HomeMy WebLinkAboutC-3473 - Newport Heights Pavement Overlay- �� • •
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CIVIC
June 24, 2004
Bens Asphalt, Inc.
2200 S. Yale Street
Santa Ana, CA 92704 -4427
Subject: Newport Heights Pavement Overlay (C -3473)
To Whom It May Concern:
On June 24, 2003, 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 August 15, 2003. The Surety for the
contract is Travelers Casualty & Surety Company of America, and the bond
number is 103805210. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Sean Crumby, Junior Civil Engineer
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 Fax: (949) 644 -3039 • wAw.city,.newport- beach.ca.us
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
BOND NO. 103805210
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2,991
being at the rate of $ 6.30 per thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Ben's Asphalt, Inc., hereinafter designated as the 'Principal", a contract for
construction of NEWORT HEIGHTS PAVEMENT OVERLAY, Contract No. 3473 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 exea..'ted or is about to execute Contract No. 3473 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Travelers Casualty & Surety 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 four hundred seventy -four thousand, eight hundred twenty-five and
001100 Dollars ($474,825.00) 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.
W.
REGEII'EO 2' -J l'N -02 68:15 ;RG�1- 7. -05z0170� - 0 -Wou6- Gumann Ins PAGE GOG
0 0
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Band, 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 law 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 1st day of July 200F
Sen's Asphalt, Inc. (Principal)
Travelers Casualty & Surety
Company of America
Name of Surety
21688 Gateway Center Dr.
Diamond Bar, CA 91765
Address of Surety
909 -612 -3647
Telephone
John W. ke ton /Chief Financial officer
Authonze Agent Signature
Donald L. Wood, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
P,ECEIVED 27- JUN -02 08:45 FRU- 7745401709
29
TO- Wood - Gutmann Ins PAGE 007
0 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
On
Date
personally appeared
I ss.
hpfnra ma Jan -EL12n B. Sl::r idcr NDtaiy Pi)lic
V personally Known to me
p 11.11 to Ills all the
v e
to be the person}�1 /whose name is /an
subscribed to the within instrument and
r °'4, JAN-ELLEN B. STRUDWICK
•' LL'
COMM IN 1201391 ch acknowledged to me that h executed
p Notary tou-Ac- California the same , in In e air a uthoDiz ed
' tdycorn 95souExp'rres ..b capacity and th t by his �n�il NOVEMBER 12. 2002 �" signatur ( on the instrument the persothe entit upon behalf of which the perso
acted, executed the instrument.
WITNESS my hand and lclal seal.
Place Notary Seal Above 1 Sionarore of 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
,Dokument
- • •- • •. - �L�. �f�l�!t►`. 17ZIa� .�w'NS�iaiile.7��11��tiTfiilJ�
Document Date: I I � I 0 Number of Pages:
fi
Signer(s) Other Than Named Above: (k l� r A
Capacity(ies) Claimee Signe
Signer's Name:Y� (� • lZ�
Individual
�" 1\1j Top of (numb Hero
Corporate Officer — Title(s): C, v f r
C Partner —"l Limited _7 General j
Attorney in Fact
Trustee
D Guardian or Conservator
Other:
h�,rr
Signer Is Representing: 3,0,j'\�2
O 1997 National Notary Association - 9350 De Soto Ave_ PO. Box 2402 - Chatsworli-, CA 91313 -2402 Protl, No 5907 Reorder Call Tcl! -Free 1-800-875-6827
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of Orange
On 7/1/02 before me, Paula Rosecrans
Data Name and Title of Officer loC.. "Jane Doe. Notary PubliCj
personally appeared Donald L. Wood
Names) cf Signegs)
PAULA ROSECRANS
it- ,{ COMM. #1259428
Notary Public-Califomia y
Lu •7� ORANGE COUNT
My Comm. Exp. April 3, 2004
Place Notary Seat Above
O personally known to me
roved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, exec uc t d the ins franient.
WIYNESS fny hand and 9ffic al seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document IIft
and could prevent fraudulent removal and reattachment of this form to another document. Lei
Description of Attached DocumentI
Title or Type of Document: Performance Bond for Ben' s Asphalt / City of '',ewport
�XBeach
Document Date: 7/1/02 Number of Pages: 2
Signer(s) Other Than Named Above: Princ
Capacity(ies)
Signer's Name:
Individual
O Corporate O
p
Partner —
Attorney in
0 Trustee
Guardian or
Other: _
Claimed by Signer
Donald L. Wood
Top of thurno here
fficer — Title(s):
=.i Limited i.. General
Fact
Conservator
Signer Is Representing: Travelers Casualty & Sur e y Co nflAmprinA
Wood— Gutmann Insurance Brokers
S
01999 National NotaryP ocalion•9360 00 Soto Ave.. F.0 Soi,2402'Crilevveile CA91313 .2402- Avevnationaloo;ary.otg Pica, NO. 5907 Reamlec Call Toll Free 1-8W 876 U27
• i
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY CO. ANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 5th day of July, 2000.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
r E O z
TRAVELERS CASUALTY AND SURETY COMPANY OF AN ERICA
TRAVELERS CASUALTY AND SURETY COMPA -N'Y
FAR.MINGTON CASUALTY COMPANY
George W. Thompson
Senior Vice President
On this 5th day of July, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn,
did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
0
CERTIFICATE
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this let day of
July , 20 02.
{rI
Kori M. Johanson
Assistant Secretary, Bond
• 4W
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CIVIC
August 15, 2003
Ben's Asphalt, Inc.
2200 S. Yale Street
Santa Ana, CA 92704 -4427
Subject: Newport Heights Pavement Overlay (C -3473)
To Whom It May Concern:
On June 24, 2003, 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
July 11, 2003, Reference No. 2003000515416. The Surety for the contract is
Travelers Casualty & Surety Company of America, and the bond number is
103805210. Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Sean Crumby, Junior Engineer
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - wwcv.city.newport- beach.ca.us
0 0
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 specifications accompanying the same shelf in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 1st day of July , 2002.
_ e �
Ben's Asphalt, Inc. (Principal) Auth a "I �tle
John W. Sis ngton /Chief Financial Office
Travelers Casualty & Surety \\
Company of America
Name of Surety
21688 Gateway Center Dr.
Diamond Bar, CA 91765
Address of Surety
909 - 612 -3647
Telephone
Donald L. Wood, Attorney- In-Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
RE "E IVEO 27- JUN -02 0 6:45 =ROh- 7145401709
TO -Mood- Gutmann fns PACE any
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
On I2I N-
Date
personally appeared
I ss.
htcfnrP ma. `1ar� B. StrLl ck, ISary Pulax
r _ -.r JAN -ELLEN B. STRUDWICK
J CO M.41201391
o Notary publicCalifornia
N orange County
My Commission Expires
4.o...y NOVEMBER 12, 2002
D;( personal) known to me
d to eon asis c
ev' c
to be the person,(s'<whose nampK), is�
subscribed to the within ins ument and
acknowledged to me that he e/t executed
the same in his r/t r authori ed
capacity (i ) and that by his/ r/t Ir
signature( n the instrument the pe son or .
the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my and a official seal.
n uQ�
Place Notary Seal Aoova Signawre o1 ary 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 ocument
Title or Type of Document: Pa t�_�� —_ iU ( �j r
If )f�)Y+
Document Date: -7 I t ( o2
Number of Pages: Z
Signer(s) Other Than Named Above: 96f'A 'A I_
Capacity(ies) Claimed bSigner
Signer's Name: — y1p -�(
❑ Individual
ly Corporate Officer— Title(s): Top of thumb here �.�
D Partner — ❑ Limited ❑ General
Attorney in Fact
D Trustee
D Guardian or Conservator
Other:
Signer Is Representing:,(��
n 1991 National Notary Association 9350 Oe Solo Ave., PD. Box 2402 • Chatsworth, CA 91313 -2402 Prod. No 5907 Reorder: Call Toll -Free 1- 800 -876 -6827
0 9
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of Orange
On 7/1/02 before me, Paula Rosecrans
Date Name and Title of Officer (e.a.,'Jane Ooe. Notary Public')
personally appeared Donald L. Wood
Name($) of Signer(s)
PAULA ROSECRANS
S COMM- #1259428
W:.� Notary Pudic- CaIBorna y
r ORANGE COMITY -,
My Comm. Exp. April 3, 20(14
Place Notary Seal Above
G pe sonally known to me
h proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /herltheir
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
act i d, exe led the inst nt.
WIT SS my hand and off ial seal.
GGCti �'p
OPTIONAL
Signature of Notary Public
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
Document Date: 7/1
Signer(s) Other Than Named Above: Principal
Capacity(ies) Claimed by Signer
Signer's Name: Donald L. Wood
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
lL4 Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
C Other:
Signer Is Representing:
Number of Pages:
SWood – Gutmann Insurance Brokers
®1999 National Notary Association - 9350 De Soto Ave.. PO. Box 2402 • Ceats,vorm CA 9131 3 -240 2 • ww oni,cnalnotary,org Pron. No. 5907
Beordec Call Toll-Free 1 860.876 6827
Beach
0
IN WITNESS WHEREOF, TRAVELERS CASUALTY A_ \D SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and F.AR ENGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 5th day of July, 2000.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
tY A
��yn supflr e��� �0s �^SU�(t
3`! l E �� yt � ?�°Rr� a
f?'HARr -710 '`t W eNARfFOPI, n i n1982� o
i
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARAM`iGTON CASUALTY COMPANY
�i
George W. Thompson
Senior Vice President
On this 5th day of July, 2000 before me personally came GEORGE W. THOIVIPSON to me known, who, being by me duly sworn,
did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
ffi
axed to the said instrument are such corporate seals, and that heshe executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
0
V-�Q1.�
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 1st day of
July 2002.
OOCONN
a •III HARfFoRG S ( �„�, i�A,cS a
By
Kori M. Johanson
Assistant Secretary, Bond
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in Official Records of Orange
Tom Daly, Clerk- Recorder
II! I! II !II!!'IIIIIPii!II!!IIII11III!li illll'IllliililillilllilNOFEE
2003000815416 09:50am 07111103
214 95 N12 1
0 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
'Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Ben's Asphalt, Inc., as Contractor,
entered into a Contract on June 25, 2002. Said Contract set forth certain improvements,
as follows:
Newport Heights Pavement Overlay (C -3473)
Work on said Contract was completed on March 14, 2003, and was found to be
acceptable on June 24, 2003, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Travelers Casualty & Surety Company of
America.
B
Public Wor irector
amity ofJz! wport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed one J 2)
BY
at Newport Beach, California.
�EwPpRr
.O O
U e.�
C�CIF00.H�P
v
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
June 25, 2003
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notices of Completion for the Balboa Island Pavement Reconstruction
Phase 2 (C- 3555); the 2002 -2003 Sidewalk, Curb and Gutter
Replacement (C- 3534); and the Newport Heights Pavement Overlay
(C -3473)
Please record the enclosed documents and return to the City Clerk's Office.
Thank you.
Sincerely, �
10�
LaVonne M. Harkl�ss, CMC
I City Clerk
Enclosures
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
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 Ben's Asphalt, Inc., as Contractor,
entered into a Contract on June 25, 2002. Said Contract set forth certain improvements,
as follows:
Newport Heights Pavement Overlay (C-3473
Work on said Contract was completed on March 14. 2003, and was found to be
acceptable on June 24, 2003, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Travelers Casualty & Surety Company of
America.
B
ubtic Wor irector
'----City ofA wport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on tJ at Newport Beach, California.
BY �� l3^ SEW GpgT
ity Cle— r (J
O`
U �_
d
c�4 FOANP .
CRV OF NcWAOB; tt_Ati"
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
,i ,•;;:.� ", L,r Agenda Item No. 5
June 24, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Sean Crumby, P.E.
949 - 644 -3311
scrumby@city.newport-beach.ca.us
SUBJECT: NEWPORT HEIGHTS PAVEMENT OVERLAY — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3473
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 25, 2002, the City Council authorized the award of Newport Heights Pavement
Overlay project to Bens Asphalt, Inc. The project provided for pavement, sidewalk, and
curb and gutter rehabilitation of:
Bolsa Avenue from Clay Street to 15`h Street
Broad Street from Westminster Avenue to Bolsa Avenue
Cliff Drive from Santa Ana Avenue to Riverside Avenue
• Beacon Street from Cliff Drive to Santa Ana Avenue
Santa Ana Avenue from Old Newport Boulevard to Cliff Drive
Sea Gull Lane from 15`h Street to Sherington Place
Sherington Place from Irvine Avenue to Sea Gull Lane
32nd Street from Newport Boulevard to Lafayette Avenue
LaFayette Avenue from 32 nd Street to Via Lido
SUBJECT: Newport Heights Pant Overlay, Completion And Acceptance of Contra. 3473
June 24, 2003
Page 2
A summary of the contract cost is as follows:
Original bid amount:
Final bid quantities
Total amount of change orders:
Final contract cost:
$474,825.00
$482,167.99
$27,711.29
$509,879.28
Two change orders were approved due to miscellaneous field conditions encountered
during construction that amounted to an increase of $27,711.29. The net overall
construction cost including change orders was 7.38% over the original bid amount. The
two change orders are detailed as follows:
1. City added sidewalk, curb and gutter work on Cliff Drive and 32nd Street. A
portion of this expense was reimbursed by a resident.
2. Reconstructed the entire Lafayette Median Island to provide improved
accessibility and remediated two residential driveway access problems.
Change order number one extended the construction time to December 17, 2002.
Ben's Asphalt had previous commitments before the second change order was added
and was not immediately available to complete the extra work. After re- mobilizing, the
additional work was completed on March 14, 2003. Since this time, staff has been
working with the contractor to reconcile quantities of work performed. Also a step
notice for $39,479.45 has been filed by EBS Concrete and is still outstanding.
The construction has been completed to the satisfaction of Public Works staff.
However, extraordinary efforts were required throughout the project to insure that Ben's
Asphalt followed proper safety and construction practices. Some of the problems
encountered by City staff throughout the project included:
• Marginal work quality requiring extensive daily staff inspections, interventions,
and in several cases removal and replacement of improvements
• Poor supervision throughout the job, subcontractors work was at times
unsupervised and lacked coordination
• Unsatisfactory construction phasing and traffic control, which in some cases
created unsafe and dangerous driving conditions
Funds for the project were expended in the following accounts:
Description Account No. Amount
Measure M Turnback 7281 C5100646 $468,593.88
Gas Tax 7181 C5100642 $41,285.40
Total $509,879.28
Environmental Review: The project was determined to be exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA
Implementing Guidelines at the time the project was authorized by the City Council.
This exemption covers the maintenance and alteration of existing public facilities with
SUBJECT: Newport Heights Paver�verlay, Completion And Acceptance of Contract 473
June 24, 2003
Page 3
negligible expansion of the facilities in areas that are not environmentally sensitive.
The project involved removal and repair of existing roadways, sidewalks, and curb and
gutters.
Prepared by:
6i
an Crumby, P.E.
Junior Civil Engineer
Submitted by:
I.
i
i
f
1
I
JUN. 26. 2003 1:26PM PRE LIM FHONE
Release of Stop Notice
NO. 6510 P. I/1
Caaaoarioa Liidv (air per• wah whom Sbp No= "W4
To: C,14 of Ne t4ngA -T_ 73eACA -h
I p .
' �bo New �Ud
„dihm
i n W 1Di1�
MAY. state, a • ip
Y u are hereby notified that the undersigned claimmd releases that certain Stop Notice
�ted_VQ h� , in the am unt of s Y R, 479 45
ainst
owner or public body and vj5 _ nc.
y prm oonmd torin connect ith the work of mm(�ent known as i � i
I NVO, 1-
U ✓Q/I�CJ. -�
in;the City of '. S Z ptZA -T%P
State of California T
AAtea �y
I
I
� v
� o d
County of r)v a a p
.II . . 11 :1 rE .11 0m •
�—
OIL
VERIFICATION
1. the wdGrsigmed, swe: I
� ( °�sa ar. °nr::dae wr. °� tutaa er,'V.m a♦n, as.>
the daiaamt named m the foregoing Release, I have teed said Releaw of Stop Notice and know the contents thefcK and
I certify that the satire is cue of my knowledge.
I cettifr (or declare) warder penalty of perjury and /er the laws of the State of California that the foregoing is true amid
comet Exautedon JlAYI� ��O yl�at C7 Califo 'a
c
j (Sipprare orC7rmlor >
7i
r
SARAH D. ALLEN
Q
COMM-4 1232868 D
QI a.a
NOTARYPUBLICGCALWORNIA D
San Bernardino County
MY Comm. Exo.re$ AoWst 22.2903
0
E
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF RIVERSIDE
On 6/26/03 before me, Sarah D. Allen — Notary Public personally appeared
Thomas E. Nanci personally known to me to be the person whose name is subscribed
to the within instrument and acknowledged to me that he executed the same in his
authorized capacity, and that by his signature on the instrument the person or the entity
upon behalf of which the person acted, executed the instrument.
WITNESS my hand and official seal.
SignatLre of Not. Public
,_ .
'.:
SARAH D. ALLEN
Q
Comm. N 1232868 W
-
NOTARY PUBLIC - CALIFORNIA D
Q''�
San Bernardino County
My Comm. Fxpves August 22, 2003
OPTIONAL
'Chough the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
Release of Stop Notice
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES 1 DATEOFDOCUMENT 6/26/03
❑ INDIVIDUAL
❑ PARTNER(S)
❑ OTHER:
CAPACITY CLAIMED BY SIGNER
n CORPORATE OFFICER Controller
❑ ATTORNEY -IN-FACT ❑ TRUSTEE(S)
SIGNER IS REPRESENTING: Elite Bobcat Service, Inc.
NAME OF PERSON(S) OR ENTITY(S)
NOTICE TO
t- J
Stop Notice
CALIFORNIA CIVIL CODE SECTION 3103
(If Private Job- file with responsible officer or person at otlice branch of construction lender administering the construction funds or with the
owner - CIVIL CODE SECTIONS 3156 - 3175)
(If Public Job- file with office of controller, auditor, or other public disbursing officer whose duty is to make payments under provisions of the
contract - CIVIL CODE SECTIONS 3179 - 3214)
Prime'C3nttactor: _ _ Ben's Asphalt, Inc.
Sub Contractor (If Any): Elite Bobcat Service. Inc.
Owner or Public BoJI: The City of Newport Beach
Improvement known as: Newport Heipllts Pavement Overlay
(Name mil ai! eo r f, wv o cork /imprtnemrrrr)
In the city of Newport Beach County of Orange
State of Calif im ia.
Elite Bobcat Service. Inc. Claimant, a Corporation
I(7almmrq (C¢Parmiwr pu"' -' np.Ydr Prcprrer¢.dip)
furnished certain labor, service, equipment or materials used in the abosc described work of improvement. The time of the person or company by
whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is
Ben's Asphalt. Inc.
/Name nJY,Aa'waramr Cwnr¢rw p�rwnawGlrq '
The kind of labor, service, equipment or materials famished or agreed to be furnished by claimant was
Removals & Concrete Work
;a Prwru
Total value of labor, service, equipment or materials agreed to be furnished ............ ............................... E (��• - _ -
Total value of labor, service, equipment or materials actually furnished is .............. ............................... S i ba -50
Credit for materials returned, if any ........................................................... ............................... S .F)'
Amount paid on account, if any .............................................................. ............................... S 1e2 11Q O 3
Amount due after adjusting all just credits and offsets ................................... ............................... S 312. ��
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in
the amount of S and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as
provided by law.
A bond (CIVIL CODE SECTION 3083) IS MOT' attached. (Bond required with Stop Notice served on concoctions
(h i> rmp
lender on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs).
Date s1,3 %NameofClaimant E�r•� -- aaFiGl 'i'$�I'll/tGtc•/ISC.••......_.- ...
m �
In
R'h!- un'aefsl� ielFilarc' I�
By
(Perm .Nome/
/32,0 E. G St Sri, AD
�IZes�oektrr _
(O�cia /C'apaa'ipj
the claimant named in the foregoing Slop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is
true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed on wot� L3 , 20 0 Z, at ` 43 strl x lao COROrm fw
State of !JRAF7WI/- S If ,// l^
/Sigrnnrre n Cla,mmn s Amb..rrv/AgrrrJ
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections
3235 or 3162, phrase send notice of such election and a copy of the bond within 30 days of such election in the enclosed preacklmssed stamped envelope
to the address of the claimant shown above. This information must be provided by you under Civil ode Sections 3159, 3161, and 3162.
Signed:
I('b...or..v.rrin.F ukiraJ>amrP^r ^rwii'rJ
_ • • C38)
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. io
May 13, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COU
FROM: Public Works Department
Sean Crumby, P.E.
949 - 644 -3311
scrumby@city.newport-beach.ca.us
SUBJECT: NEWPORT HEIGHTS PAVEMENT OVERLAY— COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3473
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 25, 2002, the City Council authorized the award of Newport Heights Pavement
Overlay to Bens Asphalt, Inc. The project provided for the pavement, sidewalk, and
curb and gutter rehabilitation of:
• Bolsa Avenue from Clay Street to 15`" Street
• Broad Street from Westminster Avenue to Bolsa Avenue
• Cliff Drive from Santa Ana Avenue to Riverside Avenue
• Beacon Street from Cliff Drive to Santa Ana Avenue
• Santa Ana Avenue from Old Newport Boulevard to Cliff Drive
• Sea Gull Lane from 15" Street to Sherington Place
• Sherington Place from Irvine Avenue to Sea Gull Lane
• 32nd Street from Newport Boulevard to Lafayette Avenue
• LaFayette Avenue from 32nd Street to Via Lido
SUBJECT: Newport Heights Pav Overlay, Completion And Acceptance of Contract 473
May 13, 2003
Page 2
A summary of the contract cost is as follows:
Original bid amount:
$474,825.00
Final bid quantities
$458,416.49
Total amount of change orders:
$27,711.29
Final contract cost:
$486,127.78
Two change orders were approved due to miscellaneous field conditions encountered
during construction that amounted to an increase of $27,711.29. This increase was
offset by a decrease in final bid quantities. The net overall construction cost including
change orders was 1.02% over the original bid amount. The two change orders are
detailed as follows:
1. City added sidewalk, curb and gutter work on Cliff Drive and 32 0d Street. A
portion of this expense was reimbursed by a resident.
2. Reconstructed the entire Lafayette Median Island to accommodate the disabled
and remediated two residential driveway access problems.
Change order number one extended the time to December 17, 2002. Ben's Asphalt
had previous commitments before the second change order was added and was not
immediately available to complete the work. After re- mobilizing, the additional work
was completed on March 14, 2003.
The construction has been completed to the satisfaction of Public Works Staff, however
extraordinary efforts were required to insure that Ben's Asphalt followed proper safety
and construction practices. Some of the problems encountered by City staff throughout
the project included:
• Marginal work quality requiring extensive daily staff inspections, interventions,
and in several cases removal and replacement of improvements
• Poor supervision throughout the job, subcontractors work was at times
unsupervised and lacked coordination
• Unsatisfactory construction phasing and traffic control which in some cases
created unsafe and dangerous driving conditions
Funds for the project were expended in the following account:
Description Account No. Amount
Measure M Turnback 7281 C5100646 $444,842.38
Gas Tax 7181 C5100642 $41,285.40
Total $486,127.78
Environmental Review: The project was determined to be exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA
Implementing Guidelines at the time the project was authorized by the City Council.
This exemption covers the maintenance and alteration of existing public facilities with
SUBJECT: Newport Heights Pa t Overlay, Completion And Acceptance of Contra 3473
May 13, 2003
Page 3
negligible expansion of the facilities in areas that are not environmentally sensitive.
The project involved removal and repair of existing roadways, sidewalks, and curb and
gutters.
Prepared by:
Sean Crumby, P.E.
Junior Engineer
Submitted by: -
i
Badum
s Director
• CITY CLERK
CITY OF NEWPORT BEACH
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 10:00 AM on the 13' day of June 2002,
at which time such bids shall be opened and read for
NEWPORT HEIGHTS PAVEMENT OVERLAY
Title of Project
Contract No. 3473
$ 470,000.00
Engineer's Estimate
,Wen G. Badum
is Works Director
pN
L�
�\oo�,N��sGay r��o�sie
r�Q_rr Ga.
Cost of Plans and Specs
$ 25.00
Prospective bidders may obtain one set of bid documents at actual
cost at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
Contractor License Classification(s) required for this project: "A"
For further information, call Fong Tse, Pro*ect Manager at (949) 644 -3340
I
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................3
BIDDER'S BOND ............................................................................... ..............................5
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7
NON - COLLUSION AFFIDAVIT ......................................................... .............................11
DESIGNATION OF SURETIES ........................................................ .............................12
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13
ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15
INFORMATON REQUIRED OF BIDDER ......................................... .............................16
NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19
CONTRACT..................................................................................... .............................20
LABOR AND MATERIALS BOND .................................................... .............................26
FAITHFUL PERFORMANCE BOND ................................................ .............................28
PROPOSAL................................................................................ ............................... PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
2
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
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
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
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. The successful bidder's security shall be held until the Contract is executed.
Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to
exceed 60 calendar days after the successful bidder has signed the Contract.
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.
7. 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
Ch]
0 •
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.
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.
668417 C12
Contractor's License No. & Classification
Ben's Asphalt, Inc.
Ri.�rle�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
BIDDER'S BOND
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 total Amount
Bid Dollars ($ 10% ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the gonstruction of
NEWORT HEIGHTS PAVEMENT OVERLAY, Contract No. 3473 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 fails 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 shall 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
obllgatlons under this Bond.
Witness our hands this 11th day of June
Ben's Asphalt,' Inc. I r .(:„
Name of Contractor (Principal) A on . Si t re Itle
Travelers Casualty 6
Surety Company of America
Name of Surety Author ed Ag:ood, Signa
21688 Gateway Center Dr.
Diamond Bar, CA 91765
Donald L. Attorne -In -Fact
Address of Surety Print Name afid Title
909- 612 -3647
Telephone
(Notary acknowledgment of Principal ✓£ Surety must be attached)
5
RECEIVED 03- JUN -02 0 9:50 FROM- 7145401709 TO -Wood- Gutmann Ins PAGE 002
• •
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
On l.0 I L !i ,
Date
personally appeared
I ss.
before me, Jar - RF n B. Eck' [may ptlic
� _ �,, JANELLEN B. STRUDWICK
�� CGMM.p 1201391
c Notary PubliaCalifornia
orange County
My Commission Fapiros �
r �,.o;.,,. NOVEMBER 12, 2002
Itie of Officer (e.g., 'Jane Doe, Notary
'.a',�rhl
personally known to me
ro o m n
to be the person whose nameys�'is�
subscribed to the within Ins u(nent 'and
acknowledged to me that hepl�y executed
the same in his /h � authorized
capacity' s), and t aGt�by his r
signatu e( on the instrument the perso�or
the entit�on behalf of which the pi
acted, executed the instrument.
WITNESS my hand and official seal.
Place Notary Seal Above Signature of No gry Pmt ublic
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:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Tap of thumb hero
Corporate Officer — Title(s):
Fl Partner — rl Limited Ci General
CI Attorney in Fact
1 Trustee
❑ Guardian or Conservator
L I Other:
Signer Is Representing:.___
JD 1997.9elivoal Notary Association - 9350 De Sato Ave.. P.O. Sox 2402 • Chatsworth, CA 91313 -2402 Prod No 5907 Reordc, Call Tol6Free 1- 000 -875 -6821
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California -
ss.
County of Z_ QL �Q,
On Al ._ � D( )a-- before me, �_ CrrS
Data Name and Lde cl Officer ee,, Jane One Notary Prvic i
personally appeared _- 1- CLL~ -lo� L • (,yOOC� - --- --........_.- _..._...._...- ........ _.. ....
NdmB�e� of $ 6�at�51
3�personally known to me
proved to me on the basis of satisfactory
evidence
JENNIFER _. HENRICKS
Commission IF 1327232
ti Notary Public - California
Orange County
kty Corinn. E>�irea C[Y 28.2DD5
to be the person(,] whose name(lA is /afe
subscribed to the within instrument and
acknowledged to me that he%her" executed
the same in his /herflheir authorized
capacity(W, and that by his /herlftrnir
signature(?) on the instrument the person(, or
the entity upon behalf of which the person(
acted, executed the instrument.
WtTNESS my hand and offi 'al I I
t
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 or this form to another document.
Description of Attached Document
Title or Type of Document: i _P�o (Y1
Document Date: L �l l l V '%00 Qi- __ _ Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
-. Individual
Corporate Officer — Title(s): _.
Partner -- Limited General
�? Attorney -in -Fact
Trustee
- Guardian or Conservator
Other:
Signer Is Representing.
t :amo here
Z +999 Naoonai NOetry assncuuo1 •9360 01 Solo Ave P¢d.NO.S90 'I'm �01%1free 80Ual&680
i�
0 0
LV WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY" COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMLNGTON CASUALTY CONIPANY halve caused dus instrument to be
signed b} their Senior Vice President and their corporate seals to be hereto affixed this 5th day of July, 2000.
STATE OF CONNECTICUT
)SS. Hartford
COUNTY OF HARTFORD
'1��1r� 4� NpS GASfI,��'
3' HM1' q-�qA i 5 iuFr.OR =. < � 19 8 2� o
GOfiV. � F COHk o y"��„S n
/ t 6 a
r�� /�V� �•di •+1� ii. . '1
TRAVELERS CASUALTY A.ND SLRETY COMPANY OF AMERICA
TRAVELERS CASUALTY A.ND SLRETY COMPANY
FAILMINGTON CASUALTY CONIPANY
IN 97 OWN
George W. Thompson
Senior Vice President
On this 5th day of July, 2000 before me personally came GEORGE W. THOI PSON to me known, who, being by me duly sworn,
did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY A_ND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY !CND SURETY COMPANY and F.AR.MINGTON CASUALTY COIWA \Y, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by
authorin of his/her office under the Standing Resolutions thereof.
�p.TET� m
e+ pURtlp t \��
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMEtiGTON CASUALTY CO.NIP.ANY, stock corporations of
the Sate of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authonn, are now in force.
Signed and Sealed at the Home Office of the Compam'. in The Cite of Hartford, State of Connecticut. Dated this 11th day of
June 2002
�? `tux rJraa,l i
®RS�e-
By
Kori M.Johanson
Assistant Secretary, Bond
• 1
pagatue s+ n ganlm op Sunlep:apun
;o puoq ALm of Iaadsoi glus amity app w ,SupdwoD zql uodn ampmq pup pgpA aq Iltgs pas alnucsorj put amlp•.ius almns0ej g0ns Aq payrliao
put palraaxa os :a.rod ions .SLR pup Auedwo� acp uodn SurpLnq pue pipA aq tpgs leas zlnuisotj :o =uueus a{mnsatj lions `oL,rpaq airmjrL 3 to
Aawoue jo ia.r od gans riot pup'Joa :ail a:nmu aql m . jolv2Tjgo saunuM sgpo put souryui:apur, put spuoq Suiisnir put mmnooxz jo Xpo sasodmd
;oj loe3-u!-sAawouN:o saupla:aaS lup;s+ssV luapcsad 'sluapcsa;d aa+A luapcszlj amimcddu ola:agl amiela: zipa>acuaO.Sup of :o Aawoue jo :a.mod
,Sup of ajmnsatj Aq paxgjp aq Xrw .iutdwo0 Dip jo leas Dip put ',imra:nps iums+ssV Aue 'Almp !OaS Aue )uap:szad aa+A luepscssV Aut 'luap+sa:d
aacA .out 51Iapusa;d aauA ;on;aS .Sot 'icap+sa;d aacA annnaax3 Aut 'luappsa:d :s:aaupo Su}uoiloJ aql JO L;apa jo amlcua+s agp ltgy :Q3y0A
aaajja pur aa.loj pnj ui .coo si oonnlosag
gaigm `.ikvnkT0J )u-r .,iSVJ Nz010!\jxHvj Pue AAVdlk.OJ A132I1S Qh'V klTv:7SVJ S"H3-13A0--i1'VJRI311't
30 AA-VcIKOJ AIM'1S GXV A1'rVISVJ SH3I3Av —d.L jo suo ;aaJIU jo spJeog aq; Sq Palo.+ uonnlosay ouipue ;S
oui.bopoj aq1 jo S;uogpnp .Cq pup capon alimisatj .CG paieas pup pauois si .tiuogmv jo a;royi>:aJ pur .Cawoiiv jo aamod sigy
•vuotpntjo uonpaalap upLuN% e o; luansmd s :aaplio.iu dwoD a;ow 30 auo
io Aivotpn jo salpoyn:ao raga ;o alpa_pu7.:ao :aq :o sit; m paquasa:d :a.rod ail of uluns:nd slunv put latj- m- s.iawou>; avow :o zuo.iq (pannba:
Jc 'p:as :spun) pamaaxa riinp (q) jo '.ilplauaS pupis+ssV io Amla;aaS p .Sq leas s,nuedwo0 aql 411-+ paltas put papsaue :ilnp pue.Smpanps wrisusV
riot :o .Sn.a;aaS alr;odo:) alp ':omstpli luruissV riot ':amseaj.L Pip )uapusa:d aaiA puoaaS dot )capcsz:d aapA .Sue 10 luap+sa:d 00;A :oivaS
Aup 'lcappsald 201A anulnaax3 ,Sum 'v wvn.vqD aolA Am 'luapcsa:d ail Aq pauaps (e) uagA Autdwo:) aqi uodn Smpwq pur pipe aq Ilegs Sur pi:apun
1pironipuoo :o 'aauezwaoaa; 'puoq u jo Pliun am m ,uole8iigo Snilu.M :o 'iun;mapm jo laenuoo `a0upzcuaoaal `puoq .±up legy :G31OA
'dscna:azS Di, jo aoiylo ail m pa;pj s+ joa:agp .idoa r pup a',mur in
si uoneSzlap gans gaga legs papiAO:c `.icipdwo:) snp jo saa.ioldwz ;o s_•:>,ypo atom :o auo of .Uuoglnt SmoSa:oj ay1 jo upd ,iup to Ipi aleaalap .Sew
puapisa:d aacA .iue 10 luapusa:d aa;A :on:aS .iue )uapcsa:d aaiA a, +rn�ax3 riot `utwntU aorA .Sue )uapcsaid ag1 'up:uncgD agp Wi ]. :C13-LOA
':aq :o wry uaAia ;a.»od ayl ayo.+ap pup zzluuoddp
q =its .iue z. +owa: riew cur; .it-p m saolaan0 to pmoE acp :o s:aaypo pits jo .iue pile suiu oare u a; 'puoq a jo a:weu ail
Ln .S;olea:leo same. +m :aglo put `.&=pm jo s:atnuo0 `saaupzcLaoaa: ' spuoq leas s; iuedwoD Dip qpt„ leas pLT awtu s,AuedwoJ Pip qit„ USis of
aquasa:d Apw .vuoglnt jo alpacjn;aa ;aq :o sit; sp .iluoppne gans aalmodde gans anus .Sew pue Autdwoo ail to plrgzq uo put :ol re of slcaaV put
aDS
:oe j- m -s.+z: io1:v imodde .iew .vt;a.: ^aS luplscssv X= ;o .irp:a:azS alu:od:o0 Pip ':amsuoi j lucros:ssv .Sup ';amspa:l ayrl 'luapua:d aa1A pu0
� :uu `icap:sa :d aatA .gut `luapcsa:d aauA :ocuaS .iUe 'puapisa :d aacA aAnnaax3 Aue'utuuurgD aauA .iue'luapusaid agp'ucu.:.npgJ ail MU :Q3.LOA
:ioajja pup a»oj IiTy ui .nou
ass suonnlosay gory.» `saiuudwo� pies jo suonnlosad TuipusiS Fui. + +o {loj aq1 jo .vuoglne Aq put ;apun apew sr roaunuioddc snly
'pauLlguoa
put pagne:.+galaq a:e 'uania uia;aq .vuoipne ail of iuunsand )oej- ui- (s)AaujouF' pies jo sloe oql lit put 'saruedwoJ aqp jo sraoipo
pozilmpne ,Slnp aq7 .iq pauois a:a.t+ awns ag1 ji se ivalxa awes aqp op pue .+lpy se ,iga;acn 'saiuedwOD ail pupq of Put ola:agl Iuap+oui
sluasuoo lTt pus .+ue put ou >Jel apun leuo. puoo jo 'aoueznlnooaj 'puoq e jo a:nleu aql ui ,voleoilgo sounu +i iaglo Put ' Slnnuapui
jo n snun `saouuz uSooa: spuoq lit pus .+up ):)e put amleuois alos :aqs q .Cq :(s)luawnnsui aur�lolloJ a41 's.,pplS pepnlfl ag1
u g1 could .iue m `aSpolmouyoe pus alnoaxa 'ueis of pauajuoo .�ga:aq .Uuoglne put :amod iinl gppA 'poej- ui- (S)Xau oIIV (njn+sl put
ann :iagl 'rIu-lo }11rJ `unsny jo '1-leoog •S IlLtDN luurmin0 3 saumf 'poo,» -j pfruod :iuioddt put almnsuoo 'ay,-!.w sluasajd
asaip Aq op put 'pamiodde put palnlnsuoo 'apew Tuq (_sanredwoJ„ aqi :alpuiaiaq) `In:)mmuoD jo DiMS `pjoprr;l ;o .UuncD
p:o¢ eH jo .UiJ ail ui saopgo lediouud nail SUL%Lq Put )nonoauuoJ Jo DIMS alit Jo s.t� ai :apun pazrlr_o;o Ainp suonmodaoa
A \�'dl\OJ A17V 15VJ . \Ol`Jtijj,.If •3 Put A.\Y&KOJ A13dIS G.KV AI'ItlRSVD S2i373wldl 'vDrHaI\ -'
30 .L \�'dI�OJ A13SIS (Jtit AITV.^ISV:) S- d3'73At -dl 1F-Hl 'SIN3Md 353Hy Ag S \OS2i3d ijv mcsN
1JF3 :1 (S)A3. \TiOlyt'.io ,k LI-8OH1:]F' j0 31VJ131,LH3J 4\t• A3NNO11V 30 N3.'AOd
Z906-CS190 lnapaauuoJ 'p:ojl:rH
:A \l-'cfNOJ :A17V 1SVJ N019NIKUV3
:- \-tall OJ .A131UIS CL\V A1'IYASVJ SN3- ]3AVd.L
VJI83ICV 30 .A. Y&NOJ A132L1S CL\-V ,A1'TV.'ISVD S?7YMVHU
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor 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. (Use additional sheets if needed)
Subcontractors Name,
,Address, Tel-phone #
Bid
Item
Number
Description of Work
Percent of
Total Bid
Cyr .. i� yjlp�o l lleca
1
L O 0 P 5
: oc %
Yll,l �c�
Ben's Asphalt, Inc.
Bidder
Ch.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidders Name Ben's Asphalt, Inc.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number Rlties sq t SEndces & CAutls E1awntary sd=l
Project Description 87,167 SF cf Ceding & B&2 ip a 47 d4±h / 115,000 SF of
Approximate Construction Dates: From 7 /24 /CJ To: 7/30/01
Agency Name
GLe mhle Unif eJ Sdrol ni Strict
_
Contact Person Sbum
Telephone (818) 242-0003
Original Contract Amount $3�,30-00Final Contract Amount $ 257,834.39
If final amount is different from original, please explain (change orders, extra work, etc.)
CW'9 -- a3iCr fCr cater PXMEr5 cdach wee fir=l.
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
1
L
0
No. 2 Unbad stag Rrtal SaMM / k1aheim
Project Name /Number'
Project Description 48,563 SF place 2.5" PC of T' AB & 56,390 SF Weed Ri11
Approximate Construction Dates: From 10/3/01 To: 10/6/01
Agency Name BEnY oxtracbcrs, D-ic• S
Contact Person FH Iuibeth
Telephone (909) 985 -9667
Original Contract Amount $ 6.985•00Final Contract Amount $61,985.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name /Number
HTTMMSMWRZ .• - _
Project Description 870 SF of FM WD& / 80,583 SF °f PC talc / 80,583 SF of Seal Work
Also, Sti p 7/24J01 8/9/01
Approximate Construction Dates: From To:
Agency Name
Prim is non 714'
Contact Person 714- 228 -3140 Telephone ( /
Original Contract Amount $113,750_OOFinal Contract Amount $ 117,200.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
0
No. 4
Project Name /Number
Project Description
Approximate Construction
Agency Name
0 •
• --- . . . • 1 -
Cf fog seal 10¢17,/91 To: 10/31/01
c_: a o. 4. ■. .:
Contact Person ML10 Ham
Telephone (760) 438 -7500
Original Contract Amount $136,440.0CFinal Contract Amount $136,440.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5 Eleraffai7, SdXx)l, '11F a / .7cb N844M
Project Name /Number.
Project Description 18,860 SF cfr J' PD cn 5' MU Base / 336 W cf 7' PE / 18,860 SF cf vzel kill
Approximate Construction Dates: From 7/18/01 To: 7/21/01
Agency Name AER Oaztr�' Inc'
Contact Person G�XYl 7
909 772 -5183
Telephone ( )
Original Contract Amount $25.285•00
Final Contract Amount $ 25,285.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
Db
No.6 • • e
Project Name /Number Iot M & Veteran StadiurV Lateral Arts Caws, Icing Beach
Project Description 125,333 SF cf R&R with V 1C on 6' as Byre / 21,500 SF RBR with 4" on 6' an Base
60,760 SF R&R 4 FC rn a= Ease / 331,781 SF
Approximate Construction Dates: From 7/21/01 To: 8/1/01
ICM Beach City ciaul ,
Agency Name Bi
Sa* Mtthis (562)938 -4215 or raily Smttini (cn -site)
Contact Person Telephone 562) gy_4ms
Original Contract Amount $557,111.00Final Contract Amount $ 557,111.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the C tractor's current financial
conditions.
Bars Asphalt, Inc.
Bidder
10
No. 7
Project Name /Number
Project Description _
Fait cf Icng Bch
Areal Paving Ox radio
Approximate Construction Dates: From
12/1/01 To: 12/1/02
Agency Name Fit of La ig Beach
Contact Person Da is Milan (562) 5904172
Telephone (562) 5904172
Original Contract Amount $ 3 �' Final Contract Amount $ 3 '
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
tab
No. 8
Project Name /Number
Project Description paricus Iocatic s
Approximate Construction Dates: From 11/1/01
Agency Name
tu•�. '�•11 e
Contact Person Dat-S` venters (562) 725-8239
..
TelepGacuhonne (760,) 725 -3923
Original Contract Amount $ 9 Mme• Final Contract Amount $ 9 M-1'
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of Orange )
John W. Skeffington being first duly swom, deposes and says that he or she is
Chief Financial Officer of Ben's Asphalt, Inc. , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that 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.
I declare under penalty of perjury of the laws of the State California that the foregoing is true
and correct.
Ben's Asphalt, Inc.
Bidder Auth ri pture/Title
Chief i Officer
Subscribed and sworn to before me this 11th ay f June 2002.
[SEAL)
Notary Public JAN -ELLEN B. STRUOWICK
Jan-Ellen B. Strudwick No COMM .p 1201391 m
tsw Pub6cCa6fornia
My Commission Expires: 11 /12/02 � ` Orange County
My Commission Expnes .,i
�( �r,o,,... NOVEMBER 12, 2002
11
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
DESIGNATION OF SURETIES
Bidders name Ben's Asphalt, Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance /bond type):
Wood - Gutmann Insurance Brokers (Insurance & Bonds)
Attn: Blanca Roque or Scott Milne
14192 Franklin Ave.. Ste -200, Tustin, CA
Dodge, Warren & Peters Insurance Services (Insurance - WIC & Auto)
Attn: Lori Venhaus
(310) 921 -4293
3625 D✓l ATo Bl-,d., SIL-300, arrdrm, cA 90503
12
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name Ben's Asphalt, Inc.
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
13
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2001
2000
1999
1998
1997
Total
2002
No. of contracts
540
520 498
475
415
338
2,786
Total dollar
Amount of
21,023,448.
Contracts (in
`4,000.000
41,000,000
31,672,440
34,095,901
31,672,
204 Mil.
Thousands of $
No. of fatalities
1
0
0
1
0
0
0
No. of lost
Workday Cases
2
1
6
1
5
3
18
No. of lost
workday cases
0
involving
permanent
0
0
0
0
0
0
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
13
0 •
Legal Business Name of Bidder Ben's Asphalt, Inc.
Business Address: 2200 S. Yale St.
Business Tel. No.: ( 714) 540 -1700
State Contractor's License No. and
Classification: 668417 C12
Title Chief Financial Officer
The above information was compiled from the records that are available to me at this
time and I declare under pe Ity of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and, if he
is doing business under a fictitious name, the fictitious name must be set forth. If bidder
is a partnership or joint venture, legal name of partnership /joint venture must be
provided, followed by signatures of all of the partners /joint ventures or of fewer than all
of the partners /joint ventures if submitted with evidence of authority to act on behalf of
the partnership /joint venture. If bidder is a corporation, legal name of corporation must
be provided, followed by notarized signatures of the corporation President or Vice
President or President and Secretary or Assistant Secretary, and the corporate seal.
Signatures of partners, join venturers, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners /joint venturers, or officers
are known to him or her to be such, and, in the case of a corporation, that such
corporation executed the instrument pursuant to its bylaws or a resolution of its Board
of Directors.
14
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
ACKNOWLEDGEMENT OF ADDENDA
Bidders name Ben's Asphalt, Inc.
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. I Date Received I Signature
15
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Corporation
Business Address: 2200 S. Yale St.
Santa Ana, CA 92704 -4427
Telephone and Fax Number: (714) 540 -1700 / Fax (714) 540 -1709
California State Contractor's License No. and Class: 668417 C12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 1961 Expiration Date: 3/31
List the name and title /position of the person(s) who inspected for your firm the site of
the work proposed in these contract documents:
Mike Brown / Project Manager
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title Address Telephone
William P. Skeffington - 6238 E. Cliffway Dr., Orange, CA (714) 540 -1700
William J. Skeffington - 1700 Fern Ave., Orange, CA (714) 540 -1700
John W. Skeffington - 35 Via Sonrisa, San Clemente, CA (714) 540 -1700
Corporation organized under the laws of the State of California
16
11
10
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
No
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
Ben's Asphalt, Inc.
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
0
Briefly summarize the parties' claims and defenses;
0
Have you ever had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for labor compliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes /0
Are any claims or actions unresolved or outstanding? Yes e
17
0 •
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non - responsive.
Rn's Ault, Inc.
Bidder
(Print name o Owner or President
of Coruoratio COmoanv)
Chief fpoec/ ,Idm W. Skeffirgtrn
Title 1
6/12/
Date
Subscribed and sworn to before me this 11th day of Jose
[SEAL]
JAN ELIEN ICK
C4MM.0 .M 1201391 201391 '
N Notary Public County
a
O County
My Commission BER 1 . 2002 .i
v w.w NOVEMBER 12, 2002
HO
2002.
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
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 shown on the
"Notification of Award" to the successful bidder:
CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
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. Original 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 Public Works Department within
ten (10) working days after the date shown on the Notification 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 Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. 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.
19
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
CONTRACT
THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Ben's Asphalt, Inc., hereinafter "Contractor," is
made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
NEWORT HEIGHTS PAVEMENT OVERLAY
Project Description
3473
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. 3473, 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 furnish 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 furnished 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.
20
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 four hundred seventy-four thousand,
eight hundred twenty -five and 00/100 Dollars ($474,825.00).
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: Robert Stein
(949) 644 -3322
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
Ben's Asphalt, Inc.
2200 S. Yale Street
Santa Ana, CA 92704 -4427
714- 540 -1700
714 - 540 -1709 Fax
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 original certificates of insurance and with origina
endorsements effecting coverage required by this Contract. The certificates anc
endorsements for each insurance policy are to be signed by a person authorized by that
21
0 •
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 Scooe of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) 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 0002 0287
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.
22
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, agents, 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.
ii. 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, agents, 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.
v. 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,
agents, 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.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
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
23
0 0
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct 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 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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
M,I
0 0
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.
CITY CLERK
CITY OF NEWPORT BEACH
A Municipal Corporation
Bygn.
Mayor
APPROVED A T F BEN'S ASPHALT, INC.
By � I wS
CFPKTT0FN EY uthori ed Signature and Title
U � ' WV"' cov,��
25
ACORD CERTIFICA -SOF LIABILITY INSUI&NCi CSR BR I DATE(MMIDDIYY)
ENSA -5 06/19/02
Wood - Gutmann Insurance Brokers
License #0679263
14192 Franklin Ave., Suite 200
Tustin CA 92780 -7044
Phone:714 -505 -7000 Fax:714 -573 -1770
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
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED INSURER A: St. Paul Fire and Marine
INSURER B Gulf Insurance Co.
Ben's Asphalt & Seal Coating,
Inc. & TCK Leasing, Inc. IINSURERC
2200 S. Yale Street -
Santa Ana CA 92704 INSURERD
I INSURER E _
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR'"" ' ' .— .. . ' ' ' ' POLICY EFFECTIVE POLICY EXPIRATION
LTRI TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE Mi LIMITS
GENERAL LIABILITY
EACH OCCURRE NCE
$1,000,000
A
COMMERCIAL GENERAL LIABILITY KKO6100042
03/01/02
03/01/03
FIRE DAMAGE (Any one lire)
_
$100,000
_X;
CLAIMS MADE X - OCCUR l
'
MED EXP (Anyone pamod
$ 5, 000
-$1,000,000
I
PERSONAL &ADV INJURY
GENERALAGGR EGA TE
PRODUCTS -COMPIOR AGO
52,000,000
GEN'L AGGREGATE LIMIT APPLIES PER
PECOT []
POLICY X LOC
AUTOMOBILE LIABILITY
-
COMBINED SINGLE LIMIT
$
ANY AUTO
II
(Ea accident)
BODILY INJURY
$
ALL OWNED AUTOS
SCHEDULED AUTOS
(Perpemon)
BODILY INJURY
^ti HIRED AUTOS
NON-OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
(Per acddaaO
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
IS
ANV AUTO
!
OTHER THAN EA ACC
$
$
j
AUTO ONLY AGG
I EXCESS LIABILITY
EACHOCCURRENCE
$2,000,000
B
X !OCCUR CLAIMS MADE
I GA2857118
03/01/02
03/01/03
!AGGREGATE
$2,000,000
$
is
IDEDUCTIBLE
X RETENTION $ 0
X
$
WORKERS COMPENSATION AND
TORY LIMITS ER_
EMPLOYERS' LIABILITY
E L. EACH ACCIDENT
S
E L DISEASE - EA EMPLOYE
$
. E . DISEASE - POLCVLIMIT
S
OTHER
I
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
*10 days notice of cancellation for non payment of premium. Please see
attached NOTE for additional insured information. RE: Project #3473
Newport Heights Pavement Overlay XXXX
vLVCR IN IAUUI I IUN/ INJUREU; INSURER LETTER:_ LANU IAI Ii
NEWPO- 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL MAIL *30 DAYS WRITTEN
City of Newport Beach NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NEW 3300 Newport Blvd.
Newport Beach, CA 92658 -8915
AUTHORIZED REPRESENTATIVE
I Scott M. Milne,
ACORD 25S (7197 z (i)Adi rORIPCIII 199A
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25S (7197)
.. ....................... ................... . . . . ......... .................. ...............................
.... .. ......
NOTEP`A�: INSUREO'SNAM� n's Asphalt & Seal Coating,. csR HR S DA1
City of Newport Beach Public Works Department, it's Officers, Officials,
Employees, Volunteers and Agents are named as additional insureds per
attached CG20101185, with Primary Wording, for occurrences arising out of
work performed by or on behalf of the named insured during this policy
year.
Waiver of Subrogation with respects to GL Policy applies per attached
G0326 Ed. 9 -97.
0 0
POLICY NUMBER: K-K06100042 COMMERCIAL GENERAL LIABILITY
This endorsement changes the 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: "AS REQUIRED BY WRITTEN CONTRACT"
City of Newport Beach Puhlic Works Dept., its officers, officials, employees, volunteers
and agents.
RE: Project #3473; Newport Heights Pavement Overlay.
(If no entry appears above, information required to complete this endorsement will
be shown in the Declaration 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 further agreed that such insurance as is afforded by this policy for the benefit of
the above Additional Insured(s) shall be primary insurance as respects any claim,
loss or liability arising out of the Named Insured(s) operations, and any other
insurance maintained by the Additional Insured(s) shall be excess and non-
contributory with the insurance provided hereunder.
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 0
CG201085 1,199
0
CONTRACTORS RECOVERING .aMAGES FROM A
THIRD PARTY ENDORSEMENT
This er.dorsemert changes your Commercial
General UaClllty P- "Ott =ticn.
BEN'S ASPHALT & SEAL COATING
POLICY =KK06100042
03/011/02 - 03/ -1/03
How Coverage Is Changed
The following rsglacee the Recoverinc
Danage Fren A T hlyd Farty section.
Recovering Damages From A Third Party
Any prg -ec:ed person under this policy may
ba a'_-la to raccvar all or par; or a loss
ran. scmacne other than us. Because of
this, each crctec'ed Person rust do all
that's cos;lb!e aS -er a loss to preserve any
r;Snt of recovery availabia.
If we hake a payment under this policy that
right of r =ccvery will belonc to us. But we
will net hnva thin right of roccvery agninnt
any:
. parent;
• owr.ad or ccrtrotlad subsidiary; or
• affiliatad company where you have
management control.
we will wcrk with you or any protected
penor, in the exerci *e of our right of
recovery. 14 we recover any amount. it wil;
be distributed in the following nar,ner.
• you or any protected person will be
reirrbursad firs: for the loss not covered
ty insurance.
ThestFa"I
• Next, We will be eatitl2d to a ^/ rem=aining
talance, up to t ,-e arrc;rt paid under tnis
policy to reimturse us fully.
• Tren if any amount remairs, ycu or any
ether protected peracn arc entitled tc th_
excess.
Hc,,vever, exoensas of recovery prcceeeings
will to divice; i.; the same rage as t.-a
recovery is H' we are nct
s•_c= =_ =_s * *CI iC a ride: C. r =_co'ie7/ inj7.a. °d
a- our r ues:, we vvi;l to r__ or.siti=
fcr tre re =ever; expenses.
We will waive cur rght gi recovar) against
any person or crg_ani:ation if you are
required in a ccntracl wltn that person cr
erganizatior to waive that riot -.t. But wo'II
do so only for paynents we make b =cause
of covered injury or da -'age that results
from wcrk done by or for you under that
contract. And only if you ar,ter into that
contract before th= injury or damage
happens.
Other Terms
411 other tar.ms of your policy rarrain the
same.
._. _ C- c_c7 it t!.5.A_ E:.dcrcemen:
JUL -OB -02 16:34 FROM: ID =3105421803 PAGE 2/E
AGORA CERTIFICA F LIABILITY INSU CFN2DSSA °A07 //0 o2
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Dodge Warren S Peters- Torrance
3625 Del Amo Blvd., #300
Torrance CA 90503 -
Phone:310- 542 -4370 Fax:310 -5412 -1803
Ben's Asphalt Inc.
2200 S. Yale Sit.
Santa Ana CA 92704
INSURERA
INSURER D;
INSURER C
INSURER D:
INSURERS AFFORDING COVERAGE
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE POR THE POLICY PERIOD INDICATED. NOTNRRl4iANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPEOFINSURANCE
POLICY NUMBER
DATE MM DATE MM/D I
uMTrS
1
GENERAL UABILITY
COMMERCU.L GENERj�AL LIABILITY
CLAIMS MADE (7 OCCUR
I
IMPOSE NOOBUCan L w
oN OR eILm aNO OF error THE INSURER. ITS AGENTS OR
EACH OCCURRENCE
5
FIRE DAMAGE (Any ere fee)
S
MED EXP (Any are psr )
S
PERSONAL & ADV IUURY
$
GENERAL AGGREGATE
$
GEN% AGGREGATE LIMITAPPLIES PER
POLICY 17 PERO- C LOCI
( PRODUCTS - COMPIOP AGG
$
A
AUTOMOBRE
LIABILRT
ANY AUTO
ALL owHEp Auros
SCHEDULED AUTOS
WRED Al1T05
NON.0INNED AUTOS
AL8261063
03/01/02
03/01/03
Ga- 6d- SINGLE LIMIT
(EA AmJY4)
y$1,000,000
X
BODILY INJURY
(Pw pe I
S
]{
BODILY INJURY
(PM SaS.leM)
S
X
PROPERTY DAMAGE
GARAGE LIABILITY
ANY AUTO
I
AUTO ONLY -EA ACCIDENT
IS
OTHER THAN EA ACC
AUTO ONLY: AGG
S
$
EZCEW LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION S
I
I
EACH OCCURRENCE
$
AGGREGATE
$
S
S
S
A
WORKERS COMPENSATION AND
EMPLOYERSLIABILITY
I
WC7083095
I
03/01/021
03101103
WC STATLI
X I TORY LIMITS llleTk�
:ELEACHACCIDENT
&1,000,000
E.L. DISEASE - EA EMPLOYE
1 OOD 000
E.LDISEASE- POLICYLDAIT
51,000,000
OTHER
DEBCRIPOON OF QP TIONSAA TIONSMEHIGLEWEYCLUSIONS ADDED BY ENDOR $FMENTBPECIAL PROVISIONS
+ *Cancellation is amended to 10 day notice for non- payment. City of Newport
Beach, its officers, officials, employees, volunteers S agents are
additional insured as respects to the Automobile Liability policy.
RE: Project #3473, Newport Heights Pavement Overlay, Workers'
Compensation Waiver of Subrogation is incl
CERTIFICATE HOLDER 1Y I ADDITONALINSURED- ,M'rURERLETTER: A CANCELLATION
c_i4ywPo
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Newport Beach
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAR M-L DAYS WRITTEN
Attn: Shaun
NOTICE TO THE OtTZTFlCATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DD Sa SHALL
Fax #949- 644 -3318
3300 Newport Blvd-
IMPOSE NOOBUCan L w
oN OR eILm aNO OF error THE INSURER. ITS AGENTS OR
Newport Beach CA 92658 -8915
REYRRESENTATVESv
AUTHOPJ= RED RF3ENT4 __�
James C. 0
ACORD z5s rnsn 1__` ®pcOROCORP-ORATION 19W
JUL -06 -02 16:34 FROM:
IMPORTANT
ID:3105421603 PAGE 3/5
If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statemen on this certificate does not confer rights to the oettifcate
holder in lieu of such endorsement(s).
DISCLAIMER
The Gerfificate of Insurance on the reverse side of this form does not constihrte a contract between
the issuing insurer(s), authorized representative or producer, and the certifficate holder, nor does it
affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon.
JUL-08-02 16:34 FROM:
POLICY NUMBER AL8261063
EFFECTIVE DATE: 311102
ID:3105421B03
•
COMtviERCIAL AUTO
INSURED: Ben'sAsphalt,lne
Ben's Asphalt & Maintenance .Division
Medina Construction
Cal -State Paving Co., Inc.
ADDITIONAL INSURED ENDORSEMENT
PAGE 4/5
The person or organization shown in the schedule is an additional insured under the provisions of CA
0001 12 93 Section III c.
NAME OF PERSON OR ORGANIZATION
City of Newport Beach, its officers, officials, employees, volunteers
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
RE: Project#3473, Newport Heights Pavement Overlay
BY
Jam artorano, Vice President
Dodge, Warren & Peters Insurance Services
JUL -08-02 16 =34 FROM: ID =3105421803 PAGE 5/5
is •
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA
This endorsement changes the policy to which it is attached effective on inception date of the policy unless
a different date is indicated below.
(The following "attaching 014=" need bo Completed only when this endorsement is issued subsequent to preparadmn of the policy.)
This endorsement, effective 12:01 AM 311/02 forms a part of Policy No. WC7085095
Issued to; Ben's Asphalt; Cal -State Paving Co., Inc.; Medina Construction; Ben's Asphalt
Maintenance, Inc.
By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
Premium: T13D AT AUDIT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will
not enforce our right against the person or organization named in the Schedule. (This agreement applies
only to the extent that you perform work under a written contract that requires you to obtain this agreement
from us).
You must maintain payroll records accurately segregating the remuneration of your employees while
engaged in the work described in the Schedule.
The additional premium for this endorsement shall be 5 % of the California workers' compensation
premium otherwise due on such remuneration_
Schedule
Person or Organization
City of Newport Beach, its officers, officials, employees, volunteers
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
RE: Projects 3473, Newport Heights Pavement Overlay
WC 04 03 06 Countersigned C7 P�Z,_
(Ed 4-84) James C_Uq�.Iohmo, Authorized Representative
JUL
-08 -2002
MON 01;18 PM CAL
SURANCE
k-
9 EIq-
(P LILl - - 33lg
0
FAX NO. 71J91654
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH,
P. Ol
DATE RECEIVED: DEPARTMENT /CONTACT RECEIVED FROM: %5 )Q U Y\ O � DV I e✓
��pp I
DATE COMPLETED: �� - SENT TO: X12 IA n O, BY: ) L-t-Do I [a,-
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: t32 h t 5 ,Lr ho t
I
GENERAL LIABILITY: /�
A. INSURANCE COMPANY: .S'f, 10 AA, Q, Fi rC- rY) 6-,%1 +0 _
B. AM BEST RATING (A VII or greater): A ly V
C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes No—
D. LIMITS: (Must be $1,000,000 or greater) Wbat is limit provided?�� ) OY1
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No
F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers,J01M officials, employees and
volunteers). Is it included? Yes No_ G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes Y No_
H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.)
Does endorsement include "solely by negligence' wording? Yes_ No-�c
1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
IL AUTOMOBILE LL48IISIY:
A. INSURANCE COMPANY: san&-Q LA n itTy--� Y e, 1 n S
B. AM BEST RATING (A VII or greater): Y4- 1 ,Y UJ
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No
D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided?
E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,gPNW, ofi3cials, emlljpyets and
vo eers . Is it included? Yes _ No
F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes_ No_�!a
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by
certified mail; per Lauren Farley the City will accept the endeavor wording.
III. WORKERS COMPENSATION
A. INSURANCE COMPANY: () a t OYM6S1. U - r
B. AM BEST RATING (A VII or greater)X Y
C. LIMITS: Statutory
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes_ No-L<'�
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No__k
IF NO, WHICH ITEMS NEED TO BE COMPLETED? m 1 SS ! Vn6
Company Profile • 0 Pagel of 2
Company Profile
ns nce
TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA
C/O TRAVELERS /AETNA PROP & CAS CO ONE TOWER
SQUARE
HARTFORD, CT 06183
800 - 392 -5494
Former Names for Company
Old Name: AETNA CASUALTY & SURETY COMPANY OF Effective Date: 07 -01 -1997
AMERICA
Agent for Service of Process
JAMI BURKS, 21688 GATEWAY CENTER DRIVE 3RD FLOOR DIAMOND BAR, CA 91765
U,.nable, to Locate the.Agent for Servic..e. of Process`?
Reference Information
NAIC #:
NAIC Group #:
California Company ID #:
Date authorized in California:
License Status:
Company Type:
State of Domicile:
31194
0041
2444 -8
July 31, 1981
UNLIMITED- NORMAL
Property & Casualty
CONNECTICUT
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
http:/ /www4.insurance.ca.gov /wu/idb_Co _prof utl.get_co _prof?p_EID =6182 07/08/2002
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
NEWPORT HEIGHTS PAVEMENT OVERLAY
CONTRACT NO. 3473
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
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 (including
the list of PCC Reconstruction and Tree Root Pruning locations located in the back of the
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. 3473 in
accord with the Plans and Special Provisions, and will take in full payment therefore the
following unit 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
1. Lump Sum Mobilization
Dollars
�L1hD ��� IOC
and
Cents
Per Lump Sum
2. Lump Sum Traffic Control
@I0ar ' tVandDollars
� 0 , 0c//ix * y'4 Cents
Per Lump Sum
3. 2,900 L.F. Remove Existing and Construct PCC
Type -A Curb and Gutter
@ L Dollars
and O v0
Cents $
Per Linear Foot
$ i3,.,`�
$ 21 too e
• PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 680 L.F. Remove Existing PCC Pavement and
Construct PCC Gutter
@_ Dollars
and r
Gt2
Cents $ i
Per Linear Foot
5. 16 Trees
Tree Root Pruning and Root Barriers
�z 6ollrs
; � 0c,i
G and
Cents
$
Per Trees
6. 4,300 S.F.
Remove Existing and Construct
4 -Inch Thick PCC Sidewalk
Dollars
i and
Cents
$
$�
Per Square Fo t
7. 2,100 S.F.
Remove Existing and Construct
PCC Driveway Approach
Dollars
and
• .1 Cents
$
o
$ .2
Per Square V6ot
8. 2,000 S.F.
Remove Existing Improvements
and Construct PCC Access Ramp
@ Dollars
and
Cents
/
$ —1:1—
$ 1,3 oo
Per tqualrel Foot
9. 1,800 S.F.
Remove Existing Improvements
and Construct 8 -Inch Thick PCC
Cro77, ltte-r
@
!� Dollars
and
Cents
uo
$ �S—
����,, cm
$ —
Per Square Foot
• • PR3of3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 115,000 S.F. Cold Mill Asphalt Concrete Pavement
11
12.
13.
14.
@ Dollars
and �l
Xr�e�x /!cc Cents $ ' $ 4
Per Square Foot
1,000 S.F. Cold Mill PCC Pavement
@ Dollars
o and �p CO
Cents $ $ L
Per Square Foot
Lump Sum Crack Seal
r
@
4p I'L-W Dollars Ulm
ar 'tsefatfi C�I, lm
Per Lump Sum
2,600 S.Y
300 Tons
Install Fabric Glasgrid 8501
$ s�oo
C,
ollars
2p�D �, � �� �C� , C;
and
Ea N' Cents $ $ 49 .
Per Square Yard
Construct Asphalt Concrete Leveling
Course
Dollars
and
,Aq. 65�,i�, ir;l' Cents
6
Per Ton
15. 6,800 S.F. Reconstruct Asphalt Concrete Pavement
g` -tee-)✓ !C . Dollars
and
Cents
Per Square Foot
• PR4of4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 3,950 Tons Construct 2 -Inch Thick Asphalt
Concrete Pavement Overlay
@ G Dollars
and
G' yc� /cC 1K Cents
Per Ton
17. 21 EA Water Valve Box Frame and
Cover
@ U MDollars
and
Cents
Per Each
18. 10 EA Manhole rame and Cover
@
[4Dollars
rC; Cents $ a '�V $ .2 oo
Per Each
19. 2 EA Adjust Sewer Main Cleanout Frame
and Cover Grade
@ 'Dollars
and LAL
C nts $ ;)o $ x%(00
Per Each
20. 2 EA Adjust Su ey Mon ment to Grade
@��Ilars
C nts $ a �o�= $`�=
Per Each
21. 8 EA Replace Tr is Detector Loop
et
Dollars
and u� I
0 Cents $ $
Per Each
• • PR5of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. Lump Sum Install Pavement Traffic Striping,
Markings and Marke
@Dollars
� and
Cents $ 7
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
and G9100 Cents
6/11/02
Date
(714) 540 --1700 / Fax (714) 540 -1709
$ 4Iq , X25
Total Price (Figures)
1m's
Bidder
Bidder's Telephone and Fax Numbers Bidd�r' tN
668417 C12 2200 S. ,
Bidder's License No(s). Bidder' Ad r
and Classification(s)
7rr_.
Signature and Title
0 0
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
NEWPORT HEIGHTS PAVEMENT OVERLAY — CONTRACT NO. 3473
TIME OF COMPLETION 4
INTRODUCTION
General 4
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
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
5 -8
SALVAGED MATERIALS
1
1
2
2
2
2
2
2
2
3
3
3
3
3
3
3
SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK 3
6 -1 CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK 3
6 -7
TIME OF COMPLETION 4
6 -71
General 4
6 -7.2
Working Days 4
6 -7.4
Working Hours 4
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR 5
7 -8
PROJECT SITE MAINTENANCE 5
0 9
7 -8.5
Temporary Light, Power and Water
5
7 -8.6
Water Pollution Control
5
7 -8.8
Steel Plates
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, and Barricades
5
7 -10.4
Public Safety
7
7- 10.4.1
Safety Orders
7
7 -10.5
"No Parking" Signs
7
7 -10.7
Notice to Residents and Businesses
8
7 -15
CONTRACTOR'S LICENSES
8
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
8
SECTION 9
MEASUREMENT AND PAYMENT
9
9 -3
PAYMENT
9
9 -3.1
General
9
9 -3.2
Partial and Final Payment
12
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 200
ROCK MATERIALS
12
200 -2
UNTREATED BASE MATERIALS
12
200 -2.1
General
12
SECTION 201
CONCRETE, MORTAR, AND RELATED MATERIALS
12
201 -1.1
Requirements
12
201 -1.1.1
General
12
SECTION 203
BITUMINOUS MATERIALS
13
203 -1
Paving Asphalt
13
203 -1.1
General
13
SECTION 213
ENGINEERING FABRICS
13
213 -3
Glasgrid
13
213 -3.1
General
13
SECTION 213
PAVEMENT MARKERS
13
214 -4
Non - reflective Pavement Markers
13
214 -5
Reflective Pavement Markers
13
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
14
300 -1
CLEARING AND GRUBBING
14
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS 15
303 -5.1
0 0
15
300 -1.3
Removal and Disposal of Materials
14
300 -1.3.1
General
14
300 -1.3.2
Requirements
14
307 -4
Concrete Curb, Walk, Gutters, Cross Gutters, Driveway,
16
307 -4.9.3
and Alley Inspections
14
300 -1.5
Solid Waste Diversion
14
SECTION 302
ROADWAY SURFACING
14
302 -5
ASPHALT CONCRETE PAVEMENT
14
302 -5.1
General
14
302 -5.2
Cold Milling Asphalt Concrete Pavement
15
302 -5.4
Pavement Transitions
15
302 -5.2.5
Tack Coat
15
302 -7
PAVEMENT FABRIC
15
302 -7.1
General
15
302 -7.2
Placement
15
302 -7.2.1
Pavement Preparation
15
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
15
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS 15
303 -5.1
Requirements
15
303 -5.1.1
General
15
303 -5.5.2
Curb
15
SECTION 307
STREET LIGHTING AND TRAFFIC SIGNALS
16
307 -4
TRAFFIC SIGNAL CONSTRUCTION
16
307 -4.9.3
Inductive Loops
16
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATION
16
308 -1
General
16
SECTION 310
PAINTING
17
310 -5
PAINTING VARIOUS SURFACES
17
310 -5.6.7
Layout, Alignment and Spotting
17
310 -5.6.8
Application of Paint
17
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
18
312 -1
PLACEMENT
18
•
2 -9 SURVEYING
• SP2OF18
2 -9.3 Survey Service. Add to this section: "The City will provide construction
staking as required to construct the improvements. Any additional stakes or any
restaking, 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's Surveyor will file a Corner Record or Record of Survey with the
County Surveyor's Office prior to the start of any construction. After completion of all
construction, the City's Surveyor will file a Corner Record or Record of Survey with the
County Surveyor's Office 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."
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and protect them during construction
operations. In the event that existing survey monuments are removed or otherwise
disturbed during the course of work, the Contractor shall have the affected survey
monuments restored per records, at his expense. The Contractor's Engineer or
Licensed Surveyor shall also file the required Corner Records with the County of
Orange upon monument restoration.
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, 1 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."
0
• SP3OF18
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 thorough 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 re -tests and re- 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, sewer cleanouts and
survey monuments. The Contractor shall coordinate the adjustment of Orange County
Sanitation District, Southern California Edison, The Gas Company, Pacific Bell, cable
television, and other non -City facilities to the finish grade with their respective owners.
5 -8 SALVAGED MATERIALS. The contractor shall remove and salvage City -owned
sewer manhole covers and grade rings and City owned water valve cans and covers,
and furnish and install new sewer manhole cover and water valve covers prior to finish
grade adjustment. Salvaged material shall be delivered to the City Utilities Yard at 949
West 16`" Street. The Contractor shall make arrangements for the delivery of salvaged
materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed'. The work for 32 "6 Street shall be scheduled as the last
work location, to minimize traffic impact on Newport Boulevard during the summer
months."
No work shall begin until a "Notice to Proceed" has been issued, a pre - construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
0
• SP4OF18
approval a minimum of five working days prior to commencing any work. 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 his original schedule and has
demonstrated that he will be able to maintain his approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from his overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within sixty consecutive working days after the date on the
Notice to Proceed. "
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."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st,
the third Monday in January (Martin Luther King Day), 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 $55.00 per hour when such time periods are
approved.
• • SP 5 OF 18
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 an $813 meter
deposit with the City. Upon return of the meter to the City, the deposit will be returned
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, including
all water used during sawcutting operations, 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."
7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These
plates may be obtained for a rental charge of $15.00 per plate per week or part thereof.
In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting
and for the use of trench plates. The Contractor shall obtain plates from and return
plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of
plates available and to reserve the plates, the Contractor must call the City's Utilities
Superintendent, Mr. Ed Burt, at (949) 718 -3402 to make the necessary arrangements.
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 and the Work Area Traffic Control Handbook (WATCH) also published by
Building News, Inc. Solar- powered arrowboards and flagpersons are required for traffic
control on this project. The Contractor shall maintain temporary A.C. ramps to all
driveways and private entrances at all times."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the
Contractor's responsibility to obtain an area for the storage of equipment and
materials. Prior to move -in, the Contractor shall take photos of the laydown area. The
Contractor shall restore the laydown area to its pre- construction condition. The
Engineer may require new base and pavement if the pavement condition has been
compromised during construction."
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. 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 and detour plans shall be prepared, sealed,
•
• SP6OF18
and signed by a California Licensed Traffic Engineer. Such plans shall conform to the
provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001
Edition and comply with the following requirements:
1. Emergency vehicle access shall be maintained at all 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. The Contractor shall maintain vehicular and pedestrian access to the
business, apartments and residential areas at all times unless otherwise
directed by the Engineer. The Contractor may close no more than one -half of
each driveway, providing access to business or mobile home parks, at a time
for construction activities. The Contractor may close one -half of the driveway
after providing 48 hours written notice to the affected residents and
businesses. All notices shall include the contractor's phone number and the
correct dates for construction. The engineer shall approve all notices.
6. A street can be reduced to one traffic lane controlled by flagmen.
7. During non - working hours, the Contractor shall maintain one lane open for
each direction of traffic. Parking lanes may only be closed during non-
working hours with written permission for the Engineer.
8. The roadway for Sherrington Lane and Sea Gull Lane shall not be closed
before 8:30 AM or after 3:30 PM.
9. Except for paving and concrete curing operations, access to side streets,
parking lots, parking structures, and driveways shall be maintained at all
times.
10. Due to the short distance separation on Old Newport Boulevard between
Coast Highway and Santa Ana Avenue, the Contractor shall make provisions
to provide all traffic control measures, including the use of flagperson(s), to
direct traffic in a safe and efficient manner through the Santa Ana Ave /Old
Newport Blvd intersection work zone.
•
• SP7OF18
11. The work for 32nd Street and LaFayette Avenue shall be conducted as
follows:
• In order to accommodate multiple daily truck deliveries to the Pavilions
store in the vicinity of the 32nd Street work location, whenever 32nd Street
from Newport Boulevard to 50' west of Villa Way is closed to traffic, the
remaining portions of 32nd Street and LaFayette Avenue between 32nd
Street and Via Lido shall be open to traffic. This restriction applies to the
roadway removal and paving operations.
• Whenever the portion of 32nd Street adjacent to the Civic Center is closed
to traffic, the left -turn lane on southbound Newport Boulevard onto
eastbound 32nd Street shall be closed.
• All work operations, including traffic control, that require temporary
encroachment into Newport Boulevard shall be performed between 9AM
and 3PM.
• The metered parking spaces on 32 "d Street adjacent to the Civic Center
shall be available for public use after 3 PM on each 2 "d and 4`" Tuesday of
each month.
• Except for paving operations, at least one -half of the meter parking
spaces between Newport Boulevard and Villa Way shall be available for
public use at all times.
• No lane closures shall occur before 8:30AM or after 4PM.
• The quick -cure concrete for cross gutters shall be placed no later than
11AM.
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 the 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."
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
E
• SP8OF18
enforcement. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department, Parking Control 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.
7 -10.7 Notices to Residents and Businesses. Ten working days prior to
starting work, the Contractor shall deliver a City provided construction notice to the
adjacent residents and businesses, within 500 feet of the project, describing the project
and indicating the limits of construction. The delivery of a supply of notices to the
management office of the Coronado at Newport apartment complex located adjacent to
the Sherrington Lane and Sea Gull Lane work locations shall be sufficient.
Forty -eight hours before the start of any construction, the Contractor shall distribute to
the adjacent residents and businesses a second written City notice stating when
construction operations will start, what disruptions may occur, and approximately when
construction will be complete. An interruption of work at any location in excess of 14
calendar days shall require re- notification. The Contractor shall insert the applicable
dates and times when the notices are distributed. Errors in distribution, false starts,
acts of God, 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 Sub - contractors
shall possess a Business License issued by the City of Newport Beach.
7.16 CONTRACTOR'S RECORDSMS 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 bill is submitted.
Upon completion of the project, the Contractor shall provide "As- Built" corrections upon
a copy of the Plans. The "As- Built" correction plans 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.
• • SP9OF18
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 proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work to complete
the item of 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 providing bonds,
insurance and financing, establishing a field office, obtaining permits including a rider to
the City's blanket Caltrans permit, preparation of the SWPPP, preparation of the
construction schedule, and all other related work as required by the Contract
Documents.
Item No. 2 Traffic Control: Work under this item shall include delivering all required
notifications to nearby residents and businesses, preparing traffic control and detour
plans, installing signs, cones, barricades, flashing arrow sign, K -rail, temporary striping,
flagpersons, and shall include furnishing all labor, tools, equipment and materials
necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport
Beach Requirements.
Item No. 3 Remove Existing and Construct P.C.C. Type A Curb and Gutter: Work
under this item shall include all labor, tools, equipment, and materials costs for
removing and disposing of the existing curb and gutter, subgrade compaction, 12" wide
X 8" deep AC patchback, reconstructing curb openings of existing curb drains,
constructing P.C.C. curb and gutter, re- chiseling of curb face for existing underground
utilities, restorating all existing improvements damaged by the work, and all other work
items as required to complete the work in place. Gutter width shall be 18 inches or 24
inches as indicated on the Drawings.
Item No. 4 Remove Existing PCC Pavement and Construct P.C.C. Gutter: Work
under this item shall include all labor, tools, equipment, and materials costs for
sawcutting, removing and disposing of existing PCC pavement, subgrade compaction,
constructing P.C.C. gutter, epoxy sealing construction joints, installing dowels, and all
other work items as required to complete the work in place. Gutter width shall be 18
inches or 24 inches as indicated on the Drawings.
Item No. 5 Tree Root Prune and Root Barriers: Work under this item shall include
all labor, tools, equipment, and materials costs for removing pavement and exposing
• • SP 10 OF 18
the roots, removing and disposing of interfering tree roots, installing tree root barrier,
reconnecting any underground electrical, cable, and irrigation lines and components,
and all other work items as required to complete the work in place.
Item No. 6 Remove Existing and Construct 4 -Inch Thick P.C.C. Sidewalk: Work
under this item shall include all labor, tools, equipment, and materials costs for
removing and disposing of the existing sidewalk, backfill subgrade compaction,
resetting sign and parking meter posts, constructing 4 -inch thick P.C.C. sidewalk, and
all other work items as required to complete the work in place.
Item No. 7 Remove Existing and Construct P.C.C. Driveway Approach: Work under
this item shall include all of the labor, tools, equipment, and materials costs for
removing existing improvements and constructing P.C.C. driveway approach as shown
on the Drawings, 12- inches wide X 8- inches deep AC patchback, depressed PCC curb
and gutter along the length of the approach, and all other work necessary to complete
the improvements in place.
Item No. 8 Remove Existing Improvements and Construct P.C.C. Access Ramp:
Work under this item shall include all labor, tools, equipment, and materials costs for
removing existing improvements and constructing P.C.C. access ramp, variable height
PCC retaining curb, depressed PCC curb and gutter along the length of the ramp, 12-
inches wide X 8- inches deep AC patchback, and all other work necessary to remove
the existing improvements and construct the access ramps complete and in place.
Item No. 9 Remove Existing Improvements and Construct 8 -Inch Thick P.C.C.
Cross Gutter: Work under this item shall include all labor, tools, equipment, and
materials costs for the removal and disposal of existing improvements, subgrade
compaction, placement of crushed miscellaneous base, base compaction, construction
of 8 -inch thick P.C.C. cross gutter and 12" wide X 8" deep AC patchback along both
sides of the cross gutter, and all other work items as required to complete the work in
place.
Item No. 10 Cold Mill Asphalt Concrete Pavement: Work under this item shall
include all labor, tools, equipment, and materials costs for saw cutting, cold milling, and
disposing the asphalt concrete roadway to variable and constant depths as shown on
the drawings, removing and reinstalling parking bumpers on 32ntl Street, adjacent to
City Hall, and all other work necessary to complete and in place.
Item No. 11 Cold Mill PCC Pavement: Work under this item shall include all labor,
tools, equipment, and materials costs for sawcutting, cold milling, and disposing the
concrete roadway to the depth shown on the drawings and all other work necessary to
complete and in place.
Item No. 12 Crack Seal: Work under this item shall include all labor, tools,
equipment, and materials costs for pavement clearing and cleaning, routing out the
cracks, applying a soil sterileant/weed killer solution, and crack sealing the existing
•
• SP 11 OF 18
roadway with a hot - applied crack sealant, applying an asphaltic tack coat to the
roadway and all other work necessary to complete the work in place.
Item No. 13 Install Fabric Glasgrid 8501: Work under this item shall include all
labor, tools, equipment, and materials costs for pavement clearing and cleaning,
installing Fabric Glasgrid 8501, and all other work necessary to complete the work in
place.
Item No. 14 Construct Asphalt Concrete Leveling Course: Work under this item
shall include all labor, tools, equipment, and materials costs for pavement clearing and
cleaning, tack coat, constructing variable thickness AC leveling course, and all other
work necessary to complete the work in place.
Item No. 15 Reconstruct Asphalt Concrete Pavement: Work under this item shall
include all labor, tools, equipment, and materials costs for pavement and subgrade
excavation and disposal, subgrade compaction, crushed miscellaneous base
placement and compaction, tack coat, asphalt concrete swale and base course
placement and compaction, and all other work necessary to complete the work in place.
Item No. 16 Construct 2 -Inch Thick Asphalt Concrete Pavement Overlay: Work
under this item shall include all labor, tools, equipment, and materials costs for
pavement clearing and cleaning, tack coat, asphalt concrete pavement placement and
compaction, and all other work necessary to complete the work in place.
Item No. 17 Water Valve Box Frame and Cover: Work under this item shall include
all labor, tools, equipment, and materials costs for salvaging and delivering the existing
valve box frame and cover to the City Utilities Yard at 949 West 16" Street, the
furnishing and installing new valve box frame and cover to finished grade, and all other
work necessary to complete the work in place.
Item No. 18 Manhole Frame and Cover: Work under this item shall include all labor,
tools, equipment, and materials costs for salvaging and delivering the existing manhole
frame and cover to the City Utilities Yard at 949 West 16`h Street, furnishing and
installing new manhole frame and all other work necessary to complete the work in
place.
Item No. 19 Adjust Sewer Main Cleanout Frame and Cover to Grade: Work under
this item shall include all labor, tools, equipment, and materials costs for adjusting all
sewer main cleanout frame and cover to finished grade and all other work necessary to
complete the work in place.
Item No. 20 Adjust Survey Monument to Grade: Work under this item shall include
all labor, tools, equipment, and materials costs for adjusting the survey monument to
grade, the filing of records with the County Recorder, all other work necessary to
complete the work in place.
•
• SP 12 OF 18
Item No. 21 Replace Traffic Detector Loop: Work under this item shall include all
labor, tools, equipment, and materials costs to replace the traffic detector loops, make
electrical connections, test and calibrate the new detector loop, and all other work
necessary to complete the work in place. The new traffic detector loops /system shall
be fully operational to the satisfaction of the Engineer within five (5) days after the
pavement finish course has been placed.
Item No. 22 Install Pavement Traffic Striping, Markings and Markers: Work under
this item shall include all labor, tools, equipment, and materials costs for installing
pavement traffic striping and markings, raised pavement markers, fire hydrant raised
pavement markers, temporary striping, final striping and markings after the pavement
finish course has been in place for at least fifteen (15) days, and all work necessary to
complete the work in place.
9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 200 - -- ROCK MATERIALS
200 -2 UNTREATED BASE MATERIALS
200 -2.1 General Replace the first paragraph of this Section with, "Materials for use
as untreated base shall be crushed miscellaneous base."
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.
However, to expedite concrete curing, the Contractor shall use quick -cure concrete for
the new cross gutters at the 32 n Street/Villa Way intersection. Such concrete shall have
a mix design that will sufficiently cure the fresh concrete in five (5) hours to support fully
loaded tractor - trailer trucks that will drive on Villa Way to make deliveries to the nearby
Pavilions grocery store. The following is an example mix design that is acceptable for
the quick -cure concrete. The contractor may submit a different mix design for the
Engineer's approval and is not required to use the example mix design below.
Slump:
3" to 4"
Aggregates:
1" maximum
W/C ratio:
0.40
Sack content:
7.50
Cement:
700 pounds per cubic yard
Fly Ash:
None
Sand:
1,365 pounds per cubic yard
Water:
34.0 gallons per cubic yard
Entrapped air:
1.25%
Admixture
WRDA 79: 35 ounces per cubic yard
SECTION 203 - -- BITUMINOUS MATERIALS
203 -1 PAVING ASPHALT
SP 13 OF 18
203 -1.1 General Add to this Section, "All asphalt concrete used on the work shall
be III- C3 -AR- 4000."
SECTION 213 - -- ENGINEERING FABRICS
213 -3 GLASGRID
213 -3.1 General All Glasgrid 8501 shall be manufactured by:
Saint - Gobain Technical Fabrics
345 Third Street, Suite 615
Niagara Falls, NY 14303
Telephone (716) 285 -0731
Toll free 1- 888 - 549 -7667
Fax (716) 285 -5515
Email insidesales(d)saint- gobain.com
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."
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
• SP 14 OF 18
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 stompers will not be permitted
on the job. 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
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall
meet with the Engineer to mark out the areas of roadway removal and replacement.
Approximate area of removal and replacement is 1,000 square feet."
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 '/2 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 that 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 and provide
appropriate confirmation documentation from the recycling facility.
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'/4-inch or greater in width shall be cleaned and sealed with
a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks
• • SP 15 OF 18
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.
The Contractor shall place the AC pavement overlay within three (3) days of pavement
cold mill completion."
302 -5.2 Cold Milling Asphalt Concrete Pavement
302 -5.2.5 Pavement Transitions. Replace the first sentence of this Section
with, "A.C. ramping is required at all transverse join lines regardless of the offset depth."
302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete, a
tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1 /10) 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."
302 -7 PAVEMENT FABRIC
302 -7.1 General. Add to this section: "The pavement fabric shall be GLASGRID
8501 or approved equal."
302 -7.2 Placement
302 -7.2.1 Pavement Preparation. Add to this section: "The Contractor shall
fine mill the existing asphalt pavement to the desired depth prior to installing tack coat
and pavement fabric. The Contractor shall place a' /2 -inch thick asphalt leveling course
on the PCC roadway in order to provide a smooth surface for application of the tack
coat and pavement fabric."
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."
303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X"
for water valve locations. "X" shall indicate the number of feet from the curb face to the
• • SP 16 OF 18
valve. To determine the location of sewer laterals and water services, the Contractor
must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 -3402.
In addition, the new curb face shall be painted to match existing, if any ".
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 consecutive working days of AC pavement final course placement.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of AC pavement final course placement.
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -1 General. Add to this section: 'The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
shall submit recommendations by its arborist to the City for review for safely pruning and
removing tree roots. No roots shall be pruned of removed unless this submittal is
returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall
arrange to meet with the City's Urban Forester, Mr. John Conway (949- 644 -3083) at the
site to discuss City standards and requirements.
The submittal shall adhere to the following guidelines.
1. Root Pruning
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, ax or comparable
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" for curbs,
and shall be made as far away from the tree base as possible.
• • SP 17 OF 18
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and /or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and /or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax 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.
SECTION 310 - -- PAINTING
310 -5 PAINTING VARIOUS SURFACES
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. Add to this section: "Temporary painted traffic
striping and markings shall be applied in one coat, as soon as possible and within 24
hours after the finish course has been applied.
Paint for temporary 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 temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
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
0 • SP 18 OF 18
0.45 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
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."
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 new pavement."
0
PCC Reconstruction and Tree
Root Prune Work Locations
NO.
STREET NAME
ADDRESS/LOCATION
SIDEWALK
C & G
I ACCESS
ROOT
PRUNING
DRIVEWAY
SQ.FT.
LF.
RAMP -SF
APPROACH
SF
Beacon Street
1
2915 Beacon
40
Broad Street
2
3201 Broad
100
19
1
3
455 Westminster Avenue on Broad
25
100
Cliff Drive
4
AF 2932 Cliff
26
5
AF 2928 Cliff
6
6
2915 Cliff
112
1
7
2907 Cliff
65
8
AF 2914 -2904 Cliff
130
9
AF 2904 -2812 Cliff
90
10
AF 411 Redlands Ave. @ Cliff
60
11
2700 Cliff DR @ Riverside Avenue
200
55
160
1
12
2704 Cliff
14
13
2708Cliff
14
14
2717 Cliff
17
15
400 Redlands Ave on Cliff
57
16
2800 Cliff
94
1
17
2804 Cliff Dr. to 410 San Bernardino Ave.
325
1
18
410 San Bernardino Ave. @ Cliff
20
160
19
2900 Cliff
70
20
2904 -2908 Cliff
104
21
2908 Cliff
160
22
2910 Cliff
20
160
23
2910 -2914 Cliff
80
80
24
2918 Cliff
27
25
2920 Cliff
130
196
26
2924 Cliff
50
27
2928 Cliff
100
28
2936 Cliff
13
29
2940 -2944 Cliff
20
80
30
2948 Cliff
23
Santa Ana Avenue
31
3001 Cliff Dr. @ Santa Ana Ave.
28
32
217 Santa Ana Ave.
20
33
215 Santa Ana Ave.
20
34
Santa Ana Ave. @ La Jolla Dr.
60
16
64
35
Santa Ana Ave. @ Old Newport Blvd.
20
120
36
AF 217 Santa Ana Ave.
20
37
AF 233 -237 Santa Ana Ave.
130
38
AF 225 Santa Ana Ave.
7
39
AF 231 Santa Ana Ave.
6
0 0
PCC Reconstruction and Tree
Root Prune Work Locations
NO.
STREET NAME
ADDRESS /LOCATION
SIDEWALK
C & G
ACCESS
ROOT
PRUNING
DRIVEWAY
SQ.FT.
LF.
RAMP -SF
APPROACH
SF
Sherington Place
40
AF 835 Sherin ton
25
280
41
AF Light pole #1370 on Sherin ton
228
25
1
280
42
Light Pole # 1388 on Sherin ton
320
1
280
43
901 Dover Dr. @ Sherin ton
300
35
1
44
N.E. corner of Sherin ton /SeaGull
46
45
AF 901 Dover Dr.@ Sherin ton
16
70
46
835 Sherin ton
128
68
1
Sea Gull Lane
47
AF 1755 Sea Gull
1
250
48
AF 1805 Sea Gull
60
1
49
AF 1935 Sea Gull
80
20
330
50
AF 2115 Sea Gull
360
60
51
AF 2125 Sea Gull
60
52
2125 Sea Gull
49
53
2115 Sea Gull
310
1
54
1935 Sea Gull
95
22
1
55
Light Pole # 1365 on Sea Gull
144
1
56
1845 Sea Gull
142
1
57
1805 Sea Gull.
216
1
32nd Street
58
N.W. corner of 32nd St. LAFa ette Ave
20
59
200 32nd
46
60
N.W. corner of 32nd St. Via Oporto
17
60
61
N.E. corner of 32nd St.@ Villa Wa y
20
100
62
3116 Newport Blvd to 406 32nd
480
18
63
S.E. corner of 32nd St. @ Villa Way
20
100
64
AF 200 32nd
20
65
1 530 LaFa ette Ave. on 32nd
250
66
601 LaFa ette Avenue
1 31
100
STATE OF CALIFORNIA . DEPARTMENT RANSPORTATION
E-NCROACHMENT PERMIT
7R -0120 (REV. 2/58)
In compliance will (Check one)
X Your application of MAY 22, 2001
El Utility Notice No. of
❑ Agreement No, of
❑ R1W Contract No. of
TO:
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663
M. SINACORI, UTILITIES ENGINEER
949/644 -3342
I
i
1201 -N U E -0370
�nA 11An 11An
Dale
May 23, 2001
(Check applicable):
Fee Paid
EXEMPT
r Deposit
$
Performance Bond Amounl (1)
Payment eond Amount (2)
Bond Company
❑ Yes
Bond Number (1)
Bond Number (2)
,PERMITTEE
And subject to the following, PERMISSION IS HEREBY GRANTED to:
Enter onto all conventional State highways within the Newport Beach City limits to perform routine maintenance and to
make emergency repairs to existing water, sewer and street lighting facilities, and to pothole as necessary to locate
existing electrical facilities. FREEWAYS ARE EXCLUDED from this permit.
All work shall be performed in accordance with current Caltrans Standard Specifications, Standard Plans and the attached PERMIT UTILITY
MAINTENANCE PROVISIONS.
Permittee shall contact State Permit Inspector SHAHRYAR DERAVI at 949/724 -2152 for work north of MacArthur
Boulevard, or RAHIM MONAJEMI at 949/440 -4480 for work south of MacArthur Boulevard, prior to the start of work on
each emergency repair, and 2 working days prior to the start of routine maintenance work. Failure to comply with this
requirement will result in suspension of this permit.
Permittee's Contractors shall each 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 in Permittee's behalf. A
I ne ionowing attachments are
(Check applicable):
X NO Review
Yes
X Yes
❑
No
❑ Yes
X
No
X Yes
❑
No
E] Yes
❑
No
as
General Provisions
Utility Maintenance Provisions
Special Provisions
A Cal -OSHA permit required prior to beginning work;
actual costs for:
❑ Yes
X NO Review
Yes
X No Inspection
Yes
X NO Field Work
(If any Caltrans effort expended)
has been reviewed and is considered orior to
permit.
This permit is void unless the work is complete before MAY 31, 2003.
This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized.
No proiect work shall be commenced until all other necessary Dermits and environmental clearances have been obtained.
SHAHKYAK DERAVI -State Permit Inspector APPROVED:
RAHIM MONAJEMI -State Permit Inspector
File 01 -0370
Mtce. (2) Ken Nelson, Acting District Director
Prepared by Alfred Anguiano t Nfory Mohtashami, District Permit Engineer
Page I of 2
Cl Y OF NEWPORT BEACH •
1201 -NU E -03 70
MAY 23, 2001
deposit of S80.00 will be required from each Contractor at the time of applicalion.
Each of Permittee's Contractors will be billed periodically for all Caltrans inspection charges and for any costs incurred
by Caltrans Maintenance forces relative to this permit.
In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable:
1. Permittee shall contact the California Highway Patrol Area Commander prior to implementing traffic control which
requires lane closures.
2. Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or
parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized.
3. Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the
limits of this work.
4. 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.
5. Orange vests and hard hats shall be worn at all times while working within State right -of -way.
6. Unless otherwise authorized by the State Permit Inspector, 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 field operations are not actively in progress.
7. In the event of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these
Special Provisions shall prevail.
8. 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,
99. Immediately following completion of the work permitted herein, Permittee shall fill out and fax to 9491724 -2265 the
attached Questionnaire to initiate final permit processing.
WATER POLLUTION CONTROL PROVISIONS
• Permittee shall fully conform to the requirements of the Caltrans statewide NPDES Storm Water Permit, Order No.
99 -06 -DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control Board on July 15, 1999.
When applicable, the Permittee shall also conform to the requirements of the General NPDES Permit for
Construction Activities, Order No. 92 -08 -DWQ, NPDES No. CAS 00002, and any subsequent General Permit in
effect at the time of issuance of this Encroachment Permit. These permits regulate storm water and non -storm water
discharges associated with year -round construction activities. Please note that the Santa Ana Regional Water
Quality Control Board has designate October 1st through April 30th as the "Rainy Season."
• For all projects of 2 hectares (5 acres) or more the Permittee shall develop, implement, and maintain a Storm Water
Pollution Prevention Plan (SWPPP) conforming to the requirements of Caltrans statewide Permit, the General
NPDES Permit for Construction Activities, and the "Caltrans Storm Water Quality Handbook, Construction
Contractor's guide and Specifications," effective August 30, 1997, and subsequent revisions.
• For all projects less than 2 hectares (5 acres), the Permittee shall develop, implement, and maintain a Water
Pollution Control Program (WPCP) conforming to the requirements of Caltrans Specification Section 7 -1.01 G.
"Water Pollution Control ", and the "Caltrans Storm Water Quality Handbook, Construction Contractor's Guide and
Specifications ", effective April 30, 1997, and subsequent revisions. A copy of the WPCP must be submitted to
Encroachment Permits prior to proceeding with any soil disturbing activities.
• Copies of the Permits and the Construction Contractor's guide and Specifications of the Caltrans Storm Water
Quality Handbook may be obtained from the Department of Transportation, Material Operations Branch, Publication
Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, telephone: 916/445 -3520. Copies of the
Permits and Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100, Irvine,
California, Telephone: 949/724 -2260.
Page 2 of 2
STATE OF CALIFOP�;L4 - DEPARTMENT OF TR:USPORTATION
ENCROAC17WENT PERMIT J'UA.L UTILITY I'ROVISIONS
TR -'O 160 A (Rev. 2/94)
Any public utility or public corporation who lawfully maintains a
utility encroachment, or their agent, may perform routine or
emergency maintenance on such facility in accordance with die
following provisions:
UE1. EXCLUSIONS: These provisions do not authorize tree
triarming, work on freeways, expressways, aerial
capacity increase on designated "Scenic Highways ", or
other activities not specifically provided for in this
permit.
UE2. POSSESSION OF PERMIT REQUIRED: The permit or
a copy thereof shall be kept at the site of the work and
must be shown to any representative of the Department
or any law enforcement officer on demand. WORK
SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB
SITE AS PROVIDED.
UE3. NOTICE REQUIRED: Before starting work, the
permittee shall notify the Department's representative.
In emergencies, the Department's representative shall be
notified as soon as possible.
UE4. STANDARDS OF WORK: All work shall conform to
recognized standards of utility construction and
Department's current Standard Specifications.
UES. EMERGENCY REPAIRS: The permittee may make
emergency repairs, altering traffic flow, excavating
through improved surfaces, only when breaks in the
conduit, cable, or pipeline over or under the pavement
present a definite public hazard or serious interruption of
essential service. In such cases, the Department's
representative shall be notified immediately.
UE6. OPEN EXCAVATIONS: No excavation shall be left
open after daylight hours, unless specifically authorized
and adequate protection for traffic is provided in
accordance with general provisions, "Protection of
Traffic ". Backfitl and pavement replacement shall be
performed in accordance with General Provisions,
"Restoration and Repairs in Rights of Way ".
UE7. TRAFFIC CONTROL HOURS: Work requiring traffic
control shall be conducted between 9:00 a.m. and 3:00
p.m. or as otherwise authorized by the Department's
representative.
UE8. WORK PERMITTED - AERIAL:
1. Install additional capacity (in the same location), except
facilities over the traveled way on designated "Scenic
Highways ", or on Structures.
2. Maintain, inspect, remove, repair or replace (in the same
location) all aerial facilities except over the traveled way
or on Structures.
EP 94 0001
3. perform insulator washing and imerconneca splicing of
cables.
4, hhstai or remove service connections with potential to
ground of 300 volts or less, except over the traveled
way.
5. Install, maintain. remove, repair or replace aerial service
connections with potential to ground of 300 volts or less,
over the traveled way when specifically stated in permit.
6. Installations and clearances shall be equal to those
required by either the State of California Public Utilities
Commission orders or the California Occupational Safety
and Health Regulations (CAL - OSHA), Division of
Industrial Safety, Safety Orders, promulgated in the
California Code of Regulations, Title 8, Chapter 4,
whichever is greater.
UE9. WORK PERMITTED - UNDERGROUND:
I. Maintain, inspect, remove, repair or replace (in the same
location) all underground facilities except those requiring
trenching in the traveled way.
2. Install additional capacity in existing ducts except for
facilities not in compliance with the Department's current
"Manual on High and Low Risk Facilities within
Highway Rights of Way" or on Structures.
3. Install air flow monitoring transducers and piping in
existing ducts.
4. Barholing, potholing, cleaning, rodding and placing float
ropes.
5. Adjust access cover to grade and replace in kind or with
larger size pull boxes.
6. interconnect splicing of cables.
7. Install service connections perpendicular to the highway
using jacking and boring methods under the raveled
way. Electrical service is restricted to a potential to
ground of 300 volts or less. Gas and domestic water
services are restricted to 5.08 centimeter (2 ") in diameter
or less.
8. Permanent pavement patching for work authorized by
this permit.
UEIO. FAILURE TO COMPLY: Failure to comply with the
terms and conditions above shall be grounds for
revocation of this permit.
i�. - 35
ATGCF CAL H-OF1hIA• DEPA ,rtENToANSPORTATION
STANDARD ENCROACHMENT PERMIT APPLICATION
PART A
TRG 100 (RGV. D/97)
P, Liiiun is rJyue,1ed to Cncroai h on Ills State Hiehwa) Right of I'ER!.ilT NO.
faV as U Ot+'5: ( Om) [I. uli IAfnLC NA !f nJt npjAlLplile.) - tIIST /CO /(]TIE =,
Application is not complete until all required attachments are included. ,
FOR CALTRANS USG
1. COUNTY _
2. ROUTE
3. POSTMILE
S1APL.EX STAMP
Orange
Various
VAR
MARKERS. ETC.)
❑ MOVIE, TV FILMING
4. ADDRESS OR STREET NAME
S. CITY
❑ SIDEWALKS /GUTTERS
❑ EROSION CONTROL
Newport Beach
❑ SURVEY
6. CROSS STREET (Distance and direction from site) 17. PORTION OF RIGHT OF WAY
❑ OWN FORCES X CONTRACTOR Annua 1 I DATE
EXCAVATION I 11. MAX. DEPTH 2 AVG. DEPTH J1F4&VMJ1fUTH 14. LENGTH
PIPES
facie I
(_ C 3 ) - - - --
4 /C -VA2
0-1 D -3-7-0
12 F;'7K AIVI I
STAMP
EST.
21. FULLY DESCRIBE WORK WITHIN STATE R/W (additional space on reverse side if needed): Attach complete plans (minimum 5
sets folded 21.6 centimeter X 28 centimenter (8.5' X 11')) specs, calcs, maps, etc., if applicable.
NUE permit application for work in State right of way for maintenance
and emergency repairs or minor replacement of existing water, sewer and
street light facilities installed by developers or contractors. This
Permit application is requesting permission to allow potholing
existing facilities. Developers will apply for seperate permit for
installation.
YOUR OWN REFERENCE NO. Has any other Caltrans Department reviewed your plans? []YES ❑ NO
22. Is any work being done on applicant's property? ❑ YES ❑ NO (It'YES.' briefly describe in section x21, and attach site
and grading plans.)
23. Is a city, county, or other agency involved in the environmental approval?
❑ YES (Check documentation type and attach approved copy) ❑ CATEGORICALLY EXEMPT ❑N.D. ❑EIR
❑ NO (Check the category below in section 23a, which describes the project)
238- ❑ FLAGS. SIGNS, BANNERS, ❑ CONSTRUCTION / MODIFICATION OF
❑ CONSTRUCTION, RECONSTRUCTION. MAINTENANCE. OR
DECORATIONS, PARADES AND SIGNALS OR ANY OTHER TRAFFIC CONTROL
RESURFACING OF A ORIVEWAY OR ROAD APPROACH
CELEBRATIONS SYSTEMS AND DEVICES, INCLUDING
❑ DITCH PAVING ADDITION OF NEW ELEMENTS.
E] ADDITION OR REPLACEMENT OF ROADWAY DEVICES OR
MARKINGS (GLARE SCREEN, BARRIER, LIGHTING, STRIPING.
❑ rEw-E PUBLIC UTILITY MODIFICATIONS.
MARKERS. ETC.)
❑ MOVIE, TV FILMING
IXTENTIONS, HOOKUPS
❑ MAILBOX
❑ SIDEWALKS /GUTTERS
❑ EROSION CONTROL
❑ REPAIR / MAINTENANCE OF EXISTING HIGHWAYS
❑ SURVEY
❑ NONE OF THE ABOVE (1(POied canrwr be da=ybed in *bow Oneg"S. rtQu V Apokafkn Pert B /mm 00 Pe"N Orf p- .)
23 b. Does this project cause a substantial change In the significance of a historical resource?
❑ YES ❑ NO (if TES; request appficatlon Part'S' kom
the Permit Office)
23 C. IS this project ort an existing highway Or street where the activity involves fengval of a scenic msotnce including a stand Of trees, a rock OUlcf0Wng Or
a historic building? ❑ YES ❑ NO (if 'YES.' request application Pan 'B' from the Permit Office)
The undersigned agrees and understands that a permit can be dented or a bond required for non - payment of prior
or present permit fees, that the work will be done in accordance with Ca/trans rules and regulations subject to
Inspection and approval, and that permit fees may still be due when an application Is withdrawn or denied, and that
a denial may be appealed in accordance with California Streets and Highways Code, Section 671.5.
STANDARD ENCROACANT PERMIT APPLICATION • Page a
TF.otco (PCV. £3190
- 21, Descript,on of work (continued) '
FEE CALCULATION - FOR CALTRANS USE
❑ CASH I CHECK ❑ CREDIT CARD 'O�€XEMPT ❑ PROJECT EA _ — _ _ _ _
❑ SET FEE ❑ AS ❑ AX ❑ DEFERRED BILLING (UUlty)
CALCULATED BY
(t)
(2)
REVIEW
1. HOURS $
2. HOURS ® $
1. FEE /DEPOSIT
$
DATE
2. FEE / DEPOSIT
$
DATE
TOTAL FEE / DEPOSIT
$
$
INSPECTION
I. HOURS ®$
2. HOURS ®$
1. FEE t DEPOSIT
$
DATE
2. FEE I DEPOSIT
a
DATE
TOTAL FEE t DEPOSIT
$
a
FIELD WORK
HOURS ®$
a
a
a
CASH DEPOSIT IN
LIEU OF BOND
$
$
a
TOTAL COLLECTS
CASHIER'S INITIALS
$
a
a
' The current hourly rate Is set annually by Headquarters Accounting. District Office staff do not have authority to modify this late.
PERFORMANCE BOND ❑
DATE
AMOUNT
$
PAYMENT BOND ❑
DATE
AMOUNT
a
LIABILITY INSURANCE REQUIRED? ❑ YES ❑ NO
AMOUNT
a
YM Y, 1{
0 0
ATTACHNIENT
CALTRANS DISTRICT 1.2
ENCROACHMENT PERN11T
WATER POLLUTION CONTROL PROVISIONS
Any runoff draining into Caltrans Right of Way must fully conform to the current
discharge requirements of the Regional Water Quality Control Board (RWQCB) to avoid
impacting water quality. Permittee will fully conform to the requirements of the Caltrans
Statewide National Pollutant Discharge Elimination System (NPDES) Storm Water Permit,
Order No. 99 -06 -DWQ, NPDES No. CAS000003, adopted by the State Water Resources Control
Board on July 15, 1999, in addition to the BMPs specified in the Caltrans Storm Water
Management Plan (SWMP). When applicable, the Permittee will also conform to the
requirements of the General NPDES Permit for Construction Activities, Order No. 99 -08 -DWQ,
NPDES No. CAS000002, and any subsequent General Permit in effect at the time of issuance of
this Encroachment Permit. These permits regulate storm water and non -storm water discharges
associated with year -round construction activities.
Please note that project activities should pay extra attention to storm water pollution
control during the "Rainy Season" (October I" — May 15) and follow the Water Pollution
Control BMPs to minimize impact to receiving waters. Measures must be incorporated to
contain all vehicle loads and avoid any tracking of materials, which may fall or blow onto
Caltrans Right of Way.
For all projects resulting in 2 hectares (5 acres) or more of soil disturbance or otherwise
subject to the NPDES program, the Contractor will develop, implement, and maintain a Storm
Water Pollution Prevention Plan (SWPPP) conforming to the requirements of the Caltrans
Specification Section 7 -1.01G "Water Pollution Control ", Caltrans Statewide NPDES Permit, the
General NPDES Permit for Construction Activities, and the Caltrans Storm Water Quality
Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control
Program (WPCP) Preparation Manual ", anA "Construction Site Best Management Practices
(BMPs) Manual" effective November 2000, and subsequent revisions.
For all projects resulting in less than 2 hectares (5 acres) of soil disturbance or not
otherwise subject to the requirements of the NPDES program, the Contractor will develop,
implement, and maintain a Water Pollution Control Program (WPCP) conforming to the
requirements of Caltrans Specifications Section 7- 1 -.01G, "Water Pollution Control ", and the
Caltrans Storm Water Quality Handbooks "Storm Water Pollution Prevention Plan (SWPPP) and
Water Pollution Control Program (WPCP) Preparation Manual ", and "Construction Site Best
Management Practices (BMPs) Manual" effective November 2000, and subsequent revisions.
Copies of the Permits and the Construction Contractor's Guide and Specifications of the
Caltrans Storm Water Quality Handbook may be obtained from the Department of
Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks
Drive, Sacramento, California 95815, Telephone: (916) 445 -3520. Copies of the Permits and
Handbook are also available for review at Caltrans District 12, 3347 Michelson Drive, Suite 100,
Irvine, California 92612, Telephone: (949) 724 -2260. Electronic copies can be found at
http;//).vww.dot.ca.govfhq/construc/stormwater.html
Revised 3/08/01
+� 1
State of California — Department of Transportation
WORK COMPLETION NOTICE
12 -NIP -0037 (Rev. 1194)
Permit No
City /Rte. /P1&1:
Inspector:
P>rmittee:
All work authorized by the above- numbered permit was completed on:
_F
Date: 1 /
z
Sieaed:
CUSTOMER SERVICE OUESTIONN.URE
INSIDE THE OFFICE
EXCELLENT
VERY GOOD GOOD POOR
Staff courteous and helpful
'
Staff quick and efficient
Explanations and instructions clear
TELEPHONE ANSWERNG
Timely response
I
I
Receiving information and answers
INSPECTION
inspector courteous and helpful
Pre construction meeting set and
Held in a timely manner
Inspector at the job site frequently
Inspector able to answer questions
And deal with problems
OVERALL PERFORMANCE
What would you say is our overall
Performance?
Fill out the form immediately after the completion of the work permitted and fax to
(949) 724 -2265
1
5lAIl- OF (AIAP)ILN'LA. Df, PARIMENI OI' 1 AsSI'ORrk'llOA
fiNCROACHM I'. ST I'ERMI'f GEN'I'RAL lifto VISIONS
lR -(H)d5 (REV.8198)
1. :Al' flI0Rll'Y; The D,paornwul's a.11hori[y t01,,e cntroadnucna
j,rniiL is rnn'idCd under, Dis. I, Chp1.3. Am 1. Sccr 66,1 to . nl
the Strccl< and ri;_hrcayx Cad,.
_. REVOCAIION: Enernachmeni prnuus art revocable on fie, doss
notice unless wherw'i.ae, ufed on the permit and ,.,c,pt as provided
by law for public Corporations, franchise holders, and militivs_ These
General Pommo vs and the Encroachment Penult Utility Pmvisions
are subject to modification or abrogation It any time. Puma« ces'
joint use agreements, franchise rights, reserved ndas or any other
agrccmems for operating purposes in State highway right of way are
exceptions to this revocation.
3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay rental
fees when due can result in rejection of future applications and
denial of permits.
4. ASSIGNMENT: No party other than the permiuce or permiuce's
authorized agent is allowed to work under this permit.
5. ACCEPTANCE OF PROVISIONS: Pemtittec understands and
agrees to accept these General Provisions and all attachments to this
permit, for any work to be perforated under this permit.
6. BEGINNING OF WORK: When traffic is not impacted (see
Number 35), the permittee shall notify the Department's
representative, two (2) days before the intent to start permitted
work. Permith a shall notify the Department's Representative if the
work is to be interrupted for a period of five (5) days or more, unless
otherwise agreed upon. All work shall be performed on weekdays
during regular work hours, excluding holidays, unless otherwise
specified in this permit.
7. STANDARDS OF CONSTRUCTION: All work performed within
highway right of way shall conform to recognized construction
standards and current Department Standard Specifications,
Department Standard Plans High and Low Risk Facility
Specifications, and Utility Special Provisions. Where reference is
made to "Contractor and Engineer;' these are amended to be read as
"Permitlee and Department representative."
8. PLAN CHANGES: Changes to plans, specifications, and permit
provisions are not allowed without prior approval from the State
representative.
L—J
Sp<tificnems tort oaflic conuo! ,,tent.. IIcx Genial Ihs rvision>
art nut intcudoi to impose upoo the )munhtcc_ by third parties. ant
duty or .cmda I of Care, i,,a(Cf Unla or diffenam front as rcgnired
by law.
15. MINI.MOM IN "it :KFICR EN Cf: ltl "fH "I "IL. \FFI(': I'enuiuco shall
pl:m and tondna rank s as to Oltl e the Icast rossiblt
uuonwnrccsc to the iraeehng public: traffic Shall not be
unrcaaonably ddsytd. On on'vraionat highways, )xnnille. shall
place propel, auired flag ens) 10 stop or warn the Irreelimg public
in mntpliaacc with (ire Manual of'rofilc Controls and Insunilions to
Flag -rcrs Pamphlet.
16. STORAGE OF EQUIPMENT AND MATERIALS: S: [quipmcnl ;,art
material storage in Slate right of wny shall comply will, Standard
Specifications, Standard Plans, and Special Provisions. Whenever the
pcntittec places an obstacle within 3.03 or (12') feel of the traveled
way, the permittee shalt place temporary railing (Type M.
17. CARE OF DRAINAGE-: Permittec shall provide alternate drainage
for any work interfering with an existing drainage facility in
compliance with the Standard Specifications, Standard Plans and /or
as directed by the Department's representative.
18. RESTORATION AND REPAIRS IN RIGHT OF WAY: Penttiltce
is responsible for restoration and repair of State highway right of
way resulting from permitted work (Stale Streets and Highways
Code, Sections 670 et. seq.).
19. RIGHT OF WAY CLEAN UP: Upon completion of work,
permittee shall remove and dispose of all scraps, brush. limber,
materials, etc. off the right of way. The aesthetics of the highway
shall be as it was before work stared.
20. COST OF WORK: Unless stated in the permit. or a separate written
agreement, the permittee shall bear all costs incurred for work
within the State right of way and waives all claims for
indemnification or contribution from the State,
21. ACTUAL COST BILLING: When specified in the perpim, the
Department will bill the permittee actual costs at the currently set
hourly rate for encroachment permits.
22 AS -BUILT PLANS: When required, permittce shall submit one (1)
set of as -built plans in compliance with Department's requirements.
Plans shall be submitted within thirty (30) days after completion and
approval of work.
9. INSPECTION AND APPROVAL: All work is subject to
momitoring and inspection. Upon completion of work, permittee shall
request a final inspection for acceptance and approval by the
Department. The local agency permittee shall not give final
construction approval to its contractor until final acceptance and
approval by the Department is obtained. 23.
10. PERMIT AT WORKSITE: Permittee shall keep the permit
package or a copy thereof, at the work site and show it upon request
to any Department representative or law enforcement officer. If the
permit package is not kept and made available at the work site, the
work shall be suspended.
11. CONFLICTING ENCROACHMENTS: Permittec shall yield star
of work to ongoing, prior authorized, work adjacent to or within the 24.
limits of the project site. When existing encroachments conflict with
new work, the permittee shall bear all cost for rearrangements,
(e.g., relocation, alteration, removal, etc.).
12, PERMITS FROM OTHER AGENCIES: This permit is invalidated
if the permittee has not obtained all permits necessary and required
by law, from the Public Utilities Commission of the Slate of
California (PUC), California Occupational Safety and Health
Administration (Cal- OSHA), or any other public agency having
jurisdiction.
13. PEDESTRIAN AND BICYCLIST SAFETY: A safe nlnintum
passageway of 1.21 meter (4') shall be maintained through the work
area at existing pedestrian or bicycle facilities . At no time shall
pedestrians be diverted onto a portion of the street used for vehicular
traffic. At locations where safe alternate passageways cannot be
provided, appropriate signs and barricades shall be installed at the
limits of construction and in advance of the limits of construction al
the nearest crosswalk or intersection to detour pedestrians m
facilities across the street.
14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee
shall provide traffic control protection warning signs, lights, safety
devices, etc., and take all other measures necessary for traveling 25.
public's safety. Day and night time lane closures shall comply with
the Manuals of Traffic Controls, Standard Plans, and Standard
urtatrrun
As -Built plans or accompanying correspondence shall not include
disclaimer statements of any kind. Such statements shall constitute
non - compliance with these provisions. Failure to provide complete
and signed As -Built plans shall be cause for bond or deposit retention
by the Department.
PERMITS FOR RECORD PURPOSES ONLY: When work in the
right of way is within an area under a Joint Use Agreement OUA) or
a Consent to Common Use Agreement (CCUA), a fee exempt permit
is issued to the pertniuee for the purpose of providing a notice and
record of work. The Perfttee's prior rights shall be preserved
without (he intention of creating new or different rights or
obligations. "Notice and Record Purposes Only" shall be stamped
across the face of the permit.
BONDING: The permittee shall file bond(s), in advance, in the
amount set by the Department. Failure to maintain bond(s) in full
force and effect will result in the Department stopping of all work
and revoking permil(s). Bonds are not required of public
corporations or privately owned utilities, unless permittee failed to
comply with the provision and conditions under a prior peril. The
surely company is responsible for any latent defects as provided in
California Code of Civil Procedures, Section 337.15. Local agency
permittee shall comply with requirements established as follows: In
recognition that project construction work done on Slate property will
not be directly funded and paid by State, for the purpose of
protecting stop notice claimants and the interests of State relative to
successful project completion, the local agency permittee agrees to
require the construction contractor famish both a payment and
performance bond in the local agency's name with both bands
complying with the requirements set forth in Section 3 -1.02 of Slate's
current Standard Specifications before performing any project
construction work. The local agency perigee shall defend,
indemnify, and hold harmless the State, its officers and employers
from all project construction related claims by contractors and all
stop notice or mechanic's lien claimants. The local agency also
agrees to remedy, in a timely manner and to State's satisfaction, any
latent defects occurring as a resin of the project construction work.
FUTURE MOVING OF INSTALLATIONS: Permitlee understands
and agrees to rearrange a permitted installation upon request by the
Department, for State construction, reconstruction, or Maintenance
26.
27
28.
29
30
t.ork au the hiehwe. Tlw pc,inincc ai oil :ole cgans a doss under
a poor a, rcemcut AA rrn CCUA..ha0 oomph with .1111 request.
ARCIIAI:OLOGICAIAIfIS'IORICAI.: If any archamloglcal or
hisxnical I"ources are reveub'd ill the work vicinity, the pennillee
shall immicdiatc Iv stop work, polity lie DR partmcnfS rcprcscnlativ<.
retain a qualified archacolugist who shall evaluate the site, and
make rccaumuldations m the Department representative regarding
the continuance of work.
PREVAILING WAGES: Work performed by or under it permit
may require perrnitice's contractors and subcontractors to pay
appropriate prevailing wages as set by the Department of Industrial
Relations. Inquiries or requests for intefprcunions relative to
enforcement of prevailing wage requirements are directed to State
of California Department of Industrial Relations, 525 Golden Gate
Avenue, San Francisco, California 94102.
RESPONSIBILITY FOR DAMAGE: The State of California and
all officers and employees thereof, including but not limited to the
Director of Transportation and the Deputy Director, shall not be
answerable or accountable in any manner for injury to or death of
any person, including but not limited m the permittee, persons
employed by the permiltee, persons acting in behalf of the permttee,
or for damage to property from any cause. The permiltee shall be
responsible for any liability imposed by law and for injuries to or
death of any person, including but not limited to the permiltee,
persons employed by the permittee , persons acting in behalf of the
rm
peiittee, or for damage to property arising out of work, or other
activity permitted and done by the permittee under a permit, or
arising out of the failure on the permatee's part to perform his
obligations under any permit in respect to maintenance or any other
obligations, or resulting from defects or obstructions, or from any
cause whatsoever during the progress of the work, or other activity
or at any subsequent time, work or other activity is being performed
under the obligations provided by and contemplated by the permit.
The permittee shall indemnify and save harmless the State of
California, all officers, employees, and State's contractors, thereof,
including but not limited to the Director of Transportation and the
Deputy Director , from all claims, suits or actions of every name,
kind and description brought for or on account of injuries to or death
of any person, including but not limited to the perminee, persons
employed by the pennillee, persons acting in behalf of the permitlee
and the public, or damage to property resulting from the
performance of work or other activity under the permit, or arising
out of the failure on the permittee's pan to perform his obligations
under any permit in respect to maintenance or any other obligations,
or resulting from defects or obstructions, or from any cause
whatsoever during the progress of the work, or other activity or at
any subsequent tittle, work or other activity is being performed under
the obligations provided by and contemplated by the permit, except
as otherwise provided by statute.
The duty of the permittee to indemnify and save harmless includes
the duties to defend as set forth in Section 2778 of the Civil Code.
The permittee waives any and all rights to any type of expressed or
implied indemnity against the State, its officers, employees, and State
contractors. It is the intent of the Parties that the permittee will
indemnify and hold harmless the State, its officers, employees, and
State's contractors, from any and all claims, suits or actions as set
forth above regardless of the existence or degree of fault or
negligence, whether active or passive, primary or secondary, on the
pan of the State, the pefmittee, persons employed by the permittee,
or acting on behalf of the permiltee.
For the purpose of this section, "State's contractors" shall include
contractors and their subcontractors under contract to the State of
California performing work within the limits of this Permit.
NO PRECEDENT ESTABLISHED: This permit is issued with the
understanding that it does not establish a precedent.
FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC
ACCOMMODATION:
A. The permittee, for himself, his personal representative,
successors in interest, and assigns as pan of the consideration hereof,
does hereby covenant and agree that:
1. No person on the grounds of race, color, or national origin shall be
excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination in the use of said facilities.
2. That in connection with the construction of any improvements on
said lands and the furnishings of services thereon, no discrimination
shall be practiced in the selection and retention of first -tier
subcontractors in the selection of second -tier subcontractors.
3. That such discrimination shall not be practiced against the public in
their access to and use of the facilities and services provided for
LJ
puhhc au.ouml l I n: (sir l t. tin_ I I o I.x1 - 'anion).
and Ipe"nio ton a L ur un 1 I dt i a.. I Ili ri hl (
4. That the puimnu .'hall use the plemi" in r urplLw�e wall :d:
other requiremenu impuud par <vani h+ Till, li, Coda of Federal
Regulation,. Couuncrce :ua3 Ibreigo Tr. +de. Subride A. Oft-ice of the
Secretary of Conaverce, pan 8 115 C-R. Part Si and as .aid
Rcgul:uions may be amended.
li. That in the event of breach of any of the aborc
nondlscriminatimt covenams, the State site" have the right In
tern ere the Permit and to re-tare, lint repossess said lard and like
land and (lie facilities thereon, and hold the same as if said permit
had never been mane or issued.
31. MAINTENANCE OF HIGHWAYS: The permittee agrees, by
acceptance of a permit. to properly maintain any encroachment. This
assurance requires the permittee to provide inspection and repair any
damage, at perimUCe's expense, to Slate facilities resulting from the
encroachment.
32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets
and Highways Code Section 682.5. the Department of Transportation
shall not be responsible for the conduct or operation of the permitted
activity, and the applicant agrees to defend, indemnify. and hold
harmless the State and the city or county against any and all claims
arising out of any activity for which the permit is issued.
Permittee understands and agrees that it will comply with the
obligations of Titles 11 and Ill of the Americans with Disabilities Act
of 1990 in the conduct of the event, and further agrees to indemnify
and save harmless the Stale of California, all officers and employees
thereof, including but not limited to the Director of Transponanon,
from any claims or liability arising out of or by virtue of said Act.
33, PRIVATE USE OF RIGHT OF WAY: Highway right of way shall
not be used for private purposes without compensation to the Stale.
The gifting of public property use and therefore public funds is
prohibited under the California Constitution, Article i6.
34. FIELD WORK REIMBURSEMENT: Permitlee shall reimburse
Slate for field work performed on permitlee's behalf to correct or
remedy hazards or damaged facilities, or clear debris nor attended to
by the permittee.
35. Notification of Department and TMC: The pennillee shall notify
the Department's representative and the Traffic Management Center
(TMC) at least 7 days before initiating a lane closure or conducting
an activity that may cause a traffic impact. A confirmation
notification should occur 3 days before closure or other potential
traffic impacts. In emergency situations when the corrective work or
the emergency itself may affect traffic. TMC and the Department's
representative shall be notified as soon as possible.
36, Underground Service Alert (USA) Notification: Any excavation
requires compliance with the previsions of Government Code Section
4216 et. seq., including , but not limited to notice to a regional
notification center, such as Underground Service Alen (USA). The
permittee shall provide notification at least 48 hours before
performing any excavation work within the right of way.
TO:
FROM:
SUBJECT:
June 25, 2002
CITY COUNCIL AGENDA
ITEM NO. io
Mayor and Members of the City Council
Public Works Department
NEWPORT HEIGHTS PAVEMENT OVERLAY - AWARD OF CONTRACT
NO. 3473
RECOMMENDATIONS:
1. Approve the plans and specifications.
2.
Award Contract No. 3473 to Ben's Asphalt, Inc. for the Total Bid Price c
$474,825.00 and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $47,000.00 to cover the cost of unforeseen work.
DISCUSSION:
At 10:00 AM on June 13, 2002, the City Clerk opened and read the following bids for
this project:
BIDDER TOTAL BID AMOUNT
Low Ben's Asphalt, Inc. of Santa Ana $474,825.00
2 All American Asphalt of Corona $477,477.00
3 R.J. Noble Company of Orange $486,035.43
4 Sequel Contractors, Inc. of Downey $518,570.00
The low total bid amount is one percent above the Engineer's Estimate of $470,000.00.
The low bidder, Ben's Asphalt, Inc., possesses a General Engineering Classification "A"
contractor's license as required by the project specifications. Ben's Asphalt has
satisfactorily completed similar pavement rehabilitation work for other Southern
California agencies.
This project provides for the pavement rehabilitation of:
• Bolsa Avenue from Clay Street to 15th Street
• Broad Street from Westminster Avenue to Bolsa Avenue
• Cliff Drive from Santa Ana Avenue to Riverside Avenue
• Beacon Street from Cliff Drive to Santa Ana Avenue
• Santa Ana Avenue from Old Newport Boulevard to Cliff Drive
• Sea Gull Lane
SUBJECT: NEWPORT HEIGHI&AVEMENT OVERLAY -AWARD OF CONTRMNO. 3473
June 25, 2002
Page: 2
• Sherrington Lane
• 32nd Street from Newport Boulevard to LaFayette Avenue
• LaFayette Avenue from 32nd Street to Via Lido
In addition, concrete sidewalk, curb and gutter, cross gutters will be reconstructed, and
pavement striping will be installed within the above locations and at 2439 Coast
Highway.
Except for during paving operations, Ben's Asphalt is required to maintain driveway
access to residents before 8:30 AM and after 3:30 PM and continuously for all
commercial driveways on workdays. Full access to all driveways will be maintained
during non -work hours. In order to accommodate multiple daily truck deliveries to the
Pavillions store adjacent to the City Hall, the 32nd Street and LaFayette Avenue
pavements will be reconstructed in alternating phases.
Ben's Asphalt is required to complete all of the construction work within sixty working
days. The 32nd Street and LaFayette Avenue pavements will be the last work location
to minimize the impacts to traffic circulation on Newport Boulevard during the peak
summer months,
There are sufficient funds available in the following accounts for the work:
Account Description
Measure -M Tumback
Gas Tax
Respectfully
NT
G. Badum, Director
By: C``, -' `Y�=� s�
Fong Tse, P. V.
Associate Engineer
Attachment: Project Location Map
Bid Summary
Account Number Amount
7281- C5100646 $480,539.60
7181- C5100642 $41,285.40
Total: $521,825.00
x
U
m
O
3
W
z
Y.
O
U
F
z
W
W
N
3
V
m
96
W
F
2
V
d
0 O y
a � 2
U r U
U
Z w
OQ
l.J 0
O
J
0
m
m
O
O
INI�I
w w
> cac W
^O,F„a
z
Z
� w <
gi-.zw
3 Z z 0
Z O W d
m
6
M
n
P
M
U
Y
f
N
°-m
d
`o
V
W
S
0
S°
00
00
00
00
00
0
0
0
0
0
808
6
00800
8
Z
Z
0
S
0
600
u0
S
6
0
S
0
000
0
0
S
00
u
S06660
°
O
O
N
O
N
O
O
O
O
0
0
N
M
O
O
r,
^
0
O
O
L
O
N
t0
of
O
N
`O
6
0
0
N
P.
n
N
Tw
N
W
w
w
w
w
w
w
w
w
w
w
w
w
w
y
Q
w
c
V'
R
_V
d
E
O
O
0
0
0
0
0
O
GD
O
O
O
O
O
S
O
S
O
O
O
O
¢_
0
0
0
0
0
n
0
0
0
^
vi
O
vi
O
O
O
0
0
0
0
t�
O
6
O
b
N
C
N
0
vi
M
www
w
N
w
6
0
a
w
O
1�
v
w
O
M
in
N
O
h
M
N
h
N
6
�n
0
O
0
a
N
M
w
w
ww
O
0
0
0
O
0
0
0
0
0
0
0
O
O
O
08008
O
O
O
O
0
0
0
0
0
0
0
O
O
O
0
0
0
0
1
h
0
0
0
0
N
0
`O
0
0
M
0
0
0
'O
0
.O
0
u+
O
Z800"
p
S
O
0
O
^
N
P
p
0
N
N
P
O
n
O
0
O
V
O
�-
N�
O
^
N
M
v
to
N
v
t
N
P
N
N
N
M
M
T
N
N
w
W
M
h
m
N
N
M
Yf
O'
M
v1
N
w
w
-:.,e
co
pp
N
�
w
a
c
0
0
0
0
0
�
u
O
b
0
0
0
�
moo
S
O
S
O
O
d
O
O
O
O
0
N
N
m
0^^
0
0
Wi
O:
O
0
0
0
_
0
0
0
0
6
llf
7
M
M
C'
N
O
^
M
w
of
w
wwww
J
w
w
w
w
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
S
0
o
F-
oo8o000080000000o
°888
80$
0
0000000
0�000008g8000$6
0
000
0
n
O
P
O
of
N
0
m
Oct
I�
v1
f
lV
in
M
O
O
(D
W
�n
N
m
w^
m
N
N
N
O
0
w
w
w
w
w
w
w
w
w
w
w^
w
C
N
Wa
w
w
00
O
Sw
°N
808w
0
m
0w
8
0
8P
0N
0
a
000
6
0
aG
o
O
o
00
O
0u
n
0800
O
o0
O
O
n
O
^
O
w
Yw
w
w
^
w
vi
w
p
ul
Q
0
0
F
Q
p
w
w
w
w
w
w
N
^
N
w
w
w
w
N
V1
LL
W
Q
LL
LL
LL
LL
LL
LL
N
i"
Z
LL
Z
Q
Q
Q
yl
w
W
w
W
W
�
OS
ON
b
S
S
Q
O
Op
ON
R
erz
^
10
0
M
-
p,
N
2
N
N
aD
^
O
N
N^
�O
M
V
d
d
C
u
33
d
g
aaEX
d
Asds
�
udNLL
_
O
U
V
S
V
>
=
V u
u
c
E
w
°
A
V
.:
y
z
o<
t
E
>
E
I
E
c
F
>
>
y
d'>
2
e�
E
LL
V
p
c
V
C
pp
O
d
0
y
E>
~
c
�p
p
a
co
E
o
m
E
U
E
u
g
>
1
C
U
p
V
U
U
V>
'vC
00
u
R
F>
m
O
u
y
9
C
C
C
d
.2
Q
V
q
_d
f
C—x
0.
W
A
Q
<<
n
V
6
V
Oy.
<-
N
u
O
d
T
c
y
p
a
Q
W
X
W
0%
C
LY
fi
W
if
YI
%
W-
4
N
L¢
t;
y
2
V
3
cL
2
C
A
0.
>>>>
E
N
N
LL
C
2
L
V)
N~
O.
—
y>>
0
0
O
O
O
O
Y
2
Lei
A
it
ead(y
ea
uu°u`
s
A
adeu<<<<
m
6
M
n
P
M
U
Y
f
N
°-m
d
`o
V
W
S
0
Y
d
N
d
E ui
A F-
8 Q
O
O
O
� f
O
V N �
w
c W
�a
W z
p/. L
W
Z
z Cie
W m
6 0
m
d
a
v
K
f
4
m
8
S'
0
v
q
r
3
a
n
C
d
0
0
0
0
0
0
0
0
0
0
0
0
0
p
p
p
p
p
p
p
O
O
O
O
p
1--
0
0
0
0
0
p
p
p
p
p
Z
0
o
0
o
0
o
0
N
0
O
0
o
0
o
0
0
0
o
0
O
O
S
O O
2-
O O
S
O O
O
O
l
C
=
O
O
^
tO
N
P
P
1-
O
O
P?
v
N
1.
n
m
vi
�
lO
m
O
P
�/1
N
1O
w
w
T
N
O
V
D
M
N
1�
w
w_^
H^^
H
w__
�}
m
w
H
M-
LO
«
Q
H
w
w
w
H
H
w
w
H
N
H
V
w
V1
t
S
S
N
S
S
V
O
O
O
O
O
O^
0
0
0
O
0
0
0
0
0
0
F
pp
O
V
me
p
M
O
�0
v
1°
W
O
M
O
O
O
O
Q
O
z
O
O
w
H
O
O
w
w
N
N
M
N
M
F
M
w
N
w
w
w
O
O
O
00
O
O
O
p
O
O
O
O
O
O
"?
O
W?
O
�O
M
O
O
O
O
O
O
O
m
O
M
Z
z
O
O
O
S
O
O
S
vi
N
O
o
p
S
O
O
O
N
O^
N
O
O
O
O
N
P
.-
^
m
—^
m?
O
O
O
O
M
O
m^
>,
n
O
vl
u1
`O
N
1�
n
O
p^
C
0
of
p
P
M
Y*
Y
q
w
OO
E,<H
wwwww
www
Q
w
w
CO
V
d
a
Z°
O
O
O
N
O
0
00
0
0
v+
0
0
^
-8
0
0
0
0
z
0
vi
HwN
p
w
wwwwww
^M
7
m
P
ri
P
N
w
w
w
w
N
V1
LL
LL
a
LL
LL
LL
LL
LL
LL
N�
Z
W
Z
Q
Q
Q
Q
Q�
1"' ~
80.
00
pp
0
pp
pN
R
p
Q
P
_
n
O
m
O
P
N
O
N
N
m^
N
^0Op
^
O
M
a
L
d
Y
J
d
3
Q
E
><
a
0
V
v9^i
ry
V
3
i
`d
n
2
Z
0
F
U
V
u
i
a
V
i°
V°
Y
i
U�
�
Y
c
eo
E
c
U«
V
o_
pc
�!
V
QQe
V
6
6
4
6
J
d
6
Eli
"'
V
G
o
V
>E
c
p c
E
v
o
U=
m
E
V
E
u
g
b
C
V
V
.Z
LL
O
d
F
r
a
�
A
a
A
C
o
d
W
A
6
6
a
n
V
V
n$
L
m
^
a
LL"
C"
_
6
O
E
O
E
o
0
El
0
0
0
u
o
o
s
9
Q
p
v
v
n
d
3
m[
x
oE
K
W
V
V
V=
K
Q
Q
a
Q
m
d
a
v
K
f
4
m
8
S'
0
v
q
r
3
a
n
C
d
CA'Y OF NEWPORT ?EACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
July 8, 2002
R.J. Noble Company
15505 E. Lincoln Avenue
Orange, CA 92856
Gentlemen:
Thank you for your courtesy in submitting a bid for the Newport Heights Pavement
Overlay Project (Contract No. 3473) 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
CIf� OF NEWPORT ?EACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
July 8, 2002
All American Asphalt
P.O. Box 2229
Corona, CA 92878 -2229
Gentlemen:
Thank you for your courtesy in submitting a bid for the Newport Heights Pavement
Overlay Project (Contract No. 3473) 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, 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
July 8, 2002
Sequel Contractors, Inc.
P.O. Box 160
Downey, CA 90241 -0160
Gentlemen:
Thank you for your courtesy in submitting a bid for the Newport Heights Pavement
Overlay Project (Contract No. 3473) 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, CMClAAE
City Clerk
3300 Newport Boulevard, Newport Beach