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