Loading...
HomeMy WebLinkAboutC-3071 - 1995-96 Sidewalk, Curb & Gutter Replacement ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 25, 1996 Ranco Corporation P.O. Box 9007 Brea, CA 92622 (714) 6443005 Subject: Surety: American Motorists Insurance Co. Bond No.: 3SM 885 610 00 Contract No.: C -3071 Project: 1995 -96 Sidewalk, Curb and Gutter Replacement Program On August 12, 1996, the City Council of Newport Beach accepted the work of the 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 August 20, 1996, Reference No. 19960425946. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 2b( RECORDING REQUESTEBY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boule and Newport BB Recorded in the county of orange, California Gary L. Granville, 111111111111111111 Clerk/Recorder 19960425946 11; 27am 08/20/96 005 19002565 19 24 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Ranco Corporation as Contractor, entered into a Contract on January 22, 1996 Said Contract set forth certain improvements, as follows: 1995 -96 Sidewalk, Curb and Gutter Replacement Program, Contract No. 3071 Work on said Contract was completed on June 16, 1996 and was found to be acceptable on August 12, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ac.t .4,1c A / 5� / 7 I (1 at Newport Beach, California. T BY�'c�)'�riv ��. ✓CC.oYClf.d7 ^ip ice, City Clerk U\yrs•:. r :; -, r.,,` AClFt7i� E AUG 12 TO: Mayor and Members of the City Council FROM: Public Works Department August 12, 1996 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: COMPLETION AND ACCEPTANCE OF 1995/1996 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM, CONTRACT NO. 3071 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of • Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the 1995/96 sidewalk, curb and gutter replacement program on Lido Island, Balboa Island and other locations has been completed to the satisfaction of the Public Works Department. The contractor was Ranco Corporation of Brea, California. The bid price was $164,360.00 The amount of unit items constructed 173,594.75 Amount of change orders 0.00 Total contract cost $173,594.75 The increase in the amount of unit price items constructed resulted from the removal and reconstruction of additional access ramps at several locations. There were no change orders on this contract. SUBJECT: 1995 -96 Completion of Sidewalk, Curb and Gutter Replacement Program • Contract No. 3071 August 12, 1996 Page 2 Funds for the project were budgeted in the following funds: Description General Fund (Sidewalk, Curb and Gutter Replacement Program) Gas Tax (Sidewalk, Curb and Gutter Replacement Program) TOTAL Account Number Amount 7013- C3130016 $144,382.00 7181- C5100020 29,212.75 $173,594.75 The project completion date was May 15, 1996. However, due to the construction of the additional access ramps and a request from the Balboa Island Merchants Association not to have the contractor work during spring break, the project was not completed until June 16, 1996. Respectfully submitted, PUBLIC WORKS DEPARTMENT 0�W� Don Webb Director By //- 0" /- c Horst Hlawaty Construction Engineer Attachment: Vicinity Map for Contract No. 3071 is a FM6 ME CITY OF r� OWNX OD. ��d? COSTA �, CITY or MESA; �2 � ��.� �o�� IRVVI�NE ' b nctoRrn y.fl.lfAAT U J �mf sr. BflY Q / U.C.I. T IT �� ,� 's8s s i new l ' �. BER i•' s8E ,SHEET 7, \ \ NP < cm Qom. U. v'S S3tET 2 SEE Em 9 1 1 .J SSE SEMS 8 k 9 \ %C NOT TO SCFLE O��INDICATES PROJECT LOCATION c No. 19111 Exp. 9 -90-97 . CITY OF NEWPORT HERCH PUBLIC WORKS DEPRRTMENT 1995 -96 SIDEWALK, CURB AND GUTTER REPLACZZd= PROGRAM C -3071 NO. 1 OF 9 ILIC WORKS DIRECTOR i R.C.E. NO. 16791 DOTE 14 Dec 1995 w-IA R- 5687 —L 3: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 TO: FINANCE DIRECTOR (714) 644 -3005 FROM: CITY CLERK DATE: February 20, 1996 SUBJECT: Contract No. 3071 Description of Contract: 1995 -96 Sidewalk, Curb 6 Gutter Replacement Program Effective date of Contract: January 22, 1996 Authorized by Minute Action, approved on: January 22, 1996 Contract with: Ranco Corporation P.O. Box 9007 Brea, CA 92622 Amount of Contract: $164,360.00 .J LaVonne M. Harkless, CMC /AAE City Clerk lm Attachment 3300 Newport Boulevard, Newport Beach • • BY THE CITY COU CTTY OF NEWPORT JAN 2 2 • January 22, 1996 CITY COUNCIL AGENDA ITEM NO. 5 TO: Mayor and Members of City Council FROM: Public Works Department SUBJECT: 1995 -96 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3071 RECOMMENDATION: Award Contract No. 3071 to Ranco Corporation for the Total Bid Price of $ 164,360.00 plus a 10% contingency amount of $16,400, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on January 9, 1996 the City Clerk opened and read the following bids for this project: * Corrected Total Bid Price is $165,228.00 BIDDER TOTAL BID PRICE Low Ranco Corporation $164,360.00 2. DJ Construction $165,265.50 3. Kovac, Inc. $179,260.00 4. Hi Tech Pro Construction Co. $179,580.00 5. Damon Construction Co. $180,960.00 6. Los Angeles Engineering, Inc. $188,711.00 7. Markel Cement Contracting, Inc. $197,855.00 8. J.D.C., Inc. $205,652.00 9. Ace Fence Co. $209,630.00 10. Nobest, Inc. $210,450.00 11. Bopark Enterprises, Inc. $218,932.00 * Corrected Total Bid Price is $165,228.00 • SUBJECT: 1995 -96 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM Contract No. 3071 January 22, 1996 Page 2 The low total bid price is 8.7% below the Engineer's Estimate of $180,000. The low bidder, Ranco Corporation is a well - qualified general contractor who possesses a Class A Contractor's license. Ranco Corporation has not performed previous contract work for the City. A check with their experience references and the State Contractors License Board has shown that Ranco Corporation has successfully completed similar projects as a general contractor for other southern California agencies and has no pending actions detrimental to their contractor's license. The current capital improvement program budget includes an appropriation for replacing concrete sidewalk, curb and gutter and driveway approaches by contract. The replacements are deemed necessary to eliminate improvements which have been uplifted and displaced to the extent that they may constitute a hazard to the public, and to restore acceptable drainage gradients to gutters which have sunken or been uplifted. Sidewalk displacements are usually due to unstable subgrade soil or to root growth of nearby street trees or private trees. Where street trees have damaged public improvements, the replacement cost is paid by the City. Where private trees have damaged public improvements, General Services Department staff will notify the adjacent property owners in writing of their responsibility to replace the damaged improvements within 90 days. If the work is not underway at the end of the 90 days, it will be performed under this contract, and costs for the work will be billed to the adjacent property owner. This year's contract proposes installing approximately 20 curb access ramps, 19,000 sq. ft. of sidewalk, 2,000 lin. ft. of curb \curb and gutter, 1700 sq. ft. of driveway approach, in the Harbor View Hills, Harbor View Hills South, Spyglass Hill, Seawind, Balboa Island, and Balboa Peninsula portions of the City. Along the westerly side of Placentia Avenue for the first three hundred feet north of 15th Street no sidewalk exists. This is the only area along Placentia Avenue that does not have sidewalk. Although the initial cost of sidewalk construction is usually the responsibility of the adjacent property owner (a mobile home park, in this case), in the interest of pedestrian safety, a sidewalk will be built at City expense. Placentia is a four -lane arterial roadway carrying 16,000 vehicles per day. Placing a sidewalk in this area will allow apartment residents north of the mobile home park to access the 15th Street traffic signal to cross Placentia Avenue to get to the 7 -11 Mini Market. They currently cross Placentia Avenue at midblock. Each year the City appropriates funds to install curb access ramps at various locations upon request of the public. Since August of last year, staff has received 4 requests that the City provide curb modifications at approximately 20 locations. These proposed modifications will allow disabled persons additional access to Newport Center, old Corona del Mar, Lido Isle, and Balboa Peninsula along barrier -free routes, and are included in the contract. Curb access ramps are normally installed whenever sidewalk, curb and gutter, driveway approaches are being replaced nearby. • • SUBJECT: 1995 -96 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM Contract No. 3071 January 22, 1996 Page 3 • Based on the low bidder's prices, the City's share of the project is estimated to cost $156,874.50; the Lido Isle Community Association (LICA) share (for the special concrete color and scoring pattern requested by LICA ) is $4,590; and private property owners share (for sidewalk replacement caused by private tree root damage) is $2,895.50. The City will be reimbursed by LICA for the special concrete color and scoring pattern, and by adjacent property owners for private tree damaged sidewalk. Funds for contract award plus a 10% contingency for extra work and necessary change orders will come from the following accounts: Fund Account No. Amount Sidewalk, Curb & Gutter Repl. Prog. (Gen. Ser.) 7013C3130016 $135,000 Sidewalk, Curb & Gutter Repl. Prog. (Pub. Wks.) 7181135100020 $ 45,800 Replacement schedules, plans and specifications for the project have been prepared by General Services and Public Works departmental staffs. All work is to be completed within 60 • consecutive working days, but not later than May 15, 1996. Respectfully submitted, 00 PUBLIC WORKS DEPARTMENT Don Webb, Director By: f2!!! Gilbert Wong Project Engineer GW:so 0 CITY OF NEWPORT BEACH Nobest Inc. P.O. Box 874 Westminster, CA 92683 Gentlemen: OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 6443005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk y N cy C. L C� Acting City Clerk 3300 Newport Boulevard, Newport Beach 0 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Markel Cement Contracting, Inc. 2125 S. Santa Fe SL Santa Ana, CA 92705 Gentlemen: (714) 644 -3005 May 28, 1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk y ncy C. Lacey, C`MC� Acting City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Damon Const. Co. 455 Carson Plaza Dr., Unit F Carson, CA 90746 Gentlemen: (714) 644 -3005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk By N .Lacey, C� Acting City Clerk 3300 Newport Boulevard, Newport Beach 0 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Los Angeles Engineering, Inc. 4134 Temple City Blvd. Rosemead, CA 91770 Gentlemen: (714) 644 -3005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -% Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk By N cy C. Lacey, C� Acting City Clerk 3300 Newport Boulevard, Newport Beach 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 JDC P.O. Box 3448 Rancho Cucamonga, CA 91729 -3448 Gentlemen: (714) 644 -3005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk eyINa C. Lacey, CM� Acting City Clerk 3300 Newport Boulevard, Newport Beach 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Ace Fence Co. 15135 Salt Lake Ave. City of Industry, CA 91746 Gentlemen: (714) 644 -3005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk c� By Nancy C. Lacey, Z;7 Acting City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 D J Construction 14730 Firestone Blvd., Ste. 301 La Mirada, CA 90638 Gentlemen: (714) 644 -3005 May 28, 1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk By Nancy C. Lacey, CIVIC Acting City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Bopark Enterprises, Inc. 4571 Warner Ave. #102 Huntington Beach, CA 92649 Gentlemen: (714) 644 -3005 May 28,1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk B NR C. L Y a cY Lacey, Acting City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 High Tech Pro Construction Co. 23011 Moulton Pky., Ste. E -10 Laguna Hills, CA 92653 Gentlemen: (714) 644 -3005 May 28, 1996 Thank you for your courtesy in submitting a bid for the 1995 -96 Sidewalk, Curb & Gutter Replacement project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a simihar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk B N cy C. Lacey, CPk" Acting City Clerk 3300 Newport Boulevard, Newport Beach • • • December 11, 1995 CITY COUNCIL AGENDA ITEM NO. 21 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS AND GENERAL SERVICES DEPARTMENTS SUBJECT: 1995 -96 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3071 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize Staff to advertise for bids. DISCUSSION: The current budget contains a General Services Department appropriation for replacing defective concrete sidewalk, curb and gutter and driveway approaches by contract. The replacements are deemed necessary to eliminate improvements which have been uplifted and displaced to the extent that they may constitute a hazard to the public, and to restore acceptable drainage gradients to gutters which have sunken or been uplifted. This year's contract proposes installing approximately 20 curb access ramps, 18,500 sq. ft. of sidewalk, 1650 lin. ft. of curb and gutter, 1700 sq. ft. of driveway approach, in the Harbor View Hills, Harbor View Hills South, Spyglass Hill, Seawind, Balboa Island, and Balboa Peninsula portions of the City. Along the westerly side of Placentia Avenue for the first three hundred feet north of 15th Street no sidewalk exists. This is the only area along Placentia Avenue that does not have sidewalk. Although the initial cost of sidewalk construction is usually the responsibility of the adjacent property owner (a mobile home park, in this case), in the interest of pedestrian safety, staff proposes that a sidewalk be built at City expense. Placentia is a four -lane arterial roadway carrying 16,000 vehicles per day. Placing a sidewalk in this area will allow apartment residents north of the mobile home park to access the 15th Street traffic signal to cross Placentia Avenue to get to the 7 -11 Mini Market. They currently cross Placentia Avenue at midblock. This proposed sidewalk is estimated to cost $14,000, and is included in the contract. oy) • • SUBJECT: 1995 -96 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM Contract No. 3071 December 11, 1995 Page 2 Each year the City appropriates funds to install curb access ramps at various locations upon request of the public. Since August of this year, staff has received 4 requests that the City provide curb modifications at approximately 20 locations. These proposed modifications will allow disabled persons additional access to Newport Center, old Corona del Mar, Lido Isle, and Balboa Peninsula along barrier -free routes, and are included in the contract. Curb access ramps are normally installed whenever sidewalk, curb and gutter, driveway approach are being replaced nearby. The Engineer's estimate totals $180,000 for the project. Sufficient funds to award this amount are available in the Sidewalk, Curb and Gutter Replacement Program (General Services) for the sidewalk, curb and gutter, driveway approach, nearby curb access ramp, etc. contract work, and in the Sidewalk, Curb and Gutter Replacement Program (Public Works) for the requested curb access ramps and the Placentia Avenue sidewalk. The City will be reimbursed approximately $2000 by adjacent property owners for private tree damage and $1500 for the special concrete color and scoring pattern requested by the Lido Isle Community Association. Sidewalk displacements are usually due to unstable subgrade soil or to root growth of nearby street trees or private trees. Where street trees have damaged public improvements, the replacement cost is paid by the City. Where private trees have damaged public improvements, General Services Department staff will notify the adjacent property owners in writing of their responsibility to replace the damaged improvements within 90 days. If the work is not underway at the end of the 90 days, it will be performed under this contract, and costs for the work will be billed to the adjacent property owner. Replacement schedules, plans and specifications for the project have been prepared by General Services and Public Works departmental staffs. All work is to be completed within 60 consecutive working days, but not later than May 15, 1996. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director i Wy- LloyAalton Project Engineer GENERAL SERVICES DEPARTMENT Dave Niederhaus, Director • Authorized to Publish Advertisements of all kin, luding public notices by Decree of the Superior Court of Orange Court lifornia. Number A.6214, September 29, 1961, and A -24821 June 11, 1961. 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: December 16, 20, 1995 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 20 ,199 5 at Costa Mesa, California. Signat re BIDS. licpay, e be re. of"Ifie 1766 until 17:00 a.m. on the 9th day of January, 1996, at which time such bids will be opened and Approved- by the City Council this 11th day of December, 1995 -Wanda E. Reggio, City Clerk - Prospective bidders- may obtain one set ol,bld docu- ments at no cost at the of Tice of the - Public Works Department, 3300. Newport Boulevard, P.O. Box 1766, Newport Beach, CA 92649 - 1JAA Published Newport Beach - Costa- Mesa - -Gaily Pilot Decenlber� 16,: 20, 1995. Ban CITY CLERK'S COPY Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Bog 1768, Newport Beach, Ca. 92659 -1768 until 11:00 a.m. on the 91.day of January 1996, at which time such bids will be opened and read for: Title of Project M Contract Number $180,000 Engineer's Estimate R4 \ \L/ R Approved by the City Council this 11th day of December, 1995 L11" Z—y4ar� Wanda E. Ra 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. Bog 1768, Newport Beach, CA 92659 -1768. For further information, call Gilbert Won e , at (714) 644 -3334. Project Manager 0 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1995 -96 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3071 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3071 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1, Lump Sum Mobilization and Traffic Control @ Ten Thousand Dollars and No Cents $10.000.00 Per Lump Sum 2. 1,100 Remove existing and construct P.C.C. Lin. Ft. Type A curb and gutter per schedule @ Twenty -Five Dollars and No Cents $25.00 $27,500.00 Per Lineal Foot 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 950 Remove existing and construct P.C.C. Lin. Ft. Type B curb per schedule @ Fourteen Dollars and No Cents $14 $13.300.00 Per Lineal Foot 4. 19,000 Remove existing and construct P.C.C. sidewalk Sq. Ft. schedule (except at "G" Street; street end and on Placentia Ave.) S. 320 Sq. Ft G. 420 Lin. Ft 7. 1,700 Sq. Ft @ Three Dollars and Seventy -Five Cents $3.75 $71.250.00 Per Square Foot Remove existing and construct 6" thick P.C.C. street pavement per schedule @ Four Dollars and Twenty -Five Cents $4.25 $ 1,360.00 Per Square Foot Provide and install root barriers for sidewalk replacement per schedule @ Five Dollars and Fifty Cents $5.50 $ 2,310.00 Per Lineal Foot Remove existing and construct driveway approach per schedule @ Four Dollars and Twenty -Five Cents $4.25 $ 7,225.00 Per Square Foot 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 1,700 Remove existing P.C.C. improvements Sq. Ft. in the parkway per schedule @ Three Dollars and No Cents $3.00 $5.100.00 Per Square Foot 9. 2,200 Remove existing P.C.C. improvements Sq. Ft. and construct P.C.C. access ramps, including at median and driveway (except Case "LL" and Case "LB" access ramps) per schedule @ Three Dollars and Seventy-Five Cents $3.75 $8.250.00 Per Square Foot 10. 1,200 Remove existing P.C.C. improvements Sq. Ft. and construct Case "LL or "LB" P.C.C. access ramps per schedule (includes 4" wide variable height curb) @ Three Dollars and Seventy-Five Cents $3.75 $4.500.00 Per Square Foot 11. Lump Sum Remove existing P.C.C. improvements and construct P.C.C. sloping walkway, sidewalk, slab, and railing at "G" street (street end) @ Three Thousand Five Hundred Dollars and No Cents $3.500.00 Per Lump Sum L 0 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PR 1.4 UNIT TOTAL PRICE PRICE 12. Lump Sum Remove existing improvements, dirt, and vegetation; and construct P.C.C. sidewalk, slough wall, and access ramp along Placentia Avenue @ Four Thousand Five Hundred Dollars and No Cents Per Lump Sum 13. 230 Construct "Diamond" pattern Sq. Ft. score lines on proposed P.C.C. sidewalk (Lido Isle only) @ Four Dollars and Twenty -Five Cents $4.25 Per Square Foot 14. 850 Provide Chromix admixture C -21 "Adobe Tan" Sq. Ft. "Adobe Tan" as manufactured by L.M. Scofield Co. to proposed P.C.C. sidewalk and curb access ramps (Lido Isle only) @ Four Dollars and Twenty -Five Cents $4.25 Per Square Foot 15. 150 Remove existing and construct P.C.C. Sq. Ft. cross gutter per schedule @ Six Dollars and Fifty Cents $6.50 Per Square Foot $ 277.54. 0 0 One Hundred Sixty-Four Thousand Three Hundred Sixty Dollars and No Cents TOTAL BID PRICE (WRITTEN IN WORDS) 1 -8 -96 Ranco Corporation Date Bidder PR 1.5 $164.360.00 TOTAL BID PRICE (FIGURES) 714- 992 -2500 s/E Dale Jones President Bidder's Telephone No. Authorized Signature /Title 638000 -A Box 9007 Brea CA 92622 -9007 Bidder's License Bidder's Address No. & Classification s 0 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 total bid prices. 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. 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). 5/91 0 0 Page 2A 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 signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. Contractor's License No. & Classification Ranco Coporation Bidder s/E Dale Jones sident Authorized Signature/Title Date 5/91 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Ranco Corporation Bidder 5/91 Subcontractor Address s /E. Dale Jones Presi nt Authorized Signature/Title Ll BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 Bond #: 3SM 774 254 00 That we, Ranco Corporation ation as bidder, and American Motorists Insurance Company, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of * *10% not to exceed Twenty Thousand** Dollars ($20 000.00),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of 1995 -96 Sidewalk Curb & Gutter Replacement Program C -3071 (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 8th day of January, 19�¢. Ranco Corporation s/E Dale Jonesent Bidder Authorized Signature/Title s /Kim Nguyen Notary Public Commission Expires: Dec. 30, 1997 5/91 SURETY American Motorists Insurance Company By: s /Michael E Cundiff, Attorney -In -Fact (Attach Acknowledgment of Attorney -In -Fact) 9 0 NON - COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) Page 5 E Dale Jones, being first duly sworn, deposes and says that he or she is President of Ranco Corporation, 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 corrects/ Ranco Corporation s/E Dale Jones. President/ Bidder Authorized Signature/Title Subscribed and sworn to before me this t3 h day of January, 1996. [SEAL] s /Susan E. Morales Notary Public My Commission Expires: Dec. 6 1996 5/9} • 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Completed Performed (Detail) To Contact Telephone Number 1996 City of Montclair Don Glula (909) 625 -9442 1995 City of Pasadena Dan ', l 1995 City of Arcadia Dave Sparoo (818) 574 -5485 On -Going City of Brea Vern Yosburgh (714) 990 -7789 Ranco Corporation _ Bidder 5191 s /E. Dale Jones. President Authorized Signatureffitle 0 0 Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Prop_er(y- 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. 5191 • • "EXECUTED IN TRIPLICATE" Bond #: 3SM 885 610 00 Page 8 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 22. 1996 has awarded to Ranco Corporation. hereinafter designated as the "Principal ", a contract for 1995 -96 Sidewalk. Curb and Gutter Replacement Program (Contract No.3071) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 3071 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, RANCO CORPORATION as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, In the sum of ONE HUND. SIXTY -FOUR THOU. THREE HUND. SIXTY* Dollars ($164,360.00 ), 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. 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. 5/91 E E Page 8A 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 9acned" Principal and Surety, on the 29th day of January , 1996. Ranco Corporation Name of Contractor (Principal) AMERICAN MOTORISTS INSURANCE COMPANY Name of Surety Aut orized A ent Si ure Michael E. Cundif /Attorney -in -fact P.D. BOX 41375 LOS ANGELES, CA. 90041 (714) 771 -4701 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 59, State of California County Of Orange JAN 2 9 1996 On before me, Susan E. Morales, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUBLIC personally appeared E. Dale Jones j NAMES) 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 OFFICIAL SEAL capacity(ies), and that by his /her /their i SUSAN E. MORALES signature(s) on the instrument the persons) NOTARY PU81L1C- CALIFORNIA c OFAMCDUNTY 3 or the entity upon behalf of which the IMraataLigtD.eanleerxt996 person(s) acted, executed the instrument. WITNESS my hand and official seal. /J.�r,�iAM, (C )to2A,Qfu- SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER President TnLE{s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON{S109 ENTRYIIESI Ranco Corporation DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave.. P.O. Bo: 7184 - Canoga Park. CA 91309.7184 n u CALIFORNIA ALL PllR..POSE A>rK:NC1WLEQGNlENT State of California County of ORANGE F- -I On JAN.2 9 1996 before me, RIM NGUYEN, Notary Public, NAME, TITLE OF OFFICER personally appeared N>CHAM E. CUNDIPF NAME OF SIGNER ■Personally known to me - OR - ❑ KIM NGUYEN COMM. #1012642 o NOTARY PUBLIC-CALIFORNIA 6 tORANGE COUNTY Myronm. Exp. Dec. 30, 1997 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 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. WITNES my han and o eal. SIG OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT NONE SIGNER OTHER THAN NAMED ABOVE ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT NONE SIGNER OTHER THAN NAMED ABOVE 9 AMERICAN MOTORISTS INSURANCE COMPANY Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California********* its true and lawful agent(s) and atiorney(s)-in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1997, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds ONE MILLION DOLLARS ($1, 000, 000. 00) -•-•• - ••••••• -• %• %• • •-•• • • •• EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1997. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.•• In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 01 day of January , 1994 . Attested and Certified: 1 G�(�'�G=A YAU,vJ1 ®nanomt imvcaree mmvanec u That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California********* its true and lawful agent(s) and atiorney(s)-in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1997, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds ONE MILLION DOLLARS ($1, 000, 000. 00) -•-•• - ••••••• -• %• %• • •-•• • • •• EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1997. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.•• In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 01 day of January , 1994 . Attested and Certified: 1 G�(�'�G=A YAU,vJ1 W. A. Grauzas. by (OVER) AMERICAN MOTORISTS INSURANCE COMPANY /Cawy V� r"T J. S. Kemper, 111, Exec. Vice President r STATE OF ILLINOIS 55 COUNTY OF LAKE 0 I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and W. A. Grauzas personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: 1 -28 -98 4 "OFFICIAL SEAL" ► Irene Klewer ► 4 Notary Public, State of Illinois ► My Commisslon Expires 11208 ► CERTIFICATION Irene Klewer, Notary Public I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated January 1, 1994 on behalf of the Person(s) as listed on the reverse side is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and W. A. Grauzas who executed the Power of Attorney as Exec, Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American Motorists Insurance Company on this day of ,IAN L 9 1996 , 19 _ 0 S ! N.J.Zerada, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 836 -5 6 -92 IN PRINTED IN U.S.A. Power of Attorney - Term ' BOND PREMIUM BASED ON FINAL CONTRACT PRICE OECUTED IN TRIPLICATE" FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Bond ll: 3SM 885 610 00 Premium: $3,287.00 Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 22 1996 has awarded to Ranco Corporation hereinafter designated as the 'Principal', a contract for 1995 -96 Sidewalk Curb and Gutter Replacement Program (Contract No.3071) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 3071 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, RANCO CORPORATION as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum ofONE HUNDRED SIXTY -FOUR THOU. THREE HUNDRED Dollars ($164.360.00), said sum being equal to 100% of the estimated amount of the contract, SIXTY* 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 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. 5/91 9 Page 9A 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 29th day of January , 1996 Ranco Corporation Name of Contractor (Principal) AMERICAN MOTORISTS INSURANCE COMPANY Name of Surety P.O. BOX 41375 LOS ANGELES, CA. 90041 Address of Surety Autho ' ed Si ature/Title Authorized Atent Signatl! Michael E. Cundiff / attorney -in -fact (714) 771 -4701 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �— _ - ^^ _ No. SS, Aft i State Of California ) County of Orange JAN 2 9 19% On before me, Susan E. Morales, Notary Public t DATE NAME. TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUBLIC .I personally appeared E. Dale Jones j NAME(S) OF SIGNERS) ❑ 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 1 the same in his /her /their authorized capacity(ies), and that by his /her /their S OFFICIAL SEAL w signature(s) on the instrument the person(s), SUSAN E. MORALES i NOTARYPUBLIC- CALiFORNIA t or the entity upon behalf of which the COMMISSION 8680053 + ORANGE COUNTY person(s) acted, executed the instrument. MY Comm. EXR. Doomr6or a tars WITNESS my hand and official sea]. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER President TRUE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANfCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSCINIS) OR tunrtuES) Ranco Corporation DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Rammet Ava.. P.O. Box 7194 • Canoga Park, CA 91308.718•) • 0 CALIFORNIA ALL P1iRP05EAC)(N�WLEDGNlENT . State of California County of ORANGE On JAN 2 9 1996 before me, KIN NGUYEN, Notary Public, NAME, TITLE OF OFFICER personally appeared NiCHMM E. CUNDIPF NAME OF SIGNER ■Personally known tome -OR - ❑ proved tome on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed 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 fmyKcIM�� COinstrument the person(s), or the entity upon ARY PUBLIC -0/�LIFORNU behalf of which the person(s) acted, executed the Oinstrument. omm. Epp. Dec�30,, 1997 WITNESS my h nd an offici I. ( ATUR NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT NONE SIGNER OTHER THAN NAMED ABOVE ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT NONE SIGNER OTHER THAN NAMED ABOVE STATE COMPENSATION .INSURANCE FUND ,,c JANUARY i5,1', F CITY.OF NEW" PUBLIC WORKS; P.O. BOX 1768 NEWPORT BEACH L JAN 2 6 1996 MENT' :RANGO,CORP. - 17 i O92654 PERAtIONS This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or after the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this'-,certificate of.insVrance may, be issued or may pertain, the insurance°affbirded.,thy the policies described herein i"dbject to all the terms; exclusions and conditions of such po`licias k VE R OCCURRENCE 1 FP,OH PANCO COPPORATION PHONE NO. : ?14 992 2547 Feb 08 1996 0 :13PN P3 • • Page 10 ,i3FITS + CUT- PRODUCER C COMPANIES AFFORDING COVERAGE . NUGEN 1 C�EgYAGuaranty National Ins.Co.Ca. 10722 I COMPANY Rancho Cucamonga, Ca. 91730 L LETTER C INSURED C COMPANY C RANCID CORPORATION L C COMPANY FEB LETTER P.O. Box 9007 C Brea, Ca. 92622 C COMPANY RANCOCORP. LETTER ' . .. L .a T ¢ro sa THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUGO TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN- THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED MER91N IS SVII JECT TO ALL THE TERMS. EXCLUSIONS, AND CONDITIONS OF SUCH POUCIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE- CO T TYPEOFINSURANCE N POLICY E EFFECTIVE E EXPIRATION ALL LIMIT$ IN THOUSANDS NUMBER D GENERAL LIABILITY (OCCVAENCI BASIS ONLY) G GENERAL AGGREGATE / / 000 , O Q A C COMMERGAL C CCP27663 4 4/21/9 4 4/21/96 COMPREHENSIVE P PRODUCTSICOMPLETED 11,000,001 OWNERS & CONTRACTORS O PERSONAL INJURY $ $1,000,000. PROTECTIVE P FROM P,ANCO CORPORATION PHONE 110. 714 992 2547 Feb. �° 1996 t33:14PP1 P4 Page 1i GENFRAL LIABILITY INSIMMCE ENDORSEMENT It is agreed that: 1. with respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. with respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. S. The limits of liability under this endorsement for the additional insureds) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "occurrence" basis: (>q Commercial (x) Comprehensive General Liability $ i non,nnn each occurrence $.I nnn nnn 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 FROM RANCO CORPORATION PHONE N0. 714 992 2547 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. B. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: # 3071 Project T e an ontract o. This endorsement is effective 2/9/96 at 12:01 a.m. and forms a part of Policy No.CCP276630 ofGuaran v National Tn _Co.Ca. (Company Affording Coverage). Insured:RANCO CORPORATION Endorsement No.: 03 ISSUING COMPANY NUGEN INSURANCE SERVICES By \� 1 Authorized Represent ive Bart A. Nugen 3191 FROM RANCO CORPORATION PHONE NO. '14 992 2547 Feb. 08 19% 03:15PM R5 Page .12 AUTOMOBILE LIABILITY INgVgaNCE ENDOgSERW It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: { ) ( hj Multiple limits Bodily injury Liability Bodily Injury Liability $ per person S per accident Property Damage Liability $ Combined single Limit Bodily Injury Liability 6 1,000,000. Property Damage Liability $ The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 5/91 FPOM RRNCO CORPORATION PHONE NO. 714 992 2547 Feb. 03 1996 63:16PM P? Page 12A 4. Should the policy be non- renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Sidewalk, curb and gutter replacement # 3071 Project Title and Contract No. This endorsement is effective 2/9/96 at 12:01 a.m. and forms a part of Policy No CCP276630 of Guaranty NajXj1 1 Trs,Co.Ca. (Company Affording Coverage). Insured: RANCO CORPORATION Endorsement No.: 03 ISSUING COMPANY NUGEN INSURANCE SERVICES By: Authorized Representatly Bart A. Nugen 5/91 0 0 Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Ranco Corporation Date Name of Contractor Principal) C -3071 Contract Number Autho Signature and Title 1995 -96 Sidewalk. Curb and Gutter Replacement Program Title of Project 5/91 Page 14 THIS AGREEMENT, entered into this 22ndday of January 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Ranco Co or rp ation, hereinafter " Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Title of • - B. Contractor has been 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: Contractor shall fumish all materials and perform all of the work for the construction of the following described public work: •- .1! - • ipill p -11 1 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Sixty -Four Thousand Three Hundred Sixty Dollars and No Cents ($164.360A01. 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 0 0 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 1995 -96 Sidewalk. Curb and Gutter Replacement Program C -3071 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY OF NEWPORT BEACH A Municipal Corporation By: '-, A Mayor APPPVED TO FORM: Ranco Corporation Name of Contractor ATTEST: CITY CLERK ��W Pp,�,T A prize �ture and TitleT low v � 5/910 cgt�FOw��r BOND #: 3SM 774 254 00 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That w2, RANCO CORPORATION as bidder, and AMERICAN MOTORISTS INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of * *10% not to exceed Twenty Thousand ** Dollars ($20,000.00 ),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of 1995 -96 SIDEWALK, CURB, & GUTTER REPLACEMENT PROGRAM /CONTR.#: 3071 (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 8TH day of JANUARY , 1996. n RANCO CORPORATION PAES ciEw� Bidder A or Signature /Title SUF BY: Notary Public Commission Expires: 5/91 Michael E. Cundiff Attorney -in -fact CAL1FpRN1A A.LL PURPOSE ACl(:AIE3I+VLED.GNIENT State of California County of ORANGE On JAN 0 8 1996 before me, Kim NGUYEN, Notary Public, NAME, TITLE OF OFFICER personally appeared MICHAEL, E. CUNDIFF NAME OF SIGNER ■Personally known tome -OR - ❑ proved tome on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed �-• the same in his /her /their authorized capacity(ies), KIM NGUYEN and that by his /her /their signature(s) on the COMM. !1012642 instrument the person(s), or the entity upon NOTARY K8UCCAUf01W1A behalf of which the person(s) acted, executed the oR"" courn instrument. My Comm. Exp. Dee. 90. IABy WITNESS my hand and official seal. (SIGV E OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and Could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL 0 ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT NONE SIGNER OTHER THAN NAMED ABOVE Ll AMERICAN MOTORISTS INSURANCE COMPANY Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: namm�a nsumeree mmwanea u That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California its true and lawful agent(s) and attorneys) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1997, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds ONE MILLION DOLLARS ($1, 000, 000.00) * **** *** * * **%•% * *-. EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1997. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 231 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of Process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.^ In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 01 day of Jaaory , 1994 . Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY W. A. Grauzas, �1 by (OVER) J. S. Kemper, III, Exec. Vice President 0 0 STATE OF ILLINOIS SS COUNTY OF LAKE I. Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and W. A. Grauzas personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. WIN My commission expires: 1-28 -98 Irene Klewer, Notary Public 4 "OFFICIAL SEAL" ► 4 Irene Klewer ► 4 Notary Public, State of Illinois ► 4 Ny Commisslon Esplres MOR ► VWVVVVVVVVVWV CERTIFICATION I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated January 1, 1994 on behalf of the person(s) as listed on the reverse side is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and N. A. Grauzas who executed the Power of Attorney as Exec. Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American Motorists Insurance Company on this day of JAN 0 8 19% , 19 N.J.Zarada, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 836 -5 6 -92 1M PRINTED IN U ;S.A. Power of Attorney - Term i 0 0 Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) E. DALE JONES , being first duly sworn, deposes and says that he or she is PRESIDENT ofRANCO CORPORATION , 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. RANCO CORPORATION Bidder Authors nature /Title Subscribed and sworn to before me this 8 xk day of Tamu.CL►� , 1996. ? 9& Notary Public My Commission Expires: 1d -6-96 5/91 [SEAL] SUIM Olt L MORAMS Igaw/1K1C 49W011 1A [[� i a co"M e MVC@WAD. 9W o 8, 1996 .6CALIFORNIA ALL•PURPME ACKNOWLEDGMENT - No. SBUT A 1 t i 1 ) State of California County of Orange On JAN 0 8 1996 before me, Susan E. Morales. Notary Public DATE NAME, TITLE OF OFFICER - E.G.. *JANE DOE. NOTARY PUBLIC personally appeared E. Dale Jones NAME(S) OF SIGNER(S) ❑ personally known to me - OR - ® proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their I , SE I signature(s) on the instrument the person(s), NIXAft COMMISSIONN99WOO531A S or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. If f lmm 4_ —m-M L SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER President TmE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANlCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIS) OR ENTRYUES) Ranco Corporation DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED A80VE i s r 4 ) 01993 NATIONAL NOTARY ASSOCIATION • 6236 AN Mt Ava.. P.O. BOX 7164 • Can099 Park. CA 91799'7164 razl� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1995 -96 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3071 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3071 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Traffic Control Q TEtiI L oaSA.AJ d Dollars and Cents $ /O'coo.oa Per Lump Sum 2. 1,100 Remove existing and construct P.C.C. Lin. Ft. Type A curb and gutter per schedule Q ikgwry Fl✓c- Dollars and Cents $ ZS.0 $ 27�SOO.00 Per Lineal Foot PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 950 Remove existing and construct P.C.C. Lin. Ft. Type B curb per schedule @ Dollars and Cents Per Lineal Foot $ ��.dv $ /31300.ap 4. 19,000 Remove existing and construct P.C.C. sidewalk Sq. Ft. schedule (except at "G" Street; street end and on Placentia Ave.) @ TA Dollars C and d� ✓lGCJTr ✓� Cents $ 3.75 $ 7! ZSo.vo Per Square Foot 5. 320 Remove existing and construct 6" thick Sq. Ft. P.C.C. street pavement per schedule /f _ 16Dry < ✓cx Per Square Foot Dollars and Cents $ yS $ 6. 420 Provide and install root barriers Lin. Ft. for sidewalk replacement per schedule @ ✓L Dollars and /-idiX CC -AJTS Cents $ $ 73i0.oa Per Lineal Foot 7. 1,700 Remove existing and construct Sq. Ft. driveway approach per schedule @ r DUfL Dollars and IZ�JEAJ Ty G Cents $ ¢. y5 $ Per Square Foot ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 8. 1,700 Remove existing P.C.C. improvements Sq. Ft. in the parkway per schedule UNIT PRICE Dollars and Cents $ 3.9711 Per Square Foot 9. 2,200 Remove existing P.C.C. improvements Sq. Ft. and construct P.C.C. access ramps, including at median and driveway (except Case "LL" and Case "LB" access ramps) per schedule ISIMM3 TOTAL PRICE $ 5 /OO.ov @ 7 Dollars and �+ ✓��JT� ��c� Cents $ '3.75 $ 01, •aa Per Square Foot 10. 1,200 Remove existing P.C.C. improvements Sq. Ft. and construct Case "LL or "LB" P.C.C. access ramps per schedule (includes 4" wide variable height curb) @ A 24a-_- Dollars c and SEa'r— %Ty ,� ✓L' Cents $ 3.75 $ UO OD Per Square Foot 11. Lump Sum Remove existing P.C.C. improvements and construct P.C.C. sloping walkway, sidewalk, slab, and railing at "G" street (street end) @ /k/ 7%/ 4414% /W/J a4t�ollars and Cents $ 35U0 •OD Per Lump Sum • • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. Lump Sum Remove existing improvements, dirt, and vegetation; and construct P.C.C. sidewalk, slough wall, and access ramp along Placentia /Avenue @ � ry �dv l2uNe��x- ��dbollars and Cents $ 4-5700 .OD Per Lump Sum 13. 230 Construct "Diamond" Sq. Ft. score lines on prop sidewalk (Lido Isle @ �au� �CAJT� � ✓� Per Square Foot pattern Dsed P.C.C. only) Dollars and I Cents $ ¢• 7 5 $ 977.50 14. 850 Provide Chromix admixture C -21 "Adobe Tan" Sq. Ft. "Adobe Tan" as manufactured by L.M. Scofield Co. to proposed P.C.C. sidewalk and curb access ramps (Lido Isle only) @ iq—U/L 044,CA1e i- Dollars and �tlLS1J Ty r✓ro Cents $ ¢• v5 $ 3�P i Z • So Per Square Foot 15. 150 Remove existing and construct P.C.C. Sq. Ft. cross gutter per schedule @ �ix Dollars and Cents $ 6,5-6 $ g 7S. 0-0 Per Square Foot • l0.ill.7 DNS {Lf/aJc�.tecl air T4 dui( AOtt5A &&f o( Dollars TOTAL BID PRICE /- S 9u Date 74-, 991- 7�va Bidder's Telephone No xTy' IN WORDS) and A101 Cents $ /&P 4 3&0 .eT J&AJ" �o&t Aon,4770 AJ Bidder Authori e TOTAL BID PRICE (FIGURES) 0 ip39000 A &x 01007 64-EA, Ga. 9vGvv -9aoJ Bidder's License Bidder's Address No. & Classification 0 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. /-F- Date 5/91 (WO A or's License " a/000/c A7-7O;-1 signatures and titles of persons the bidder. For corporations, the :porate officer or an individual For partnerships, the signatures For sole ownership, the signature 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 64AAAA 77 Bidder 5/91 f�5 Au or z ignature /Title 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 969 oi'T_ of & j 4Qg u64 909.1x7-5.9 95 6TV of 45Aol(C'QA LEA,✓ Zi '�C PS, 045 95 nTy QF AlecA -d'A 3A ✓c- $Pg24o E-11-6`74-54457 O,c%GoitrG C /ry of Vg,i W ✓osGun6� 7i�•990. ���9 erL . I C N® p rtc 6 f L N-s f o k Z 1ZC -=r? C�JZAN U VI Ala J WOiLK` GO �r' i GHEz1MtS /�,A/JGo LdA0'�bA-A r!0 Bidder 5/91 j , � r_• tom' [� � � � rL o �ti a+�. .\0CP- C u m lL t \t f �s�n1 �� W I.kc.nT "JW1 L L 7 �tiES• Author ed Signature /Title