Loading...
HomeMy WebLinkAboutC-2984 - Ocean Front Street End Construction; Orange Street Asphalt Walkwayi 0 CITY OF NEWPORT BEACH June 26, 1995 P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Damon Construction Company 455 Carson Plaza Dr., Unit F Carson, CA 90746 Subject: Surety: Reliance Insurance Company Bond No.: B2443003 Contract No.: C -2984 Project: Ocean Front Street End Construction Program; Orange Street Asphalt Walkway The City Council of Newport Beach on May 22, 1995, accepted the works 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 June 1, 1995, Reference No. 95- 0233260. Sincerely, Wanda E. Raggi� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk, �W /-�. Cit ofwpNe art Beach Newport Beach, CAe92663 1-1 0 . 5 -.. -� -'0: .li I, C'1 11"1 +yi V. J "Exempt from recording fees ur a to Government Code Section :g - NOTICE OF COMPLETION f,� ✓�� ^. r.a NOTICE IS HEREBY GIVEN that the City of Newport Beach, 33 N rlU�S r'b Boulevard, Newport Beach, California, 92663, as Owner, a �QFAC Damon Construction Company, 455 Carson Plaza Dr., Unit F, Carson, CA £ Contractor, entered into a Contract on October 27, 1994 Said Contract set forth certain improvements, as follows: Ocean Front Street End Construction Program; Orange Street Asphalt Walkway (C -2984) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on March 14, 1995 and was found to be acceptable on May 22, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company, 505 No. Brand Blvd., 11770, Glendale, CA 91203 BY u is or s irec or City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. BY / /i�fL�_ X2 iry uier at 1� I OFD • CITY Tt;e Ev : May 22, 1995 P TY OF NEVVPQRT C" = ':H MAY ? 2 1995 CITY COUNCIL AGENDA F ITEM NO. 17 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: ACCEPTANCE OF OCEAN FRONT STREET END IMPROVEMENT PROGRAM, C -2984. 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. DISCUSSION: The contract for the construction of street end improvements between 42nd and 46th Streets; and the construction of an access walkway at Orange Street has been completed to the satisfaction of the Public Works Department. The contractor was Damon Construction Co. ofG*meaa-, (�2ZLiL, Bid Price: $132,054.50 Actual Unit price items constructed: 133,109.50 Total Change Orders: 33,541.46 Final contract cost: $166,650.96 The increase in the amount of the unit price items constructed resulted primarily from an increase of curb and sidewalk placed at the various street ends. A total of six (6) change orders were issued to complete the project. A • summary of the change orders are as follows: 1. Change Order No. 1: $2,172.01, provided for the installation of 12 parking meter posts at several street ends. 2. Change Order No. 2: $955.46, provided for the repair of existing planter wall block caps. 0 6 SUBJECT: ACCEPTANCE OF OCEAN FRONT STREET END IMPROVEMENT PROGRAM, C -2984. May 22, 1995 Page 2 3. Change Order No. 3: $1,483.19, provided for the installation of 5 back -flow preventers at the street ends. 4. Change Order No. 4: $27,000.00, provided for the removal of existing wall planters; and construction of new wall planters, concrete landing, ADA drinking fountain, irrigation modifications, relocation of palm trees and planting of shrubs at Orange Street. 5. Change Order No. 5: $828.21 provided for the removal of unforeseen debris in trench areas. 6. Change Order No. 6: $1,102.00 provided for the installation of an aluminum railing at 44th Street. Funds for the project were budgeted in the Ocean Front Street End Improvement fund, Account No. 7013P301014A. The contract completion date was January 3, 1995. Due to extra work and inclement weather, the project was not completed until March 14, 1995. O)l Don Webb Public Works Director HH:so • r: • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 M- 274 T0: FINANCE DIRECTOR FROM: CITY CLERK DATE: October 27, 1994 SUBJECT: Contract No. C -2984 Description of Contract Ocean Front Street F,nd Construction Program: Orange Street Asphalt Walkway Effective date of Contract October 27, 1994 Authorized by Minute Action, approved on October 10, 1994 Contract with Damon Construction Co. Address 455 Carson Plaza Dr., Unit F Carson CA 90746 Amount of Contract $132,054.50 GC/LL %j� 6e Wanda E. Raggio oUv City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • • TO: FROM • SEP 2 6 i99r_ ! f September 26, 1994 CITY COUNCIL AGENDA -i3 MAYOR AND MEMBERS OF THE CITY COUNCIL PUBLIC WORKS DEPARTMENT OCT 1 01994 SUBJECT: OCEAN FRONT STREET END CONSTRUCTION PROGRAM; ORANGE STREET ASPHALT WALKWAY (C -2984) RECOMMENDATION: Award Contract No. 2984 to Damon Construction Co. of Carson, Calif. for the total bid price of $132,054.50, and authorize the Mayor and the City Clerk execute the contract. DISCUSSION: At 11:00 A.M. on September 8, 1994 the City Clerk opened and read the following bids for this project: Bidder Total Bid Price Low Damon Construction Co. $132,054.50 2 Nobest, Inc. $176,723.40 The low total bid price is 1.6% above the Engineer's estimate of $130,000.00. The low bidder, Damon Construction Co., is a well - qualified General Engineering contractor who has satisfactorily performed previous contracts for the City. The Ocean Front Street End Improvement Program provides for the construction of 5 street end improvements between 42nd and 46th Street and a pedestrian walkway at Orange Street. The proposed improvements include the construction and replacement of 7,200 square feet of roadway, 3,000 square feet of sidewalk improvements, 610 linear feet of curb, 2,150 square feet of asphalt walkway at Orange Street and construction of a remote control irrigation system to be connected to an existing irrigation controller at 56th Street. Locations are shown on Exhibit "A ". The Orange Street walkway is shown on Exhibit "B ", and a typical street end street is shown on Exhibit "C ". E SUBJECT: OCEAN FRONT STREET END CONSTRUCTION PROGRAM; ORANGE STREET ASPHALT WALKWAY (C -2984) September 26, 1994 • Page 2 Per an agreement with the California Coastal Commission, the City is committed to constructing a pedestrian walkway at Orange Street and at least 3 street end improvements per year, until all 33 unimproved Ocean Front Street Ends in West Newport are improved. Funding is derived from the collection of annual oceanfront encroachment fees. The first five street end improvements were constructed between 37th and 41 st streets last year. The Oceanfront Encroachment Program was adopted by the City and approved by the California Coastal Commission three years ago. Funding for award is available from the following appropriation: Description Account No. Amount Ocean Front Street End 701313301014A $132,054.50 Improvement Program • The plans and specifications were prepared by the Public Works Department. All work should be completed by December 15, 1995. �4't�411 Vim` �4 Benjamin B. Nolan Public Works Director SL:so Attachments • ZA A n i °n z< v� An mP'1 C Km n y m n Az �x ro a m m Ojc �uzi �n z� Eo yr z m V A ti z m of mm v K f-1 ti A A r � v m r 9n 9 -c r n izi �i r x rAi °o A Qg� z N m O O ill � m A 9 0 0 m o A m O 7 'T..I D z m m mV Zl � a1 N O N ti 0 T a a OJ H - Z H O I� I� • � O e tl O p N rN n O N .aN 6 4 4' 6' IV LA 3 +85 2, IX. n, POLE TF1 a OCEAN FRONT Ij -o � 6 o_ �. 0 00 , Z C� :JCCL7 =C C]Ci_C7 =� =Ca /0 ' *S r 1 +52 EXHIBIT "B" • • C] • n n vn pn ZO AoZ A N N �< q�p 2 2 mmD m0 n n Ulr yfyl n n Z O n XD o ra n n m m A U A n n m D yyy n A 4� n n n A fr'1 !l Z � CA fAl no i Pi m n m m An�X og A z�n m No Z ti O m (n �ti to m A �= m °x n+n _ r � � n r� D D n 0 �J 1n\ \•J l E u^ • -c D;D(-) n 11 uc w 0 •m �+aro NO MH OCEAN FRONT i A O / n m rx Z� ar nr r a s C e I e ti z a 'A\ 1 l m n 9 AA I JC D x o Z n D o to a `- ]J• z Z A $ D �p 2 Z i = a r r o � - a g m A mocnm y A m 0 �J 1n\ \•J l E u^ • -c D;D(-) n 11 uc w 0 •m �+aro NO MH OCEAN FRONT i A O / n m rx Z� ar nr r a s C e I e ti z a 'A\ 1 l B 9 +76.00 BCR o �Is m JOIN O 10 +00 _ INT. p O I� I a 1 ,L� I EXHIBIT "c " m n I„ it mocnm m yr i1b m ro yt, Ino m� �I MM m n X ITI � - 0.5' M 10" „ n B 9 +76.00 BCR o �Is m JOIN O 10 +00 _ INT. p O I� I a 1 ,L� I EXHIBIT "c " CITY CLERK Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915 until 11:00 A.M. on the Sth day of SEPTEMBER, 1994, at which time such bids shall be opened and read for 61'143'afl-&I 1,33 01WAVI W1 FA 7 F Title of Project ?2$4 Contract Number $130,000 Engineer's Estimate 1:1- 1 FORT% Approved by the City Council thjs,/ d�,�� August, 1994 WandaF,r taggio 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. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Stephen LuX, Project Manager, at 644 -3311. PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 42nd, 43rd, 44th, 45th and 46th STREET, STREET END CONSTRUCTION ORANGE STREET ASPHALT WALKWAY CONTRACT NO. 2984 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Contract Documents, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2984 in accordance with the Plans and Contract Documents, and will take in full payment therefore the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and traffic control @ Five Thousand Dollars and No Cents $ 5,000.00 Per Lump Sum 2. 610 Const. Type "B" P.C.C. Linear Feet curb @ Fifteen Dollars and Cents $ 15.00 $9,150.00 Per Linear Foot 3. 525 Construct P.C.C. driveway Square Feet approach @ Four Dollars and Fifty Cents $ 4.50 $ 2,362.50 Per Square Foot f PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 440 Construct P.C.C. driveway Square Feet approach with thickened edge @ Five Dollars and No Cents $5.00 $2,200.00 Per Square Foot S. 2,700 Construct P.C.C. sidewalk Square Feet @ Fnor Dollars an No Cents $ 4.00 $ 10,800.00 Per Square Foot 6. 260 Construct P.C.C. landing Square Feet with thickened edge @ Six Dollars and No Cents $ 6.00 $ 1,560.00 Per Square Foot 7. 1,520 Remove exist. and construct Square Feet P.C.C. alley approach @ Six Dollars and Fifty Cents $ 6.50 $ 9.880.00 Per Square Foot 8. 7,200 Construct P.C.C. roadway Square Feet @ Three Dollars and Fifty Cents $3.50 $2500.00 Per Square Foot 9. 5 Const. H.D.P.E. curb drain Linear Feet @ Fifty Dollars and No Cents $ 50.00 $ 2 so, 00 Per Linear Foot 10. 300 Const. Slump Stone Block Linear Feet Wall @ Forty -one Dollars and No Cents $ 41.00 $12 ,100.00 Per Linear Foot ' • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 5 Const. 1" Water Service Provide and Install Each Each @ Six Hundred Dollars and @ Thirty -Five Dollars No Cents $ 600.00 $3,000.00 Per Each and 12. 5 Provide and Install 1" No Each Water Meter Box $3,500.00 @ One Hundred Fifty Dollars 14. and Provide and Install Multi - No Cents $150.00 $ 750.00 Each Per Each 13. 100 Provide and Install Each 5- Gallon Plants @ Thirty -Five Dollars and No Cents $35.00 $3,500.00 Per Each 14. 10 Provide and Install Multi - Each Trunk Palm Trees (24" Box) @ Three Hundred Dollars and No Cents $300.00 $ 3,000.00 Per Each 15. 5 Provide and Install Each Irrigation Systems Three Thousand @ Seven Hundred Dollars and No Cents $ 3,700.00 $18,500.00 Per Each 16. 125 Provide and Install 1" P.V.C. Linear Feet Sprinkler Conduit @ Twelve Dollars and No Cents $ 12.00 $ 1,500.00 Per Linear Foot 17. 49,600 Provide and Install 14 Gauge Linear Feet Multi- Strand Sprinkler Wire @ No Dollars and Twelve Cents $ .12 $ 5,952.00 Per Linear Foot PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 38 Place Crushed Aggregate Base Tons @ Fifty Dollars and No Cents $ 50.00 $ 1,900.00 Per Ton 19. 115 Construct A.C. /Sand base course Tons @ Fifty Dollars and No Cents $ 50.00 $ 5,750.00 Per Ton 20. 85 Construct A.C. finish course Tons @ One Hundred Dollars and No Cents $ 100.00 $ 8,500.00 Per Ton 21. 1 Provide and Install Each Bicycle Rack @ One Thousand Dollars and No Cents $ 1,000.00 $1,000.00 Per Each One Hundred Thirty -Two Thousand Fifty -Four Dollars and Fifty Cents $ 132,054.50 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) V Damon Construction Company Bidder S/ Margaret Ann Rullo, President September 8, 1994 Authorized Signature /Title Date 455 Carson Plaza Dr., Unit F, Carson, Ca 90746 (310) 324 -7141 Bidder's Address Bidder's Telephone 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 280588 A Contractor's License No. & Classification BTTM*.=L6•j e/ Margaret Ann Rullo, President 0. 5/91 Authorized Signature /Title 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 1. 2. Item 10 3. Item 13 - 17 4. 5. 6. 7. 8. 9. 10. 11. 12. ..= 5/91 Subcontractor Address Patterson Company Marina Landscape $/ Marg�rPt Ann Rnllo_ Prespnt Authorized Signature/Title 1 ' BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That w bidder, and Surety, are California, in the sum of Ten Percent of the Total Amount Bid ($ 10% ),lawful money of the United States for the of which sum well and truly to be made, we bind ourselves, and severally, firmly by these presents. Page 4 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, s s Dollars payment jointly That if the proposal of the above bounden bidder for the construction of Ocean Front Street End Construction Program; Orange Street (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 25th day of August , 1994. Damon ConstructionCompany Bidder (Attach Acknowledgment Of Attorney -In -Fact) Kimberly Greenwood Notary Public Commission Expires: 3/5/96 5/91 sphalt Walkway C -2984 resident Ahoid S nao ture P/Title SURETY Reliance Insurance Company BY:S/ John P. Brooks. Attorney in Fact LANCE INSURANCE COMP' HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the taws of the Stale of Pennsylvania, does hereby make, constitute and appoint John P. Brooks, individually, of Pasadena, California, its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorney(s) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (bl to remove any such Attorney(s) -in -Fact at any time and revoke the power and authority given to them. 2. Attorney(s) -in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 24 day of August, 1993 RELIANCE INSURANCE COMPANY ` Vice President STATE OF Washington } �rb..Qe COUNTY OF King ss. On this 24 day of August, 1993 personall Lawrence W. Carlstrom to me known to be the Vice President of the R I COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal to, and that Article VII, Section 1, 2, and 3 of the By-Laws of said Company,and the Resolution, set forth ther ii ¢. r NOT({RY _ PUS��C �� 3-05 -96 A �Fo Notary Public in and for State of Washington `AF �X� Residing at Puyallup W A5 I, Robyn Leyng, Assistant Secretary of the RELIATf ,ME COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said RELIANCE INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 25th day of August 19 94 Z Assistant Secretary BORn431 Ea. 3N3 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On August 25, 1994 before me, Jeri Sumner, Notary Public DATE NAME. TITLE OF OFFICER - E- G- .'JANE DOE. NOTARY PUBLIC No. SW7 personally appeared John P. Brooks NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personM whose name4) is /axe subscribed to the within instrument and ac- knowledged to me that he/sba iay executed the same in hishbuxiti>xxir authorized sukom capacityoEM, and that by hisIbughtimedx I t signature(ij on the instrument the person{;, 06a # Ill or the entity upon behalf of which the NotalyPJAC—Ca[faNO personM acted, executed the instrument. LOS ANG10 COIM tiN canm. �r..,wLSt, tvoe WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ®1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P.O. Box 7184 • Canoga Park. CA 91309 -7184 Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angeles) Margaret Ann Rullo ' being first duly sworn, deposes and says that he or she is President of Damon Construction ComPdljJ/ the party making the foregoing bid; that the Fid 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. Qamon Construction Company 5/ Mjcaret Ann Rullo_ Pre�id n Bidder Authorized Signature /Title Subscribed and sworn to before me this 8th day OfSPptember , 1994. [SEAL] S/ Thelma llas Notary PubliBaic My Commission Expires: 4/25/95 5/91 'CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT No. 5907 State of California County of Los Angeles On b /9 before me, Thelma Barillas, Notary Public D E NAME, TITLE OF OFFICER - E.G.. -JANE DOE, NOTARY PUBLIC' personally appeared Margaret Ann Rullo NAMES) OF SIGNER(S) ' ❑ personally known to me - OR - IR proved to me on the basis of satisfactory evidence to be th persons) whose name s) is are subscribed to the within instrument and ac- knowledged to me that he she they executed the same in his er their authorized capaclt les), and that by his her their signature s) on the instrument th erson ), ..ee.o..e..w or t e entity upon behalf of which the .....o�o.a THELkIABARILLAS person s) acted, executed the instrument. m COMM. 9917391 NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY WITNESS my hand and official seal. My Com nission Em. April. 28 SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑O CORPORATE OFFICER ident nnE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) Damon Const. Co. SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number Please See Attached Project Reference List Damon Construction Company S/ Margaret Ann Rullo, President Bidder Authorized Signature /Title 5/91 • ON CONST. CO. PROJECT REFER *ES PUBLIC AGENCIES (714) 350 -3535 C. T. & F., Inc. Tom Galland _ City of Orange Ashok Basargekar (714) 532 -0444 City of Fountain Valley Jeffrey S. Sinn (714) 965 -4400 City of Beverly Hills David Gustayson (213) 285 -2400 City of Los Angeles Ed Anamizu (213) 485 -3011 City of Long Beach Bill Bertram (213) 590 -6255 CRA - Los Angeles Jerry Gross (213) 977 -1610 City of Burbank Mike Moss (818) 953 -9522 City of Pasadena Ralph Kuzmic (818) 405 -4191 PRIVATE FIRMS Brutoco Engineering Steve Brutoco (714) 350 -3535 C. T. & F., Inc. Tom Galland (310) 927 -2339 Excel Paving Curt Brown (213) 599 -4851 Steiny & Co. Bob Hernandez (213) 382 -2331 Valverde Const. Joe Valverde (213) 693 -2763 Kiewit Pacific David Niles (213) 946 -1816 Koll Construction Ken Herich (714) 956 -8071 NCH Construction H. D. McGovern (619) 334 -1221 Weeger Bros. Hark Weeger (714) 895 -5077 Paladin Construction James F. Atkins (909) 948 -7667 MCM Construction H.D. McGovern (916) 334 -1221 Electro Construction John Everson (213) 660 -4141 C. C. Myers, Inc. Dewey C. Lee, Jr. (91G) 635 -9370 P R O J E C T S CONTRACT COMPLETION CONTRACTOR /AGENCY DESCRIPTION AMOUNT DATE City of Glendale Central Ave. 788,654 2 -94 City of Irvine Park Walkways Rehab 157,442 9 -93 Weeger Bros. Butler School 161,513 8 -93 La Canada /Flint. 92 -93 AC Resurf Prog 170,568 6 -93 C/0 Los Angeles Access Ramps -Local 112,588 5 -93 C/O Los Angeles Alleys w/o Alma 165.939 4 -93 CIO Los Angeles T.S. /Sign Island 118,716 4 -93 C/O Cerritos Nisc St. Repairs 311.112 7 -92 CIO Los Angeles Spring St. 2,023,078 In Prog Caltrans /CFAAC #07- 113274 772,825 " CRA -Los Angeles Hollywood Redev. 501311 4,444,000 " CRA -Los Angeles Doolittle (501394) 502,776 " CRA -Los Angeles Boyle Hts (501257) 221,959 " CRA - Los Angeles YMCA (501358) 202,993 " Steve P. Rados Metro Green Line C0100 686,723 " Ball,Ball & Brosamer #07- 110314 518,400 " Caltrans /CFAAC #07- 113224 1,024,440 " Kasler - #07- 110274 760,730 " CIO Downey Curb,Gutter,Access Ramps 333,912 " Koll Construction 550 So. Hope St. 115,937 " C/0 Santa Monica St. Resurf. Program 774,818 " C.C.Hyers, Inc. E1 Toro "Y" 483,220 " L.A.County Highland @ Camrose 169,565 " C/0 Industry Commuter Rail 169,998 " Electro Const. Figueroa /Flower Parking 101,483 " Kasler Corp. 07- 018744 201,140 ** ** Starting date not scheduled at this time. Page 7 • 1 DI N' 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 Bond No. B2443003 • Executed in Four Counterparts Page 8 Premium Included PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 10, 1994 has awarded to Damon Construction Company hereinafter designated as the "Principal ", a contract for Ocean Front Street End Construction Prooram. Oranae Street Asphalt Walkway (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. 2984 and the terms thereof require the furnishing of a bond, prov ding 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, DAMON CONST. CO. as Principal, and RELIANCE INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of (W .Hundred Thi - T o sand Dollars ($ 132,054.50 ), said sum bei e 1 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 8A 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 14th day" of October , 19 94. - DAMON CONST. CO. Name of Contractor (Principal) /RELIANCE INSURANCE COMPANY Name of Surety 505 No. Brand Blvd., 11770, Glendale, CA 91203 Address of Surety W Aifthorized gent Sign ture Henry F. ght, Atto y:jin Fact 818 - 240 -6960 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND BURETY MUST BE ATTACHED 5/97 I I RETONCE INSURANCE COMPAO HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Henry F. Wright, individually, of Pasadena, California, its true and lawful Attorney(s)-in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in -Fact may do in pursuance hereof - This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to la) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorneys) -in -Fact at any time and revoke the power and authority given to them. 2. Attorneys) -in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 24 day of August, 1993 RELIANCE INSURANCE COMPANY STATE OF Washington Vice President ) COUNTY OF King ss. On this 24 day of August, 1993 personally appeared Lawrence W. Carlstrom to me known to be the Vice President of the RELIAN E COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of s ' td r or to, and that Article VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein,r .c51ON Y ` NOTP{iY ° ' h PUBLIC Z 3 -05 -96 Notary Public in and for State of Washington F Residing at Puyallup 1, Robyn Layng, Assistant Secretary of the REL 15N MPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by sa URANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 14th day of October 19 94 6Z;__'A_ Assistant Secretary BDR -1631 Ed. 393 1] ,CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On �` before me, Thelma Barillas, Notary Public DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared Margaret Ann Rullo NAME(S) OF SIGNERS) ❑ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be th person s) whose name s) is are subscribed to the within instrument and ac- knowledged to me that he sh they executed the same in his (otheir authorized capaclt les), and that by his &hertheir signature s) on the instrument th ), or t e entity upon behalf of which the OTHELMABARILLAS person s) acted, executed the instrument. COMM. #917391 . CALIFORNIA ARY NO �ANGEILES COUNTY My lion Ew.AOL ZB 1996 WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL No. 5907 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL 0 CORPORATE OFFICER President TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Damon Const. Co. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Palk, CA 91309-7184 CALIFORNIA ALL- PURPOSACKNOWLEDGMENT • State of California County of Los Angeles On October 14, 1994 before me, DATE personally appeared Henry F Jeri Sumner, Notary Public NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' Wright NAME(S) OF S(GNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personM whose name4) is /axe subscribed to the within instrument and ac- knowledged to me that he%imaftuy executed the same in hishhuyJAimAx authorized capacity(iE*, and that by his/buybdm & signature(>o on the instrument the person(), COAW, # 1034483 or the entity upon behalf of which the NOW Pubic — Cdfoml0 tes��COUNn persons acted,.executed the instrument. Sly Conwn. E Oee.l11W 1. tone WITNESS my hand and official seal. � �- — ^fl^ SIGNATURE OF NOTARY OPTIONAL No. 5907 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7194 Bond No. B2443003 • 0 Executed in Four Counterparts Page 9 Premium $1,426.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the Cityy of Newport Beach, State of California, by motion adopted October 10, 1994 has awarded to Damon Construction Company hereinafter designated as the "Principal ", a contract for Ocean Front Street End Construction Program; Orange Street Asphalt Walkway (Contract No. 2984 ) 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. 2984 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, DAMON CONST. CO. as Principal, and RELIANCE INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum Of One Huanjrgg jab ty -Two Thousand Fifty Dollars ($132,054.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants,, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5/91 Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance 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 14th day,'of October 19 94, DAMON CONST. CO. Name of Contractor (Principal) Au#hoffzed Signature /Title RELIANCE INSURANCE COMPANY Name of Surety A horize gent S154ature Henry F. W ght, Atto n y in Fact 505 No. Brand Blvd., #770, Glendale. CA 91203 818- 240 -6960 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY !MUST BE ATTACHED 5/91 REII&NCE INSURANCE COMPAQ HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Henry F. Wright, individually, of Pasadena, California, its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (al appoint Attorney(s) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s) -in -Fact at any time and revoke the power and authority given to them. 2. Attorneys) -in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 24 day of August, 1993 STATE OF Washington COUNTY OF King Iss. RELIANCE INSURANCE COMPANY 1 0000" 4. Vice President On this 24 day of August, 1993 personally appeared Lawrence W. Carlstrom to me known to be the Vice President of the RELIAN E COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of s r or to, and that Article VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, gy��1p��'p, n 4V PU6LIC- Z ;,, h 94 3 -05 -96 �O Notary Public in and for State of Washington Residing at Puyallup I, Robyn Layng, Assistant Secretary of the REL MPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by sa URANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 14th day of October 19 94 6 VI�_ Assistant Secretary BDR -1431 Ed. 353 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State Of California County of Los Angeles On &let ! 9 before me, Thelma Barillas, Notary Public 0 E NAME, TITLE OF OFFICER - E.G.,'JANE DOE, NOTARY PUBLIC' personally appeared Margaret Ann Rullo NAME(S) OF SIGNER(S) ❑ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be th person s) whose name s) is are subscribed to the within instrument and ac- knowledged to me that he sh they executed the same in his (Otheir authorized capaclt les), and that by his her their signature s) on the instrument th erson ), �THELMABARILLAS or t e entity upon behalf of which the COMM. #917391 person NOTARY PUBLIC - CALIFORNIA s) acted, executed the instrument. LOS ANGELES COUNTY My Cornrrio-ion Exp. APnL 25. t9B6 WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL No. 5907 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL 0 CORPORATE OFFICER President TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL El ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Damon Const. Co. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 11236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 CALIFORNIA ALL- PURPOSE41CKNOWLEDGMENT • State of California County of Los Angeles On October 14, 1994 before me, Jeri Sumner, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUBLIC' personally appeared Henry F. Wright NAME(S) OF SIGNER(S) No. 5907 ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personM whose name(E) is /am subscribed to the within instrument and ac- knowledged to me that he/siDeftbay executed the same in hishhwWAtmtr authorized capacityotE*, and that by hishbmvA Daix signature(* on the instrument the person*), QMvCwa' # imillm or the entity upon behalf of which the ME �0+'�—C ditrk E personM acted, executed the instrument. LOS ANCaa COUNn ,t X31.11"S WITNESS my hand and official seal. F T awe - SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 FILE No. 016 10/21 '94 16:31 *RULE CO 818 57*40 PAGE' c^ Page 10 C` "T NMI, 11K I, ,PRODUCER *IF , COMPANIES AFFORDING COVERAGE The Rule Company Inc. COMPANY A Tlanscontinttental (CNA) P.O. Box 7072 LETTER Pasadena, Ca 91109 COMPANY 8 Valley g (CNA) LETTER pa y PO! e INSURED Damon Construction Company 455 Carson Plaza Dr., Unit F LETTER C Republic Indemnity Co. r` OYEF( HS S: To THE MS INDICATED NOTWRHSTANDING ANY REOUBIEMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POUOIE8 AND IS NOT AMENDER EMENDED OR ALTERED BY THIS CERTIFICATE . . 00 TYPE OF INSURANCE POLICY NUMBER EFFEC VIE DATE EXPIRATION ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ 2000 (OCCURANCE BASIS ONLY) COMMERCIAL 120726345 1 -1 -94 1 -1 -95 PRODUCrstcOMPLETED $ LOGO COMPREHENSIVE OPERATIONS AGGREGATE ® PROIEGTNEENTWICTORS . PERSONAL INJURY $ 1000 CONTRACTUAL FOR SPECIFIC CONTRACT ® PRODUCTS /COMPL OPE0. EACH OCCVRANGE S lOOO XCU HAZARDS BROAD FORM PROP. DAMAGE 50 SEVERABIU TY OF INTEREST O DAMAGE - (,AN NY ONE FIRE) i CLAUSE 0 PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES L 5 REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY 120726362 1 -1 -94 1 -1 -95 SIINNGGLE ®TT s L000 x COMPREHENSIVE BODILY ULIUN (PER PERSON) ) i 1000 OWNED BODILYWJURY t 1000 HIRED (PER AOCIDRM ®NON-0OWNED PROPERTY DAMAGE $ 1.000 EXCESS LIABILITY EACH AGGREOATE OCCURRENCE UMBRELLA FORM V' OTHER THAN UMBRELLA FORM $ S 03902377 1 -1 -94 1-1-95 STATUTORY M.�Cl;ci'i.,f)l�'I. ` 4; .. wYi`"�rC • °;:r.'f7l' i'TOOO EACH ACCIDENT C WORKERS' COMPENSATION AND i MUD DISEASE POLICY LIMIT EMPLOYERS' LIABILITY i DISEASE EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR STATUTORY ' ^' �:'rr : •,p'"'!:•,,'::; WORKERS' COMPENSATION .OF DESCRIPTION OF OPEPATK*WAOCATIONS UWXES/RESTFWnONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CRY NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Ocean Front Street End Construction Program; Orange Street Asphalt Walkway C -2984 PROJECT TITLE AND CONTRACT NUMBER CERTIFIC TL(OI DER. ` �a w :. K NCEI LOTION I � � rkYIJ'w•11 ryp�ln ..... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWEO. CITY OF NEWPORT BEACH CANCELLED OR COVERAYIE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING C G PROVIDE 30 DAYS MIN. ADVANCE *.� 3300 NEWPORT BLVD. NOTICE TOcm''t�F' 8Y REGISTERED MAIL 1 NEWPORT BEACH, CA. 92659 -1768 ATTENYION. ° .vIi� i6 -a� -� 0 Page it GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by. or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the. terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial ( ) Comprehensive General Liability $ 1.000.000 each occurrence $1,000.000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 5/91 0 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy, be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport.Beach by registered mail, Attention: Public Works Department. Ocean Front Street End Construction Program; 7. Designated Contract: Dranae Street Asphalt Walkway C -2984 This endorsement is effective October 14. 1994 at 12:01 a.m. and forms a part of Policy No. 120726345 of TRANSCONTINENTAL INS CO (Company Affording Coverage). Insured: DAMON CONST. CO. Endorsement No.:SPRCTu ISSUING COMPANY a % By: Authorized Representative 5/91 0 0 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORS It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 (X ) Multiple limits Bodily Injury Liability $ Bodily Injury Liability Property Damage Liability Combined Single Limit Bodily Injury Liability Property Damage Liability per person $ per accident $000.000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public works Department. Ocean Front StreetEnd Construction Program 5. Des ignated Contract: Orange Street Asphalt Walkway C -2984 This endorsement is effective October 14, 1994 at 12:01 a.m. and forms a part of Policy No. 120726362 of VALLEY FORGE INS CO (Company Affording Coverage). Insured: DAMON CONST. CO. Endorsement No.: SPKTAT. ISSUING COMPANY BY: Cr �. Authorized Representative 5/91 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." October 14, 1994 Date C -2984. Contract Number DAMON CONST. CO. Name of Contractor (Principal) Autho 1z Signature and Title Ocean Front Street End Construction Program; Orange Street Asphalt Walkway Title of Project 5/91 • 0 % Page 14 CONTRACT THIS AGREEMENT, entered into this � day of 19 &, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Damon Construction Company , hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Ocean Front Street End Construction Program; Orange Street Asphalt Walkway C -2984 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: Ocean Front Street End Construction Program; Orange Street Asphalt Walkway C -2984 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Thirty-Two Thousand Wk -Four Dollars Dollars ($ 132,054.50 ). This compensation and includes: Fifty Cent (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 0 • 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 Ocean Front Street End Construction Program; Orann e Street Asphalt Walkway C -2984 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. APPROYV D AS O FORM: <r" CI ATTORNEY ATTEST: 5/91 CITY OF NEWPORT BEACH A Municipal Corporation B ayor /7 o �—' � I eA :Dprncx'l Ccx. - CS0 Name of Contractor 1 • 3. . TItle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 42nd, 43rd, 44th, 45th and 46th Street, Street End Reconstruction Orange Street Asphalt Walkway CONTRACT NO. 2984 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 1 III. HOURS OF WORK . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . 2 V. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 2 VI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 3 VII. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 3 VIII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . 3 A. Notice to Residents . . . . . . . . . . . . . . . 3 B. "NO PARKING -TOW AWAY" Signs . . . . . . . . . . . 3 C. Street Sweeping Signs . . . . . . . . . . . . . . 4 IX. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 4 X. WATER . . . . . . . . . . . . . . . . . . . . . . 4 XI. SITE PROTECTION . . . . . . . . . . . . . . . . . . . 4 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 5 A. Street and Alley Construction . . . . . . . . . . 5 B. Asphalt Walkway Construction . . . . . . . . . . 6 C. Irrigation and Landscaping . . . . . . . . . . . 7 XIII. SOLID WASTE DIVERSION . . . . . . . . . . . . . . . . 7 t II III 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 0 42nd, 43rd, 44th, 45th and 46th STREET, STREET END CONSTRUCTION ORANGE STREET ASPHALT WALKWAY CONTRACT NO. 2984 SCOPE OF WORK SP 1 of 8 The work to be done under this contract consists of constructing street end improvements and constructing an asphalt walkway on the beach at Orange Street; adjusting existing City -owned utility frames and covers to finished grade; and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans Drawing Nos. R- 5673 -5, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition) and (4) the Standard Specifications for Public Works Construction, (1991 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. CONTRACTOR'S LICENSES At the time of the bid of work, the Contractor Engineering Contractor of California. At the completion of work, the Business License issued HOURS OF WORK submittal and until completion shall possess a General "A" License issued by the State start of work and until Contractor shall possess a by the City of Newport Beach. 7:00 AM - 6;30 PM weekdays 8:00 AM - 6:30 PM Saturdays No work will be permitted on Sundays and holidays which disturbs, or could disturb, a person of normal sensitivity who works or resides in the vicinity. "Holiday" shall be defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday. SP 2 of 8 IV. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. V. COMPLETION, SCHEDULE AND PROSECUTION OF WORK A. The Contractor shall complete all work within sixty (60) consecutive calendar days, but no later than December 15, 1994. B. The Contractor shall complete all work on each street end or street segment within thirteen (13) consecutive calendar days after beginning work on that street end or street segment. The term "work" as used herein shall include all removals, adjustments, and replacements, and construction of alley approaches, street pavement, curb and gutter, driveway approaches, sidewalk and irrigation. Also included within the specified period is curing time for new P.C.C. improvements. The Contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet this schedule, he will be prohibited from starting additional work in additional sites until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The Contractor will be assessed $500.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the thirteen (13) consecutive days allowed for 100% completion of the construction work at each street end or street segment. Additional liquidated damages shall be assessed for failure to complete the project as specified under Section VII, Liquidated Damages. C. The Contractor shall begin the project with the construction of no more than three (3) non- consecutive street ends. The Contractor shall complete the first group of street ends, including cure time, prior to beginning construction of the final group of street ends. • SP 3 of 8 D. The Contractor is responsible for ensuring the availability of all material prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time for 1008 completion of work of each street end or street segment. E. No work shall begin until a schedule of work has been approved by the Engineer VI. PAYMENT The unit or lump sum price bid for each item of work shown in the proposal shall be considered as full compensation for all 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 price bid for each item of work. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. VII. LIQUIDATED DAMAGES Commencing on December 16, 1994, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $250.00 specified in Section 6 -9 of the Standard Specifications. VIII. NOTICES TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. B. "NO PARKING -TOW AWAY" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs which he shall post at least 40 hours in advance • • SP 4 of 8 of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restrictions on the "No Parking -Tow Away" signs in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Street Sweeping Signs After posting "No Parking -Tow Away" signs, the Contractor shall bag or cover the street sweeping signs in a manner approved by the Engineer. Immediately after completion of the work and upon removal of the "NO PARKING -TOW AWAY" signs, the Contractor shall uncover the street sweeping signs. IX. CONSTRUCTION SURVEY STAKING Field staking control of construction will be provided by the Engineer. X. WATER If the Contractor desires 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 City, the deposit will be returned to the Contractor, less a quantity charge for water usage. XI. SITE PROTECTION The Contractor shall take all reasonable means to prevent contamination of beach sand adjacent to the project site. The beach shall be kept clean of construction debris and trash which are the result of the Contractor's operations. Prior to construction, the Contractor shall provide the City with an adequate hazardous material spill contingency plan and demonstrate a satisfactory method of preventing asphalt, fuel or oil being discharged into the ocean during construction. Beach sand that is contaminated as a result of the Contractor's operations shall be removed and disposed of in accordance with Federal, State and Municipal laws and codes by the Contractor at his expense. • • SP 5 of 8 XII. CONSTRUCTION DETAILS A. Street Construction Removals and Excavation The work shall be done in accordance with Section 300 - 1.3.2. of the Standard Specifications except as modified and supplemented herein. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. Existincr Utilities The Contractor shall be responsible for any damages to existing utilities resulting from his operations. The Contractor shall adjust to finish grade all water valve covers, and monuments prior to the placement of pavement. Flow Line Tolerances The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. Cure of P.C.C. Improvements The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201.1.2 of the Standard Specifications. Said strength may be attained more rapidly to meet the time constraints of Section V.B. herein by the use of additional portland cement admixtures with prior approval of the Engineer. 5. Base Material The Contractor may use crushed aggregate base or crushed miscellaneous base as his base material in accordance with Section 200 -2.2 and 200 -2.4, respectively, of the Standard Specifications. • y 0 E Asphalt Walkway Construction 1. Asphalt Concrete SP 6 of 8 Asphalt concrete shall be Type III -D -AR -4000, and shall conform to the provisions of Section 400 -4, "Asphalt Concrete" of the Standard Specifications and these Special Provisions. 2. Asphalt Treated Sand Base This work shall consist of mixing native beach sand and asphaltic emulsion, spreading and compacting the mixture to the lines, grades and dimensions as shown on the plans and as specified in the special provisions. The asphaltic emulsions shall be SS-1h conforming to the provisions of Section 203.3 of the Standard Specifications. The asphaltic emulsion shall be added to the native beach sand at the approximate rate of 7 1/2% by weight of the dry sand. The water content of the sand at the time the emulsion is added shall be approximately 3 %. Trash and debris shall be removed from the sand before mixing. The mixing operation may occur off site or in place using a traveling pug mill or cross shaft type mixer. After mixing the material shall be spread to the proper limits and depth and compacted. Before compaction, alternate windrowing and spreading of the mixture shall continue until optimum moisture content is obtained. Rolling shall be in accordance with Section 302 -5.6 of the Standard Specifications and these Special Provisions. Rolling equipment shall consist of power rollers of the pneumatic and tandem types. Rolling shall start immediately after the mixture has cured sufficiently to support the weight of the rolling equipment. Areas or slopes that are inaccessible to rollers shall be compacted by power tamping. The total compacted thickness of the treated base shall be minimum of six inches. The completed base shall not deviate at any point more than 0.5" from the bottom of a ten foot straight edge laid in any direction. The completed base shall be compacted to a relative compaction of not less that 95% when tested by California Test 216. 1 • 0 Bicycle Rack SP 7 of 8 The bicycle rack shall be a ribbon style rack such as Model RB9, as manufactured by Brandir International or Model 2170 -9, as manufactured by TimberForm Cycloops, or approved equal. Pipe shall be schedule 40 steel pipe (2.375" O.D. X 0.154" wall thickness) ASTM A53, hot dipped galvanized after fabrication. The rack shall be surface mounted with stainless steel hardware. C. Irrigation and Landscaping Irrigation All controller wires shall be 14 gauge multi - strand insulated electrical wire. Controller wire shall be installed to the existing sprinkler controller at 56th and Seashore. Additional controller wire shall be installed and stubbed out at each intersecting street end between 56th Street 46th Street. In stubbing out the controller wire at each additional street end Contractor shall coil, band and bury to a depth of 4 -feet below the surface of the existing sand sufficient controller wire to connect future irrigation valves at each additional street end. All irrigation lines and fittings shall be 3/4" schedule 40 P.V.C. The Contractor shall plug and pressure check the irrigation system to 175 P.S.I for a period of one hour. Any leaks shall be repaired prior to landscaping. Landscaping The Contractor shall install two multiple trunk Mediterranean fan palm trees, 24 -inch box, at each street end. The planters, at each street end, shall be landscaped with twenty 5- gallon plants per street end. Each planter shall have 5 Natal Plum and 5 pink ladies. Prior to planting the Contractor shall fill the planter, to a depth of 6- inches, with a soil mixture approved by the Engineer. XIII. SOLID WASTE DIVERSION Unless specified elsewhere in this contract, all non - reinforced concrete and asphalt wastes generated from the job site 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. r , i SP 8 of 8 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnages monthly to the Engineer on a form provided by the Engineer. • • • 7 August 25, 1994 CITY COUNCIL AGENDA ITEM NO.-- 14 - - -- TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: OCEAN FRONT STREET END CONSTRUCTION PROGRAM; ORANGE STREET ASPHALT WALKWAY (C -2984) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. September 8, 1994. 3. Affirm the Notice of Exemptions for the Ocean Front Street End Construction Program and Orange Street Asphalt Walkway. DISCUSSION: This project provides for the construction and replacement of 7,200 square feet of roadway, 3,000 square feet of sidewalk improvements, 610 linear feet of curb, and construction of a remote control irrigation system to be connected to an existing irrigation controller at 56th Street. Locations are shown on the attached Exhibit "A ". A beach access walkway, similar in design to the recently constructed walkway at 11th Street, is to be constructed at the extension of Orange Street. The Ocean Front Street End Improvement Program provides for the construction of street end improvements between 42nd and 46th Street. Per an agreement with the California Coastal Commission, the City is committed to constructing at least 3 street end improvements per year with funds generated through permitted encroachments; and to construct the Orange Street access walkway. These improvements will facilitate access and maintenance of the area. Staff has prepared Notice of Exemptions for the Ocean Front Street End Construction Program and the Orange Street Asphalt Walkway. Staff has determined that the proposed'project is Categorically Exempt (Class 1 and 4) from the provisions of C.E.Q.A. (existing facilities, minor alterations to the land). These documents will be sent to the County Clerk within 5 days after Council Affirmation. 0 E SUBJECT: OCEAN FRONT STREET END CONSTRUCTION PROGRAM; ORANGE STREET ASPHALT WALKWAY (C -2984) August 22, 1994 Page 2 • The Engineer's total construction estimate is $130,000. Sufficient funds to award this amount are available in a carryover of the Fiscal Year 1993 -94 Appropriation and the 1994 -95 Appropriation for Ocean Front Street End Improvement Program. The plans and specifications were prepared by the Public Works Department. All work should be completed by December 15, 1994. aviv�, Z2, J�z Benjamin B. Nolan Public Works Director SL:so Attachment • • 0 • • O \tv A It, a a 9� t 0 O� OC Aq CI �I c co o qSt. �Ic [�O.CAT I ON MAPS C I TV OF NEWPORT BEACH RPPROVED: PUBLIC WORKS DEPRRTMENT EXHIB I T "A 3 Rug 1994 ` E N. T. S. DOM M. GRRCIR Authorized to Publish Advertisements of all kind luding public notices by Dccree of the Superior Court of orange County, dotnia. Number A -6214, September 29, 1961, and A•24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City. of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: August 26, 31, 1994 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on . August 31 _, 199 _4 at Costa Mesa, California. 0 _I M