... ..
Darryl F. Taylor.:\',Secretay
*POWER OF AT MAY NOT e1�1.USED TO EXECtlTE gNwBOtjD Wttft'AN INP.TFON,[)ATE AFTER Af1Pet15>S 1R'a §95' _
T /
BS- 333631i :: Ptd. in 11S.A -
E
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of LOS ANGELES)
•
Page 5
RICHARD VALLECORSA , being first duly sworn, deposes and
says that he or she is VICE PRESIDENT of BORAL RESOURCES, INC. ,
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.
4� n �(l- VICE PRESIDENT
uthorized Signature /Title
Subscribed and sworn to before me this 15 day of
1983.
Notary Public / F
My Commission Expires: o , z 95 1•)
i`
5/91
[SEAL]
OFFICIAL NOTARY SEAL �1
MARY SUSAN TEAGLE
Notary Public — Calilwip e
LOS ANGELES COUNTY
AY Comm. Expires OCT 12.5995
r
r
Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of
similar character to that proposed herein which he has performed
and successfully completed.
Year For Whom Person Telephone
Comr)leted Performed (Detail) To Contact Number
SEE ATTACHED LIST
BORAL RESOURCES INC.
Bidder
5/91
6LIZ4fC//G VICE PRESIDENT
/Authorized Signature /Title
0
•
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 the Special Provisions.
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
5/91
EXECUTED IN QUADRUPL TE
r?AYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that
BOND 00299716
Premium Induded in
Peftrwa Bond Page s
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted ,lanuary ]jl 7994 has awarded
to Rnra] MozmirCPG- Tnc_ hereinafter
designated as the I Principal ", a contract for
St rp,�t NhabiliLdt lO^ (Contract No. � ) in
the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. C-2928 and the terms thereof require the furnishing
of a bond, pro —vi g that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or
other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent
hereinafter set forth:
NOW, THEREFORE, we, BORAL RESOURCES, INC.
as Principal, and INSURANCE COMPANY OF NORTH AMERICA
as Surety, � 1%EI�'eF[�7�D E �I�(T$oJ1X TpMt6he City of Newport Beach, in
the sum of Dollars ($ 766.892.00 ) ,
said sum being equa o loot-of the estimated amount payable by the
City of Newport Beach under the terms of the contract; for which
payment well and truly made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his/her subcontractors, fail to pay for any
materials, provisions, or other supplies, used in, upon, for, or
about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under
the Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and labor, that the Surety or Sureties will pay for the same, in an
amount not exceeding the sum specified in the bond, and also, in
case suit is brought upon the bond, a reasonable attorney's fee, to
be fixed by the Court as required by the provisions of Section 3250
of the Civil Code of the State of California.
5/91
0
0
Page SA
The bond shall inure to the benefit of any and all persons,
companies, and corporations entitled to file claims under Section
3181 of the California Civil Code so as to give a right to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with the provisions of Sections 3247 et. seq. of
the Civil Code of the State of California.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alterations or additions
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any
wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or
additions to the terms of the contract or to the work or to the
specifications.
In the event that any principal above named executed this bond
as an individual, it is agreed that the death of any such principal
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the above named Principal and Surety, on the 17TH day of
JANUARY 1994.
Name of Contra or (Principal) thorized Signature /Title
Richard Vallecorsa - Vice President
INSURANCE COMPANY OF NORTH AMERICA �_ L
Name of Surety uthorized Agent "gnature
2400 E. KATELLA AVENUE #300 -K E.S. ALBRECHT, JR., TTORNEY IN FACT
ANAHEIM, CA 92806
(714)939 -5756
Address of Surety Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
State of CALIFORNIA
County of LOS ANGELES
"On ( I n I 94 before me, MARY SUSAN TEAGLE
(D TE) (MAME. TRUE OF OFFICER I.E.:LANE DOE NOTARY;VSu l
,personally appeared RICHARD VALLECORSA
(NAME(S) OF SIGNER(SI)
f personally known to me OR - ❑
4 •_
OFFICIAL NOTARY SEAL
MAPY SUSAN TEAGLE •
• .4
F4;al'
Nomly Public-- Ca!itot nil
LOS ANGELES COUNTY
My Comm. Expires OCT 12,i D95
proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
to me that helshe /they executed the same in
his /her /their authorized capacity(ies), and that by
his /her /their signatures) on the instrument the
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
Witness my hand and official seal.
i-YL
W
s
f
0
0
CAPACITY CLAIMED BY SIGNER(S)
❑ INDNIDUAL(S)
Iff CORPORATE
OFFICER(S) VICE YRES.
❑ PARTNER(S) tTITLE(s))
❑ ATTORNEY IN FACT
• TRUSTEE(S)
• GUARDIAN /CONSERVATOR
• OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(St OR ENTTrYDES))
ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any 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
FORM 63240 —ALL PURPOSE ACNNOWLED131I WIM SIGNER CAYAGRYlREPRESENTATION nWARPRINT —Rn. 1292
.. . . I
Date of Document
aTM WOLCOTIS FORMS. INC.
1CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 5193
State of CALIFORNIA
OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
County of ORANGE
Though statute does not require the Notary to
rill in the data below, doing so may prove
On 1 -17 -94 before me, PAMELA M. ANDROSKO
invaluable to persons relying on the document.
DATE NAME, TITLE OF OFFICER- E.G.,-JANE DOE, NOTARY PUBLIC'
INDIVIDUAL
E.S. ALBRECHT, JR.
❑COFIPORATEOFFICER(S)
personally appeared
NAME(S) OF SIGNER(S)
TITLE ($)
r personally known to me - OR • ❑proved to me on the basis of satisfactory evidence
PARTNER(S) LIMITED
❑ ❑
to be the person(s) whose name(s) is /are
,
❑ GENERAL
Subscribed to the within instrument and ac-
® ATTORNEY -IN -FACT
knowledged to me that he /she /they executed
❑ TRUSTEE(S)
the same in his /her /their authorized
❑ GUARDIAN /CONSERVATOR
capacity(ies), and that by his /her /their
OTHER:
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNER IS REPRESENTING:
f r +. r r I 'af,forr�a
WITN S my hand and official Seal.
NAME OF PERSON($) OR ENTIT'(IES)
v.i3�1��
INSURANCE COMPANY OF
NORTH AMERICA
.,...... .s. �.. x.:aaa.:.,.aeaemawa�csaa.wwn.t-
( C
SIGNATURPdF NOTARY
i
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT:
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form.
OPTIONAL SECTION
TITLE OR TYPE OF DOCUMENT PAYMENT BOND #TO0299716
NUMBER OF PAGES 2 DATE OF DOCUMENT JANUARY 17, 1994
SIGNER(S) OTHER THAN NAMED ABOVE
of 993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184
Oil,' -•tom a. _.. -� s� _ -: < -.
POWER OF • Insiurance Company of North America* ® 510572
ATTORNEY D aGNA C0RwQ1y
Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth
of Pernsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of
Directors of the said Company on December 5, 1983, to wit:
'RESOLVED, That pursuant to Arfides 3.18 am 5.1 of the By-tam, the fonowing Rules shall govern the wn aon for the company of bonds, undertakngs, rerognimacas
contracts and other writings in the hature thereof:
(t) That the President, any Senior Vice President. any Vice President, any Assistant Vice President, or any Mcmust rin -Fact, may execute for and on behalf of the Company any and sit bonds,
undertakings. recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Settalary, or any Assistant corporate Secretary, and
the seal of the Company affixed thereto; and that the President. any senior Vice Pesdenl. any Vim President or any Assistant Vice President may appoint and authorize any other oticet
(elected Or appointed) of the Company, and Anom9y &in -Fact 10 so execute or threat to the ex8CuUm of all such wdGngs an behex of the Company and to affix the seal of the Company thereto.
(2) Any such writing executed In accordance with these Rules shah be as binding upon the Company in any Casa as though signed by the President and aflesled W by the Corporate Secretary.
(3) The signature of the President. or a Senior Vice President. or a Moe Prestlem, or any Assistant Vice Presidem and the seal of the Company may be affixed by f ms mile on any power of ahmnay
granted pursuant to this Resolution, and the signature of a certifying Officer and the seal of the Company may be attired by facsimile to any cartifiwte of arty soon power, and any such power or
cent ficare bearing such facsimile signature and a" shall be valid aruo binding on the Company. -
(e) Such other OKoem of the Company, and Aftornsyeirr Fact shall have authority to Cartify or verity copies of this Resolution, the By- a" or the Company, and any affldaNl or record of the
Company necessary to the discharge of their dunes.
(5) The passage of this Resolution does nor revoke any earner authority granted by Resolusons Of the Board of Directors adopted on June 9. 1953, May 28,1975 and Marti 23, IM*
does hereby nominate, constitute and appoint PATRICIA M. MITE, THONAS D. GUNNIN, E. S. ALBRECHT, JR. ,
and PAMELA ANDROSKO, all of the City of Costa Mesa, State of California--------- - - - - --
.N
0
a
tl1
ro a1
co
4 co
_ to
(D :3
U 0)
O :3
> Fi
(D >
m�
c :a
cc U)
'o
C�
A
N
tad m
N
0 C
O
Ea)
co
O T
> C
y
O�
each individually if there be more than one
named, its true and lawful attomey -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any, and all bonds,
undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TWE[M MILLION--- -
---------------------------- DOLLARS(s 20,.000,000,
each, and the execution of
such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed
and acknowledged by the regularly elected officers of the Company at its principal office.
IN WITNESS WHEREOF, the said R. E Giveans. Vice - President, has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 5th
day of January 19 93
INSURANCE COMPANY OF NORTH AMERICA
C
R. E. GIVEANS, Vice President
OF PENNSYLVANIA - -
COUNTY OF PHILADELPHIA ss.
On this 5t1i day of January , A.D. 19 93 , before me, a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia came R. E. Giveans, Vice-President of the INSURANCE COMPANY
OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged
that he executed the same, and that the seal affixed to the preceding instrument is the Corporate seal of said Company, that the said
corporate segl,ffiqho signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the
referred to in the preceding instrument, is now in force.
I have hereunto Set my hand and affixed my official seal at the City of Philadelphia the day and year
NOTARIAL SEAL
L J c0 F —1* CARRIE M. RAYSOlp Notary pubic w / /
phlladelphia, Philadelphia County, PA - Notary Public
FZ �� \ My Commission Expires October 30, 1995
tiGN
1, the i> i(,�t 'd,¢ % of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of
which the foregoing l���JAn It 'and correct copy, is in full face and effect.
In witness whereof, I have hereunto subscribed my name 'as Secretary, and affixed the corporate seal of the Corporation, this
17TH day of, JANUARY 19 94_
Darryl F. Taylor .:. - Secretary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION: DATE: AFTER 41190 :t -. 10, 1995 _
SS-33363b Ptd. in O.SA .. �. -..
EXECUTED IN QUADRUPLICATE
0
BOND #T00299716
PREMIUM: $3,371.00
Page 9
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California; by motion adopted January_ IQ. 19Q4 has awarded
to Boral ReSOUr hereinafter
designated as the "Principal ", a contract for MPaSurp "M" SLrpet
Rehahili atjon (Contract No. C_2g9A ) in
the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. C_2928— and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we.,
as Principal, and
as Surety, ar�ll
the sum of
fWa
said sum be ng equa t
contract, to be paid to
successors, and assigns;
bind ourselves, our
successors, or assigns,
presents.
BORAL RESOURCES, INC.
I) �IX"O�JSS City of Newport Beach, in
Dollars ($766,892.00 ),
0 0$ o e estimated amount of the
the City or its certain attorney, its
for which payment well and truly made, we
heirs, executors and administrators,
jointly and severally, firmly by these
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond,
Surety, for value received, stipulates and agrees that no
change, extension of time, alterations or additions to the terms of
the contract or to the work to be performed thereunder or to the
specifications accompanying the same shall in any wise affect its
siv1
w
0
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal executed this bond as an
individual, it is agreed that the death of any such principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the Principal and Surety above named, on the 17TH day of
JANUARY , 1994.
Boral Resources, Inc.
Name of Contractor (Principal)
INSURANCE COMPANY OF NORTH AMERICA
Name of Surety
2400 E. KATELLA AVENUE #300 -K
ANAHEIM, CA 92806
Address of Surety
4 khor'ized Signature /Title
Richard Vailecorsa - Vice President
Authorized Agent gnature
,
E.S. ALBRECHT, JR. ATTORNEY IN FACT
(714)939 -5756
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
State of CALIFORNIA
+_'aunty of LOS ANGELES
On 1/17/94 before me, MARY SUSAN TEAGLE
(DATE) (NAME. TITLE OF OFFICER - I.E.. -JANE DOE, NOTARY PUBLIC)
personalfy appeared RICHARD VALLECORSA
IN personally known to me - OR -
h
�•
OFFICIAL NOTARY SEAL
MARY SUSAN TEAGLE
Notary Public— California
LOS ANGELES COUNTY
My Comm. Expires OCT 12,1995
(NAME(S) OF SIGNER(S))
❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose names) is /are sub-
scribed to the within instrument and acknowledged
to me that he /she /they executed the same in
hislher /their authorized capacity(es), and that by
his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
Witness my hand and official seal.
iz
E
iE
iE
0
0
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL(S)
I@( CORPORATE
OFFICER(S) VICE PRESID
• PARTNER(S) ITTLE(si)
• ATTORNEY IN FACT
• TRUSTEE(S)
• GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSCN(S) OR ENTRY11M)
ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any 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
h OLCOTTS FORM 67240 -ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY IREPPEMNTATIOWF74USPRWT -Pk .. 1292 at"? WOLCORS FORMS. INC.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT N-
1�0�111�`' ttltl�l�111t \ \Z \Z`�ZZti1l1�� -��-�1 - `ti' -�11 �\ 1t111�t1- �C<• t\ 1�Zttittitt�llt \�- �11111ti"` \- � \ \1 \11�1�
CALIFORNIA OPTIONAL 1
�;
County of ORANGE
On 1 -17 -94 before me, PAMELA M. ANDROSKO
DATE NAME, TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC"
personally appeared E.S. ALBRECHT, JR.
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
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
rL Cwi!zrnla WITNESS my hand and official seal.
'
�' , � r. - Y!JIt55 °r•1V. °0 199-0 '
«..ae.cu..ee..ee +x : w.sse.wsw •
SIGNATURE OF NOTARY
OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
Though Statute does not require the Notary to
Jill in the data below, doing so may prove
invaluable to persons relying on flhe document.
INDIVIDUAL
CORPORATE OFFICER(S)
nMEtS)
PARTNER(S) 0 LIMITED
GENERAL
® ATTORNEY -!N -FACT
E] TRUSTEE(S)
C] GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTITY(IES)
INSURANCE COMPANY OF
NORTH AMERICA
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT PERFORMANCE BOND #TD0299716
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES 2 DATE OF DOCUMENT JANUARY 17, 1994
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • B238 Remmat Ave., P.O. Box 71114 • Canoga Park, CA 91309 -7184
jAN- 1.4 -94 FRI 11:24 • P.09
' Page 10
'i ISIVOf {' /�YM1i}il t4q FEhI) 1�hl nl llYl'v!.Y GAJAA4�1V5 i /9� /�! l 1, Slt h i V`:
J .. Y1�Yo M5,4 n^(I +� pwM 'v.N54t • a /4 /V��, V /Aft ud -i[, A+ +4 5r {�wr ♦ 1 Mu-0i \I�d!wv:rM�[ t,T V.S; A)t /u� (44e,�:' -.V l4` N: -R.S; .'
PRODUCER
COMPANIES AFFORDING COVERAGE
Alexander & Alexander
650 Town Center Drive, Ste 600
COMPANY
LETTER A Continental Casualty Co. (CNA)
Pasadena, CA 92626
COMPANY B
LETTER Transportation Ins. Co. (CNA)
(714) 957 -6005
INSURED
Boral Resources, Inc.
1301 E. Lexington
COMPANY C
LETTER
PnmnnA CA 91766
Yn VJ rrrr / }� }}
'' CgVERAGES C:.'A R N ' lc9. {���'�Y '[4u.N lh. Wl i.f^i1..y5.
T 11S IS TO CERTIFY THAT POLICI�S OF INSU CEO LSTEO BEI.ON HAVE DEEN ISSUED TO 4HE (r1 W6 NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN• IWINSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,
EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
Goj
LT
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
CATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
5 2 000
(OCCURANCE BASIS ONLY)
,
A
CAMMEACNI
PRODUCTS /COMPLETED
S 2,000
COMPREHENSNE
OPERATIONS AGGREGATE
CM]
GL002514796
6/30/93
6/30/9
,yry OWNERS & CONTRACTORS
U PROTECTIVE
CONTIACTUAL FOR SPECIFIC
PERSONAL INJURY
1,000
CONTRACT
EACH OCCUMNCE
5 1,000
PRODUCTS /COMPL OPE0.
XCU HAZARDS
® BROAD FORM PROP. DAMAGE
® SEVERABILITY OF INTEREST
FIRE ONEAGE
,N
S 200
CLAUSE
PERSONAL INJURY WRH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
=
REMOVED
(ANY ONE PERSON)
10
MARINE
AUTOMOBILE LIABILITY
IT
SINGLE LIMIT
S 1 . QQQ
/J
COMPREHENSIVE
"ED
BUA002514988
6/30/93
6/30/9
BODILY INJURY
(PER PERSON)
s
tNv('1 t`d �{
� H {VY�
BODILY INJURY
i
A
;Sf;vp'ji;L`:•;:r'T".,:/4;4,
HIRED
(PER ACCIDENT)
�NON.OWNEO
PROPERTY
EXCESS LIABILITY.
EACH
AGGREGATE
UMBRELLA FORM
�r,', J �! i ;, ;
OCCURRENCE
OTHER THAN UMBRELLA FORM
.
STATUTORY..,
P
WORKERS' COMPENSATION
5 1,000
EACH ACCIDENT
B
AND
WC002514782
6/30/93
6/30/9:
,
DISEASE -POLICY LIMIT
EMPLOYERS' LIABILITY
5
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
O ¢`,; r M1 YIy JY
{/
WORKERS' COMPENSATON
STATUTORY
N ,
vy 'n�r•f
s „
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES /RESTRICTIONS /SPECAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED 161SUREO IN CONNECTION WITH THE FOLLOWING CONTRACT:
Measure "M' Street Rehahili a iQn C -9928
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE' HOLDER
;CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIOEO POLICIES BE NON.RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPI/IATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PBOVIOE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NOTICE TO TH o RT BEACy..ev REelsieREO MAIL
� 0y "-f
NEWPORT BEACH, CA. 92659 -1768
A77 N:
r. 1/17/94
r
ALMRDCIZ20�PREVENTATIVE
ISSUE DATE
JAN -14 -94 FRI 1125 • • P.19
Page 11
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy
for General Liability, the City of Newport Beach, its officers
and employees are additional insureds, but only with respect
to liability arising out of operations performed by or on
behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional
insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s)
shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall be called upon
to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies
separately to each insured against whom claim
is made or suit is brought, except with
respect to the limits of liability of the
company affording coverage.
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.
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
2,000,000 aggregate
The applicable limit of Contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
5/91
JAN44 -94 FR[ 1125 P.11
Page 11A
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
7. Designated Contract: ae_s ure "M "`$ Pt geh3}ilitAtim f_7o9R
Project Title and ContractINo.
This endorsement is effective 1/17/94 at 12:01 a.m.
and forms a part of Policy No.GLO 2 of on inert al Casualty Co.(CNA)
(Company Affording Coverage).
Insured: Boral Resources, Inc.
ISSUING COMPANY
By:
Authorized Representative
5191
Endorsement No.:
JAN,'14 -94 FRI 1126 • P.12
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
2.
5/91
Page 12
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.
The policy includes the following provision:
"The insurance afforded by the policy applies
separately to each insured who is seeking
coverage or against whom a claim is made or
suit is brought, except with respect to the
limits of liability of the company affording
coverage."
The limits of liability under this endorsement for the
additional insureds named in Paragraph 1. of this endorsement
shall be the limits indicated below for either Multiple Limits
or Single Limit:
( ) Multiple limits
Bodily Injury Liability
Bodily Injury Liability
Property Damage Liability
()p Combined Single Limit
per person
per accident
Bodily Injury Liability & 1,000,000
Property Damage Liability $
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.
JAN -44 -94 FRl 11:27 • P.13
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public works Department.
5. Designated Contract: Measure "M" Street Rehabilitation, C -2928
Project Title and Contract No.
This endorsement is effective 1/17/94 at 12:01 a.m.
and forms a part of Policy No.BUAUU2514988 of Continental Casualty Co. (CNA)
(Company Affording Coverage).
Insured: Boral Resources, Inc.
ISSUING COMPANY
By: /V
Authorized Representative
5/91
Endorsement No.:
0
Page 13
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self- insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
1/17/94
Date
C -2928
Contract Number
5/91
Boral Resources, Inc.
Name of Contractor (Principal)
�i
Au horized Signature and Title
R chard Vallecorsa -Vice President
Measure "M" Street Rehabilitation
Title of Project
0
CONTRACT
�y HIS AGREEMENT, entered into this w�lay of ,
19 / , by and between the CITY OF NEWPORT BEACH, her after "C y,"
and Boral Resources, Inc. , hereinafter
"Contractor," is made with reference to the following facts:
0
Page 14
A. City has heretofore advertised for bids for the following
described public work:
Measure "M" Sheet Rehabilitation
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:
Wit -fi re "M" 4treet Rehabilitation
Title of Project
C -2928
Contract No.
which project is more fully described in the contract documents.
Contractor shall perform and complete this work in a good and
workmanlike manner, and in accordance with all of the contract
documents.
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of Seven Hundred Ci xty- Si x Thousand Fight
Hundred Ninety -Two Dollars ($766,892.00) This compensation
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) Any expense incurred as a result of any suspension
or discontinuance of the work,
but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal
waves, and which loss or expense occurs prior to
acceptance of the work by City.
5/91
1�
! t►
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 Measure "M" Street
Rehabilitation C-2928
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.
5/91
AS
1
I/-
CITY OF NEWPORT BEACH
A icipal Corporation
B .
Mayor
Boral Resources, Inc.
Name of Contractor
14
thorized Signature and Title
ichard Vallecorsa -Vice President
State of CALIFORNIA 1
County of —LOS ANGELES JI}
On 1/17/94 before me, MARY SUSAN TEAGLE
iDATE) INAME. TITLE OF OFFICER - I.E.'.UNE DOE NOTARY PUSUCj
personally appeared RICHARD VALLECORSA
INAME(S) OF SIGNERMI
IN personally known to me - OR -
OFFICIAL NOTARY SEAL
MARY SUSAN TEAGLE
Nacvv Publlc— California
LOS ANGELES COUNTY
ph Comm. Expires OCT 12,Ing5
❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are sub-
scribed to the within instrument and acknowledged
to me that he /she /they executed the same in
his /herJtheir authorized capacity(ies), and that by
his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument_
Witness my hand and official seal.
s
e
CAPACITY CLAIMED BY SIGNER(S)
❑ INONIDUAL(S)
CORPORATE
OFFICER(S) VICE PRESIDE
❑ PARTNER(S) (nTu2(s))
❑ ATTORNEY IN FACT
• TRUSTEE(S)
• GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSONtSI OR ENTIT (OFS11
ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this ceniFCate to any 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
NDLCOTTS MRM 63210 -ALL PURPOSE K%NOWLEDGMENT.WFTN SIGNER CAPACRgREPRESEMATIDN /RNGERPRINT -R".. 12.92
Date of Document
01992 WOLCOnS FORMS. INC.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
MEASURE M STREET REHABILITATION
CONTRACT NO. 2928
I. SCOPE OF WORK . . . . . . . . . . . . .
II. CONTRACTOR'S LICENSE . . . . . .
III. TIME OF COMPLETION . . . . . . . . .
IV. LIQUIDATED DAMAGES . . . . . . . . . .
V. PAYMENT . . . . . . . . . . . . . . . .
2
VI.
WORK IN STATE RIGHT -OF -WAY . . . . . . . . . . . .
. 2
VII.
TRAFFIC CONTROL PLAN . . . . . . . . . . . . . . .
. 2
VIII.
"NO PARKING, TO- AWAY" SIGNS . . . . . . . . . . . .
. 3
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. 4
X.
CONSTRUCTION SURVEY . . . . . . . . . . . . . . . .
. 4
XI.
PROTECTION OF PRIVATE PROPERTY . . . . . . . . . .
. 4
XII.
RESTORATION OF JAMBOREE ROAD PARKWAY, ETC. . . . .
. 5
XIII.
STREET TREE WORK ALONG CLAY STREET (By Others) . .
. 5
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . .
. 5
A. Mobilization. . . . . . . . . . . . . . . .
. 5
B. Unclassified Excavation . . . . . . . . .
. 6
C. Asphaltic Concrete Pavement and Overlay
Preparation . . . . . . . . . . . . . . . . .
. 6
D. Portland Cement Concrete. . . . . . . . . . .
. 7
E. Utilities . . . . . . . . .
. 7
F. Guard Underground Construction (Water Main
Replacement . . . . . . . . . . . . . .
. 8
G. Traffic Signal Loop Replacement . . . . .
. 8
H. Traffic Striping an Pavement Markings . . . .
. 8
J. Miscellaneous . . . . .
10
K. Ductile Iron and Pipe Fittings - Furnishing
and Installing . . . . . . . . . . . . . . . .
10
XV.
SOLID WASTE DIVERSION . . . . . . . . . . . . . . .
13
XVI.
DESIGN CROSS SECTION SHEETS. . . . . . . . . . . .
13
I.
Wo
III.
IV.
0
•
SP 1 of 13
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
=� A
BPECIAL PROVISIONS
' n. ic'il
MEASURE M STREET REHABILITATION �X�� t
CONTRACT NO. 2928
•. i r,
SCOPE OF WORK
The work to be done under this contract consists of
rehabilitating 6 streets at various locations in the
City of Newport Beach, plus replacing a 12" water main.
All work necessary for the completion of this contract
shall be done in accordance with (1) the attached State
of California Encroachment Permit; (2) these Special
Provisions; (3) the Plans [Drawing Nos. R- 5663 -5; W-
5228 -5; T- 5118 -5, T- 5245 -5 (Sheets 1 & 3), T- 5277 -5, T-
5555 -5, and T- 5629 -L (attached hereto); T- 5049 -5, T-
5518 -5, T- 5575 -5 (Sheets 2 & 3), and Resubdivision No.
337 (Sheet 25)]; (4) the City's Standard Special
1991 Edition); and (5) the Standard
for Public Works Construction, 1991
Edition, including Supplements.
Copies of the Standard Special Provisions and Standard
Drawings may be purchased from the City's Public Works
Department. Copies of the Standard Specifications may
be purchased from Building News, Inc., 3055 Overland
Avenue, Los Angeles, CA 90034; telephone (213)202 -7775.
CONTRACTOR'S LICENSES
At the time of bid opening and until completion of
work, the Contractor shall possess a General
Engineering Contractor "A" license.
At the start of work and until completion, the
Contractor shall possess a Business License issued by
the City of Newport Beach.
TIME OF COMPLETION
The Contractor shall complete all work, including
cleanup, within 90 consecutive calendar days, but no
later than May 31, 1994.
LIQUIDATED DAMAGES
Commencing on the 91st consecutive calendar day of
onsite work or on June 1, 1994, whichever occurs first,
V.
VI.
VII.
L
SP 2 of 13
the Contractor shall pay to the City, or have withheld
from monies due the Contractor, the daily sum of
$500.00 liquidated damages rather than the $250
specified in Sec. 6 -9 of the Standard Specifications.
The Contractor's inability to obtain materials or labor
in a timely manner to complete the specified work
within these time limits shall not deter assessment of
damages.
The intent of this Section is to emphasize to the
Contractor the importance of prosecuting his work in an
orderly, preplanned, continuous sequence to minimize
the length of time that City streets are impacted by
the Contractor's work, and to minimize the duration of
exposure of the public to the Contractor's work.
PAYMENT
The unit or lump sum price bid for each item of work
shown on the proposal shall be considered as full
compensation for labor, equipment, materials and all
other things necessary to complete the work in place,
and no additional allowance will be made therefor.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit prices bid for items of work.
Partial payments for mobilization shall be made in
accordance with Section 10264 of the California Public
Contract Code.
WORK IN STATE RIGHT -OF -WAY
Certain work at the Jamboree Road venue is to be
performed within State of California right -of -way. All
such work shall be performed in strict conformance with
the attached Caltrans ENCROACHMENT PERMIT.
Compensation to Contractor to reimburse the State of
California for their costs to provide State engineering
inspection shall be included in related items of work.
TRAFFIC CONTROL PLAN
The Contractor shall submit traffic control plans to
the Engineer which conform with provisions of the WORK
AREA TRAFFIC CONTROL HANDBOOK (WATCH), 1990 Edition.
Traffic control plans shall be prepared following the
same sequence as the actual construction and shall
include the following:
1. The location and wording of all barricades,
signs, delineators, lights, warning devices,
•
0
SP 3 of 13
parking restrictions, lane closures, and any
other details required to assure that all
pedestrian and vehicular traffic will be
handled in a safe and efficient manner with a
minimum of inconvenience to the public.
2. No closure of Lake Avenue concurrent with
lane closure or traffic or parking
restriction along 32nd to 26th Streets.
3. No lane closure in Jamboree Road or Marine
Avenue during March 25th to April 3rd.
4. No concurrent reduction in number of traffic
lanes in Jamboree Road and Marine Avenue.
5. At least two 10 -foot min. width traffic lanes
southbound and one 10 -foot min. width traffic
lane northbound in Jamboree Road.
7. At least one 10 -foot min. width traffic lane
on Marine Avenue, with radio - equipped,
uniformed flagmen to control traffic at each
end of two - directional, one -lane traffic
movement; except that between 6:00 AM and
9:00 PM, at least one 10 -foot min. width
traffic lane shall be maintained for each
direction of traffic on Marine Avenue.
8. Vehicular traffic on Marine Avenue shall not
adversely impact vehicular traffic on Bayside
Drive or Jamboree Road, and vice - versa.
9. A complete and separate plan for each stage
of construction proposed by the Contractor
showing all items listed above.
Traffic control plans shall be submitted to the
Engineer for review and approval a minimum of ten (10)
working days prior to commencing work.
VIII. "NO PARKING. TOW- AWAY" SIGNS
If the work necessitates temporary prohibition of on-
street parking or access 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 40 hours in advance of the need for enforcement.
In addition, the Contractor shall notify the City of
Newport Beach Police Department, Traffic Division, at
(714) 644 -3740 for verification of posting at least 40
hours in advance of the need of enforcement. Failure
to properly notify Traffic Division will result in the
delay of prohibition of on- street parking or access.
r
SP 4 of 13
"NO PARKING, TOW AWAY" signs shall (1) be made of white
card stock; (2) have minimum dimensions of 12 inches
width by 18 inches height; 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.
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 re -post
the "NO PARKING, TOW - AWAY" signs and re- notify Traffic
Division.
If the work necessitates closure of on- street parking
zones, the Contractor shall bag or cover street
sweeping signs in the vicinity of the parking zone
closures in a manner approved by the Engineer prior to
posting "NO PARKING" signs. Upon removal of the "NO
PARKING" signs, all street sweeping signs which the
Contractor covered shall be immediately uncovered.
All costs for provided traffic control, including all
requirements as detailed in this Section and as
required for this construction project, shall be
included in the lump sum price bid for "Provide Traffic
Control and Delineation."
IB. 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.
X. CONSTRUCTION SURVEY
Field survey for control of construction shall be
provided by the Contractor. Staking shall be performed
on all items ordinarily requiring grade and alignment
at intervals normally required for such construction.
The Contractor shall make every effort not to disturb
property corners; however, if a corner is inadvertently
disturbed or must be removed in order to accomplish the
work, the Contractor shall replace said corner at his
sole expense.
%I. PROTECTION OF PRIVATE PROPERTY
Property lines abutting the proposed improvements are
indicated on the plans. Prior to construction, the
0 •
SP 5 of 13
Contractor shall verify the location of existing street
trees, structures, planters, plant materials,
irrigation systems, walkways, lighting, etc. and shall
protect them in place and be responsible for, at his
sole expense, any damage to them resulting from
construction of the improvements.
BII. RESTORATION OF JAMBOREE ROAD PARKWAY, ETC.
The Contractor shall remove and reconstruct the public
sidewalk within the westerly parkway along Jamboree
Road between Pacific Coast Highway and Bayside Drive.
Inasmuch as this sidewalk will be built at a higher
elevation than the existing sidewalk, the Contractor
shall also fill, grade, and reconstruct the connecting
walkway and bus pad upon the adjacent privately -owned
property. That property is owned by The Irvine Company
(TIC) and managed by Regis Management Company.
The City of Newport Beach and Regis have agreed that
Regis will cut and cap irrigation systems, prune plant
materials, replace sod, import and grade topsoil,
restore irrigation systems, and modify concrete borders
of planter areas within TIC property and the length of
the parkway.
The Contractor shall make every effort to minimize his
work effort and damage upon TIC property and the length
of the parkway, and shall establish a firm construction
schedule and coordinate his work with Regis' foremen so
that Regis' costs to restore TIC property and the
length of the parkway are minimized.
SIII. STREET TREE WORK ALONG CLAY STREET (BY CITY FORCES)
City forces will prune and thin street tree foliage,
remove roots which have raised or caused damage to the
street improvements which are being reconstructed, and
install root barriers as needed along Clay Street.
This work will be performed in concert with the
Contractor's removal and reconstruction of street
improvements along Clay Street.
Accordingly, the Contractor shall establish a firm
construction schedule and coordinate his work with the
City's Certified Arborist (Tele. 644 -3083) so that the
City's cost to perform street tree work is minimized.
SIV. CONSTRUCTION DETAILS
A. MOBILIZATION
Mobilization shall include the general site
maintenance required to keep the project site in a
neat and orderly condition throughout the
construction period.
B.
0 0
SP 6 of 13
UNCLASSIFIED EXCAVATION
Unclassified Excavation shall include the removal
of the interfering existing pavement sections and
native materials as needed to place the new
pavement sections and roadway improvements, and
the disposal or recycling of the generated
material, including unclassified fill.
The Engineer anticipates an earthwork shortage in
Jamboree Road and an earthwork excess in the
remainder of the project, particularly Lake Avenue
and Marine Avenue. Clean excess earth may be used
as unclassified fill where necessary, particularly
in Jamboree Road. The Engineer anticipates a net
excess overall, necessitating disposal.
C. ASPHALTIC CONCRETE PAVEMENT AND OVERLAY
Asphaltic concrete pavement includes surface
course and base course.
Surface course asphalt concrete shall be Type III -
C3-AR4000. Base course asphalt concrete shall be
Type III- B2- AR8000. A.B. shall be "fine" Crushed
Miscellaneous Base or better.
Asphalt concrete base course is defined as (1) the
asphalt required in pavement reconstruction areas
to bring the area flush with the adjacent existing
pavement, and (2) the asphalt required to bring
thick A.C. overlays to within 2" of the proposed
finished grade.
Asphalt concrete surface course is defined as (1)
the asphalt overlay placed on existing pavement
where the overlay required is 2" or less, (2) the
asphalt overlay placed on A.C. base course at
pavement reconstruction areas (the surface course
overlay depth should match the adjacent proposed
overlays); and (3) the 2" asphalt overlay placed
on A.C. base course in thick overlay areas.
Surface preparation of existing pavement for AC
overlay will be required in some areas before the
proposed overlays can be placed. This surface
preparation shall include, but not be limited to,
crack routing, bump grinding, crack cleaning, and
crack sealing with rubberized sealant approved in
advance by the Engineer. All cracks ill or larger
shall be sealed.
Surfaces to be overlaid shall be cleaned by the
use of airblowers, water or hand brooms. The
D.
E.
0 0
SP 7 of 13
overlaid surface shall be free of water, dust or
foreign material before tack coat is applied.
Thermoplastic- marked crosswalks and traffic
legends, and raised pavement markers shall be
removed by grinding or by some other method
approved in advance by the Engineer prior to
placing asphalt concrete overlay.
At locations where new asphaltic concrete pavement
is joining existing asphaltic pavement, the
Contractor shall sawcut to provide straight, neat
lines and place the new asphaltic concrete to form
a smooth transition. Payment for sawcutting
pavement shall be included in the pay item for
Unclassified Excavation.
The Contractor shall use a paving machine equipped
with an automatic adjusting screed which is
actuated by a 30 -foot "ski" for the entire
asphaltic concrete overlay.
Where depressions exist in pavement to be overlaid
such that the overlay thickness will exceed 211, a
leveling base course shall first be placed so that
the final overlay will be of approximately uniform
thickness.
where extra milling (cold planing) of AC pavement
is required due to previous overlays, or any other
reason where the existing surface is abnormally
high relative to the edge of gutter, payment for
said milling shall be included in the unit price
thereof, and no additional compensation will be
allowed.
Surface course seams shall align with proposed
lane lines or as approved by the Engineer.
PORTLAND CEMENT CONCRETE
All exposed concrete surfaces shall conform in
grade, color and finish to all adjoining curbs,
walks, and other improvements.
UTILITIES
Existing underground utilities are shown per
available records on Jamboree Road /Marine Avenue
only. Only surface utilities have been shown on
the remaining portions of the Plans. The
Contractor shall be responsible for field
verifying the actual locations and elevations of
existing utilities prior to beginning construction
of the new facilities.
Adjustment to grade of gas meters, electrical and
0
0
SP 8 of 13
telephone vaults, cable T.V. pullboxes, and any
other utility -owned facilities will be done by the
utility companies. Adjustment to grade of
City -owned and County Sanitation District facili-
ties will be done by the Contractor as called for
in the construction notes and provided for in the
Standard Specifications.
F. GUARD UNDERGROUND CONSTRUCTION (WATER MAIN
REPLACEMENT)
The Contractor shall obtain a permit to perform
excavation or trench work from the State of
California, Department of Industrial Relations
(Cal- OSHA), prior to excavating any trench 5 feet
or more in depth. The Contractor shall also
submit drawings to the Engineer in accordance with
Sections 7 -10.4 and 2 -5.3 of the Standard
Specifications. All costs incurred to obtain the
permit, to comply with the provisions of such
permit, and to obtain the Engineer's approval
shall be included in the various related items of
work, and no additional compensation will be
allowed.
G. TRAFFIC SIGNAL LOOP REPLACEMENT
The Contractor shall install and have inspected
traffic signal loop installations prior to
constructing the asphaltic concrete surface
course.
Traffic signal loop installations shall be
inspected at the Contractor's sole cost by Signal
Maintenance, Inc. of Anaheim, CA (714) 630 -4990.
Signal Maintenance, Inc. shall provide the
Engineer a written acceptance of their inspection
prior to the Engineer's final inspection of the
completed work.
H. TRAFFIC STRIPING AND PAVEMENT MARKINGS
This item of work shall be done in accordance with
Section 210 -1.6, "Paint for Traffic Striping,
Pavement Marking and Curb Marking" and Section
310 -5.6, "Painting Traffic Striping, Pavement
Markings, and Curb Markings ", of the Standard
specifications, except as supplemented or modified
below.
Paint for traffic striping and pavement markings
shall be white Formula Number 2466 -A9 and yellow
Formula Number 2467 -A9 as manufactured by J. E.
Bauer Company.
Delete Paragraph 1 of Subsection 310 - 5.6.7,
0 0
SP 9 of 13
"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 on the Plans. The
Contractor shall mark or otherwise delineate
new traffic lanes, limit lines, pavement
markings, etc., within 24 hours after
removing or covering existing striping and
markings. No street shall be without the
proper striping over a weekend.
If the Contractor fails to perform striping as
specified herein, the Contractor shall cease all
contract work until the striping has been properly
performed. Such termination of work shall require
that the Contractor reinstall "NO PARKING, TOW -
AWAY" signs and renotify residents in accordance
with Section VIII herein, respectively, at the
Contractor's sole expense.
If the Contractor removes, covers or damages
existing striping or raised pavement markers
outside of the work area, he shall re- stripe or
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 State of California's Standard
Specifications, except that raised pavement
markers for the location of fire hydrants shall
conform to City of Newport Beach Std.- 902 -L.
The Contractor shall clean, protect, or replace
within 24 hours raised pavement buttons and
markers that have been damaged, removed, or
covered as a result of the Contractor's work. New
non - reflective pavement markers (Types A and AY)
shall be ceramic. New reflective pavement markers
shall have glass- covered reflective faces.
Traffic stripes and pavement markings shall be
applied in two coats. The first coat of paint
shall be dry before application of the second
coat. At least one coat of paint shall be applied
for striping and markings within 24 hours after
placing asphaltic concrete overlay.
Where striping details shown on the Plans specify
raised pavement markers only, such as in Details
0 0
SP 10 of 13
4, 7, 10, 13, 14, etc., one coat of the
appropriate color paint shall be applied within 24
hours after placing asphaltic concrete overlay.
Raised pavement markers shall then be installed
within 15 to 30 days after placing asphaltic
concrete overlay, and shall be placed directly
over the striping.
Thermoplastic traffic striping and pavement
markings shall be Alkyd type and shall be
installed per plan by the Contractor in accordance
with Section 84 -2 "Thermoplastic Traffic Stripes
and Pavement Markings" of the State of
California's Standard Specifications.
Thermoplastic shall be warranted by the Contractor
against blistering, bleeding, excessive cracking,
staining, discoloring, stripping and poor adhesion
for at least 1 year.
Previously -dated traffic striping and pavement
marking plans listed herein and under Section I.
Scope of Work shall be used as plans for traffic
striping and pavement markings on this project.
J. MISCELLANEOUS
On Jamboree Road, existing pavement may remain in
the southbound curb lane (the westerly 12' of
pavement) when at least 6" of AC is placed
directly upon it. Existing curb and gutter may
remain when full dimension new curb and gutter is
placed on or above it. Existing sidewalk may
remain when at least 12" of earth cover at the
right -of -way line is provided, measured to the
rounded top of slope.
The Engineer estimates the approximate amounts of
existing improvements which may remain are: AC
pavement, 2600 s.f.; curb and gutter, 210 l.f.;
and sidewalk, 1000 s.f.
Payment for remove and replace bid items shall be
based upon the quantity of bid item constructed,
not the quantity of bid item removed. Payment for
transition curb and gutter shall be based upon the
unit price of the adjoining new curb and gutter.
K. DUCTILE IRON & PIPE FITTINGS - FURNISHING AND
INSTALLING
All ductile iron pipe and fittings shall be
encased with a loose 8 mil thick polyethylene
wrap. All pipe shall be sand bedded before laying
in trench, in accordance with City Std. 106 -L.
0
SP 11 of 13
Fittings shall be manufactured in accordance with
AWWA C110 (ANSI A21 -10) and shall be ductile iron.
Cast iron fittings shall not be accepted.
Flanged fittings shall be ductile iron material
and shall conform to the requirements of AWWA
Standard C -110 and ANSI A21 -10. Pipe and adapter
flanges shall be ANSI B16.5 pattern, Class 150
flanges.
All mechanical joints shall be retained with
retainer glands.
Bolts and nuts for all installations shall be Type
316 stainless steel. Threads shall be coated with
liberal amounts of anti -cease compound. Flange
gaskets shall be full -faced Buna -N nylon
impregnated rubber.
Thrust blocks shall be installed at all fitting
locations in accordance to City Std. 510 -L.
Butterfly valve shall conform to Section 207 -20.2
of the Standard Special Provisions. Contractor
shall submit specific valve model data for City
approval prior to Contractor purchase or
installation.
Valve shaft and valve disc shall conform to
Section 207 -20.2 of the Standard Special
Provisions.
The interior body and disc shall be internally
epoxy lined. Application shall be on a
sandblasted surface with preparation conforming to
SSPC -10 requirements. The epoxy lining shall be
an approved, thermally cured, fusion - bonded
system. Brush applied epoxy coatings shall not be
permitted.
The operator shall be provided with a pointer
assembly for valve position indication.
An integral adjustable stop device shall be
provided to prevent over - travel. The stops shall
allow valve travel of degrees, with a minimum
adjustability of + or - 5 degrees at each end of
travel. All stops shall be of steel material.
The water necessary to pressure test and flush the
new water mains will be provided by the City at no
cost to the Contractor. All other construction
water will be metered and charged to the
Contractor at the City's standard rate schedule.
The Contractor shall make application to the City
for all construction water by giving at least two
0
P
SP 12 of 13
(2) days notice. The location for providing water
will be the nearest active fire hydrant as
determined by the City.
The price per lineal foot of pipe shall include
trench excavation; subgrade preparation; bedding;
furnishing and installing pipe, bends, tees,
crossings and appurtenances; dewatering and
backfilling. All pavement reconstruction shall be
per Plan R- 5663 -5.
A six inch layer of sand meeting a SE30 grade or
better shall be installed prior to placing the
pipe. Prior to placing the pipe, the bedding
shall be graded so that when installed, the pipe
shall be in contact with the bedding for the full
length.
The pipe shall be installed to the line and grade
shown. The pipe joints shall be made up strictly
in accord with the manufacturer's instructions.
The pipe shall not be deflected more than 5
degrees or more than that recommended by the
manufacturer, whichever is less. The pipe shall
be handled with canvas slings and care shall be
taken not to bump or otherwise damage the pipe
while it is being unloaded or placed in the
trench. Care shall be taken to minimize foreign
material from entering the pipe during
installation.
In areas where open trenching is used, excavations
shall be braced or shored so as to provide
conditions under which workman may work safely and
effectively at all times.
The latest revisions of the rules, orders, and
regulations of the Division of Industrial Safety
of the State of California shall be complied with.
The Contractor shall submit to the Engineer
detailed plans and substantiating calculations for
shoring, bracing, sloping, etc., which does not
conform with shoring system standards contained in
the Construction Safety Orders. Such plans shall
be prepared by a California - licensed civil or
structural engineer.
Water mains shall be pressure tested and
disinfected in accordance with Section 306 -1.4.5
and Section 306 -1.4.7 of the Standard Special
Provisions.
Excavated native earth may be used as backfill
adjacent to structural backfill. Backfill shall
be free of trash, roots, clay, debris, and other
deleterious material.
SP 13 of 13
All trenches and pits shall be dewatered so that
there is no free water visible when the first
bedding material is deposited nor any time
thereafter, and so that there is no uplift of the
pipe. The requirements of tunnel dewatering set
forth in Section 306 -3.3 of the Standard
Specifications shall apply to this operation. The
water shall be desilted before discharging it into
a street, storm drain, sewer or the ocean.
The Engineer's experience with excavations in this
area indicates that hydrogen sulfide and /or other
chemicals may be present in groundwater. If so,
the water may not be disposed of as allowed by
Section 306 -3.3 but shall be either discharged
into the existing sewer or treated of as directed
by the Engineer. Small quantities may be
discharged into the existing sewer if approved by
the Engineer. Quantities in excess of the flow
accepted by the Engineer shall be treated and
discharged into the storm drain or bay. Any such
treatment beyond desilting will be paid for as
extra work.
$V. SOLID WASTE DIVERSION
Unless specified elsewhere in this contract, all non -
reinforced Portland cement concrete and asphaltic
concrete waste generated from the job sites shall be
disposed of at a facility which crushes such materials
for reuse. Excess soil and other recyclable solid
wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records
of total solid wastes generated and total solid wastes
disposed of at sanitary landfills. The Contractor
shall report said tonnages monthly to the Engineer on a
form provided by the Engineer.
%VI. DESIGN CROSS SECTION SHEETS
The City has 13 design cross - section sheets that will
be helpful in estimating excavation, fill and disposal
quantities. Upon request, the Engineer will provide
prospective bidders a copy of these sheets free of
charge at the City's Public Works Department office.
107718,
YELLOW
77 EZA- 4'0,01-4C77C
3
.dd1.r
6p3 G�
9'
6111
yoy 6 °.
601 I.
/
/ ^4C
N
QRpFESS /pN
W N0. C 22045 z T r �, V
* EXP.
.nrq uJ q
OF CAL\ i r ti o
/ r z�
S: STo p
CITY OF NEWPORT BEACH DRAWN.IIMMY DATE /olY3
PUBLIC WORKS DEPARTMENT APPROVED
5/7',8,1. /�MAi+ -}P/C, 1(1 ��R!`A �Fic GEVU�Zrt/V6�I e�
C604 7 J / .GG� % R.E. NO.Z2045
DRAWING NO.
\ O
O
O
\
V19.
=o�p
b
Ooh \
\ \
N
QRpFESS /pN
W N0. C 22045 z T r �, V
* EXP.
.nrq uJ q
OF CAL\ i r ti o
/ r z�
S: STo p
CITY OF NEWPORT BEACH DRAWN.IIMMY DATE /olY3
PUBLIC WORKS DEPARTMENT APPROVED
5/7',8,1. /�MAi+ -}P/C, 1(1 ��R!`A �Fic GEVU�Zrt/V6�I e�
C604 7 J / .GG� % R.E. NO.Z2045
DRAWING NO.
STATE OF CAUFORNIA DEPARTMENT TRANSPORTATION
ENCROACHMENT PERNW
In compliance with (check one):
X Your application of U�L1
Utility Notice No.
Agreement No.
R/W Contract No.
TO:
CITY OF NEWPORT BEACH
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
I
12 -ORA -1 -17.43
THIS PERMIT EXPIRES
MAY 31, 1994.
ATTN: LLOYD DALTON, DESIGN ENGINEER
PHONE: 714/644 -3311 PERMITTEE
and subject to the following, PERMISSION IS HEREBY GRANTED to:
cold -plane and construct an A. C. overlay across Jamboree Road along the curbline of southbound
Pacific Coast Highway (ORA -1) in Newport Beach, all in accordance with current Caltrans Standard
Specifications and Standard Plans, the attached Provisions and Permit Plan dated AUGUST 17, 1993.
Permittee shall contact State Permit Inspector DON PERUZZI at 714/954 -0519 and State Electrical
Inspector BOB CURL at 714/9540406 between 7 AM and 9 AM a minimum of two working days
prior to the start of work and a pre - construction meeting will be scheduled at the earliest mutually
agreeable time. Failure to comply with this requirement will result in suspension of this permit.
Permittee's Contractor shall, furnish the State with a signed application requesting a separate Caltrans
permit authorizing the Contractor to perform the work within the State Highway right of way for
the Permittee.
Permittee's Contractor will be required to pay a deposit of $350.00 estimated for inspection costs
and to reimburse the State for the actual costs incurred for engineering inspection of the work
are also included as
X Yes _ No General Provisions
_ Yes _ No Utility Maintenance Provisions
X Yes _ No Special Provisions
Yes _ No A Cal-OSHA permit required prior to beginning wodl
t
actual costs for.
_ Yes -X No Review
_ Yes X No Inspection
X Yes _ _ _ _ _ Field Work
Of any CoRrons effort expended)
Yes _ No The information in the environmental documentation has been reviewed and considered prior to
approval of this permit.
This permit is void unless the work is completed before MAY 31, 1994.
This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized.
No project work sholl be commenced unfit oil other necessary permits and environmental clearances have been obtained.
DON PERUZZI- INSPECTOR
BOB CURL - ELECTRICAL INSPECTOR
ca(without attachments)
Orange Maintenance (2 copies)
Alfred
Page 1 of 2
I
District Permit
NAME: 3300 NEWPORT BOULEVARD•
PERMIT #: 1293 -NRM -0494
DATE: August 17, 1993
within the State right of way and other permit related field work performed by Caltrans
Maintenance Forces.
All work involving the existing traffic signal system shall be coordinated with Bob Curl, who shall
be contacted a minimum of 48 hours prior to any destruction or replacement of loop detectors.
Permittee's attention is directed to Standard Specifications Section 7 -1.11, "Preservation of Property",
and Business and Professions Code Section 8771. Permittee shall physically inspect the work site
and locate all existing survey monuments prior to the start of work. Monuments shall be
referenced or re -set in accordance with the Business and Professions Code.
In addition to the attached General Provisions, form DM- M- P -202B, the following Special Provisions
are applicable:
1- California Highway Patrol Area Commander at 7141558 -6736 and OCTA DETOUR
COORDINATOR (714/638 -9000, extension 4130) shall be notified at least 48 hours prior to
implementing traffic control which requires lane closures.
2- A minimum of two working days prior to the start of any excavation authorized by this
Permit, Permittee shall notify UNDERGROUND SERVICE ALERT at 1- 800 - 422 -4133. All
existing State facilities (including traffic signal and lighting systems) shall be protected in
place. All such facilities damaged by this permitted work shall be immediately
repaired/replaced to the satisfaction of the State Inspector, at no cost to the State.
3- All traffic control shall be provided, installed and maintained by Permittee in accordance
with State Standards and subject to the approval of the State Permit Inspector. All work
which requires traffic control shall only be performed on weekdays between 9 AM and 3
PM. Whenever work is within 6 feet of a traffic lane, that lane shall be closed to
public traffic.
4- All traffic control which requires lane closures shall be in compliance with the appropriate
STANDARD PLANS traffic control plan. Where required by the plan, the use of a
flashing arrowboard is MANDATORY. A minimum of two lanes in the southbound
direction along Pacific Coast Highway shall remain open to public traffic at all times.
5- Orange vests and hard hats shall be worn at all times while working within State right -
of -way.
6- In the event of any discrepancy between the Permit Plans submitted by the permittee
and these Special Provisions, the Special Provisions shall prevail.
7- All existing pavement markings and striping removed by the cold - planing operation shall
be replaced in kind.
8- Permittee's attention is directed to GENERAL PROVISIONS Item #11, "Provisions for
Pedestrians ".
99- Immediately following completion of the work permitted herein, Permittee shall fill out
and mail the attached postcard.
Page 2 of 2
DEPARTMENT OF TRANSPORTATION
MCRO4 ELMNT PERMT GENERAL PROVISIONS
1*.ST P 202B (Rev. 1199)
1.
3.
4.
5.
6.
7.
Authority: Each Encroachment Per-
mit is issued In accordance with Chap-
ter 3 of Division 1, commencing with
Section 660. et seq.. of the Streets and
Htg4aa« Code (SHCI
ise+srrsias Llcept as otherwise pro-
vtded for public corporations fran-
chLse holders and utilities En-
croachment Permits are revocable on
five (5)da j' notice. These General Pro
visions Utility Maintenance Pro
visions, jnd any Encroachment Permit
Issued hereunder rre revocable or sub-
ject to modthcatlon or abrogation at
any time, zafthout prejudice, however,
to pliur HGllis. including those eviden-
ced byjofnt use agreements. franchise
rights rc:vtrvcd right& or any other
agreements for operatlrg purposes In
the State highway right -of -way.
1l¢4p0nsib!2 Party: No party other
than the nazned permittee or their
agent Is authorized to work under
any permit
Acceptance of Provisions It is
understood and agreed by the permit-
ted that elm doing of any work under
this perm!-, ahzll constitute an accep-
tomcc of the pimvlsions of this permit
and all attachments.
:7xticeP :3.zts9fa:lWOr� Before
starting work under the Encroach-
ment Permit. the permittee shall notify
the designated Department represen-
tattve two 2) working days prior to Ini-
tial start ctwork When work has been
hlterrlpte4 for more than ftve(5) work-
ing days, an additional 24 -hour
notlficati is is regLlred before restart-
ing wont unicss a pre - arranged agree -
zrent bps been made with the
Department's repraentattve. Unless
otherwise apxifled: all work shall be
performed on weekdays and during
normal working hours of the Depart-
ment's representative
Stands" of Construction: All work
pciormed within the highway shall
conform to recognized standards of
construction and the current Depart-
ment Standard Specifications Stan.
lard Platys and bianual on High and
Low Risk Facilities Within Highway
Rlghtacf- -Way and any Special Pro-
visions re'.atfng thereto.
laspeetlua cad Approval by the
Departmeab Ul work shall be subject
to monitoring Inspection, and
approval by the Department The per-
mutes shell Irquert a final Inspection
and acceptance of the work
Keep Pc:sr = the Work Site The
Emerpaehmtnt Permit or a copy
thereof shad tz kcpt at the site of the
work and must be shown to any rep
resentative cf the Department or any
law enfoncencnt officer on demand
WORK SIVaL BE SUSPENDED IF
PERMIT IS NOT AT JOB SITE AS
PROVIDED.
9. Conl9leting Permits: If a prior
encroachment conflicts with the pro-
posed work the new permittec must
arrange for any necessary removal
or relocation with the prior permittee.
Any such removal or relocation will be
at no expense to the Department
10. Permits From Other Agencies: The
party or parties to whom a permit is
Issued shall whenever required by law,
secure the written authorization for
any work that must be approved by the
Public Utilities Commission (PUC) of
the State of California. CALOSHA or
any other public agency having juris
diction Failure to comply with the law,
as noted above. will invalidate the
Department's permit
11. Provision for Pedeffbiaas Where
facilities exist a minimum sidewalk
and bikepath width of four feet (41
shall be malntalned at all times forsafe
Passage through the work area At no
time shall pedestrians be diverted onto
a portion of the street used for
vehicular traffic At locations where
adjacent alternatewalkways cannot be
provided appropriate slgm and
barricades shall be installed at the
Ilmlts of construction and in advance
of the closure at the newest crosswalk
or Intersection to divert pedestrians
across the street
12. Protection of iraffie Adequate pro
visions shall be made for the protection
of the traveling public Warring signs
lights and safety devices and other
measures required for the public
safety shall conform to the require-
ments of the Manual of Traffic
Controls issued by the Department
Traffic control for day or nighttime
lane closures shall be In conformance
with Department Standard flans for
Traffic Control Systems. Nothing in the
permit is Intended as to third panic&
to impose on pennittee any duty. or
standard of care, greater than or dif-
ferent than the duty orstandard of care
Imposed by law.
13. ldnis am Interference with Train
91c: All work shall be planned and car-
ried out so that there will be the least
possible Inconvenience to the travel -
Ing public The permittee is authorised
to place properly attired flagger(s) to
stop and wars conventional highway
traffic Traffic shall not be unreason-
ably delayed Fiaggingprooerdurashall
be In conformance with the Instruc-
tions to Flaggers pamphlet and/or
Manual of Traffic Controls for
Construction and Maintenance Work
Zones Issued by the Department
14. 61torage of 6galpment and Materials
The permittee shall Install temporary
railing(7ype 10 between any lime carry.
Ing public traffic and any obstacle
material stored or equipment parked
within twelve feet (127 of the lane
Utllltles are subject to the provisions of
Section 22512 of the California Vehicle
Code(CVQ.
15. CareofDrrt-ragt_- If the work contem-
plated in any Encroachment Permit
shall interfere with the established
drainage. ample provision shall
be made by the permittee to provide
for it as may be directed by the
Department
16. blokl"Repatrs: Ineverycase.theper-
mittee shall be responsible for restor-
ing to lts former condition as nearly as
may be possible any portion of the
State highway facility which has been
excavated or otherwise disturbed by
permittee. The permittee shall main-
tain the surface over facilities placed
under any permit If the highway is not
restored as herein provided for, or if the
Department elects to make repairs
permittee agrees by acceptance of per-
mit to bear the cost thereof
17. Permits for Record Onar: If occupa-
tion of highway right -of -way Is under
joint use agreement or under prior
casement. Encroachment Permits will
be issued to the permittee for the pur-
pose of providing the Department with
notice and record of work The permit
will also specify the current terms and
conditions relating to public safety. No
new or different rights or obligations
are Intended to be created by the
permit In such cases, and all such prior
rights shall be fully protected
Encroaa5m ent Permits Issued in spell
cases shall have designated across the
face thereof 'Notice and Record
Purposes Only". (District Office of Right
of Way must give approval for this
designation)
18. Clean Up Right-of-Way: Upon com-
pletion of the work all brush timber,
scrap& material, etc shall be entirely
removed and the right -of -way shall be
left in as presentable a condition as
existed before wnrk started
19. CostofWork Unless otherwise stated
on the permit orothereeparate written
agreement all costs incurred for work
withing the State right -of -way pun
suant to this Encroachment Permit
shall be borne by the permittee, and
permittee hereby wawa all claims for
Indemnification or contribution from
the State for such work
20. AetaalCOstilMine Whenthepermlt-
tee In to be billed actual costs (as
Indicated on the face of the permit),
such costa will be at the current hourly
rate established by the Department for
Encroachment Permit&
21. (Submit IU= For installation of all
underground facilities and all surface
work or other activity of consequence,
the permitt c shall furnish five (5) sets
of piano showing location and con-
struction or other activity with Its
application Thtrty (301 days after
22
0M
24.
U
completion aid acc- ptarcz of thz
work one (l) set of eabul;t plans ; : -71
be submitted to the District,
Sondblg This posit *,I; rot is
effective for any purpeae unless and
until the permittee fifes wW% the
Department a surety bond when
required by the r; pa tment in the
form and amount required by the
Department A bond Is not crdira:-ily
required of any public competion or
publicly or prtvately -owned utility but
will be r,qulred of any ut'-llty that falls
to meet any obligation arising out of
the work permitted or done under an
Encroachment Permit cr fails tc mni�,
tam Its plant, work or facihtls The
laid bond shall remain In force for a
period of one (1) year after acceptance
of the work by the Pepertment.
MAbdcsanoe of S:lgka'ay' The
permittee agrees, by aa-eptaran of a
permit to properly maintain any
encroachment Thle will roqu!re
Inspection and repair of my damage to
State facilities resulting from the
enemachmrent
RxoporafblEh3forDma9y^rrs The State
of California and all officers and
employees thereof Including but not
Limited to the D1rr_±ar of 7`z-r aporta-
tlor_ and the Deputy Di cc or, shall not
be answersb!e or scmuntable in any
manner• far injury I cr death of my
penort Including bit not limited to
thept mlItc. xrsc emptoyed bythe
permitter peraorm acting in bthatf c*
the permlttet- or for tia=z: sc tc p,P.
perty, from any cause The permutes
shall be rwpsns!ble fcr v.-,y
Imposed by dew and for injurcc to or
death of any pem.,L including bu, not
Limited to LA perirdtttv4 perzorx
employed 'cry. tine 'ytrmitice, pc,rT,a,i
acting In bthalf of the pernrmve, or
damage to prepertyarising out ofwoi,<
or other ek,-V -l;.y perm.: s:::trdonehy
the permittee under a perzalt Or aria.
Ing cut of the fal!wfr, ran the pemUtee s
part to WrfOrm .'ale ObIleatfons unde:
any permit in m7!tit to snag, :trnan:°e
or any other ob ;Sgatioru% or rauttl:.g
from defects or obstructlrna or from
any .:tuft whatscvzer during the pro-
gress of thew-ork or ottleractivity, or at
any subsequent time work or other
activity 1s being performed under the
obligations provldtd by and content.
plated by the pemit
The per-mittee shall mdcmnfry and
save harmleas the State of California
and all offcers and employees thereat
Including but not limited to the Dina
for of Transportation and the Deputy
Director. from all CISI , wits or
actions of every name, kind and des -
aiptlon brought for or on account of
Injuries to or death of any pemory
including but not limited to the
permitter persons employed by the
Permitter . Persons acting In behalf of
the permitter and the public or
damage to property resulting from the
p;.. „-... ..., -e.Jt 1.Ity
unde,ihr cr-..., ,.._.L,r..
fallurt t:: y-.- r:r!:, e's pr_t to pr:r-
for_r
in t cr any 0' er
obliga_ aim 7r r`+. .L'lt ;its f; om defects
or of :structiona ar from any cause
whatz -o ver fur;; -s she. }rngr-n of the
work or o'.S._r a- t`!t,v :r Lt any auh>e-
quent trnr :...: . r ot" r.r acti'i.y IJ
fixingpesir :ice ur: - :r I:z obligations
�.xgded t•! ._..I'
rm . rz ...alrl :z7�a 't} the
peit esrp! �;
T . _., tcoaHded
vy8LatJ tr` T'9c U�`^ Ia��;_.0 ±..t -�tt -' i0
!ndz..mif}•rx :!. ....;�a traj '.a^s
Uhl, •�,_?';::� tc ... _ iL : + -i: u
Section 2778 .; rib. i,Y; ri,° Ytre
pelZlitte'_:Pr:•.; C ^G * ? ^'SC.r sl ;.&role tc�
any type ar e,p.. :',_ :; :tt or ta;putd
Irldt"•r!i;• _-. ;+ .,. its
offlctrz or o_apl'c z•.±. ;t L'. ;ire :; :..,�t of
the rant P. •,
th- tl tiiti'.t Willi
m
indenlfy and hold - '`,a-ni, ^.s^ the
State, im cffi,r l sn!`: Lom
any and all cisinz, suits or zcticns as
act forth r,Love rega-dl rs of the cos
fence or deace of fauA or negllGer.m
whether acthe or passtvr pr lm&N or
accondary, on the part of the State. the
pe mittee. persons eripicy-,e cy the
permitter or pereons noting, in b -t!mif
of the permitter
25. 1WMI CS7fl
for
and
c th1. - :sE>.e
cu*�ctcrr
deli' the r,i ;`> ,. o ,airy
FmpriYSmetr ' ..<l; > :'� %. F•r,�g nn.•' rse
furafii_i :- ' t' :..i =�.. ItG -d
rtnar :a'1 1M ..
tort: b;° ztl4rtf5n
One Ivitution 4f t7 ^!`. ' °.e " ^lSi rr1U8D
tors In the e lccticn of em0d -tier
rvch else
crmination shall raGt be pa,Kicrl
agsinst the publc 1„ U-0r 2-ceas to
and use of the facilatz-3 art! "ON-1ces
Provided [Cr yab;lc s^vmn ;odaiions
(such se athiy x;eeplag rasi. mra-
Goo). and operated ca, over, or under
the &Pare of file 71,01[- o!4ay, and 4)
that the Permitter tdtitll use the pin
mists In compliance with all oaten
requirements imprx,ed purauent to
Title 15, Code of Federal R ligulailony,
Commerce and Foreign Trade Subtitle
AC11mof the S ttryorc- mmetce,
Pad 6 (15 CF.R, Fart 61 and as said
Regulations may be amended S That
in the event of breach of any of the
above nondiscaimmatlon covenant&
the State shall have the right to ter-
minate the Permit and to re-enter and
repoesea• said lend and the facilities
thereon. old hold the same as If
acid permit had rover been made or
lroueal
2e• No Vr�;Md=t NvLabliahed: this per-
mit is Issued with the understanding
that any Particular action Is not to be
considered as establishing any precen.
dent (1) on the question of the
exPediency of permitting any certain
kind of encroachment to be erected
within right -of -way of State highways,
or (2) as to : V utility of the accep
tabaity of any such permits as to any
other or future situation
27. As•:f,eztkx�^rak The p= rmlttee shall
cewe "rk In the vicinity of any
archacc!ortcal resources that are
rzvraled. Tire Ferr-lit Engineer shall be
notit?ed Lr;:zr.ML:+.;tty. A qualified
atzlleeclo :4:st ratz:ned by the permit.
tee, wit evaluate the situation and
nake re:•ommerrdatiors to the Permit
£ngtnen concerning the continuation
of the work.
26. Trrbrrs `adDifiq<g of lruEataatlone Ifthe
Encroachment Permit was Issued at
the r %quest of the permitter it is
understood Lilt whenever State con.
stsltction, Irmnstructlon or maln-
temance work on the highway requires
the Installation to be move& adjusted
or relacrited, fire permitter at his sole
vcper�-- capon request of the Depart.
ment ah4l ca_r.•ply with raid request
PA 9'rSr@ir.I.lq Wttgw— Construction.
cltonNOn, dm:ol!tica, repair or main.
Senzrc° wort' P'erfornod under a per.
alit - +,wend ey the Department of Trans.
potation msy z —.juire the owner ;per -
mittee to p,:.y adl ivorkers employed by
the mnuac :cr and subcontractors the
approrrate predetermined prevailing
v ego rat: .;sz set by the Director of the
DePt•iment of Industrial Relations
See California Labor Code. Division 2.
Put 7. (commencing with section
1720). Sheets and Highways Code
Chapter 3, A -bole 2 Section 671.1. and
Opinion or the Aitomcy General of the
Stale of Cell ;onto No. 86603, dated
De. b.tr 31. 1966.
Inquires or requests for Interpret.
allons relative to the enforcement of
prevailingwwge requirement should be
directed to the State of Caltfomfa
Department of Industrial Relations
525 Golden Gate Avenue. San Fran.
CtncO. Ca)tfomts 93102.
RECOMMENDATION:
Award Contract No. 2928 to Boral Resources, Inc. for
the Total Bid Price of $766,892.00, and authorize the
Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on December 22, 1993 the City Clerk
• opened and read the following bids for this project:
Bidder Total Bid Price
Low
Boral Resources, Inc.
$ 766,892.00
2
Shawnan Corporation
782,538.00
January 10, 1994
•
783,383.00
CITY
ITEM
COUNCIL AGENDA
NO. 6
817,653.00
5
Griffith Company
821,304.00
6
Sully- Miller Contracting Company
869,216.00
7
Clayton Engineering, Inc.
TO: Mayor and Members of the
City Council
All American Asphalt
974,300.40
FROM: Public Works Department
JAN 1 0
SUBJECT: MEASURE M STREET REHABILITATION (C -2928)
I AP ROVED
RECOMMENDATION:
Award Contract No. 2928 to Boral Resources, Inc. for
the Total Bid Price of $766,892.00, and authorize the
Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on December 22, 1993 the City Clerk
• opened and read the following bids for this project:
Bidder Total Bid Price
Low
Boral Resources, Inc.
$ 766,892.00
2
Shawnan Corporation
782,538.00
3
Excel Paving Company
783,383.00
4
R. J. Noble Company
817,653.00
5
Griffith Company
821,304.00
6
Sully- Miller Contracting Company
869,216.00
7
Clayton Engineering, Inc.
867,390.00*
8
All American Asphalt
974,300.40
* Corrected Total Bid Price is $879,740.00
The low bid is 2% above the Engineer's estimate of
$750,000. The low bidder, Boral Resources, Inc., is a well -
qualified general engineering contractor which has successfully
completed previous contracts for the City and for other public
agencies.
• This project provides for street rehabilitation ranging
from total reconstruction to patching plus asphalt overlay;
removal and reconstruction of defective portland cement concrete
improvements; and construction of curb access ramps and panels of
sidewalk. The work will be performed on the following streets,
shown on the attached location map:
1. Lake Street, from 32nd Street to 36th Street
2. Jamboree Road, from PCH to Bayside Drive
0 0
Subject: Measure M Street Rehabilitation (C -2928)
January 10, 1994
Page 2
3. Marine Avenue, from Bayside Drive to Balboa Island •
Bridge
4. Bayside Drive, from PCH to Jamboree Road
5. Dover Drive, from Westcliff Drive to PCH
6. 16th Street, from Dover Drive to Seagull Lane
7. Clay Street, from Irvine Avenue to St. Andrews Road
Additionally, a 12 -inch cast iron water main to Balboa
Island will be replaced concurrently with the reconstruction of
Marine Avenue.
Funds to award the con
following budget appropriations:
Description
Measure M Turnback Program
Water Main replacement Program
tract are proposed from the
Account No. Amount
728398313090 $703,874
750398500003 63.018
Total $766,892 •
The Measure M Turnback Program funds should be
transferred into Account No 728398313095 for project accounting
purposes.
Plans and specifications for the project have been
prepared by the firm of Norris - Repke, Inc., Consulting Civil
Engineers, and by Staff. The contract specifies that all work
shall be completed within 90 consecutive calendar days, but no
later than May 31, 1994. The contract also specifies that the
Marine Avenue /Jamboree Road site be the first location of work.
c
Benjamin B. Nolan
Public Works Director
LD:so
Attachment
s
•
TO:
I WITO C
November 22, 1993
CITY COUNCIL AGENDA
ITEM NO. 17
Mayor and Members of the City Council
Public Works Department
SUBJECT: MEASURE M STREET REHABILITATION (C -2928)
RECOMMENDATION:
1.
Approve the
plans and
specifications.
2.
Affirm the
Categorical
Exemption.
NOV 2
P ROVED-
3. Authorize the City Clerk to advertise for bads to
be opened at 11:00- A.M..on.December 22., 1993.
4. Authorize Staff to enter into an agreement with
Regis Management Company.
DISCUSSION:
• The F.Y. 1993 -94 budget contains an appropriation for
constructing and resurfacing local and arterial streets using funds
provided through the Measure M Turnback Program. Staff has
selected the following streets (see attached location map) to be
included in the Measure M contract:
1. Lake Street, from 32nd Street to 36th Street
2. Jamboree Road, from PCH to Bayside Drive
3. Marine Avenue, from Bayside Drive to Balboa Island bridge
4. Bayside Drive, from Jamboree Road to PCH
5. Dover Drive, from PCH to Westcliff Drive
6. 16th Street, from Dover Drive to Seagull Lane
7. Clay Street, from Irvine Avenue to St. Andrews Road
Work needed along these streets ranges from total
reconstruction to mere patching plus asphalt overlay; removal and
reconstruction of defective portland cement concrete improvements;
root pruning or street tree replacement, plus installation of root
barriers; construction of curb access ramps and panels of sidewalk;
and restriping. The pavement improvements will strengthen the
roadbed for approximately 20 years of additional life.
•
The work includes eliminating the adverse crown in the
southbound lanes of Jamboree Road. To do so, the westerly half of
the street adjacent to the Promontory Point Apartments must be
reconstructed at a higher elevation. A certain amount of grading,
irrigation system modification and relandscaping will be required
on the Promontory property and in the westerly Jamboree Road
parkway down to Bayside Drive. The Promontory property is owned by
The Irvine Company (TIC). The Promontory property and the entire
westerly parkway is maintained by Regis Management Company.
0 0
Subject: Measure M Street Rehabilitation (C -2928)
November 22, 1993
Page 2
Staff has met onsite with representatives from TIC and •
Regis to explain in detail the proposed work. All parties have
agreed that it is preferable for Regis personnel to restore the
irrigation systems and landscaping upon TIC property and within the
parkway. Accordingly, Regis has submitted a proposal (copy
attached) to do the work, and upon award, Staff recommends that a
purchase order be authorized to compensate Regis.
Additionally, the 12 -inch cast iron water main to Balboa
Island is in need of replacement. Since Marine Avenue is to be
reconstructed between Bayside Drive and the bridge, that portion of
the 70 -year old main will be replaced as part of the project.
Plans and specifications for the project have been
completed by the firm of Norris - Repke, Inc., Consulting Civil
Engineers and Land Surveyors. The Engineer's Estimate is $700,000
for the street work and $50,000 for the water main work.
Sufficient funds to award these amounts are available in the
appropriations for the Measure M Turnback Program and for the water
main replacement program.
Inasmuch as the work is considered as replacement and •
reconstruction, the project is categorically exempt from the
provisions of CEQA. A Notice of Exemption (NOE) has been prepared
by Staff and approved by the Environmental Coordinator. Upon
affirmation by the City Council, the NOE will be filed with the
County Clerk.
The contract specifies that all work be completed within
90 consecutive calendar days, but no later than May 31, 1994. The
contract also requires that the Marine Avenue /Jamboree Road site be
the first location of work.
Benjamin B. Nolan
Public Works Director
LD:so •
Attachments (2)
•
•
0 0
f�egis Management Company
:\ S \RES • RIt:GIS G o ul euic
September 17, 1993
Lloyd Dalton, Engineer
Public Works Dept.
City of Newport Beach
300 Newport Blvd.
Newport Beach, CA 92658 -8915
RE: Jamboree Street Renovation by City adjacent to
Promontory Point Apartments
Dear Mr. Dalton:
Regis Management Company is please to submit the following proposal
to renovate the landscaping along Jamboree Road, using our on -site
Contractor, Park Landscape.
1. Irrigation renovation and repairs; labor and materials to
include the following:
A. Cutting and capping the existing parkway irrigation
system.
B. Raising and moving (13) Toro XP300 sprinkler heads
adjacent to new sidewalk (8' from edge of curb).
C. Materials to include: pipe, nipples, connectors and
street elbows.
Total Materials
$ 200.00
Labor - One irrigation technician 16 hours
One laborer 16 hours
Total Labor $ 656.00
2. Pruning of Xylosma shrubs near pine trees adjacent to new
sidewalk and raised street.
Labor - Two men six hours
Total $ 180.00
3. Replacement of sod adjacent to new sidewalk:
Total square footage 1,000 @ .65 $ 650.0
RECEIVED
S'I'R A "1'I :G IC A L L I A NC I :S IN RGAL 1: ST A TB S R\' CB sp 7.01993
19802 Kirdwi A,,.. Ir,m,, CA Q'15,1521 (714)756 -5959 Fax (71 ip56-59 5
Page 2
4. Extend existing concrete border of planter area:
A. Extend both sides by 2 feet (total 4 feet)
Total $ 200.00
5. Grading and soil replacement:
10 yards @ $ 35.00 per yard $ 350.00
Supervisor $ 335.00
Grand Total $ 2,571.00
It is my understanding that this work is now tentatively scheduled
to start after January 1, 1994. Please let me know if there is
further information you need from Regis. I would appreciate
notification of the finalize date once your schedule is set.
Sincerely,
NIOA" Q"
Lorraine M. Danaj
Landscape Manager
LMD /cg
cc: Karl Deshayes, Regional Property Manager
•
•
Pv
November 8, 1993
CITY COUNCIL AGENDA
ITEM NO. 12
•
TO: Mayor and Members of the City Council
FROM: Public Works Department
NOV
SUBJECT: MEASURE M STREET REHABILITATION (C -2928) 1A7, ,�A, "/. ./"'
1. Approve the plans and specifications.
2. Affirm the Categorical Exemption.
3. Authorize the City Clerk to advertise for bids to
be opened at 11:00 A.M. on December 1, 1993.
4. Authorize Staff to enter into an agreement with
Regis Management Company.
• The F.Y. 1993 -94 budget contains an appropriation for
constructing and resurfacing local and arterial streets using funds
provided through the Measure M Turnback Program. Staff has
selected the following streets (see attached location map) to be
included in the Measure M contract:
1. Lake Street, from 32nd Street to 36th Street
2. Jamboree Road, from PCH to Bayside Drive
3. Marine Avenue, from Bayside Drive to Balboa Island bridge
4. Bayside Drive, from Jamboree Road to PCH
5. Dover Drive, from PCH to Westcliff Drive
6. 16th Street, from Dover Drive to Seagull Lane
7. Clay Street, from Irvine Avenue to St. Andrews Road
Work needed along these streets ranges from total
reconstruction to mere patching plus asphalt overlay; removal and
reconstruction of defective portland cement concrete improvements;
root pruning or street tree replacement, plus installation of root
barriers; construction of curb access ramps and panels of sidewalk;
and restriping. The pavement improvements will strengthen the
• roadbed for approximately 20 years of additional life.
The work includes eliminating the adverse crown in the
southbound lanes of Jamboree Road. To do so, the westerly half of
the street adjacent to the Promontory Point Apartments must be
reconstructed at a higher elevation. A certain amount of grading,
irrigation system modification and relandscaping will be required
on the Promontory property and in the westerly Jamboree Road
parkway down to Bayside Drive. The Promontory property is owned by
The Irvine Company (TIC). The Promontory property and the entire
westerly parkway is maintained by Regis Management Company.
0
Subject: Measure M Street Rehabilitation (C -2928)
November 8, 1993
Page 2
Staff has met onsite with representatives from TIC and
Regis to explain in detail the proposed work. All parties have
agreed that it is preferable for Regis personnel to restore the
irrigation systems and landscaping upon TIC property and within the
parkway. Accordingly, Regis has submitted a proposal (copy
attached) to do the work, and upon award, Staff recommends that a
purchase order be authorized to compensate Regis.
Additionally, the 12 -inch cast iron water main to Balboa
Island is in need of replacement. Since Marine Avenue is to be
reconstructed between Bayside Drive and the bridge, that portion of
the 70 -year old main will be replaced as part of the project.
Plans and specifications for the project have been
completed by the firm of Norris- Repke, Inc., Consulting Civil
Engineers and Land Surveyors. The Engineer's Estimate is $700,000
for the street work and $50,000 for the water main work.
Sufficient funds to award these amounts are available in the
appropriations for the Measure M Turnback Program and for the water
main replacement program.
Inasmuch as the work is considered as replacement and •
reconstruction, the project is categorically exempt from the
provisions of CEQA. A Notice of Exemption (NOE) has been prepared
by Staff and approved by the Environmental Coordinator. Upon
affirmation by the City Council, the NOE will be filed with the
County Clerk.
The contract specifies that all work be completed within
90 consecutive calendar days, but no later than May 1, 1994. The
contract also requires that the Marine Avenue /Jamboree Road site be
the first location of work.
- / au
Benjamin B. Nolan
Public Works Director
LD:so •
Attachments (2)
1>egis Management Company
:1 ( l n q vu is
isSeptember 17, 1993
Lloyd Dalton, Engineer
Public Works Dept.
City of Newport Beach
300 Newport Blvd.
Newport Beach, CA 92658 -8915
RE: Jamboree Street Renovation by City adjacent to
Promontory Point Apartments
Dear Mr. Dalton:
•Regis Management Company is please to submit the following proposal
to renovate the landscaping along Jamboree Road, using our on -site
Contractor, Park Landscape.
1. Irrigation renovation and repairs; labor and materials to
include the following:
A. Cutting and capping the existing parkway irrigation
system.
B. Raising and moving (13) Toro XP300 sprinkler heads
adjacent to new sidewalk (8' from edge of curb).
C. Materials to include: pipe, nipples, connectors and
street elbows.
Total Materials $ 200.00
Labor - One irrigation technician 16 hours
One laborer 16 hours
Total Labor $ 656.00
2. Pruning of Xylosma shrubs near pine trees adjacent to new
sidewalk and raised street.
• Labor - Two men six hours
Total $ 180.00
3. Replacement of sod adjacent to new sidewalk:
Total square footage 1,000 @ .65 $ 650.0
FrICP EEIVED
STRATEGIC ALLIANCES IN REAL ESTATE Sf:R \' `Or 18802 B,rdccn A,,.. Ir, in r, CA 9?'15 -15?1 (714)756 -5959 fux (711)756 -5_
u cede Li llti �%�'�'
Page 2 • •
1
4. Extend existing concrete border of planter area:
A. Extend both sides by 2 feet (total 4 feet)
Total $ 200.00
5. Grading and soil replacement:
10 yards @ $ 35.00 per yard $ 350.00
Supervisor $ 335.00
Grand Total $ 2,571.00
It is my understanding that this work is now tentatively scheduled
to start after January 1, 1994. Please let me know if there is
further information you need from Regis. I would appreciate
notification of the finalize date once your schedule is set.
Sincerely,
N/04 4"a
Lorraine M. Danaj
Landscape Manager
LMD /cg
cc: Karl Deshayes, Regional Property Manager
•
•