Loading...
HomeMy WebLinkAboutC-3393 - 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation• • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC January 22, 2003 All American Asphalt P. O. Box 2229 Corona, CA 92878 -2229 Subject: 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (C -3393) To Whom It May Concern: On January 22, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on March 15, 2002. The Surety for the contract is Safeco Insurance Company of America, and the bond number is 606- 97 -21. Enclosed is the Faithful Performance Bond. Sincerely, M, ola" LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EXECUTED IN FOUR (4) PARTS I:3611V T- %ffZME ZZ BOND NO. 606 97 21 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is 3 1,512-00 being at the rate of $ 5.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to All American Asphalt, hereinafter designated as the 'Principal ", a contract for construction of 16TH ST. & MARGUERITE AVE. STREET REHAB, Contract No. 3393 in the City of Newport Beach, In strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department 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. 3393 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and SAFECO INSURANCE COMPANY of AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter 'Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of three hundred two thousand, three hundred two and no/100 Dollars (5302,302.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these_ present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents 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, or fails to indemnify, defend, and save harmless the City of Newport Beach, Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 As a part of the obligation secured hereby, and In addition to the face amount specified in this Performance Bond, there shall be Included costs and reasonable expenses and fees, Including reasonable attorneys fees, incurred by the City, only In the event the City Is required to bring an action In low or equity against Surety 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 way 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 one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, It is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duly executed by the Principal and Surety above named, on the 22nd day of JUNE 2001, ALL AMERICAN ASPHALT All American Asphalt (Principal) SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 2677 NO. MAIN ST, #600 SANTA ANA, CA. 92705 Address of Surety SURETY: 714 -437 -3052 AGENT: 714- 935 -1112 Telephone OWEN M. BROWN, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F'.WaagVPBNASharedlContr*ft\FY 00.01�1&h Street, Margueft Avenue, and ShoroGiM Road St. Rehab C- 3303NCONTRACT C- 33S3.doo 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of 1 yirtk.SftDE On 6 i >� d before me " "'�N� Data n Name anb Title of Officer (e. ,'Jane Dce, Notary Public ) personally appeared z ".• Mo��ry Fl;�iic- Cctifn!a i i CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California Ss. County of ORANGE 0 On 6 -22 -01 before me, BARBARA J. BENDER, NOTARY PUBLIC Deb Name am Title of Orho r (e.g., 'Jana Doe, Notary Public') personally appeared OWEN M. BROWN Name(s) of Sgner(q as Pace Notary sae] M . XXe( personally :��A�,e ^- i �Ir.� i 1:1 �ii � 1•f•.� i = J =�� a ? ?e i ?e] i i• to be the person(% whose nameo8) is)M subscribed to the within instrument and acknowledged to me that he3C)3NXKWexecuted the same in his/4C authorized capacityoW and that by hiskm3d0mix signature *on the instrument the persono(, or the entity upon behalf of which the person(rs) Z ac , xecuted the instrument. ESS rri%hand a`in`dfff/cj2 seal. OPTIONAL srpnstu' rof Rotary Pub]k Though the Information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment o/ this loan to another document. Description of Attached Document Title or Type of Document: PERFORMANCE BOND N0. 606 97 21 Document Dale: 6 -22 -01 Number of Pages: TWO (2) Signer(s) Other Than Named Above: ALL AMERICAN ASPHALT Capacity(les) Claimed by Signer Signer's Name: WEN M. BROWN • individual Top Of thumb here • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General )0D[XAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: SAFECO INSURANCE COMPANY OF AMERICA 0IMNeev n .rutia Lary.wg PIW, No SW] Aoonk, GJRLF,. liC0.aJ6bat) March 15, 2002 CM`i' OF NE`VPORAEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 All American Asphalt P. O. Box 2229 Corona, CA 92878 -2229 Subject: 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (C -3393) To Whom It May Concern: On January 22, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on February 8, 2002, Reference No. 20020116770. The Surety for the contract is Safeco Insurance Company of America, and the bond number is 606- 97 -21. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R [A dwonliff 11 EXECUTED IN FOUR (4) PARTS BOND NO. 606 97 21 PAGE 14 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to All American Asphalt, hereinafter designated as the "Principal," a contract for construction of 18TH ST. & MARGUERITE AVE, STREET REHAB, Contract No. 3393 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department 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. 3393 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 Some to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, >AFECO INSURANCE COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of three hundred two thousand, three hundred two and no/100 Dollars ( ;302,302.00) lawful money of the United States of America, 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 to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, Jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal or the Principal's subcontractors, fall to pay for any materials, provisions, or other supplies, implements or machinery 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, then the Surety will pay for the some, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. 0 0 PAGE 15 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 of action to them or their assigns In any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et, seq. of the Civil Code of the State of California. And 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 speeHlcatlons accompanying the same shall In any wise affect Ito obligations on this Bond, and A 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 specifieations. In the event that any principal above named executed this Bond as an Individual, It is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duly executed by the above named Principal and Surety, on the 22nd day of JUNE , 2001. ALL AMERICAN ASPHALT All American Asphalt (Principal) SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 2677 NO. MAIN ST, #600 SANTA ANA, CA. 92705 Address of Surety SURETY: 714- 437 -3052 AGENT: 714 - 935 -1112 Telephone OWEN M. BROWN, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLE13GMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED :SIDENT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On 6 before me, I Date personally appea red Place Note, Seal Above and Title of Officer (e.g.. -Pirpersonally known to me 71 pmvvd to me 011 the basis of satisfaCtorr to be the person(,sKwhose nanrl is>w subscribed to the within instrument and acknowledged to me that he/st~ executed the same in his / r I r authorized capacity(.i< and that by h i s r signatureK'on the instrument the person(ar, or the entity upon behalf of which the personW acted, executed the instrument. WITNESS my hand and official seal. Signature of Nottiali OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: (–,.o v4ii4,dT­A)o. '3393 Bek-Ym E&T 5-4PM Document Date: Number of Pages: ti SignerKOther Than Named Above: 01V 67t✓A , BA-6 VOL) CapacityaSsyClaimed by Signer Signer's Name: kojl>ffl_T&AnD lam/ EI Individual I VICE PRESIDENT iY Corporate Officer — e): Partner — 0 Limited General CI Attorney in Fact ❑ Trustee C: Guardian or Conservator State of California Othp.r � SS. V E j25ir e County of 'P On 6 before me, I Date personally appea red Place Note, Seal Above and Title of Officer (e.g.. -Pirpersonally known to me 71 pmvvd to me 011 the basis of satisfaCtorr to be the person(,sKwhose nanrl is>w subscribed to the within instrument and acknowledged to me that he/st~ executed the same in his / r I r authorized capacity(.i< and that by h i s r signatureK'on the instrument the person(ar, or the entity upon behalf of which the personW acted, executed the instrument. WITNESS my hand and official seal. Signature of Nottiali OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: (–,.o v4ii4,dT­A)o. '3393 Bek-Ym E&T 5-4PM Document Date: Number of Pages: ti SignerKOther Than Named Above: 01V 67t✓A , BA-6 VOL) CapacityaSsyClaimed by Signer Signer's Name: kojl>ffl_T&AnD lam/ EI Individual I VICE PRESIDENT iY Signer Is Representing: ALL AMERICAN ASPHAL) 0 IM National Notary Jusoaaboo • 9]5() De Sete Ave, P.O. Box 2102 • Chateivori CA 913102,1()2 • vive, nationalrotar,, ong Prod. No. 5907 RIGHT Tl­IUMBPRiNT OF SIGNER Reorder. Call TOt Free 1-800,87eA017 — Corporate Officer — e): Partner — 0 Limited General CI Attorney in Fact ❑ Trustee C: Guardian or Conservator Othp.r Signer Is Representing: ALL AMERICAN ASPHAL) 0 IM National Notary Jusoaaboo • 9]5() De Sete Ave, P.O. Box 2102 • Chateivori CA 913102,1()2 • vive, nationalrotar,, ong Prod. No. 5907 RIGHT Tl­IUMBPRiNT OF SIGNER Reorder. Call TOt Free 1-800,87eA017 — • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California SS. County of ORANGE On 6 -22 -01 before me, BARBARA J. BENDER, NOTARY PUBLIC Date Name M Title of Officer (*.q.. 'Jima Dw. Notary Public*) personally appeared OWEN M. BROWN Nametq of Slpnerts) NY all- Place Nolery Seat Above XXXX personally • to me Y1. r,e= ie�ieit:f /ii�i•I•,e i= �= e�1��n -i �elii. 3 ERIAA to be the person(V whose named) i0M subscribed to the within instrument and acknowledged to me that heDS1 NXM2[9Cexecuted the same in his/KK*O@X authorized capacityM and that by hiskmxk td; signature* on the instrument the personX, of- the Mtlty upon behalf of which the person6s) acKed)executed the instrument. Nou" seal. OPTIONAL Though the Information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: PAYMENT BOND NO. 606 97 21 Document Date: 6 -22 -01 Number of Pages: TWO (2 ) Signer(s) Other Then Named Above: ALL AMERICAN ASPHALT Capacity(les) Claimed by Signer Signer's Name: OWEN M. BROWN ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General X)CAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: SAFECO INSURANCE COMPANY OF AMERICA O �Ke N•ew�.l Nwvy AUOA•ew,•p600. ewe Aw..I.O.ee.tW}•CJYU -we.. LA �1]IYiWt•w"w.r- ,la„.W�ry.we P'W'NO. swr File* ,:W TaPee1 ma,eeetr POWER SAFECO COMPANY S A F E C O" GE NERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE. WASHINGTON 98185 No. 9184 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint .......................... . ...... r................... . ... OWEN M. BROWN; Anaheim, California... .... .. ...... ................................................. its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 28th day of CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 1999 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate tiles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said powerof- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL S-0974/SAEF 7/98 this SEA1 22nd day of JUNE 2001 R.A. PIERSON, SECRETARY 0 Registered trademark of SAFECO Corpcmdcn. 4/2&99 POF Y6 �4MA4A, R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 1999 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate tiles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said powerof- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL S-0974/SAEF 7/98 this SEA1 22nd day of JUNE 2001 R.A. PIERSON, SECRETARY 0 Registered trademark of SAFECO Corpcmdcn. 4/2&99 POF RECORDING REQU&ff0fBWPfi1G WHEN RECORDED RETURN TO: of City Clerk '02 FED 19 A9:03 City of Newport Beach 3300 Newport Boulevard Newport Beach, CAFM63 "' ( CLERK c . 1i r. Vi 5E„ i+ Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder 1111111111111111111111111 11111 NO FEE 20020116770 04;30pm 02108102 118 4 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Govemment 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 All American Asphalt of Corona, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: 16`h Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation, C -3393 Work on said Contract was completed on December 14, 2001, and was found to be acceptable on January 22, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America. -- 1. r of N6Wport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed .,00nn� % are /d3 pa�/oo� BY �qL1 ? n M . City Clerk at Newport Beach, California. 1! t. ;�i 0 r CITY OF NEWPORT BEACH January 23, 2002 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (C -3393) Notice of Completion for Ford Road Rehabilitation — Jamboree Road to MacArthur Boulevard (C -3407) Notice of Completion for Traffic Signal Installation and Upgrades 2001 - 2002(C -3419) Notice of Completion for 2000 -2001 Balboa Island Bayfront Repairs (C- 3420) Please record the enclosed documents and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach • • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "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 All American Asphalt of Corona, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation, C -3393 Work on said Contract was completed on December 14, 2001, and was found to be acceptable on January 22, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,/ Executed one ( SdZ Ir?A rL1 �a 3- aco 2 at Newport Beach, California. BY �(J th at City Clerk ,,01 0 JAN � 2 2002 TO: Mayor and Members of the City Council FROM: Public Works Department January 22, 2002 CITY COUNCIL AGENDA ITEM NO. 16 SUBJECT: 16TH STREET, MARGUERITE AVENUE, SHORECLIFF ROAD, AND CORONA DEL MAR LIBRARY PARKING LOT REHABILITATION, CONTRACT NO. 3393 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 26, 2001, the City Council authorized the award of the 16th Street, Marguerite Avenue, Shorecliff Road and Corona del Mar Library Parking Lot Rehabilitation contract to All American Asphalt of Corona, California. The contract provided for the pavement rehabilitation of 16 Street from Irvine Avenue to Dover Drive, Marguerite Avenue from Coast Highway to 5th Avenue, Shorecliff Road, and the Corona Del Mar Branch Library parking lot on Marigold Avenue. In addition, concrete sidewalk, curb and gutter, and cross gutters were reconstructed and traffic detector loops and pavement striping were installed within these locations. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $302,302.00 Actual amount of bid items constructed: 305,631.79 Total amount of change orders: 14,460.17 Final contract cost: $320,091.96 The increase in the amount of actual bid items constructed over the original bid amount resulted from additional tonnage of rubber asphalt exceeding the bid item quantities. The final overall construction cost including change orders was 5.88 percent over the original bid amount. 0 0 SUBJECT: 16" Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation, Contract No. 3393 - Completion And Acceptance January 22, 2002 Page 2 One change order in the amount of $14,460.17 provided for the removal of bad subgrade and replacement with aggregate base. Funds for the project were expended in the following accounts: Description PMP Major Maintenance — 16"' Street Street, Bikeway & Parking Lot Striping Sidewalk, Curb and Gutter Curb Access Ramp Construction Street/Bikeway Improvements Account No. Amount 7181- C5100590 $199,852.00 7013- C5100019 12,660.00 7013- C5100020 31,700.00 7013- C5100549 16,816.00 7181- C5100302 59,063.96 Total $ 320,091.96 The original scheduled completion date was September 19, 2001. All paving work was completed by September 15th. However, the completion date was extended to December 14, 2001, in order to complete punch list items and to resolve the final billing. All work was completed by the revised completion date. Respectfully submitted,--, y PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: P= 1 G u-+,> R. Gunther, P.E. Construction Engineer • CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 13th day of June 2001, at which time such bids shall be opened and read for 16TH STREET, MARGUERITE AVENUE, SHORECLIFF ROAD, AND CORONA DEL MAR LIBRARY PARKING LOT REHABILITATION Title of Project Contract No. 3393 $ 350.000 Engineer's Estimate ved by Don eb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Required Contractor License Classification(s) required for this project. A For further information, call FONG TSE. Project Manager at (949) 644- 3340 • f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 CALTRANS ENCROACHMENT PERMIT . ............................... .......................APPENDIX PCC WORK LOCATIONS 0 0 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. • • PAGE 2 8. 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). 9. 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". 10. 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. The signature below represents that the above has been reviewed. #P-00'73 , 61-A55 A/ C -l. ALL AMERICAN ASPHALT Contractor's License No. & Classification ALL AMERICAN ASPHALT Bidder Authorized Signature/Title VICE PR �� ES{ ENT 6,loL /D/ Date —' M I v 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of R I vie z S (JZC ss. On 4//0—/0/ before me, E MA11 Date I Nam1 n personally appeared —RD 13 C&T RX 41' Lra?Zi 5G X personally known to me -eu to be the person(4 whose narl isi ill subscribed to the within instrument and acknowledged to me that he /,-,Wjii executed the same in hisl}WljbeiP authorized capacityQe57, and that by his /tlef/tWir signatureKon the instrument the personal, or the entity upon behalf of which the personji acted, executed the instrument. WITNESS m/yy/ hand � and official seal. Place Notary Seal Above / V —' _ Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: _ 0 _ Document Date: !o O, Number of PagQg _9. �_ r NOV6 Signer(s) Other Than Named Above: CapacityL&a<Claimed by Signer Signer's Name: �o �{E RAD J Individual VICE PRESIDENT Top n( thumb hero X Corporate Officer — TitleJi Partner —'_ Limited :_ General Attorney in Fact Trustee '.: Guardian or Conservator Other: , ALL AMERICAN ASPHALT Signer Is Representing: e le" National Notary ASSanation•9360 Be Solo Ave., FO Box 24n2. Chrrawotlh. CA 91313.2402• www.nalnnalnolary.mq Fred Be, 5907 reorder Call Toll Free 1= 800 876 6827 1 BOND NO. 562 73 59 • • PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL BID PRICE IN---- - - - - -- Dollars ( §1036 of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 18TH ST. & MARGUERITE AVE. STREET REHAB, Contract No. 3393 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal falls to duly enter Into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shell become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 5th day of JUNE 2001. ALL AMERICAN ASPHALT Name of Contractor (Principal) SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 2677 NO. MAIN ST, #600 SANTA ANA, CA. 92705 OWEN M. BROWN, ATTORNEY -IN -FACT Address of Surety Print Name and Title SURETY: 714 -437 -3052 Telephone AGENT: 714- 935 -1112 BID DATE: JUNE 13, 2001 (Notary acknowledgment of Principal & Surety must be attached) 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. r County of RI V F R $ (D E On before me, f�FVAILS To V6S 1,/ 07-A1Zy AA L All Oak Name and Title of Officer alfg. Jane Doe. Notar, Fubhc'} Z. personally appeared (-0 R ER ( ZAD LE Y Name of Signer ,personally known to me - evi4em -19— to be the personA whose nameW is lW subscribed to the within instrument and acknowledged to me that he /shr07> y executed CEtitiIS 10t1FS 6 Commiss!on # 7200094 [ the same in his/,I�EPr authorized Fmow- �. Notary PUb4C- Colifomia capacityjies`f, and that by his /11efl r Riverside County signature4ej on the instrument the person(e), or MYC�nmE�m_Cct30,2002 the entity upon behalf of which the personal acted, executed the instrument. WITNESS my hand and official •seal. Pace Notary Seal Above SignaWre o tary Public OPTIONAL Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Rocu ment �p ' I �j /� Title or Type of Document: %a1iE�5 g»>Nfild/P0li.�/L.�`R33` Document Date: a Number of Pages: Signer((] Other Than Named Above: OWE/ '' 1 • OWAl _ Capacitylk<Claimed by Signer r Signer's Name: a r3r_ RT B� V1_9 Y Individual VICE PRESIDENT Top of m:,rnb ncre :X Corporate Officer— Titlej<: _ _. Partner Limited General _. Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: ALL AMERICAN ASPHALT 4o 1999 rvaflonal Mat, ASwc,auon• 63500. Son, Ave.. PO Box 2402 • Cnmewomh. CA91315.2402• w Aa110rd1r0ee0Fg Pro, No 5907 Ro.nee. Call T011'Fme 1.800- 8)6682] 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of ORANGE 0 On 6 -5 -01 before me, BARBARA J. BINDER, NOTARY PUBLIC Date Name and The of Olucer (e.g., 'Jane Doe. Notary Public') personally appeared OWEN M. BROWN .a. Place Notary Seal Above X0'. personally �I�Jf.,O; .i.1�i.1.ia7 :1:e r1 .i4�.hi,'e ?�Iw�E?r�e•5,�3i;i.9 :3.Da7:3 •ld: to be the person(S) whose nameCs) islim subscribed to the within instrument and acknowledged to me that heUMMOWexecuted the same in his/KKMNXW authorized capacity(}@, and that by hisibedtbtaa signatureQmj on the instrument the person(S), or the entity upon behalf of which the person6s) a executed the instrument. WI ESS an an 2I seal./ t . 111111��,��,�����f �� SignaV of NoIll Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: BID BOND Document Date: 6 -5 -01 Number of Pages: Signer(s) Other Than Named Above: ALL AMERICAN ASPHALT Capacity(les) Claimed by Signer Signer's Name: OWEN M. BROWN ❑ Individual Top of thumb here • Corporate Officer — Ttle(s): • Partner —0 Limited ❑ General XXiD{Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: SAFECO INSURANCE COMPANY OF AMERICA o,ae1 N.aew P.O. fio. x+01 • ctit.wam, cA at0,ssaox • n«rv.d.tioa.wt.ryorp Prod. W. 5107 Neordan call TeePiva 1aro87eme7 0 0 '1,31-S A F E C O" POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98186 No. 9164 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint www« w...«. w.«w w« ww« wr.... www«. a « «ww «rr..r. +. « «w « «ww «w ... .OWEN M. BROWN: Anaheim, Califomia•......... w.««..... wr........ r« w .wwwwrwwww..... «« +«wwww«wwwwr.. its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 28th day of April 1 1999 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as aftomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 1r1111f1i111r1( , SEAL X / 5th day of JUNE 2001 R.A. PIERSON, SECRETARY S- 0974 /SAEF 7/98 ® Registered trademark of SAFECO Corporation. 4/28/99 PDF • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 DESIGNATION OF SUBCONTRACTOR(S) PAGE 4 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 represents that he /she is fully qualified to and 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. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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. Sfd t2�a6 n�Fr'��a� o.c. s1511?11a(� 1163 N. 2 xLe�, sT o. NQ.s 2. ` 7A C uD='15 T71REEC �00?4 4AcK °I46 s +€5�/.�� A,�A+t�r► t YILLIN�� }N[.. G 4. 5. 6. 7. 8. 9. 10. ALL AMERICAN ASPHALT Bidder Authorized Signature/Title 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number X001 ,E t"#itlt. ASE . N91R 49S Gui Z, Gt;7YOP P7(r--A17)DRA % L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PAGE 6 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 NON - COLLUSION AFFIDAVIT State of California ) ss. County of iVCFS;D Ra IIEKT /3RA D/-Cy, being first duly sworn, deposes and says that he BF she is i" RESIDENT of ALL AMERICAN ASPHALT the parry 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 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, sought 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. 1 declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. ALL AMERICAN ASPHALT Bidder Authorized Signature/Title Subscribed and sworn to before me this 4 day of 14 N E 2001. [SEAL] Notary Public �e l is JOf��°�'�'"�i CommLsion 1200094 Notary Public - Califomia Riverside County 01-My CCmm. b pim-Oct30,2002 My Commission Expires: _m 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT is PAGE 7 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 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 receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 VII (or larger) in accordance with the latest edition of Best's Key Ratinq Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. • s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16TH ST. & MARGUERITE AVE. STREET REHAB CONTRACT NO. 3393 CONTRACT PAGE 8 THIS AGREEMENT, entered into this 26th day of June, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and All American Asphalt, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 16TH ST. & MARGUERITE AVE. STREET REHAB Project Description 3393 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3393, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and fumish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be fumished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. • a 2-1011 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of three hundred two thousand, three hundred two and no /100 Dollars ($302,302.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: FONG TSE (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: All American Asphalt P.O. Box 2229 Corona, CA 92878 -2229 (909) 736 -7600 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 9 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11185) or Insurance Services Office form number GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self - insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 0 PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 0 0 PAGE 13 CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY CLERK CITY OF NEWPORT BEACH A Municipal Corporation By: Garold B. Adams, Mayor ALL AMERICAN ASPHALT By: Authorized Signature and Title 0j/ VICE PRESIDENT 7 1 I 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT `. -' -' ":. -.'.. �'.: \'nom. n\ n\ !S !`( �:�tJ'>.,..`a�. 4�'•Gf'r'. nom.. [...l..a :.'nom i;w;C a�:Y: y::.C:: aY:C`":(". _.� _ . State of California l k i l l 7 ss. County of D E .. Dd Corporate Officer — TitleW: On B/ before me, ��EAlMs V oniE,sgzRd���+_ , Dal �O r/� Name and Title of Officer .g., 'Jane Doe, Notary Public') personally appeared B L�12.( L3QA-0Ley NameWrof Signer Z' personally known to me Proved to im an the evidenc� to be the person(sr)' whose name(ej is /ace subscribed to the within instrument and acknowledged to me that he /sk44< executed ' - the same in his /Jaef/ibelF authorized , capacityQes), and that by his /beRWE(r h z , signaturejsiYon the instrument the person(s'j, or the entity upon behalf of which the person{S} acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of lary Public OPTIONAL ` Though the information below is not required by law, it may prove valuable to persons relying on the document - ` and could prevent fraudulent removal and reattachment of this form to another document. - Description of Attached A' ID vocument Title or Type of Document: yoWVP_A�� A:(, P.11 2r /t/rwpaR.'f_ r Document Date: Number of Pagee N E Signer(s) Other Than Named Above: t" Capacity4i,-s) Clai ed by Signe{{,., �O���r Signer's Name: jriRrjL Individual VICE PRESIDENT Top of thumb here .. Dd Corporate Officer — TitleW: - Partner —_ Limited: General Attorney in Fact Trustee Guardian or Conservator Other: ' Signer Is Representing: ALL AMERICAN ASPHALT d 1999 National Notary Assoc at oo • 9350 0e Soto Ave., PO Box 2402 • Chatsworth. CA 91313'2402 • wwwnallonalnotayory Prof. No 5907 Remake, Call Tell Four 1 Ban 81"821 Ce OF :INSURANCE: Calco Ins Brokers & Agent THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lie. No. OB29370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 500 City Pkwy West #500/600 COMPANIES AFFORDING COVERAGE Orange CA 92858-2946 COMPANY (714) 937-1824 A Royal Surplus Lines Ins. Co. INSURED COMPANY All American Asphalt B Hartford Fire Insurance Co. COMPANY PO Box 2229 Corona, CA 92878-2229 C Great American Insurance Co COMPANY CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN SEDUCED BY PAID CLAIMS. LTH TYPE OF INSURANCE POLICY NUMBER DATE (MWDDIYY) DATE (MMIDDIYY) LIMITS A GENERAL LIABILITY KZB517547 8/01/01 8101102 GENERAL AGGREGATE $ 2,000,000 X PRODUCTS-COMPIOP AGG S 2,000,000 COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED CLAIMS MADE OCCUR APPLIES PER C62010 PERSONAL & ADV INJURY $ EACH OCCURRENCE $ 1'COO'OCO OWNER'S & CONTRACTORS PROT ATTACHED X S101000 SIR FIRE DAMAGE (Any � fIrs) S 50,000 B AUTOMOBLELIABLITY 72UENOKS491 8/01/01 II/D1102 COMBINED SINGLE LIMIT S X ANY AUTO 1,000'aaO BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS BODILY IN"Y (Per accident) X PROPERTY DAMAGE S10,000 Dad GARAGE LIABILITY AUTO ONLY - EA�AC OTHER THAN AUI OWY ANY AUTO M/A EACH ACCIDENT S AGGREGATE S C EXCESS LIABLffY TUU3577202 8/01/01 8101102 EACH OCCURRENCE $ 10,000,000 AGGREGATE S 10,000,000 UMBRELLA FORM $ OTHER THAN UMBRELLA FORM _� D WORKERS COMPENSATION AND 4SO100304 ADS 6108101 6/08102 EMPLOYERS' LIABILITY WAIVER OF SUBROGATION EACH ACCIDENT S 1'DOO'0OO THE PROPRIETI INCL APPLIES-TO BE ISSUED BY DISEASE - POLICY LIMIT $ I'000'OCQ DISEASE - EACH EMPLOYEE Is 1,000,000 OFFICERS ARE: EXCL CARRIER OTHER DESCIUPTION OFOPERATIONS&OCATIONSIVENICLESi$PECIALrrEMS Re: 16th Street, Marguerite Ave, Sharsoliff Road, and Corona Dal Mar Library Park Lot Rehabilitation. Contract #3393 Waiver of Subrogation appiles-to be Issued by carrier '10 days notice for non-payment of proal um 2exp* SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Reach EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENda§WXKWMAL Public Works Department 30 DAYS WRITTEN NOTICIETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Blvd PO Box 1769 CFX)MMXMXXNA)=X)MXXKgDMMR4WX)a=)UMXN)WRI(X)RDFA)BODO09WM= Newport Beach, CA 92658-8915 AUTHORIZED REPRESENTATIVE gii ^/ ^~'--^——'-- -- POLICY NUMBER: KZB517647 INSURED: All American Asphalt E COMMERCIAL GENERAL LIABILITY EFFECTIVE: 8/1/01 THIS ENDORSEMENT CHANGES THIS POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: The City of Newport Beach, its officers, officials, employees and volunteers 3300 Newport Blvd P.O. Box 1768 Newport Beach, Ca 92658 -8915 Project 16`" Street, Marguerite Ave, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation Contract #3393 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. It is agreed that such insurance as afforded by this policy for the benefit of the additional insured shall be primary insurance as respects any claim, loss, liability arising directly or indirectly from the insureds operations and any other insurance maintained by the additional insured shall be noncontributory with the insurance provided hereunder. CG 20 10 11 85 ©Copyright, Insurance Services Office, Inc., 1984 endomelwpd Policy Number: 72UENGkK5491 Insured: All American Asphalt Effective: 8/1/01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured is an "insured" for LIABILITY COVERAGE but only to the extent that person or organization qualifies as an "insured" under the WHO IS AN INSURED provision of Section 11- LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. The City of Newport Beach, its officers, officials, employees and volunteers 3300 Newport Blvd P.O. Box 1768 Newport Beach, Ca. 92658 -8915 Project 1 Wh Street, Marguerite Ave, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation Contract #3393 It is agreed that such insurance as afforded by this policy for the benefit of the additional insured shall be primary insurance as respects any claim, loss, liability arising directly or indirectly from the insureds operations and any other insurance maintained by the additional insured shall be noncontributory with the insurance provided hereunder. Form HA 99 13 01 87 Printed in U.S.A. AUG -06 -2001 MON 03:42 PM FAX NO. P. 01 WORIMS COMPENSATION AND EMPLOYERS LIABILM INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER PROM OTHERS ENDORSEMENT We have the right to recover our Payments from anyone liable for an iAtury covered by this policy, We Will not enforce our right against fie person or orgarti¢ation named in the Schedule. C rhit agreement appliee only to the extnt that YOU perform work under a written contract that recrA oa you to obtain this agreement from us.) Tills agreement shall not opmte directly or indirectly to benefit any one not named in die Schedule. Schedule BLANKET WAIVER The City of Newport Beach, its officers, officials, employees, and volunteers Project= 16th Street Marguerite Ave, shorecliff Road and Corona Del Mar Library Parking Lot Rehabilitation (Contract #3393) + +TBE PREMIUM CHARGE IS 5% OF THE PREMIUM DEVELOPED IN CONJUNCTION WITH WORK DONE FOR THE ABOVE ENTITY(S). SUBJECT TO S2S0 MkMUM PREMIUM PER POLICY. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise dated (The tMormstion below is required only when dill endorsement Is issued subsequent to Preparadon of the policy.) Sndoreamenr Effeertve Policy No. Insured Insurance Company . WC 00 0313 (Ed. 4-94) Colyrtgae rail Naeenzl C4sa41 on Ceeapaaeadea Iesunnee. Endorsement No. Policy Effeuive Dato oountraaigdcd By <� 0 0 PR 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 16TH STREET, MARGUERITE AVENUE, SHORECLIFF ROAD AND CORONA DEL MAR LIBRARY PARKING LOT REHABILITATION CONTRACT NO. 3393 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3393 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit and lump sum prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization - 4,'Rr 6A' T4v SAN) @six Amo66 6D FtFlv4 ibk2Dollars and 65`I So F1FrL -1 Cents $ Per Lump Sum Lump Sum Traffic Control �.QV6� l-Tto uS4N� @ c"6 4--(NW-e) Dollars and Q Cents $ Per Lump Sum 0 0 PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 1,500 C.Y. Roadway Removal @ maser Trh"ZVE- Dollars and 00 Cents $ 2 3. ©0 $ 4, Per Cubic Yard 4. 120 C.Y. Parking Lot Pavement Removal Dollars and Cents Per Cubic Yard 5. 20 C.Y. Variable Thickness AC Pavement Cold Mill @ TwEf'v" 'r*E2Br�7 Dollars and _CE� Cents $ z S co $ 460•°° Per Cubic Yard 6. 75 TN Variable Thickness AC Leveling Course Cr17�t�T`� ��ve Dollars and o� Cents $ �{s • $ ; i-?S o0 Per Ton 7. 2,150 TN Construct 2" Thick ARHM Pavement @ 1=1:pT LA Dollars and �o _-HQ. Cents $ °O $ o Per Ton 8. 275 TN Construct 2" Thick Conventional AC Pavement Dollars and Cents $ `ls°o $ i2,3_75 °0 Per Ton 0 0 PR3of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 210 TN Construct 3" Thick Conventional AC Pavement 10 11 12 13. @ Dollars and Z>(L° Cents Per Ton $ -7 g.°° 1,000 SF Reconstruct 4" Thick PCC Sidewalk @ FC,K2 Dollars and 2302b Cents $ Per Square Foot 1,700 LF Reconstruct PCC Curb and Gutter @ 'rwEv-�ti oPIF_ Dollars and z'gi� Cents Per Linear Foot 350 SF Construct PCC Curb Access Ramp @ SIX Dollars and Cents Per Square Foot 1,900 SF Reconstruct PCC Cross Gutter @ -1UI64-r Dollars and z� Cents Per Square Foot $ GPO $ tf Dc�,c 00 $ aa' $ 1s�7,CC,00 14. 250 SF Reconstruct PCC Driveway Approach @ Dollars and _ 5 -Vet-l" FnJ(5 Cents $ N ?' Per Square Foot $ kIS7.5° PR4of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 380 SF Reconstruct PCC Swale @ Six Dollars and __ege ° Cents $ (� •OO $ 2 Zoo Per Square Foot 16. 3 EA Root Prune Parkway Tree @ o� �ti,,ozs� = V -1 Dollars and z.t� Cents $ ' �° °° $ ti S� Per Each 17. 23 EA Reset PCC Wheel Stop Dollars and Cents $ 2S°O $ `5-7,S PO Per Each 18. 75 LF Remove Existing and Install New Redwood Header @ FO1^2 Dollars and zoo Cents $ ti ©° $ Per Linear Foot 19. 20 EA Adjust Manhole Frame and Cover to Grade @ UJ.IEry FIDE Dollars and Cents $ Iqs pO $ 3,160 PO Per Each 20. 21 EA Adjust Water Valve Frame and Cover to Grade w£ +tHOM�b @ u10ey" 1- .,c Dollars and Cents Per Each • % �aml 11ROIR ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 12 EA Replace Traffic Signal Detector Loop @'UND kuN» Veu°'� Dollars and 2� Cents $ 21 S .. °O $ Per Each 22. Lump Sum Install Pavement Striping and Markings @ALt�� T�ousl.n+D 'cave kUan,iEh Dollars and c5_ Cents $ 15,5 °O Per Lump Sum TOTAL PRICE IN WRITTEN WORDS TtF52 +kLAPb?�st� Two T40us4P0 -r07,!F6 -CWO Dollars and z'0R-c> Cents 6 f is /o! Date 60 73&-1600 gx D9)73/v -7(o'i 6 Bidder's Telephone and rax Numbers #2.67073_ A0C_/I- Bidder's Lic nse No(s). and Classification(s) Total Price (Figures) ALL AMERICAN ASPHALT Bidder Bidder's Authorized Signature an itle P. 0. Box X29, &KOAJA,C,A. ?"78 -Paa9 Bidder's Address 0 0 1 1 2 2 2 2 2 2 3 3 3 3 3 3 3 K ci N YN PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 16'h Street, Marguerite Avenue, Shorecliff Road, and Corona Del Mar Library Parking Lot Rehabilitation CONTRACT NO. 3393 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Surveying Service SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 2 2 2 2 2 2 3 3 3 3 3 3 3 K ci N YN SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 7 7 -10.6 Street Sweeping Signs 7 7 -10.7 Notices to Residents 7 7 -15 CONTRACTOR LICENSES 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 11 201 -1 PORTLAND CEMENT CONCRETE 11 201 -1.1 Requirements 11 201 -1.1.1 General 11 SECTION 203 BITUMINOUS MATERIALS 11 203 -1 PAVING ASPHALT 11 203 -1.1 General 11 SECTION 214 PAVEMENT MARKERS 11 214-4 NONREFLECTIVE PAVEMENT MARKERS 11 214 -5 REFLECTIVE PAVEMENT MARKERS 12 • 41 12 12 12 12 12 12 13 13 13 13 13 13 13 13 13 13 13 14 14 15 15 15 15 15 16 16 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion SECTION 302 ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General 302 -5.4 Tack Coat SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General SECTION 307 STREET LIGHTING AND TRAFFIC SIGNAL 307-4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 308 -1 GENERAL SECTION 310 PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment and Spotting 310 -5.6.8 Application of Paint SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT 12 12 12 12 12 12 13 13 13 13 13 13 13 13 13 13 13 14 14 15 15 15 15 15 16 16 0 0 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 16 400 -2 UNTREATED BASE MATERIALS 16 400 -2.1 General 16 400 -2.1.1 Requirements 16 PART 6 SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 16 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 16 600 -2.1 Asphalt Rubber 16 600 -2.1.1 General 16 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 16 600 -2.6.3 Rolling 16 F: \Users \PBW \Shared \Contracts \FY 00 -01 \16th Street, Marguerite Avenue, and Shorecliff Road St. Rehab C- 3393 \SPECS INDEX C- 3393.doc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SP 1 OF 16 16TH STREET, MARGUERITE AVENUE, SHORECLIFF ROAD, AND CORONA DEL MAR LIBRARY PARKING LOT REHABILITATION CONTRACT NO. 3393 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Construction Drawings (R- 5768 -S,T- 5851 -S, T- 5853 -S, and T- 5857 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 Edition), including Supplements; (4) the Standard Specifications for Public Works Construction (1997 edition), including supplements, (5) the California Department of Transportation Standard Plans, (1992 Edition), and (6) the State of California Caltrans Encroachment Permit No.1201 -NTK -0307 Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract includes: distributing construction notices to nearby businesses and homeowners; cold milling and disposing of AC pavement; removing and disposing of pavement sections; constructing A.C. pavement; reconstructing P.C.C. curb and gutter; reconstructing P.C.C. sidewalk; adjusting manhole and valve frames and covers to grade; protecting survey monuments in place; installing traffic markings and markers; installing traffic signal detector loops; traffic control including temporary installation and • • SP 2 OF 16 removal of barricades, delineators, steel plates, AC driveway ramps, signs, solar - powered arrowboards, flag persons, etc.; protecting and restoring existing curb drains; clean up and disposal; and performing other incidental items of work as required to complete the Work in place." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any re- staking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City Surveyor will file a Corner Record or Record of Survey with the County Surveyor prior to the start of any construction. After completion of all construction, the City Surveyor will file a Corner Record or Record of Survey with the County Surveyor for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." E • SP 3 OF 16 SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5--- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, and sewer cleanouts. The Contractor shall coordinate the adjustment of private utility facilities with their respective owners. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award which is tentatively scheduled for June 26`h, 2001. The Contractor shall furnish the City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved and a "Notice To Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre - construction meeting. The Schedule may be bar chart or CPM style. The Engineer will review the Schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet the original schedule and has demonstrated that 0 0 SP 4 OF 16 he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "After City Council award, the Contractor shall complete all work under the Contract within sixty consecutive working days. This schedule includes ten working days for processing of contract, bonds and insurance documents. All work on 16th Street shall be completed before August 24, 2001. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. With the exception of Mondays when the Corona Del Mar Branch Library is closed, up to one -half of the library parking lot may be closed for construction work at any given time." 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when such time periods are approved. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned 0 0 SP 5 OF 16 to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor or the Bay." 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the Work which are not designated for removal. Such restoration work includes, but is not limited to, turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corner survey markings, etc." Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod identical to the existing type." Add to this Section, "The Contractor is advised to keep records of the existing work site condition prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications, the attached Caltrans Encroachment Permit, and the Work Area Traffic Control Handbook (WATCH) published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction equipment and materials shall not be stored in streets, roads, sidewalk, or at the Library parking lot." 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 1996 Edition. The traffic control and detour plans must meet the following requirements: 0 • SP6OF16 1. Emergency vehicle access shall be maintained at ail times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 5. Marguerite Avenue can be closed to all vehicular traffic for two consecutive streets (i.e. between Third Avenue and Fourth Avenue) at one time during working hours only. The traffic control plan shall be prepared to show traffic detoured to a parallel street. 6. The section of Marguerite Avenue between Coast Highway and Second Avenue can only be closed during working hours and for a maximum of three working days. 7. Full driveway access shall be maintained on 16`h Street and on Shorecliff Road before 9:00 AM and after 3:30 PM on workdays and continuously during non -work hours. 8. Driveway access to the Coronado at Newport Apartments on 16th Street shall be maintained at all times. 9. At least one traffic lane in each direction shall be maintained on 16th Street during work hours. 10. All traffic lanes must be open during non -work hours. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." • • SP7OF16 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. The Contractor is advised that some of the residents in the vicinity of the Corona Del Mar Branch Library routinely park their vehicles on the library parking lot when the facility is closed on Mondays. The Contractor shall ascertain that all of the parking spaces within the parking lot have been marked, delineated, or otherwise identified that the parking lot is closed for construction on Mondays. 7 -10.6 Street Sweeping Signs. After posting "NO PARKING - TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to construction, with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents. Forty -eight hours before the start of the project construction, the Contractor shall distribute to residents and businesses within 500 feet of the project, a written notice stating when construction operations will start, what disruptions may occur, and approximately when construction will be complete. The written notices will be prepared by the Engineer. In addition, during the course of the project, the Contractor may be required to provide a second written notification to residents /businesses within the specific work area, when work will be occurring adjacent to their residence or business. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all subcontractors shall possess a valid Business License issued by the City of Newport Beach. 0 SP8OF16 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress payment request is submitted. Upon completion of the project, the Contractor shall prepare an "As- Built" plan for submittal to the Engineer. Said "As- Built" plan shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General: Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1: Mobilization: Work under this item shall include bid and contract preparation and scheduling of materials and equipment necessary to mobilize and demobilize the work under this contract. Item No. 2: Traffic Control: Work under this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, barricades, solar - powered arrowheads, flag persons, posting and prompt removal of "NO PARKING -TOW AWAY" signs, temporary striping, and all other work necessary to comply with the W.A.T.C.H., and the City of Newport Beach requirements. This item shall also include all required traffic control on the adjacent side streets within 500' of the work, the delivery of all required notifications, posting and removal of signs, all the costs incurred in notifying the nearby businesses and residents, and all of the costs required to open and close traffic lanes to vehicle traffic each work day. Item No. 3: Roadway Removal: Work under this item shall include removal and disposal of AC pavement and native soil /aggregate base material under the existing pavement, compaction of the exposed existing native soil and /or aggregate base • • SP 9 OF 16 material to at least 95% relative compaction, and complete other preparatory work as needed to ready the pavement for the asphalt finish course. Item No. 4: Parking Lot Pavement Removal: Work under this item shall include removal and disposal of AC pavement and native soil /aggregate base material under the existing pavement, removal and disposal of the existing concrete pads as identified on the Plans, compaction of the exposed existing native soil and /or aggregate base material to at least 95 percent relative compaction, and other preparatory work as needed to ready the pavement for the asphalt finish course. Item No. 5: Variable Thickness AC Pavement Cold Mill: Work under this item shall include pavement join sawcuts, cold milling, and all other work as required to complete the work as shown on the Plans. Item No. 6: Variable Thickness AC Leveling Course: Work under this item shall include cracking sealing of all cracks that are wider than 1/8" in width, tack coat, compaction, and all other work as required to complete the work as shown on the Plans. Item No. 7: Construct 2" Thick ARHM Pavement: Work under this item shall include cracking sealing of all cracks that are wider than 1/8" in width, construction of 2" thick ARHM pavement overlay, compaction, and all other work as required to complete the work as shown on the Plans. Item No. 8: Construct 2" Thick Conventional AC Pavement: Work under this item shall include cracking sealing of all cracks that are wider than 1/8" in width, construction of 2" thick AC pavement overlay, compaction, and all other work as required to complete the work as shown on the Plans. Item No. 9: Construct 3" Thick Conventional AC Pavement: Work under this item shall include cracking sealing of all cracks that are wider than 1/8" in width, tack coat, construction of 3" thick conventional AC pavement, compaction, and all other work as required to complete the work as shown on the Plans. Item No. 10: Reconstruct 4" Thick PCC Sidewalk: Work under this item shall include the cost of materials, sawcut, removals, construction of 4" thick P.C.C. sidewalk at locations approved by the Engineer, adjust City utility facilities such as street lighting, water, sewer boxes and covers to grade, reconnect street light wirings, the temporary relocation and re- installation of sign posts, etc., and all other work required to complete the work as shown on the "PCC Work Locations'. Item No. 11: Reconstruct P.C.C. Curb and Gutter: Work under this item shall include the removal and disposal of the existing curb and gutter, subgrade compaction, construction of PCC curb and gutter, construct minimum 1 -foot wide full depth AC patch back, reconstruct curb openings for existing curb drains, repaint curb, repaint curb • SP 10 OF 16 house numbers, re- chisel curb face for existing underground utilities, and the restoration of all existing improvements damaged by the work. Item No. 12: Construct PCC Curb Access Ramp: Work under this item shall include all of the costs required to remove and dispose of the existing improvements, subgrade compaction, construction of PCC curb access ramp, construct minimum 1 -foot wide full depth AC patch back, adjust City utility facilities such as street lighting, water, sewer boxes and covers to grade, reconnect street light wirings, the temporary relocation and re- installation of sign posts, etc., and all other work as required to complete the work as shown on the "PCC Work Locations ". Item No. 13: Reconstruct PCC Cross Gutter: Work under this item shall include the removal and disposal of the existing cross gutter, subgrade compaction, aggregate base, aggregate base compaction, construction of PCC cross gutter, construct minimum 1 -foot wide full depth AC patch back, adjust City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work as shown on the "PCC Work Locations'. Item No. 14: Reconstruct PCC Driveway Approach: Work under this item shall include the removal and disposal of the existing driveway and depressed gutter, subgrade compaction, construction of PCC driveway approach, adjust City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, reconnect street light wirings, the reconstruction of the depressed gutter adjacent to the driveway, etc., and all other work items as required to complete the work as shown on the 'PCC Work Locations'. Item No. 15: Reconstruct PCC Swale: Work under this item shall include the removal and disposal of the existing PCC swale, subgrade compaction, construction of PCC swale, and all other work items as required to complete the work as shown on the Plans. Item No. 16: Root Prune Parkway Tree: Work under this item shall include root pruning, removal and disposal, backfilling the tree wells with a native soil approved by the Engineer, and all other work as required to complete the work in place. All existing utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 17: Reset PCC Wheel Stop: Work under this item shall include the cost of replacing any existing wheel stop damaged during the work and all other work as required to complete the work as shown on the Plans. Item No. 18: Install New Redwood Header: Work under this item shall include removing all existing redwood headers adjacent to various parking spaces, installing new redwood headers, and all other work as required to complete the work as shown on the Plans. 0 • SP 11 OF 16 Item No. 19: Adjust Manhole Frame and Cover to Grade: Work under this item shall include the adjusting of manhole frame and cover to grade and the coordination with utility companies to adjust their respective facilities to grade and all other work as required to complete the work as shown on the Plans. Item No. 20, Adjust Water Valve Frame and Cover to Grade: Work under this item shall include the adjusting of the water valve frame and cover to grade and the coordination with utility companies to adjust their respective facilities to grade and all other work as required to complete the work as shown on the Plans. Item No. 21: Replace Traffic Signal Detector Loop: Work under this item shall include the cost of providing, installing, testing, calibrating, and all other work as required to complete the work as shown on the Plans. Item No. 22: Install Traffic Striping, Markings, and Markers: Work under this item shall include the cost of temporary and permanent striping, installing thermoplastic markings and legends, installing fire hydrant markers, installing pavement markers, and all other work required to complete the work in place. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements 201 -1.1.1 General. Add to this Section, "All Portland Cement concrete used on the work shall be 560 -C- 3250." SECTION 203 - -- BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this Section, "All conventional asphalt concrete used on the work shall be 111- C3 -AR- 4000." SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section, "All new non - reflective pavement markers types A and AY shall be ceramic." • SP 12 OF 16 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section, "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section, 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stumpers will not be permitted for this project. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove all broken concrete, debris or other deleterious material from the job site at the end of each workday. The Contractor shall not change, damage, or remove of any interfering private improvements within the work limits. All existing private improvements altered by the Contractor to facilitate the work shall be rebuilt to their condition prior to the work. In case of errant damage to existing private improvements, the Contractor shall furnish all replacement materials and labor at his own costs to restore the affected improvements." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." and replace the words 1 Yz inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. • SP 13 OF 16 SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks 1/8 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete leveling course or the finish course, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1110) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SECTION 303 --- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section, "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include, 'Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -513 and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five (5) consecutive working days of AC pavement final course placement." 0 • SP 14 OF 16 SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this Section, "The Contractor shall arrange for tree root pruning work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083 a minimum of five (5) work days prior to beginning work. The method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, axe or a comparable approved tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" below grade for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when 1) a tree trunk of root flare is less than 2 feet from the sidewalk or 2) the size, species or condition of the tree warrants a root cut to be hazardous to the tree or 3) when there is only one minor offending root to be removed or 4) the damage is minimal (i.e., only one sidewalk panel is uplifted, etc.). b. Selective root pruning shall be performed with an axe or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." • • SP 15 OF 16 SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read, "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Modify and amend this section to read, "Painted traffic striping and markings shall be applied in one coat as soon as possible after the paving and within 24 hours after the finish course has been placed. In the initial paint application, details 21 and 2 can be painted 2- inches wide instead of the standard 4 -inch width. In approximately 15 days, the sprayable reflectorized thermoplastic striping shall be applied at the full standard width per details on the plans. Paint for traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These paints shall be applied at 15 mils wet. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at the thickness and locations as shown on the plans. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." E • SP 16 OF 16 SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with, 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement." PART 4 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section, "The Contractor shall use crushed aggregate base as base materials." PART 6 SECTION 600 - -- MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600 -2.1 Asphalt Rubber 600 -2.1.1 General. Add to this section, "Asphalt- rubber shall be Type -B." 600 -2.6 Asphalt- Rubber Hot Mix Gap- Graded 600 -2.6.3 Rolling. Add to this section, "Asphalt- rubber hot mix gap - graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self - propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as stand -by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less than the required 95 percent compaction, the unit for bid item No. 7, Construct 2" Thick ARHM Pavement, will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled, and properly compacted at the Contractor's sole expenses. No additional working days will be allowed for this remedial work." F:\Users\PBW\Shared \Contracts \FY 00 -01 \16th Street, Marguerite Avenue, and Shorecliff Road St. Rehab C- 3393 \SPECS C- 3393.doc ,May 15 01 08:24a State Of California STATE OF CALIFORNIA • DEPARTMEOF TRANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 218) In compliance with (Check one),. X Your aprliratton of April 24, 2001 ❑ Utility Notice No. of ❑ Agreement No. of ❑ RM/ Contract No. of (34 ) 724 -2265 p.2 Pe ms No. 97n '1_AITV n1n7 12 -ORA -1 -15.7 Date Yes May 8, 2001 NO Fee Paid oepoad EXEMPT $ Performance Bond Amount (S) Paymen X Yes Bond Company Yana Number fn 1 Bona TO: �� l CITY OE NEWPORT BEACH 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92653 FONG TSE 949/614 -3340 L, _- ,PERMI7TEE And subject to the following, PERMISSION IS HEREBY GRANTED to: Install temporary traffic control devices to close southbound PCH (SR -1) left turn lane onto northbound Marguerite Avenue and to prohibit right turn from northbound PCH onto northbound Marguerite Avenue. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 50C (Specific Permits) of the Encroachment Permits Manual, the attached Provisions and Pcrmit Plans dated Apr. 24, 2001. Permittee shall contact Rahim Monajemi, State Permit Inspector, at 9491440 -4480 betwccn 7 AM and 9 AM a minimum of two working days prior to the date of the pre - construction meeting. Failure to comply with this requirement will result it suspension of this permit. Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way on Permittee's behalf. Estimated deposit for OP application is $12UU.00. are also included as (Check applicable) X Yes ❑ NO General Provisions ❑ Yes X No Utility Maintenance Provisions X Yes No Special Provisions ❑ Yes No A Cal•OSMA permit required prior to beginning work: This permit is void unless the work is complete betore This permit is to be strictly construed and no other work No project work shall be commenced until all other nea R. Monajerni Permit Inspector Mtce (2) Ong - Pennittee ATE n....e 1 of I Tn addition to fee, the pennittee will be billed actual costs for ❑ Yes X No Review ❑ Yes X No Inspection ❑ Yes X No Field Work (if any Caaltrans effort expended) is considered prior to .Aay 15 01 08:24a CITY of NEWPORT BEACH 1201 NTK 307 May 8, 2001 State Of California (9491 724 -2265 p.3 • 0 In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: Permittee shall contact California Highway Patrol Officer Barksdale aV7141567 -6000 at least 48 hours prior to implementing traffic control which requires lane closures. • WheneVET the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder nr parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits ol'this work. All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the Each work period. • Orange vests and hard hats shall be worn at all times while working within Stale right -of -way. The full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operatons are not actively in progress. • In case of any discrepancy between Permiltee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. • Unless otherwise approved by the State Permit Inspector no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. Unless otherwise approved by these Permit Special Provisions or by the State Permit Inspector no lane, ramp or shoulder closure is permitted. • Flagg ng shall be performed in accordance to the current "Instructions to Flaggers" of Caltrans. Supplement traffic control devices with "LANE CLOSED" sign. • Ensure that SB PCH Left Turn arrow signal remains RED as long as left turn is prohibited or MASK the arrow signal during construction. • Immediately following completion of the work permitted herein, Permittee shall fax to 949/724.2265 the Work Coml)tetion Notice and Customer Service Questionnaire to facilitate final permit processing. P.0e 9 of Z • 0 PCC WORK LOCATIONS NQ LOCATION STREET NAME& NO. SIDEWALK C & G LF. ACCESS ROOT PRUNING DRIVEWAY SQ.FT. RAMP -SF APPROACH SF Marguerite Avenue 1 721 - 719 Marguerite Ave. 30 84 70 2 713 - 711 Marguerite Ave. 52 3 707 - 703 Marguerite Ave. 26 4 704 Marguerite Ave. 9 5 706 Marguerite Ave. 12 6 619 Marizuerite Ave. 9 7 1609 - 607 Marguerite Ave. 63 8 J605 Marguerite Ave. 21 9 601 Marguerite Ave. 22 10 600 - 606 Marguerite Ave. 90 11 604 Marguerite Ave. 60 12 610 - 614 Marguerite Ave. 63 13 616 Marguerite Ave. 6 14 618 Marguerite Ave. 6 15 620 Marguerite Ave. 27 16 519 Marguerite Ave. 9 17 511 - 507 Marguerite Ave. 53 18 505 -503 Marguerite Ave. 42 19 500 Marguerite Ave. 6 20 504 Marguerite Ave. 7 21 508 Marguerite Ave. 9 22 514 - 520 Marguerite Ave. 106 23 1427 Marguerite Ave. 12 24 421 Marguerite Ave. 6 25 419 Marguerite Ave. 9 26 417 Marguerite Ave. 21 27 3250 E. PCH on Marguerite Ave. 150 28 Bank of America Parking Lot 62 29 418 Marguerite Ave. 22 30 422 Marguerite Ave. 6 16th Street 31 801 Dover Dr. on 16th. St. 100 1 32 16th. St. @ Seagull Ln. 75 33 Seagull Ln. to Irvine Ave. North side) 552 34 2 160 34 116th. St. @ Irvine Ave. 18 162 June 26, 2001 i CITY COUNCIL AGENDA APPROVED ITEM NO. 13 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: 16'' STREET, MARGUERITE AVENUE, SHORECLIFF ROAD, AND CORONA DEL MAR LIBRARY PARKING LOT REHABILITATION - AWARD OF CONTRACT NO. 3393 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3393 to All American Asphalt for the Total Bid Price of $302,302.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $30,000 to cover the cost of testing and unforeseen work. DISCUSSION: At 11:00 A.M on June 13, 2001, the City Clerk opened and read the following bids for this project: 109ifff 1111111.1tw2AV, •PD $ 302,302.00 $ 309,170.00 $ 330,324.75 $ 349,425.00 $ 368,049.20 $ 377,770.00 $ 431,813.50 The low total bid amount is thirteen percent below the Engineer's Estimate of $350,000. The low bidder, All American Asphalt, possesses a General Engineering "A" contractor's license as required by the project specifications. All American has satisfactorily completed similar rehabilitation projects for the City. This project provides for the pavement rehabilitation of 16u' Street from Irvine Avenue to Dover Drive, Marguerite Avenue from Coast Highway to 5t' Avenue, Shorecliff Road, and the Corona Del Mar Branch Library parking lot on Marigold Avenue. In addition, concrete sidewalk, curb and gutter, and cross gutters will be reconstructed and traffic detector loops and pavement striping will be installed within these locations. BIDDER Low All American Asphalt 2 Sequel Contractors, Inc. 3 RJ Noble Company 4 Palp, Inc. 5 Holland -Lowe Construction 6 Flemming Environmental, Inc. 7 Silvia Construction 109ifff 1111111.1tw2AV, •PD $ 302,302.00 $ 309,170.00 $ 330,324.75 $ 349,425.00 $ 368,049.20 $ 377,770.00 $ 431,813.50 The low total bid amount is thirteen percent below the Engineer's Estimate of $350,000. The low bidder, All American Asphalt, possesses a General Engineering "A" contractor's license as required by the project specifications. All American has satisfactorily completed similar rehabilitation projects for the City. This project provides for the pavement rehabilitation of 16u' Street from Irvine Avenue to Dover Drive, Marguerite Avenue from Coast Highway to 5t' Avenue, Shorecliff Road, and the Corona Del Mar Branch Library parking lot on Marigold Avenue. In addition, concrete sidewalk, curb and gutter, and cross gutters will be reconstructed and traffic detector loops and pavement striping will be installed within these locations. Subject: 16'" Street/Marguerite venue /Shorecliff Road and Corona del Mar Library Rehabilitation — Award of Contract No. 3393 June 26, 2001 Page: 2 In order to minimize the construction impacts to the public, All American is required to maintain driveway access to residents before 9:OOAM and after 3:30PM and continuously for all commercial driveways on workdays. Full access to all driveways will be maintained during non -work hours. All American is required to complete the work on 16th Street before August 24, 2001 and the remaining work is to be completed no later than September 20, 2001. There are sufficient funds available in the following accounts for the work: Account Description Account Number Amount PIMP Major Maintenance — 161 Street 7181- C5100590 $199,852 Street, Bikeway and Parking Lot Striping 7013- C5100019 12,660 Sidewalk, Curb and Gutter 7013- C5100020 31,700 Curb Access Ramp Construction 7013- C5100549 16,816 Street/Bikeway Improvements 7181- C5100302 71,274 Total $332,302 Respe tfully submitt PU IC WORKS DEPARTMENT Don Webb, Director -,It Manager Attachment: Location Map Bid Summary .Ti a W m a 3 W Z U. 0 6 u r Z W a W n Y 3 U J ^m IL W Q O S f Q U O v " u O Y W W Y U w f U P U O O N Z� o� Q c V � n ow fL �OJ a Y J D u v A 7 d 0 N O O yyy O F m o YF LL F W O w Z K w z W Z K w a d lT a E f N 0 m m m 0 Y 3 r O 0 O 0 G 0 0 0 0 0 0 ttt 0 O 0 O O 0 p 0 O 0 O Yl O 0 O 0 O 0 r/1 O 0 S� 0 O 0 0 O 0 OD W O O to n� N 0 0 W 0 N 0 0 O 0 N 0 Vt O N N N V1 v .y Lb 1 O LA C OO r*,, F O to n .y N n P O W P O� W R .y b O P b v P E Vv Q W a 0 000000 O O W O� O O Ln n o N 0000 O P H P � O� in P o P 00 O O N o$o0 O O O �Z O O I� T O 1� Oi 1� N rf Vf I� � LA Vf 1� b V1 Vf G O O O S S S O O O O O S S O O O O O O O O O S O O ci C 0 0 0 0 LA O O G O 00 0 0 ul O 0 C O p H Z 0 0 0 0 0 to ul N N O O Ln O O O O I N O O O O O W O O O n b N W O W O tp O T O N n O N O rl c V 00 Ln 0 o 0 o 0 O 0 o 0 0 0 o 0 O 0 o O o O O O o O O to o 0 0 0 0 0 0 0 0 0 o 0 p 0 O 0 0 y. H V' in O O O O O O p 1[f n O O Ltt n O H O O G O O O O O 1`� W Ci W 0 to I[1 n O O ul O� C O S O N Z �p .y N O P M N M n O n N H N P Vt M O� M to p .yCy D m ti P IA M I� N V1 P IA N Uf .� N M V M Ll] M N O c Q �oosssos000so�soosssss Q P o M Lri ri vi o Lri Ln v .. LD of 7 Lc o in v vi vi Lri $ ?� 0 in 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0$ 0 o 0 0 0 0 0 0 Ln Ln 0 0 0 0 o 0 S N M G O O O O O 8 O O O vl O O G O COJ 0 O 0 O 0 O 0 0 W 0 O ul N .+ of Cow O UJ Z O� O O N �O O N to �p VI N rl h N OI M m O � O M w 0 0 0 0 0 0 0 pp 0 o g o 0 0 0 0 0 0 0 p o C IA O O O O O O O O N O O O O O O N O 8 S O C L fV O 00 N G O W N 1� G LO O P M LO OD 1� b O of W z Z M m M M �D N M^ M N N Owl W P tonf J }}} V yy V ZZ r ZZ P Z f ZZ r -0 � VI IoLL N N Q W a 9 J Q W Q W Q W Vcrz J 00 0 o v 0 = V E E E E �vt7 y O f ap C v >> a s ro y N u w f O > o w¢ f ig w > o o (7 � ¢ z >o a m Yoi ac c�'' m Li e c E g a Ll w c 1O v V) c Q H c A c > c< ¢ c°� lg v� t7 m o a E w @ c O 6 E N N Y _u Y u_ Y u 'Li (� U a X O U V U ro N w N ro c o f >= m V U �` ro r c o >" y a s cU D C J� b% J J J C U W N M> m 3 2 2 t% 3 2 `j 2 �c" n c c c C °u c co c c o a ,p.."Q�j p Yn Yn m c" 8 o i F a> U U U° V K K o (.1 K K ce K °a% a¢ nom' .mac, ITIT d lT a E f N 0 m m m 0 Y 3 r O a` O udi J O H O 0 D m O V K LL 7. O H p M H i M F w C7 Y ow Z i Q K � �Gw w Lii w_ z 0 0 QU W d w v a f O c f f 0 m T N c 0 °v L a C O O O O O -ET O m 0 0 0 v1 0 ut O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O v1 V f0 I� O N V 0 0 0 vt ut b N of W V O O Z cr Lr O b N ll1 rl .-i rl ? Q M N Vl N N N 00 M V Q � c o o in 0 0 0 0 0 o 0 o in 0 0 0 0 0 0 0 0 0 lg O O of I, T O� 0 0 0 � N (D O= .r .y 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O p O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O U ti z Z O O O v1 M M 0 O O 0 y O 0 O vi h M O ill f0 vi N V C O O O O G O m O O W O O ul N 0 t` V 0 N of 0 N O� 0 v1 Q 0 O O 0 V 0 O CO 0 O O 0 O n yW O O V vt N M m C V Is n N n rI N W C n Q < E c 0 o 0 0 0 0 0 0 0 0 0 0 0 o in 0 0 0 0 0 0 0 W o N vi vi a w o �o v m a �o %d �6 0 0 �0 0 0 0 0 C ti 00 m1 � .-i V O T v1 w n M ti < N< O F LL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 of 0 0 0 0 0 0 vt O O lh L9 O O O O O O� � d' O� O� T O N N vt M P C N O M Ut ut ut .y (�'1 T W Q• ti M ti T V N vi y O `� M � � ¢ O O V � m 3; 0 0 0 0 0 0 0 0 of 0 0 ut vi 0 0 0 0 0 0 0 0 O O ti 0 O O� rN , .y O ut O O O O J vN t O fN � O W 6 f I O C m Oi = O - Z C F A 2 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 00 2 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 C 0 O 0 O 0 O G 0 O v1 0 b 0 O 0 of N 0 O 0 O 0 O 0 O IA D O N v1 � N O O v1 b O W V N C O N I� OZ N O� O� � C � � M N .-i N �+ ? T N t0 v ON L3 M C Q y} 6 0 O 0 O 0 O O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O �- 0 00 0 O �-i N 0 OJ 0 0 0 0 0 O� N N I� O G ut O O G O Z �D I� vN�� J J }}}} V U yy V ZZ F ZZ r Z F zz F VI J N ut VI vl QQ W W J QQ W QQ W QQ W J Op 0 � v1 0 0 0 0 0 0 0 M M vt O ti N y • .y .v � ti N n N N O n m� N� N I� N N .y Fr" N v U! a y � v l7 vi E m o ; a m O o v n m r v v c V m Q Q m o U O o z _�pp O O y� IO U) E Q w C 0-0 C o o O N> v O c = c c; m u y v y 6 u° U 9 a Q 17 > m H 0 a ELL 'c m xavii O> C m V V V V V U v V> 3 c v° FN ij m ii ii a 'C t'i t'i v x c u v V �° -� a y m N in in i/i O O� o m 0 0 0 o v w o w i' v °o w F- K n> V V U U K C U n' K CL n' K K << w v a f O c f f 0 m T N c 0 °v L a C O 'J �m Q LL = LL Ll J � OW U)w Q ¢ > a W F-- W O CD Lu Z V Q CL Cl) � m CD 0 U /y 4 \v, 1� �4i P� Op p�P 1 00, 4r9o` G 444P c:= 0 Q O J W a U N O O Z Z 0 F U O J Y O 3 �I CITY OF NEWPORT B BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 Holland -Lowe Construction, Inc. 427 S. Pershing Avenue San Bernardino, CA 92408 -1320 Gentlemen: Thank you for your courtesy in submitting a bid for the 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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, otqu� M.44" LaVonne M. Harkless, CMClAAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 Gentlemen: Thank you for your courtesy in submitting a bid for the 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 Sequel Contractors, Inc. 12240 S. Woodruff Avenue Downey, CA 90241 Gentlemen: Thank you for your courtesy in submitting a bid for the 16`h Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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, o�ll m, way LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 R. J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92856 Gentlemen: Thank you for your courtesy in submitting a bid for the 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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, 74 , Xla LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 Fleming Environmental, Inc. 6130 Valley View Street Buena Park, CA 90620 Gentlemen: Thank you for your courtesy in submitting a bid for the 16"' Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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, 0 4 vim- `�7 -War&V� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 20, 2001 Silvia Construction, Inc. 9007 Center Avenue Rancho Cucamonga, CA 91730 Gentlemen: Thank you for your courtesy in submitting a bid for the 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (Contract No. 3393) 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, 0(gdoy .lh- War&,, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach