Loading...
HomeMy WebLinkAboutC-3000 - 1993/94 Street & Miscellaneous Slurry Seal & Resurfacing ProgramMay 1, 1995 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Boral Resources, Inc. 1301 E. Lexington Ave. Pomona, CA 91766 (714) 644 -3005 Subject: Surety: Insurance Company of North America Bond No.: 100300676 Contract No.: C -3000 Project: 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program The City Council of Newport Beach on March 27, 1995 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 April 7, 1995, Reference No. 95- 0147130. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach "Exempt from recording fees ppur to Government Code Section b10 NOTICE OF COMPLETION !� t7� NOTICE IS HEREBY GIVEN that the City of Newport Beach, 330 ewport 4) Boulevard, Newport Beach, California, 92663, as Owner, anci_;' Boral Resources, Inc., 1301 E. Lexington Ave., Pomona, CA 91766,)~ as Contractor, entered into a Contract on July 20, 1994'' Said Contract set forth certain improvements, as follows: 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program (C -3000) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on November 6, 1994 and was found to be acceptable on March 27, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of North America, 2400 E. Katella Avenue, #300 -K, Anaheim, CA 92806 BY City of Newport Beach VERIFICATION I certify, under penalty of perjury, correct to the best of my knowledge. Executed on Newport Beach, L�California. BY city Cierk that the foregoing is true and . at AJW rt +3)"Pi i'R -1 �J•J VG�Yti f 1'/ RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: ,n r_nr�jej in 9?f'_C131 Fecord5 Gf Ora-we Catiiii'r> (Alifonia +iarj L. Grarville: Clerk- R-ronle1'r R:a,•. i of 1 Fees: i MA City Clerk'-( %' a; ;• ; M. City of Newgdrt Beach wpetCe266NewportBach, A93 "Exempt from recording fees ppur to Government Code Section b10 NOTICE OF COMPLETION !� t7� NOTICE IS HEREBY GIVEN that the City of Newport Beach, 330 ewport 4) Boulevard, Newport Beach, California, 92663, as Owner, anci_;' Boral Resources, Inc., 1301 E. Lexington Ave., Pomona, CA 91766,)~ as Contractor, entered into a Contract on July 20, 1994'' Said Contract set forth certain improvements, as follows: 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program (C -3000) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on November 6, 1994 and was found to be acceptable on March 27, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of North America, 2400 E. Katella Avenue, #300 -K, Anaheim, CA 92806 BY City of Newport Beach VERIFICATION I certify, under penalty of perjury, correct to the best of my knowledge. Executed on Newport Beach, L�California. BY city Cierk that the foregoing is true and . at r� L_J 6Y TH@ 6 MAR 2;01" 4 March 27, 1995 CITY COUNCIL AGENDA ITEM NO. I C TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: ACCEPTANCE OF 93 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM, C -3000 RECOMMENDATIONS: 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 reconstructing 4th Street; resurfacing Marguerite Avenue; slurry sealing several streets; and slurry sealing the City Hall parking lots has been completed to the satisfaction of the Public Works Department. The bid price was $299,494.80 Amount of unit price items constructed 290,446.25 Amount of change orders 26,818.66 Total contract cost $317,264.91 The decrease in the amount of the unit price items constructed resulted primarily from a decrease of asphalt concrete placed on the various streets. A total of five (5) change orders were issued to complete the project. A summary of the change orders are as follows: 1. A change order in the amount $26,192.48 provided for the substitution of thermoplastic in lieu of the specified paint. 2. A change order in the amount $195.65 provided for the sawcutting for additional alley and driveway removal. 3. A change order in the amount $585.29 provided for the over - excavation and haul -away of unsuitable material. L-1 0 SUBJECT: ACCEPTANCE OF 93 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM, C -3000 March 27, 1995 Page 2 • 4. A change order in the amount $2,385.04 provided for the repair and down time of a damaged cold planer caused by unknown underground facilities. S. A change order in the amount ($2.539.80) provided for a credit for the deletion of raised pavement markers on Bayside Drive. Funds for the project were budgeted in the Street, Alley, Bikeway Improvement Public Works fund, Account No. 7013- P301017A; Street, Alley, Bikeway Slurry Program fund, Account No. 7013- P213018A; Street, Bikeway Parking Lot Striping /Marking fund, Account No. 7013- P301019A; Sidewalk, Curb & Gutter Replacement Public Works Program fund, Account No. 7013 - P301020A; and the Curb Access Ramp Program fund, Account No. 7014 - P301041 A. The contractor is Boral Resources, Inc., City of Pomona. The contract completion date was November 6, 1994. • Don Webb 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 TO: FINANCE DIRECTOR FROM: CITY CLERK e7,1 7 " 2 DATE: July 22, 1994 SUBJECT: Contract No. C -3000 Description of Contract 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program Effective date of Contract July 20 1994 Authorized by Minute Action, approved on June 27, 1 Contract with Boral Resources, Inc. Address 1301E Lexington Ave Pomona CA 91766 Amount of Contract $299,494.80 lam( /GL %j s Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 0 June 27, 1994 CITY COUNCIL AGENDA ITEM N0.__ 24___ is TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT A RCrVED SUBJECT: 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM, (C -3000) RECOMMENDATIONS: 1. Approve a budget amendment to transfer $72,000 from the City Hall Maintenance Program. 2. Award Contract No. 3000 to Boral Resources, Inc. for the Total Bid Price of $ 299,494.80, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: • At 11:00 A.M. on June 15, 1994 the City Clerk opened and read the following bids for this project: Low Boral Resources, Inc. 2 R. J. Noble Co. 3 Griffith Co. TOTAL BID PRICE $299,494.80 31 7,299.60 332,030.80 The low total bid price is 15.2% above the Engineer's Estimate of $260,000. The estimate appears to have been too low for the striping and pavement marking costs, and for the Type I slurry seal costs. The low bidder, Boral Resources, Inc. is a well - qualified general contractor who has satisfactorily completed previous contract work for the City. This project provides for 1) slurry sealing approximately 930,000 • square feet of asphalt streets and facilities throughout the City; and 2) reconstructing /resurfacing Fourth Avenue from Avocado Avenue to Dahlia Avenue, and Marguerite Avenue from Fifth Avenue to San Joaquin Hills Road (see attached exhibits). The work is part of a continuing pavement maintenance program which reduces overall maintenance costs through the application of timely maintenance procedures. The slurry seal treatment will extend pavement life and delay the need for costly resurfacing and /or reconstruction. The resurfacing will improve drainage and the riding surface with an adequate structural section for present and 10 -year traffic demands. • 0 SUBJECT: 1993 -94 STREET AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM, C -3000 June 27, 1994 Page 2 Funds to award the project are provided in the following • accounts: Accounts Budget No. Amount Street, Alley, and Bikeway Resurfacing 98301001 $36,040.68 and Reconstruction Program (PW) Sidewalk, Curb and Gutter 98301003 5 9,238.69 Replacement Program (PW) Street, Alley, and Bikeway 98313001 574,987.83 Slurry Program Street, Bikeway, and Parking Lot 98313004 $60,000.00 Striping and Pavement Marking Program Curb Access Ramp Construction Program 9831 3006 $47,003.60 • City Hall Maintenance Program 98312001 $72,000.00 To complete funding needed for award, Staff recommends that $72,000.00 be transferred from the City Hall Maintenance Program budget appropriation (Account No. 7014- 98312001) into the Street, Alley, and Bikeway budget appropriation (Account No. 7011-98301001). This transfer will leave an approximate balance of $75,000 in the City Hall budget appropriation, which has been earmarked for funding a Management Information System (MIS) contract. A budget amendment has been prepared for Council consideration. Plans and specifications for the project were prepared by the Public Works Department. The estimated date of completion is October 14, 1994. Benjamin B. Nolan Public Works Director GW:so Attachment 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT EXHIBIT • SUBJECT: 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program The following are the streets \City's facilities to be reconstructed \resurfaced (Items No.l and No.2) and to be slurried sealed (Items No.3 thru No.10): 1. Fourth Avenue from Avocado Avenue to Dahlia Avenue. Reconstruct asphalt concrete pavement and as needed P.C.C. reconstruction. 2. Marguerite Avenue from Fifth Avenue to San Joaquin Hills Road. Construct A.C. overlay. 3. Bayside Drive from Jamboree Road to Marguerite Avenue (include Fernleaf Ramp) slurry seal existing asphalt concrete pavement. 4. County Road from Bayside Drive to S'ly Terminus. Slurry seal existing asphalt concrete pavement. • 5. Spy Glass Hill Road from San Joaquin Hills Road to San Miguel Drive. Slurry seal existing asphalt concrete pavement. G. San Joaquin Hills Road from Marguerite Avenue to Spy Glass Hill Road. Slurry seal existing asphalt concrete pavement. 7. China Cove Area (only A.C. paved streets) S/o Ocean Boulevard and E/o Dahlia Avenue. Slurry seal existing asphalt concrete pavement. 8. City Hall Parking Lot at 3300 Newport Boulevard. Slurry seal existing asphalt concrete pavement. 9. Bonita Creek Parking Lot E/o La Vida adjacent to N'ly Terminus of La Salud. Slurry seal existing asphalt concrete pavement. 10. Oasis Parking Lot N/o Fifth Avenue and W/o Marguerite Avenue. Slurry seal existing asphalt concrete pavement. • F: \WP51 \GILBERT \MEM0.16 i- C X'i-4 C Rtc NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92659 -1768 until 11.00 a.m. on the 15th day of June, 1994. 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM Title of Project Contract Number 3000 Engineer's Estimate $260,000 Fob t I ��` )) , � �; Approved by the City Council this 23rd day of May 1994 Wanda E. Rag 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 92659 -1768. For further information, call Gilbert Wong, Project Manager at 644 -3334. • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM CONTRACT NO. 3000 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3000 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Traffic Control and Mobilization Eighty -six Hundred @ Seventy -Five Dollars and 0 Cents $ 8,675.00 Per Lump Sum 2. 1,000 Remove existing street section, Tons prepare subgrade, and construct 5" thick A.C. base course @ Forty -two Dollars and Fifty Cents $ 42.50 $ 42,500.00 Per Ton 3. 6,000 Cold plane existing pavement Sq. Yds. @ One Dollard and Twenty Cents $ 1.20 $ 7,200.00 Per Square Yard • 0 PR 1.2 TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 210 Remove existing P.C.C. Sq. Ft. improvements and construct P.C.C. access ramp @ Six Dollars and Forty Cents $ 6.40 $ 1,344.00 Per Square Foot 5. 252 Reconstruct existing P.C.C. Sq. Ft. alley approach @ Five Dollars and Seventy Cents $ 5.70 $ 1,436.40 Per Square Foot 6. 252 Reconstruct existing P.C.C. Lin. Ft. gutter (1811) @ Fourteen Dollars and 0 Cents $ 14.00 $ 3,528.00 Per Lineal Foot 7. 736 Reconstruct existing P.C.C. Lin. Ft. curb and gutter (1811) @ Sixteen Dollars and Forty Cents $ 16.40 $ 12,070.40 Per Lineal Foot B. 3,700 Construct asphalt concrete Tons finish course @ Twenty -six Dollars and Sixty Cents $ 26.60 $ 98,420.00 Per Ton 9. 830 Reconstruct existing P.C.C. Sq. Ft. cross gutter @ Six Dollars and Seventy Cents $ 6.70 $ 5,561.00 Per Square Foot • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 105 Furnish all labor, equipment, and Extra Long materials, and perform all work Tons necessary to prepare for and apply Type I slurry seal One Hundred @ Ninety -three Dollars and 0 Cents $ 193.00 Per Extra Long Ton 11. 600 Furnish all labor, equipment, and Extra Long materials, and perform all work Tons necessary to prepare for and apply Type II slurry seal @ One Hundred One Dollars and 0 Cents $ 101.00 Per Extra Long Ton 12. 20 Adjust existing manhole frames Each and covers to finished grade @One Hundred Seventy Dollars and 0 Cents $ 170.00 Per Each 13. 15 Adjust existing water valve Each and survey monument frames and covers to finished grade $ 20,265.00 $ 60,600.00 $ 3,400.00 @ One Hundred Fifty Dollars and 0 Cents $ 150.00 $ 2,250.00 Per Each 14. Lump Sum Apply traffic striping, pavement markings, and raised pavement markings @ Thirty Two Thousand Dollars and 0 Cents $ 32,000.00 Per Lump Sum Per Each Two Hundred Ninety -nine Thousand Four Hundred Ninety -four Eighty TOTAL BID PRICE (WORDS 6/10/94 'Boral Resources, Inc. Date Bidder 0. ollars and Cents $299,494.80 TOTAL BID PRICE (FIGURES) s Telephone No. Authorized Signature /Title Richard Vallecorsa, Vice President 634631 "A" 1301, E. Lexington Ave., Pomona, CA 91766 Bidder's License Bidder's Address No. & Classification • • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 8 Provide and install Each fire hydrants markers @ Ten Dollars and Fifty Cents $ 10.50 $ 84.00 Per Each 16. 7 Remove existing P.C.C. wheel Each stop and install P.C.C. wheel stop at City Hall Parking Lot @ Twenty -three Dollars and 0 Cents 8 23.00 g 161.00 Per Each Two Hundred Ninety -nine Thousand Four Hundred Ninety -four Eighty TOTAL BID PRICE (WORDS 6/10/94 'Boral Resources, Inc. Date Bidder 0. ollars and Cents $299,494.80 TOTAL BID PRICE (FIGURES) s Telephone No. Authorized Signature /Title Richard Vallecorsa, Vice President 634631 "A" 1301, E. Lexington Ave., Pomona, CA 91766 Bidder's License Bidder's Address No. & 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 • 0 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 6oral Resources, Inc. 6/10/94 Date 5191 Authorized Signature /Title Richard Vallecorsa, Vice President • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. Concrete C.L. Concrete Azusa 2. Raise Manhole Valves Ramirez Construction La Puente 3. Cold Plane PRSI Riverside 4. Slurry Seal Roy Allen Slurry Santa Fe Springs 5. Striping Cannon Coating Co. Norco 6. 7. 8. 9. 10. 11. 12. 6LINBORAL RESOURCES, INC. Bidder 5/91 Authorized Signature /Title RICHARD VALLECORSA, VICE PRESIDENT State of CALIFORNIA 1 County of LOS ANGELES lT On mom (OATS) before me. MARY SUSAN TEAGLE (NAME TITLE OF OFFICER. I.E'JANE DOE NOTARY R SUCl personally appeared RICHARD VALLECORSA (NAMEIS) OF SIGNER(S)) �q personally known to me - OR - ❑ 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 w <— to me that he /she /they executed the same in his/her /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. m f 0 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) n CORPORATE VICE PRESIDE OFFICER(S) ❑ PARTNER(S) (TITLE(S)) ❑ ATTORNEY IN FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NWE OF PERSON(S) OR VflM`f(UM) ATTENTION NOTARY: The information requested Oelow is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. I I THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above EEEEEEI wOLDOTTS FORM 61240 —ALL PURPOSE PO NOWLMENT WITH SInxFR !'AOU'iiwRCCV[6MArnxmxnFPP11INr —Rev i)AJ •,:om wn, rmrc mou< :ur' CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 5193 ) State of CALIFORNIA County of ORANGE I On 6 -9 -94 before me, PAMELA M. ANDROSKO, NOTARY PUBLIC 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), - «�••t or the entity upon behalf of which the J t a person(s) acted, executed the instrument. )e 4hJRDSKO OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to till in the data below, doing so may prove invaluable to persons relying on the document. E] INDIVIDUAL E3 CORPORATE OFFICER(S) TITLE(S) Cj PARTNER(S) [] LIMITED E] GENERAL ® ATTORNEY -IN -FACT TRUSTEE(S) GUARDIANICONSERVATOR OTHER: ry �A�- SIGNER IS REPRESENTING: ti314'fDla i WI I N` SS my hand and official seal. NAME OF PERSON(S) Oq ENTITY(IES) OUhTY § J INSURANCE COMPANY OF cp- .,.; Nov. 30t •� -��-'t !Q x� 'u )__��r, 1C�1_ NORTH AMERICA SIGNATURE OF OTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT BID BOND THE DOCUMENT DESCRIBED AT RIGHT: % NUMBER OF PAGES DATE OF DOCUMENT JUNE 9, 1994 M • • Page 4 6IDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, BORAL RESOURCES, INC. as bidder, and INSURANCE COMPANY OF NORTH AMERICA as surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF TOTAL 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 1993 -94 STREET & MISCELLANEOUS SLURRY SEAL AND RESURFACING ** (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 9TH day of JUNE , 19 94. BORAL RESOURCES, INC. Bidder (Attach Acknowledgment Of Attorney -In -Fact) Notary Public Commission Expires: * *PROGRAM; CONTRACT #3000 5/91 z Z, I 1�', " / /, �/,, AAthorizecr Signature /Title RICHARD VALLECOP,SA, VICE PRESIDENT INSURANCE COMPANY OF NORTH AMERICA SURETY ii By, jC X E.S. ALBRECHT, ATTORNEY IN FAC z° 'o Y u c -L z 0 POWER of . Irwance Coripciny of North Annerle 569.247 ATTORNEY a ac �rrvoty i•� < Know: all inen by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the.Canmonweallh of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of Directors of the said Comparry on December 5, 1983, to wit: M-KSMVE0. fhb pursuant b Mltlea 3.18 8n0.. 5.1. PI the By-la.— the.lullovdng .,Rtles shag govern me exe on for me cpnpany of bonds. undMakings. recagrcmnces. a R) 'Any vtx h .00a executed in 9ob"nce vIth Be' iv4s shed,lA (3)- The signature of the Preslaedi era $9i00r YCe Prasigenl.wnVice granlea Pursuant to Ili %RasoluGon: the signature of 11 .'cenilcale beadng whfall aa,mnedgpalirearia %eNahati be vatld'a (4) Such other Omevrs of Iha Company: 6rW Mlomeysan.Fec1 shall 1 Company necessary in Iha Gstlurpe of ItNUauees. (5) The passageof INSResoluton does OOVgroke any emiwau;hodi! does hereby dominate, constitute and appoint PATRIC and PAMELA ANDROSKO, all" 6f the City CL 0 y U) C 0 rd 0) Ca - N N � 0 — a) 0= m lv > �o C col N O ^L � O O a) v .`n M Q) 07 N O c E� >C a) O Z) aria President an0 eheatgU to by the Corporate SenNary_ y maybeeOf byf660Dls On anypoasrofaaomey Y ceNRCate of arty au%Taower, aria any ¢uch pova Or to cerary or verlry,cooes of INS Resdueon.ihc;By taws of the Company,andi any aftld"I or recora or Ihi i swlutlons�of the 9 08(a of Directors aaoptaa on Juda 9.1953. Mey 20.1995 Slid March 23, 18n; WHtE,°'THOMS'D., ,WNNIN, E:.: S., ALBRECHT, JR. , >ta'Nlesa. State of Calforni& --------- -- - - - - -- ----------------------------------------- - - - - -- , each individually if there be more. than one named, its true and lawful attorney -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recogni:ances, contracts and other writings in the nature thereof in penalties not exceeding T%= MILLION---- - -- - - - - -- DOLLARS Is 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 QCOMPANY OF NORTH AMERICA UR COMMONWEALTH OF PENNSYLVANIA., R. E. GIVEANS, Vice President Ss. COUNTY OF PHILADELPHIA ' . On this'' `� 5th -;day of January , A.D: 19 93'; before me, a Notary Public of the Comrnonweatth o1.Pennsylvarua in ?and loathe County of Philadelphia:came R. E: Glvearls, Vice- President of;the INSURANCE COMPANY OF NORTH AMERICA to.me personally knowm4o 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.corpaate seal of said Company; that the said corporate seN Ills signature were duly affixed by the authority and direction of the said. corporation, and that Resolution, adopted by the Board t 1 Ibil tfJ parry, referred tom the preceding Instrument is now m face NNI E EOF, I have hereunto set my hand and afhxed;my official seal at the City oL Philadelphia the. day and year fi`t NOTARIAL SEAL L r, 1 O OF = * ` CARRIE M. RAYSOR, Notary Public J .o Philadelphia, Phlacielphia County, PA : '?rotary Public t^ �Q My Commission Expires October 30, 1995 SYL`IPp�p,, I, the /it ro /il'tYd,1( of INSURANCE COMPANY OF NORTH AMERICA, do hereby certily that the original POWER OF-ATTORNEY. 01 which the foregoing �faNJAII: 'and correct copy, is in full force and effect. In witness whereof. I have hereunto subscribed my name as Secreta and affixed.. the: corporate seal of the Corpora[lon, this 9TH day of JUNE - . .19 94 Secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY SON DMATH AN ftyC,GP71ON DATE.AFTER I 'Apri 1:.; 25,,'.1.996 BS- 33363b Ptd. in U.S.A. - ' State of CALIFORNIA County of LOS ANGELES On 6'9 -94 before me, MARY SUSAN TEAGLE (OATE) (NAME. nTLE OF OFFICER - I.E. JANE OOE NOTARY PeeL)C") personally appeared RICHARD VALLECORSA IN personally known to me - OR - (NAME(S) OF SIGNER(S)) ❑ 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 /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. Witness my hand and official seal. s s s 0 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) *i CORPORATE VICE PRESID 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 Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above WOLC07S FORM 53240 —ALL PURPO SE AC"OWTFOGMENF WIN SIGNFR rAPW.. ITV /RFPNFiFMAnON1nNGERPRINT_R 17.97 P'W')Wnl ftrTnK, MAW !.r. OFFICER(S) ❑ PARTNER(S) (MLE(SI) ❑ 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 Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above WOLC07S FORM 53240 —ALL PURPO SE AC"OWTFOGMENF WIN SIGNFR rAPW.. ITV /RFPNFiFMAnON1nNGERPRINT_R 17.97 P'W')Wnl ftrTnK, MAW !.r. • • Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angels Richard Vallecorsa being first duly sworn, deposes and says that he-oHMA he-o 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. BORAL RESOURCES, INC. Bidder Au horized Signature /Title Richard Vallecorsa, Vice President Subscribed and sworn to before me this day of 19 . [SEAL] Notary Public my Commission Expires: 5/91 • • 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 SEE ATTACHED BORAL RESOURCES, INC. l Bidder Au horized Signature /Title RICHARD VALLECORSA, VICE PRESIDENT 5/91 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 I4ALEY 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 P0I4ONA - 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 • • Page 10 nN§TFJr " V-' t "feoxoUC'R COMPANIES AFFORDING COVERAGE A ander & Alexander COMPANY A 650 Town Center Drive, Ste. 600 Costa Mesa, CA 92626 LETTER Continental Casualty Co. (CNA) 957-6005 ,(714) COMPANY 13 LETTER Transportation Insurance Co. (CNA) INSURED Boral Resources, Inc, 1301 E. Lexington COMPANY C Pomona, CA 91766 LETTER .1� �v VIIJ - - lt�% I V V V� COVERAGESt7',. 6L� T14E PERIOD -IS ONSUNPLI)SM 'j:R kkMED ]ABOVE Ti�ii T6 CERTIJOW P�; �O atN issUt6$45 HE INSURED FOR BELOW z INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY Be =UED OR MAY PERTAIN, THE INSURANCE AFFORDED By THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH PoUCIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE LT N INSURANCE TYPE OF SURANCE POLICY NUMBER NE DATE exPiRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE s 2,000 (OCCURANCE BASIS ONLY) PROCIUCT&FCOMPLETE0 OPERATIONS AGGREGATE 2,000 A COMMERCIAL COMPREHENSIVE GL602518942 6/30/94 6/30/9! OWNERS & CONTRACTORS PROTECT IVE PERSONAL INJURY 1 000 1 CONTRACTUAL FOR SPECIFIC CONTRACT PRODUCTSICOMPL. OPEFL EACH OCCURANCE 3 1,000 XCU HAZARDS BROAD FORM PROP. DAMAGE SEVERAJ31UTY OF INTEREST FIRE DAMAGE (ANY ONE FIRE) 5 100 CLAUSE PERSONAL INJURY wffH EMPLOYEE EXCLUSION MEDICAL EXPENSES REMOVED (ANY ONE PERSON) 10 MARINE AUTOMOBILE LIABILITY CCMEINFD SINGLE UMrf $1,000 COMPREHENSIVE WON, BODILY INJURY OWNED (PER PERSON! Y I BODILINJURY pERAccIoIENT) A HIRED BUA302518935 6/30/94 6/30/95 PROPERTY NON-OWNfO DAMAGE EXCESS UABIUTY EACH AGGREGATE CD UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION S1'000 EACH ACCIDENT B AND WC702518933 6/30/94 6/30/95 s1,000 DISEASE. POLICY LIMIT FMPLOYEF• LIABILITY iT Tgo DISEASE. EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR lytolkln WORKERS' COMPENSATION STATUTORY DESCRIPTION OF OPFzPAT*NS&OCATION&VEHCLESIRESTFilCnONSMPECLAL ITEMS: ALL OPERATIONS PERFORMED FOR THC CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WTH THE FOLLOWING CONTRACT: 1993-94 Streets and Miscellaneous Slurry Seal- - and Resurfacing Program C-3000 PROJECT TITLE AND CONTRACT NUMBER Ic ERTIFICATEHOLDE ELCATION' SHOULD ANY OF THE ABOVE C[!SCP18ED POLICIES 8E NON•RENEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE ACOUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SMALL PROVIDE 30 DAYS MIN. ADVANCE 33011 NEWPORT BLVD. NOTICE To CITY 9 N AT 8 IISTERED MAIL NEWPORT BEACH, CA 92659-1768 ATTENTION. . �' .. f 11 Z�' 4 LLUYU� 7/8/94 AUTHORIZED REPRI A ISSUE DATE • 0 Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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. 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. 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 $ 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 • • 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. 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. 1993 -94 Streets and Miscellaneous Slurry Designated Contract: Seal and Resurfacing Program, C -3000 Project Title and Contract No. This endorsement is effective 7/8/94 at 12:01 a.m. and forms a part of Policy No. GL 602518942 of Continental Casualty Co. (CNA) (Company Affording Coverage). Insured: Boral Resources, Inc. Endorsement No.: ISSUING COMPANY C_ > By. A_utho-rized R resentative 5/91 • Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 5/91 "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." The limits of liability under this 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 $ (X) Combined Single Limit per person per accident Bodily Injury Liability & Property Damage Liability S 1,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. • Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 1994 -94 Streets and Miscellaneous Slurry 5. Designated Contract: Seal and Resurfacing Program, C -3000 Project Title and Contract No. This endorsement is effective 7/8/94 at 12:01 a.m. and forms a part of policy No.BUA30Z518935 of ranspor ation Insurance C0.(CMA) (Company Affording Coverage). Insured: Boral Resources, Inc. Endorsement No.: ISSUING COMPANY By: Authorized Repfftesentative 5/91 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 QUADRUPLE BOND *300676 PREMIUM: $1,348.00 Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, state of California, by motion adopted ,hma 27, has awarded to Boral Resourcea Ing, hereinafter designated as the 'Principal', a contract for 1993 -94 Streets & Misc. 1 m (Contract No. C -3000 ) in the ity of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. ('_3000 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, BORAL RESOURCES, 1NG. as Principal, and INSURANCE COMPANY OF NORTH AMERICA _ as Surety, are held firmly bound unto the City of Newport Beach, in the sum of * ** Dollars ($ 299.494.80_), 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 ** *TWO HUNDRED NINETY NINE THOUSAND FOUR HUNDRED NINETY FOUR & 80/100 DOLLARS 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 8TH day of JULY , 19 94 Boral Resources, Inc. Name of Contractor (Principal) thorize Signature /Title Richard Vallecorsa, Vice President INSURANCE COMPANY OF NORTH AMERICA Name of Surety 2400 E. KATELLA AVENUE #300 -K ANAHEIM. CA 92806 Address of Surety Authorized Agent Signature E.S. ILBRECHT, JR., ATTORNEY IN FACT (714)939 -5757 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5191 CALIFORNIA ALL- PURPOS &KNOWLEDGMENT • No. S901 State of CALI County of ORANGE On JULY 8, 1994 before me, PAMELA M. ANDROSKO, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared E.S. ALBRECHT, JR. NAME(S) OF SIGNER($) ® 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. SFo Lai. SEAL ; My' 4 W T ESS my hand and official seal. SrGNATU,REKOF 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 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) INSURANCE COMPANY OF NORTH AMERICA DESCRIPTION OF ATTACHED DOCUMENT BOND #T00300676 TITLE OR TYPE OF DOCUMENT 2 NUMBER OF PAGES JULY 8, 1994 DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA COUnty Of LOS ANGELES On 7/8/94 before me, MARY SUSAN TEAGLE DATE NAME TITLE OF OFRC2R- F G_ *UANE OCE NOTARY PUSUC' personally appeared RICHARD VALLECORSA NAMErsr of ScNEars 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 /s le /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. WI i NESS my hand and official seal. 5GNATUpE OF NOTARY OPTIONAL Na SW7 Though the data below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent reattachment of this famL CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL FL CORPORATE OFRCS VICE PRESIDENT mtcwss ❑ PARTNER(S) ❑ LMUTEO ❑ GENERAL ❑ ATTORNEY4N -FACT ❑ TRUSTEE s) ❑ GUAROW 4CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTWG. NNIE OF PERSCNm an ern y= BORAL RESOURCES, INC. DESCRIPTION OF ATTACHED DOCUMENT TM—= OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 9=6 Remmet Ave, P.O. am[ 7184 -Canoga ParK CA 91909 -7184 EXECUTED IN QUADRUPLE PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that BOND00300676 Page & F;s �o::ra ^.cs Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 27, 1994 has awarded to Boral ReSources, Inc. hereinafter designated as the "Principal ", a contract for 1993 -94 Streets & Misc. Slurry Seal & Resurfacing Programs (Contract No 1-3000 ) in the City of Newport Beach, in strict conformity with t. he Dr wa ]ngs 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 -3000 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, BORAL RESOURCES, INC. as Principal, and INSURANCE COMPANY OF NORTH AMERICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of * ** Dollars ($299,494.80 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. ** *TWO HUNDRED NINETY NINE THOUSAND FOUR HUNDRED NINETY FOUR & 80/100 DOLLARS 5/91 • • 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 8TH day of JULY , 19 94. Boral Resources, Inc. Name of Contractor (Principal) y Mth atu iz Td 5lgn Title r Valecorsa, Pricha esid ent INSURANCE COMPANY OF NORTH AMERICA /� A_� Name of Surety r zed d Agent Ugnature 2400 E. KATELLA AVENUE #300 -K E.S. ALBRECHT, JR., ATTORNEY IN FACT ANAHEIM, CA 92806 (714)939 -5757 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST HE ATTACHED 5/91 CALIFORNIA ALL- PURPOS &KNOWLEDGMENT • State of CALIFORNIA County of ORANGE On JULY 8, 1994 DATE before me, PAMELA M. ANDROSKO, NOTARY PUBLIC NAME, TITLE OF OFRCER . 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) islare 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. . 3ra0FtOSKO s Cailomla _W SS n p hand and official seal. ;, -.h t11V1 301%1 SIGNATURE OF NOTARY OPTIONAL N.. 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 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) INSURANCE COMPANY OF NORTH AMERICA DESCRIPTION OF ATTACHED DOCUMENT BOND #T00300676 TITLE OR TYPE OF DOCUMENT 2 NUMBER OF PAGES JULY B, 1994 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 RernMat Ave., P.O. Box 7184 -Canoga Park, CA 91309 -7184 CALIFORNIA ACKNOWLEDGMENT Slate Of CALIFORNIA County of LOS ANGELES On 7/8/94 before me, MARY SUSAN TEAGLE GTE N4NE TTnc OF OFFtZR- F r. * wE DOE NOTARY PUBLIC personally appeared RICHARD VALLECORSA MANEIM OF =NERISI 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 /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 person(s) acted, executed the instrument. W NESS my hand and official seal. SG ATUIE OF NOTARY OPTIONAL Me 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 ❑ INOMOUAL EL' CORPORATE OFFICER VICE PRESIDENT ❑ PARTNER(S) ❑ LPATED ❑ GEEVERAL ❑ ATTORNEY4N -FACT ❑ TRUST=—=(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESeiTMG: NAME OF PER ONM OR 01mY901i —BORAL RESOURCES. INC. 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 -8235 Remmer Ave. P.O. Box 7184 -Canoga ParK CA 91709 -7184 POWER OF • ftsonce CompcffW of North Am* ® 573472 ATTRRNEY o OCM conpany Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of Urectors of the said Company on December 5, 1983, to wit: 'RESOLVED. Thal pursuant to Articles 3.18 and 5.1 of the By-laws, to foltoving Rules shall govern the execution for the Company of bonds, undertakings, recogrimnces. mnaactsandotFSrvtitingsinthomfwetn wt. " (1) That the Presdam, any Samar Vice President. any Vrm President, any Assistaril Vie President, W any Attorney -in -Fact may execute for and on behalf of the Company any and ail bonds, undertakings, recognuanium contracts and Other in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant corporate Secretary. and Me seat of the Company affixed thereto: and that the President. any Senior vice President. any Vice President or any Assistant Vice President may appoint and authodaa any other Officer (elected or appointed) of the Company, and ARameyitn -Fact to so execute or anent to the mecdon of all such wdings on Waft of the Company and to affix the seal of the Company thereto. (2) Any such wtieng executed in accordance Will Chase Rules shall be as binding upon the Company in any case as though signed by the President and attested to by the Corporate Secretary (3) The signature of the President, or a senior Vlore President, cra Vice President, or any Assistant Yee President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Rawl Won, and the signature of a certifying Officer and the seal of the Company may be affixed by facsimile to any ceNfiwte of any Such power, and any such power ar certificate bearing such facsimile signature and seal shall be vaLO and binding on the Company. (a) Such other Officers of the Company, and Atlomoysir Faro well have authority to certify or verify copies of this Rawl Won, the By -Lam of the Company, and any afidaNt or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does notrevoke any eadierauthodly granted by Resolutions of me Board of Directors adopted on June 9,1953, May 28,1975 and March 23,197/." does hereby nominate, constitute and appoint PATRICIA M. WHITE, THOMAS D. GUNNIN, E. S. ALBRECHT, JR. , and PAMELA ANDROSKO, all of the City of Costa Mesa, State of California- --- - - - - -- Y 5 O CL N "O ol ml. SZ to y � I N 3 CIJ U CM w dg O ? ID > Na llf:2 �o O tb O � 5) y CO Cr)O O C E 2 S O wr– U > N y L O D ZU ---------------------- - - - - -- , each individually if there be more than one named, its true and lawful attorney -in -tact, 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 TWENTY 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 day of Janua-ry 19 93 INSURANCE COMPANY OF NORTH AMERICA R COMMONWEALTH OF PENNSYLVANIA R. E. GIVEANS, vice President COUNTY OF PHILADELPHIA SS. On this 5th 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 seAl,WW& signature were duly affixed by the authority and direction of the said Corporation, and that Resolution, adopted by the Board bF parry, referred to in the preceding instrument, is now in force. �N EOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia the day and year fir Q31i1VF9 Jp% O� �� p _ NOTARIAL SEAL V = — CARRIE M. RAYSOR, Notary Public O F 1 f ` Philadelphia, Philadelphia County, PA Notary Public Fy �� C Commission Expires October 30, 1995 NSYLVP . tiG..� I, the iig(ttf.ps�� of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of which the foregoingg/islPfUll[Warld correct copy, is in full force and effect. In witness whereof, I have FLerP,4nto subscribed my name as Secretary, and affixed the corporate seal of the Corporation, this p . day of 19 — Darryl F. Tayly � J Secretary • THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH APUNCEPT". DATE- AFTER .May 17, .1,996 SS-33363b Ptd. in ]JI.S.A. 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." 7/12/94 Da C -3000 Contract Number 5/91 BORAL RESOURCES, INC. Name of Contractor (Principal) Authorized Signature and Title RICHARD VALLECORSA, VICE PRES. 1993 -94 STREETS & MISC. SLURRY SEAL & RESURFACING PROGRAM Title of Project Page 14 CONTRACT THIS AGREEMENT, entered into thisa�. day of , 19, by and between the CITY OF NEWPORT BEACH, here ft city," an Roral Rasoi�rcPS Tnc. , einafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: 1993 -94 Streets & Misc. Slurry Seal & Resurfacing Program C -3000 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: 1993 -94 Streets & Misc. Slurry Seal & Resurfacing Program C -3000 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 Two Hundred Ninety -Nine Thousand Four Hundred.Ninety -Four Dollars and 80 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 • • Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for 1993 -94 Streets & Misc. Slurry Seal & Resurfacint Program C -3000 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 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. APPROVI D1 'AS TO ORM: CITY TTORNE ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation 4y&rA9:i Roral Resources, Inc. Name of Contractor t! hoizd a and T e t , Richar KVa eScVe President gALIFORNIA State of CALIFORNIA County Of LOS ANGELES Na 5907 On 7/12/94 before me, MARY SUSAN TEAGLE DATE NAYS TITLE OF OFFICER - ECa 'WNE DOE. NOTARY FUSUC' personally appeared RICHARD VALLECORSA NAMRS) DF SIGNERST Q personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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. WITNESS my hand and official seal. 1.7( \ SI' GNATU6E 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 L0 �1 INDIVIDUAL CORPORATE OFFICER VICE PRESIDENT TM 46) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIMCONSERVATOR ❑ OTHER- SIGNER IS REPRESENTING: NAY@ OF PaasoNm OR ENm-y= CORAL RESOURCES, INC. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 07993 NATIONAL NOTARY ASSOCIATION - =6 Remmet Ave., P.O. Smc 7184 - Canoga Park CA 91309 -7184 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • SPECIAL PROVISIONS FOR 1993 -94 STREETS AND MISCELLANEOUS SLURRY AND RESURFACING PROGRAM CONTRACT NO. 3000 SCOPE OF WORK SP1of 13 6v 0. The work to be done under this contract consists of 71) cold planing along edge of PCC gutter; (2) reconstructing P.C.C. improvements; (3) reconstructing A.C. street section; (4) constructing asphalt concrete overlay; (5) placing emulsion- aggregate slurry seal; (6) adjusting existing utility frames and covers to finished grade; and (7) restriping and performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. R- 5675 -L (attached), M- 5221 -S, P- 5125 -S, T- 5116 -S, T- 5162 -S, T- 5298-S, T- 5354 -S, T- 5355 -S, T- 5370 -S, T- 5389 -S, T- 5570 -S, and T- 5611 -S, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); and (4) the Standard Specifications for Public Works Construction, (1991 Edition, including Supplements) . Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. The Contractor shall complete all work under this contract within one hundred and thirty (130) consecutive calendar day after award (scheduled for June 27, 1994) and complete the following work in traffic problem areas from September 11, 1994 to October 14, 1994: 1) Fourth Avenue from Avocado Avenue to Dahlia Avenue, 2) China Cove Area, 3) Bayside Drive from Jamboree Road to Marguerite Avenue, and 4) County Road from Bayside Drive to S'ly Terminus. • • SP 2 of 13 B. Entrance road to China Cove area shall be open to traffic at all times. The Contractor shall slurry seal the China Cove area in phases to provide parking for residents. C. The A.C. finished course shall be constructed upon completion of A.C. base course for the entire street. D. The Contractor shall notify the Sign \Paint Shop Supervisor, George Millikin at (714) 644 -3072 regarding any removal of existing painted curb and to salvage City's signs which interfere with the work. Sign reinstallations and painting red curbs shall then be performed by City forces at no cost to the Contractor. E. The Contractor shall provide continuous traffic access for China Cove area, City Hall Fire Station, and all adjacent businesses. In addition, all public /private streets /alleys access adjacent to the project area shall be maintained open to traffic at all times. F. Hours of Work: 7:00 A.M. - 6:30 P.M. weekdays. No work will be permitted on Saturdays, Sundays, and holidays except indicated herein. G. The Contractor shall perform all work on the City Hall Parking Lot during the weekends. The Contractor shall slurry the City Hall Parking Lot in two phases and shall coordinate with the City to allow five (5) working days to relocate /remove it's vehicles, equipment, stockpile, etc. prior to start any work on the City Hall Parking Lot. In addition, the Contractor shall notify the Lido Isle Plaza at (714) 723 -7100, five (5) working days prior to closing any entrances to the Lido Isle Plaza's parking lot (Newport Blvd. at Finley Ave.). H. Except Fourth Avenue, all streets and City facilities shall be opened to traffic and parking at the end of each work day. I. The Contractor shall accommodate trash collection (see attached Collection Schedule) and City's street sweeping. If the Contractor elects to work on a street during its street sweeping /trash collection days, it shall be his responsibility to make alternative trash collection arrangements by contacting the City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. III. • • SP3of 13 J. On Fourth Avenue no two consecutive blocks or intersections ( e.g., from Avocado Avenue to Acacia Avenue and from Acacia Avenue to Begonia Avenue) shall be closed to traffic concurrently. K. The Contractor shall coordinate with the City's Park Maintenance Superintendent, Randy Kearns at (714) 644 -3082 to regulate irrigation for street medians and City's facilities during all resurfacing /slurry seal work. L. The Contractor shall provide covers and shall cover, maintain, and uncover the City's "NO PARKING STREET SWEEPING" signs to allow residential parking adjacent to any street under construction during street sweeping days. CONTRACTOR'S LICENSES At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. At the start of work and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (e.g., tack coat, street sweeping, vegetation removal, excavation, removal, sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. P.C.C. curb, P.C.C. curb and gutter transition, and aggregate base shall be included in the bid item: "Reconstruct existing P.C.C. cross gutter ". In addition, P.C.C. curb, P.C.C. sidewalk transition, and aggregate base shall be included in the bid item: " Reconstruct existing P.C.C. alley approach ". Partial payments for traffic control and mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. Upon completion of the project, the Contractor shall provide "As- Built" correction upon a copy of the plans. The "As- Built" correction plans shall be verified by the City prior to final payment. • • SP 4 of 13 V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VI. PUBLIC CONVENIENCE AND SAFETY The Contractor shall submit a written traffic control plan for each street and parking lot to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. A. The traffic control plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. 3. Reopening of all traffic lanes, parking lots, and on- street and off - street parking upon completion of each day's work (see Section II.). In addition, emergency vehicle access shall be maintained at all times. 4. Lane closures on Marguerite Avenue, Spy Glass Hill Road, San Joaquin Hills Road, Bayside Drive, and China Cove area will be permitted only from 9:00 a.m. to 3:30 p.m.. In addition, the Contractor shall maintain a minimum of one (1) 12 -foot traffic lanes in each direction at all times on Marguerite Avenue, San Joaquin Hills Road, and Spy Glass Hill Road, unless otherwise approved by the Engineer. B. "NO PARKING. TOW- AWAY" Signs Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. VII VIII. • • SP 5 of 13 In addition, the Contractor shall notify the City's Police Department, Traffic Division, at (714) 644- 3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "NO PARKING, TOW - AWAY" signs. C. Notification to Residents Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times of closure at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to residents. CONSTRUCTION SURVEYING STAKING Field staking for control of construction will be provided by the Engineer. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. CONSTRUCTION DETAILS A. Slurry Seal 1. Application Add the following to Standard Specifications Subsection 302- 4.3.2: • • SP 6 OF 13 "Prior to applying the slurry, the surface shall be cleared and cleaned by the Contractor of all loose material, vegetation, oil, and other foreign material. In addition, the Contractor shall either remove and reinstall existing wheel stops prior to and upon completion of the slurry seal or leave the existing wheel stops protected in place and slurry around the wheel stops. Hence, the existing wheel stops, P.C.C. improvements, landscapings, buildings, etc. shall be protected and slurry free. "The application shall be sufficiently cured for the street and parking lot to be opened to traffic by 3:30 p.m. without tracking or damage to the surface. The slurry shall be applied at the approximate rate of 2,000 square feet per extra long ton for Type I and 1400 square feet per extra long ton for Type II. Application Test The Engineer may require the Contractor to slurry seal test sections of roadway approximately 1,000 feet long within the construction limits with Type I and /or Type II. If so, the Contractor shall apply slurry within test section in accordance with all requirements of these Provisions. No further slurry shall be applied until the test section applications have been completed to the satisfaction of the Engineer. Material Slurry shall be in accordance with the Standard Specifications except as modified as supplemented herein. Emulsified asphalt shall be of the cationic quick -set type unless otherwise approved. Emulsified asphalt shall conform with the requirements of Standard Specifications 203 -3, for CSS -lh Grade. Composition and grading shall be Type I and Type II, with latex, per Standard Specifications Subsection 203 -5.3 and Section 4.0 herein. Additives a. Ammonium Sulfate • • SP7of 13 Ammonium sulfate in liquid form shall be used as a retardant for cationic emulsion aggregate slurry. The amount of retardant shall be that amount necessary to (1) prohibit the slurry from setting up prematurely in the spreader box, and (2) permit a street /parking lot to be opened to traffic within three hours after the application without tracking or damage to the slurry. b. Portland Cement Portland cement shall be used as an accelerator. The amount used shall be that amount necessary to 1) prohibit the slurry from setting up prematurely in the spreader box, and 2) permit a street /parking lot to be opened to traffic within three hours after the application with out tracking or damage to the slurry. C. Latex Latex shall be used in Type I and Type II slurry. Latex shall be added to the emulsified asphalt at the asphalt plant at the rate of 2 1/2 parts latex to 100 parts emulsified asphalt by volume. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. The latex -added emulsified asphalt shall be mixed at a rate of 12 to 20 percent by weight of the dry aggregate. The exact rate shall be determined by a certified materials- testing laboratory approved by the Engineer in advance of testing. Materials testing shall be performed at the Contractor's sole expense. The Contractor shall only order only the amount of latex -added emulsified asphalt from the plant that he plans to use that day. Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., (714) 521 -2233 or equal approved by the Engineer in advance of ordering latex. Test report and certifications shall be made in accordance with Section 203 -1.3 of the Standard Specifications, except as supplemented or modified below: Seven days prior to the desired start of construction, the Contractor shall deliver sufficient amounts of samples of the latex - added emulsified asphalt and the aggregate to be used on this project to the Engineer approved laboratory for evaluation and • • SP 8 of 13 determination of the optimum mixing proportions. A copy of the test report shall be submitted to the Engineer for review and approval. The Contractor shall not begin work until the Engineer approves the test results. B. Cold Plane Existing Pavement The Contractor shall cold plane a 5 foot minimum wide wedge along the existing edges of PCC gutters as dimensioned and designated on the plans and along edge of gutter produced if there is no cross gutter. The surface of the pavement after planing shall be uniformly rough grooved or ridged. The grade shall not deviate from a suitable straight edge by more than 3/8 inch at any point. The planer machine shall be specially designed and built to perform cold planing of bituminous or portland cement concrete pavement. The cutting drum shall be a minimum 60 inches wide with carbide tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from 0 to 40 FPM. It shall be self - propelled and have a water spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being resurfaced and so designed that the operator thereof can at all times observe the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maximum of 2 inches without producing fumes, smoke or dust. The planing machine shall have previously performed satisfactorily on similar work. The Contractor shall provide equipments, tools, and \or a smaller machine to trim areas inaccessible to the larger machine along utility covers. The smaller machine shall be equipped with a 12 inch wide cutting drum. During the cold plane operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened materials shall be removed and disposed by the Contractor. All costs for providing removal, delivery, and disposal shall be included in the unit price bid for cold planing. The Contractor shall abate dust nuisance by cleaning, sweeping, sprinkling with water, or other means as necessary. • • SP9of 13 Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. C. P.C.C. Replacements The Contractor shall grade, form, and finish all P.C.C. replacements to match the appearance of the adjoining P.C.C. improvements. In addition, the Contractor shall remove and dispose of all A.C. patches and ramps upon sidewalk panels adjoining those sidewalk panels which are to be reconstructed. 1. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. 2. P.C.C. replacements subject to vehicle loads (e.g., cross gutters and curb and gutter along driveways) shall not opened to vehicle loads until the concrete has cured to minimum strength of 2,000 psi. 3. If interfering tree roots is required to be pruned and \or removed, method of pruning and removal shall be approved and determined by the City's Urban Forester, John Conway (714) 644 -3083. The Contractor may anticipate a certain amount of interfering parkway sprinkler pipe breakage associated with sidewalk and curb and gutter replacement. Such breakage shall be repaired and restored by the Contractor 72 hours after breakage as an incidental item of work. D. Subbase Material 1. Untreated Base Untreated Base shall be in accordance with Section 400 -2 of the Standard Specification. Untreated base shall be placed over the compacted subgrade. Payment shall be included in the unit price for alley approach and cross gutter construction. • • SP 10 of 13 E. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coat is applied. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vegetation prior to overlay. 2. The asphalt concrete finish course shall be III -C3 -AR -4000. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. In addition, longitudinal joints for the finished course (where applicable) shall correspond with the edges of proposed traffic lanes. No longitudinal joints will allowed in the wheel path. 3. The asphalt concrete base course reconstruction shall be with Type III -B -AR- 4000. In addition, the subgrade shall be compacted to a minimum of 901 prior to constructing the asphalt concrete base course. F. Removals Existing P.C.C. /A.C. improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. • • SP 11 OF 13 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. 3. The Contractor shall remove all unstable subgrade. The locations and depth of unstable subgrade removal may vary; hence, the areas and depth shall be determined during construction by the Engineer. G. Utility Adjustment The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, and survey monuments. Utility adjustments shall conform to City of Newport Beach Standard Drawing No. Std. - 111 -L, Std. -116 -L and Std. - 511 -L. All water valves, sewer cleanouts, survey monument and manhole frames and covers damaged prior to or damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. In addition, all utility frames and covers shall be covered, protected, and cleaned free of slurry. H. Wheel Stops Concrete wheel stops shall install per City of Newport Beach STD. - 805 -L -A. I. 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. • • SP 12 of 13 Delete paragraph 1 of Subsection 310- 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall alignment and spotting be responsible for accuracy of all layout Traffic striping shall inch in 40 feet from perform all layout, The Contractor shall the completeness and alignment and spotting. not vary more than 1/2 the alignment shown in removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. The Contractor shall remove any existing thermoplastic traffic striping and /or pavement markings prior to resurfacing or slurry seal. Method of removal shall be approved by the Engineer prior to construction. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW - AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping /raised pavement markers outside of the work area he shall re- stripe /replace at his expense. New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std. - 902 -L. In addition, the Contractor shall clean, protect, or replace within 24 hours all raised pavement buttons and markers covered, damaged, or removed as a result of the slurry seal operation. All new non - reflective pavement markers (Types A and AY) shall be ceramic. All new reflective pavement markers shall have glass covered reflective faces. • • SP 13 OF 13 Non - thermoplastic traffic stripes and pavement markings shall be applied in two coats. The first coat of paint shall be dry before application of the second coat. At least (1) application of paint shall be applied to all striping and markings within 24 hours after the asphalt concrete overlay. All the raised pavement markers to be installed must be installed between 15 days and 30 days after the asphalt concrete overlay and shall be placed directly over striping. Thermoplastic traffic striping and pavement markings shall be Alkyd type and be installed per plan by the Contractor in accordance with Section 84 -2 " Thermoplastic Traffic Stripes and Pavement Markings" of the Caltrans Standard Specifications. In addition, the thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, chipping, and poor adhesion for one year. J. Traffic Signal Detection The Contractor shall notify the Traffic Engineer (714) 644 -3344 to locate existing traffic signal detection feed points at least two working days prior to cold planing or any work which may damage existing traffic loops. Once the Engineer has marked the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Hence, any detection devices located by the Engineer which are damaged as a result of cold planing shall be repaired or replaced at the Contractor's sole expense within five working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. at (714) 630 -4900, at no cost to the City. Signal Maintenance, Inc. shall provide the Engineer a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. COLLECTION SCHEDULE MONDAY • Balboa Peninsula, E. of Newport Pier (Newport Pier to West Jetty) • Newport Crest • Lido Sands • West Newport from Newport Pier to Santa Ana River (Balboa Blvd. to the Ocean) • Newport Shores • Balboa Coves TUESDAY • Cliff Haven • 15th SL to 16th St. (Tustin to Irvine Ave.) • Newport Heights • Lido Island • Bayshores • Park Lido Tract • Finley Tract • Newport Island • 32nd St. to 44th St. (Balboa Blvd. to Marcus) • Linda Isle • Anniversary Tract • Vista Bahia • West side of Irvine Ave. to Tustin Ave. from Holiday Rd. to Santa Isabel Ave. (Moden Annex) • Irvine Ave. to west side of Dover Dr. from Westcliff Dr. to Mariners Dr. (Mariners Square) WEDNESDAY • Harbor Island • Beacon Bay • Promontory Bay & Harbor IsL Dr. • The Cove • Balboa Island • Bayside Dr. (Coast Hwy. - Bayside Dr. to Jamboree) • Irvine Terrace • Big Canyon & Townhouses • Sea Island WEDNESDAY (Continued) • Dover Shores • Baycrest • Harbor Highlands • Westcliff THURSDAY • Cameo Shores • Cameo Highlands • Corona Highlands • Shorecliffs • CDM SOUTH of Coast Hwy. from Avocado to Hazel (Coast Hwy to Ocean Blvd.) • China Cove • Breakers Drive • Bayside Drive (jamboree to Marguerite) • Granville Apartments • Eastbluff • The Bluffs • Belcourt & Belcourt Hill • Bayridge • Newport North (N. side of Bison - jamboree to MacArthur) FRIDAY • Harbor View Hills • CDM (NORTH of Coast Hwy, to 5th Ave. - MacArthur to Hazel) • 5th Ave. - Hazel to MacArthur • Broadmoors • Jasmine Creek • Jasmine Park • Lusk Tract • Harbor Point • CDM Terrace • Point Del Mar • Spyglass Hill • Canyon Crest • Seaview Broadmoor • Harbor Ridge • Harbor View Knoll • Harbor View Homes • Harbor Hill • Seawind LU W V N W W U W V a W Q X .7 • • m m Q. ai ai w E cn z 0 0 Q w \ Z Z O c c c U O O N as U U W O O Z IL Q LL � to w J h N N J IL C) C) 0 0 N all w Nov �LCI CNO N JI vlc*l coN I' I W O� W Ilo IN co U Il f LL In co m X N M <T co co 0 > Q ai ai > ai > c p 0 J ai a3 > Q > Q ai > ai > ai > ai > ai > Q Q Q '-' a3 ai > ai > Q QQ L - LL QQ QQQ .r-. C a) U ° .- °QQ~ O Z CO otj C v v� w w w w E2 N '°C a O do ;«+ .as O C C .d..� v v C °° C w +"' cm N m (a gLu c as o °° o 0 0 0 0 ai ai c ai 0 0 z U a) > Q > > ai ai ai ai ai > > g g L) F O m C Q Q >> > >> Q> Q> Q Q < L OJ W '-' O a) > m a3 Q Q Q Q Q O O .0 L .. L .. .- Q O O to m Ia 'U M 'U m 'U a U s U w `y `y W Q C D U O O l4 O N O as�a�a) .L.. a3 UU a5 m UUcc a3 a3 >> C C C U�mC� QQ QQQ QQ �� O D U U U 'C O- N �M�r- O[FNO 0C) NO ��� ONN 00 ON a) O > W W W DQ hNcor- co I-- nfDCO r.- to mQfA co, Z OIIN M�t�CO I� W 00� NM r V �OhM Z •-- .- r m m Q. 3009 m m0 0 m> y 2 ° > ° j> "_' J p > O C Q ° C '7 Q= m Q 0 •" ° f Z Q N C 7 d d ._ C N N ._ y C O , ca t0 m > Q 7 O V ° _ rn !? Q' m y F c 0 N p N to N 2 m> y 2 > j> "_' J p > O C Q C '7 Q= m Q •" f Z Q N C 7 d d ._ C N N ._ y C O p ca t0 m > Q 7 O V > _ rn !? Q' m y F c 0 p a p Y LO >m wm �ro S. mm 0a op °� °� z Qo ittn n� mUn Unto stn tow a wQ Z E N 0 0 0 0 ' o L o o L 0 0 0 — W Y V Y Y V-� F Y Y " Y Y W Y U t0 w Y y t0 Y J i O N Q CD C N d 0 Y > Q J > O N U J N y >, m o c U p T p T C C w C @ @ ` m v U a U° Un Cl) v co m o p ri ri a ui ro r-Z co 6 z Q W cc Q W J J Q )- W w t co O Cl) — M ...,,..,,,,.% w ^ O (D O a j- M O LO (D rl- O a LO Sy ti+' N N N ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... i' °o " N O) O O ro to a) M o t` O N ^ cao M .. W �':. W.: W co t0 ro l0 m co M O to N � O a O W c0 <D Q N N LL Y N N N N a N 0 O a o a a (0 N N N U) N N N m OD Z � to N y m'. > > > S C > Q a R y I G O 0 ..A Q m > m > > Q > Q Q c Q c > m 0 ._ C C j O Q Q m m O O Q Q m y > ° w -O (D m Y Y lT ° c cm F- a m a m O > m U m U m rn 0 c m c m r m c m L w E m > T c U U c _.... (. Q Q Q m m U U O N LL a m N N W w U) ' C O :- O � O � O � o C o L O C: O C O m m > m 2 mR: Q y W .CC L m J m O >, m y C n—, ti 2 m to U to r N M 1 1 1 a t0 Q W Q } W J J Q H w w H rl 00 K, O m N N > d .� cr _ >, U) > U d N O J C S a r U o J T Y a > Q O Z > > a « 7 C 10 O (D N — N M O LO OD O O cr) O � It Q Y F- N 7 o N < > O U C OD ( C14 Y a v LO (n Q (0 I U N m LO CV) It N CN O 00� I r� N I N 1 00 O) K, O m N N > d .� cr _ >, U) > U d N O J C S a r U o J T Y a > Q O Z > > a « 7 C 10 O (D N — N M O LO OD O O cr) O � It Q Y F- K, O m N N > d .� cr _ >, U) > U d N O J C S a r U o J T Y a > Q O Z > > a « 7 C 0 C Y Y N 7 o N < > O U C : Y a v J m a H p (n Q U U m O (O I r� I I I 1 00 O) 7 L Y M O Z 0 E m m d N 11 V C O Z E d CD U W w N d U N C 0 U d BF*TR ST � • Ld `O ^ ROAMS AVE. CORSNT COLLEGE COLLEGE Aq'SlGT���O� y CITY OF FR RC4- LU. CITY COSTA •yFS MESA 9q eq� OF / IRVINE , % O VICTORIA ST. Q� �?� Q UPPER \ y= LNIvERSITY Q O NEWPOR cr isTA sr. Q Q ?Q S.l BAY� `s U.C.I. ( IT OF also q w SHEET NO. 7 HER 5H 4 R� SRN c RE R. IBLRNO - DAY SHEET NO. 2 N ' SHEET N0. 6 � t 1 Q �O9sl �� SHEET NO. 5 SHEET N0. 3 VICINITY MPP SHEET NOS. 819 NOT TO SCALE s�PR�I `� - INDICATES CITY'S FACILITIES SHOWN ON LOCATION MAP PER SHEET NiAMBER. INDICATES STREET SHOWN ON LOCATION MAP PER SHEET NUMBER. No. 19111 Exp . 9 -30-97 CIVIL 1Q �c CrF- SHEET 1 OF 12 CITY OF NEWPORT GERCH RPPROVED � PUBLIC WORKS DEPARTMENT r .'v�•� DIRECTOR OF PUBLIC WORKS R.C.E. 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM DESIGN GW DATE: May 1994 DAT E: : 2 25 C -3000 DRAWN ML R- 5675 -L D q F, RVEW Co CITY 4 s 3 HALL z �11 32ND STREET m� � I lim � I= 1 J mO Z Q W CONSTRUCTION NOTES LIDO 1f 131 r— N ® INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLERN EXISTING RAISED PAVEMENT MARKERS). © APPLY TYPE I SLURRY SEAL. LEGEND = - SLURRY SEAL -n 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM C -3000 a No. 19111 Exp. 9 -30 -97 2 OF 12 e.OZ14 DIRECTOR OF PUBLIC WORKS R.C.E. NO. 12606 GW DATE 25 May 1994 ML R- 5675 —L HHUIF IC OCLHN CONSTRUCTION NOTES ® INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLEAN EXISTING RAISED PAVEMENT MARKERS). © APPLY TYPE I SLURRY SEAL. LEGEND m - SLURRY SEAL CITY OF NEWPORT BERCH 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM C -3000 � 5 /SHH�EEETTJ 3 OF 12 DIRECTOR OF PUBLIC WORKS R.C.E. NO. 12806 GW DATE 25 May 1994 A� �.rc. r� e Q�v 1Z rmo r` CITY ®F NEWPORT BEACH HPVI<UVt„ �! %D PUBLIC WORKS DEPRRTMENT "�� /G 1993 -94 STREETS AND MISCELLANEOUS R.C.E. 12606 SLURRY SEAL AND RESURFACING PROGRAM DESIGN GW DATE 25 May 1994 C -3000 DRRMN MG R- 5675 -L CONSTRUCTION NOTES CONSTRUCT 2' THICK ASPHALT CONCRETE OVERLAY. O3 ADJUST EXISTING UTILITIES (LITER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO No. 19111 FINISHED GRADE. p. 9 -30-97 ® INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLEAN CIVIL EXISTING RAISED PAVEMENT MARKERS). OF CALIF O5 SRWCUT AS NECESSARY, REMOVE EXISTING STREET SECTION AND CONSTRUCT 5' THICK ASPFRT CONCRETE BASE COURSE. WHERE STREET RECONSTRUCTION IS RDJRCENT TO EXISTING EDGE OF GUTTER, ® — RECONSTRUCT CONSTRUCT R.C. BASE COURSE 1.5' BELOW EDGE OF GUTTER. STREET SECTION 11 SRWCUT AS NECESSARY, REMOVE EXISTING P.C.C. ALLEY APPROACH AND REPLACE WITH TYPE 'R' P.C.C. ALLEY APPROACH PER APPLICABLE PORTIONS OF CNB STD.- 142—L. SEE SHEET NUMBERS 10, 11, AND 12 FOR ADDITIONAL INFORMATION. SHEET 5 OF 12 CITY ®F NEWPORT BEACH HPVI<UVt„ �! %D PUBLIC WORKS DEPRRTMENT "�� /G 1993 -94 STREETS AND MISCELLANEOUS R.C.E. 12606 SLURRY SEAL AND RESURFACING PROGRAM DESIGN GW DATE 25 May 1994 C -3000 DRRMN MG R- 5675 -L 0 N OR9I5 9 LOT J� l �r .c \vim LEGEND M — SLURRY SERL CONSTRUCTION NOTES ® — RESURFACING ((D COLD PLANE 5' MINIMUM WEDGE (1.5" BELOW E.G.\EXISTING PAVEMENT SURFACE WHERE APPLICABLE) AS SHOWN ON THE TYPICAL SECTION. 2 CONSTRUCT 2' THICK ASPHALT CONCRETE OVERLAY. 3 ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENTS, SEVER AND S.D. M "40LES) FRAMES AND COVERS TO FINISHED GRADE. uExp. 9 -38-97 qO INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED CIVIL PAVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLERN EXISTING RAISED PAVEMENT Mme). OF CF11IF © APPLY TYPE I SLURRY SEAL. SEE SHEET NUMBER 10 FOR ADDITIONAL INFORMATION. CITY OF NEWPORT BERCH PUBLIC WORKS DEPARTMENT 1993 -94 STREETS RND MISCELLANEOUS SLURRY SEAL AND RESLIRFRCING PROGM bis, C -3000 SHEET 6 OF 12 J PUBLIC WORKS DIRECTOR R.C.E. 12BOB 24 May 1994 R- 5675 —L 0 Ir,GEND = - SLURRY SEAL CONSTRUCTION NOTES ® INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLERN EXITING RAISED PAVEMENT MARKERS). ( ) APPLY TYPE I SLURRY SEAL. CITY OF NEWPORT BEACH PUBLIC WORKS DEPRRTMENT 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM C -3000 SHEET 7 OF 12 PUBLIC WORKS DIRECTOR R.C.E. 12806 25 May 1994 R- 5675 -L t' O N �CIFIC 0 LEGEND = - SLURRY SEAL 61 1 Yow _VIP, CONSTRUCTION NOTES ® INSTILL TRAFFIC STRIPING, PAVEMENT MARKINGS AND BRIBED PAVEMENT MARKERS, No. 19111 (FOR SLURRY SEAL, PROTECT\CLERN EXITING Exp. 9 -30-97 RAISED PAVEMENT Mf>RKERS). rr�rti ctQ` O APPLY TYPE II SLURRY SEAL. SEE SHEET NUMBERS 14, 15, 16, 17, AND 18 FOR ADDITI0NAL INFORMATION. SHEET 8 OF 12 CITY OE NEWPORT BEACH RPPROvED d f2l L4 PUBLIC WORKS DEPRRTMENT PUBLIC WORKS DIRECTOR 1993 -94 STREETS AND MISCELLANEOUS R.C.E. 12886 SLURRY SEAL AND RESURFACING PROGRAM DESIGN GW DATE 25 May 1994 C -3000 DRRWd LEON R- 5675 —L LEGEND = - SURRY SEAL oo& � CONSTRUCTION NOTES U INSTALL TRAFFIC STRIPING, MARKINGS AND RAISED PAVEME (FOR SLURRY SEAL, PROTECTN RAISED PAVEMENT MARKERS). O APPLY TYPE II SLURRY SEAL. CITY OF NEWPORT BEECH PUBLIC WORKS DEPRRTMENT 1993 -94 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM C -3000 PAVEMENT NT MARKERS, CLEAN EXITING SHEET 9 OF 12 PUBLIC WORKS DIRECTOR R.C.E. 12806 R- 5675 -L 112' LIP �47' (TYPICAL) 5' MIN. 5' MIN. I 2 3 4 1 -- 2: 2i -- r -- -- ° --- ` --- EX. 3- 3 /40R.C. /B' R.B. - -- -' EXISTING P.C.C. CURB & GUTTER TYPICAL SECTION BAMMERITE AVENUE N.T.S. REF. TR 622B A EX. CURB �4�4 4 2z e ?'6�i��c�si��ii���ii�i� �� � � il�.�.�.�.� �.�.�.`� ♦ � � i�i�1�i��i�i�i�is����i'O's O TYPICAL SECTION N.T.S. FOURTH AVENUE REF: R- 4355 -5 CONSTRUCTION NOTES O1 COLD PLANE 5' MINIMUM WEDGE (1.5' BELOW E.G.\EXISTING PAVEMENT SURFACE WHERE APPLICABLE) AS SHOWN ON THE TYPICAL SECTION. 2O CONSTRUCT 2' THICK ASPHALT CONCRETE OVERLAY. OFESSI R 0 3O ADJUST EXISTING UTILITIES (WRYER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO J, f FINISHED GRADE. ® INSTALL TRAFFIC STRIPING, PAVEMENT MARKINGS AND RAISED PRVEMENT MARKERS, (FOR SLURRY SEAL, PROTECT\CLEAN EXISTING RAISED PAVEMENT MARKERS). No. 19111 O5 SRWCUT AS NECESSARY, REMOVE EXISTING STREET SECTION AND Exp. 9 -30-97 CONSTRUCT 5' THICK ASPHALT CONCRETE BASE COURSE. WHERE STREET S/9�i CIVILQ RECONSTRUCTION IS ADJACENT TO EXISTING EDGE OF GUTTER, CONSTRUCT R.C. BASE COURSE 1.5' BELOW EDGE OF GUTTER. OF CALIF 80 SRWCUT AS NECESSARY, REMOVE EX. 18' P.C.C. GUTTER AND REPLACE WITH TYPE 'R' 18' GUTTER PER CNB STD.- 182 -L. 9O SAWCUT AS NECESSARY, REMOVE EX, 10' P.C.C. CURB AND GUTTER AND REPLACE WITH TYPE 'R' IB' CURB AND GUTTER PER CNB STD. - 182 -L. SHEET 10 OF 12 CITY ®F NEWPORT EERCH MrrKuVtu PUBLIC WORKS DEPRRTMENT PUBLIC WORKS DIRECTOR 1992 -93 STREETS AND MISCELLANEOUS R.C.E. 12806 SLURRY SEAL AND RESURFACING PROGRAM DESIGN GW IIFlTE 25 May 1994 C -3000 DRAWN MG R- 5675 -L 3 ' CMTRUCT � ON NOTES • Q CONSTRUCT 2' THICK ASPHALT CONCRETE OVERLAY. 3O ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANHOLES) FRAMES AND COVERS TO FINISHED GARDE. O INSTALL TRAFFIC STRIPING PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS (FOR SLURRY SEAL, PROTECt\CLERN EXISTING RAISED PAVEMENT MARS). O SRWCUT AS NECESSARY REMOVE EXISTING STREET SECTION AND CONSTRUCT 5' THICK ASPHALT CONCRETE BASE Cai&. WHERE STREET RECONSTRUCTION IS ADJACENT TO EXISTING EDGE EDGE OF GUTTER, CONSTRUCT R.C. BASE COURSE 1.5' BELOW EDGE OF GUTTER. 1B SRWCUT AS NECESSARY REMOVE EXISTING P.C.C. IMPROVEMENTS AND CONSTRUCT CASE 'E' P.C.C. CURB ACCESS f'tAMP PER APPLICABLE PORTIONS OF CNB STD.- 181-L, A AND B. 12 SRWCUT AS NECESSARY REMOVE EXISTING P.C.C. CROSS GUTTER AND REPLACE WITH P.C.C. CROSS GUTTER PER AAICRBLE PORTIONS OF CNB STD. -185 -L. DETA NTS A/ NTS EX. 5" R. C. CROSS GUTTER (CITY OF NEWPORT PERCH PUBLIC WORKS DEPRRTMENT 1992 -93 STREETS AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM C -3000 IA No. 19111 co. 9 -30 -97 /SHEET 11 OF 12 PUBLIC WORKS DIRECTOR R.C.E. 12BOB R- 5675 -L O CONSTRUCT 2' THICK ASPHALT CONCRETE OVERLAY. 3O ADJUST EXISTING UTILITIES (WATER VALVES, S.C.O., SURVEY MONUMENTS, SEWER AND S.D. MANGLES) FRAMES AND COVERS TO FINISHED GRADE. 4O INSTALL TRAFFIC STRIPING PAVEMENT MARKINGS AND RAISED PRVEMENT MPPoKERS (FOR SLURRY SEAL, PROTECf\CLEFN EXISTING RAISED PAVEMENT MARKERS). O SRWCUT AS NECESSARY REMOVE EXISTING STREET SECTION AND CONSTRUCT 5' THICK ASPHALT CONCRETE B95E C&i&. WHERE STREET RECONSTRUCTION IS ADJACENT TO EXISTING EDGE EDGE OF GUTTER, CONSTRUCT A.C. BASE COURSE 1.5' BELOW EDGE OF GUTTER. 10 SFIWM AS NECESSARY REMOVE EXISTING P.C.C. IMPROVEMENTTS AND CONSTRUCT CASE 'E' P.C.C. CURB ACCESS W PER FiPPLICAELE PORTIONS OF CNB STD.- IB1-L, A AND B. 12 SRHCUT AS NECESSARY REMOVE EXISTING P.C.C. CROSS GUTTER F10 REPLACE WITH P.C.C. CROSS GUTTER PER iWLICABLE PORTIONS OF CNB STD. -185 -L. Or -A NI .-i:-- IX. CURB W 18' GUTTER —4 NT AVOCADO AVENUE ®ETA � � "All G NTS SECTION „A,V U V NTS �" o Yd9lw CITY OF NEWPORT BEACH PUBLIC WORKS DEPFRTMENT 1992 -93 STREETS AND MISCELLANEOUS SLURRY SEAL AMID RESURFACING PROGRAM C -3000 SHEET 12 OF 12 PUBLIC WORKS DIRECTOR R.C.E. 12806 1994 R- 5675 —L May 23, 1994 CITY COUNCIL AGENDA • ITEM NO.----LL- 2 2 TO: CITY COUNCIL APPROVED.... FROM: PUBLIC WORKS DEPARTMENT SUBJECT: 1993 -94 STREET AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM (C -3000) RECOMMENDATIONS: 1 . Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids be opened at 1-1:00 A.M. on June 15, 1994. • DISCUSSION: This project provides for 1) slurry sealing approximately 930,000 square feet of asphalt streets and facilities throughout the City and 2) reconstructing /resurfacing Fourth Avenue from Avocado Avenue to Dahlia Avenue and Marguerite Avenue from Fifth Avenue to San Joaquin Hills Road (see attached exhibit). The work is part of a continuing pavement maintenance program which reduces overall maintenance costs through the application of timely maintenance procedures. The slurry seal treatment will extend pavement life and delay the need for costly resurfacing and /or reconstruction. The resurfacing will improve drainage and the riding surface with an adequate structural section for present and 10 -year traffic demands. The estimated cost of the work is $260,000. Funds for award are available in the following appropriations: 1. Street, Alley, and Bikeway Resurfacing and Reconstruction Program (Account No. 98301001). • 2. Sidewalk, Curb and Gutter Replacement Program (Account No. 98301003). 3. Street, Alley, and Bikeway Slurry Program (Account No. 9831 3001). 0 0 SUBJECT: 1993 -94 STREET AND MISCELLANEOUS SLURRY SEAL AND RESURFACING PROGRAM, C -3000 May 23, 1994 Page 2 • 4. Street, Bikeway, and Parking Lot Striping and Pavement Marking Program (Account No. 98313004). 5. Curb Access Ramp Construction Program (Account No. 98313006). Additional funds may be needed for award; if so, Staff will prepare a budget amendment for Council consideration to transfer a portion of the City Hall Maintenance Program account balance. Plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 14, 1994. a 1� V �(/ i a Benjamin B. Nolan Public Works Director GW:so 0 is 0 • CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT EXHIBIT • SUBJECT: 1993 -94 Streets and Miscellaneous Slurry Seal and Resurfacing Program The following are the streets \City's facilities to be reconstructed \resurfaced (Items No.l and No.2) and to be slurried sealed (Items No.3 thru No.10): 1. Fourth Avenue from Avocado Avenue to Dahlia Avenue. Reconstruct asphalt concrete pavement and as needed P.C.C. reconstruction. 2. Marguerite Avenue from Fifth Avenue to San Joaquin Hills Road. Construct A.C. overlay. 3. Bayside Drive from Jamboree Road to Marguerite Avenue (include Fernleaf Ramp) slurry seal existing asphalt concrete pavement. 4. County Road from Bayside Drive to S'ly Terminus. Slurry seal existing asphalt concrete pavement. • 5. Spy Glass Hill Road from San Joaquin Hills Road to San Miguel Drive. Slurry seal existing asphalt concrete pavement. 6. San Joaquin Hills Road from Marguerite Avenue to Spy Glass Hill Road. Slurry seal existing asphalt concrete pavement. 7. China Cove Area (only A.C. paved streets) S/o Ocean Boulevard and E/o Dahlia Avenue. Slurry seal existing asphalt concrete pavement. 8. City Hall Parking Lot at 3300 Newport Boulevard. Slurry seal existing asphalt concrete pavement. 9. Bonita Creek Parking Lot E/o La Vida adjacent to N'ly Terminus of La Salud. Slurry seal existing asphalt concrete pavement. 10. Oasis Parking Lot N/o Fifth Avenue and W/o Marguerite Avenue. Slurry seal existing asphalt concrete pavement. • Authorized to Publish Advertisements of all kinds iding public notices by oecree of the Superior Court of Orange County, California. 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; May 28, 1994 June 1, 1994 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 1 1994— at Costa Mesa, California. Signature J y' INVITING AIDS Sealed bids may bi Ived at the office n'. a.m. on e, 1994. AND Approved by the City DOunCII this 23rd day of May, 1994 Wanda E. Reggio, City Clark Prospective bidders may obtain one out of bid docu- ments at no cost at the.of -', tics of the Public Works: Department, 3399 Newport Boulevard. P.O. Boa 1766, Newport Beach, CA 92659- 1769. For further information, call Gilbert Wong, Project Manager at 64443334, Published Newport Beach -Costa Mesa Daily Pilot May 26, June 1, 1994. l %1l�