HomeMy WebLinkAboutC-3793 - 2006-2007 Citywide Street, Parking Lot and Storm Drain ImprovementsA
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
September 11, 2008
All American Asphalt
P.O. Box 2229
Corona, CA 92878 -2229
Subject: 2006 -2007 Citywide Street, Parking Lot and Storm Drain
Improvements (C -3793)
To Whom It May Concern:
On September 11, 2007, 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 October 22, 2007. The Surety for the
contract is Fidelity and Deposit Company of Maryland and the bond number is
08870012. Enclosed is the Faithful Performance Bond.
Sincerely,
G 4 � t � —g , vdzn�'
LaVonne M. Harkless, MMC
City Clerk
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 � Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
ADD STORM DRAIN IMPROVEMENTS
9
COWTRACT NO.3793
13OND NO. 088 70 012 EXECUTED IN FOUR (4) PARTS
The premium char�ea.on this Sond Is $ 5,917.00
being at the rate of $ 4.2 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of Callfomis, by motion
adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract
for construction of 2008 -2007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN
IMPROVEMENTS, Contract No. 3793 in the City of Newport Beach, in strict conformity with the
plans, drawings, specification, and other Contract Documents maintained in Me Public Works
Department of the City of Newport Beach, all of which are Incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute Contract No. 3793 and the
temis thereof require the furnishing of a Bond for the faithful performance of the Contract;
FIDELITY AND DEPOSIT COMPANY
NOW, THEREFORE, we, the Principal, and of MARYLAND
duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surat I are held and firmly bound unto the City of Newport
Beach, in the sum of One Million, Three Hundred Ninety -Two Thousand, Three Hundred
ThIrty -Three and 501100 Dollars ($1,392,333.50) 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, fimaly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, admlrastrstors, 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 shell
become null and void.
28
.. .. .... . ....� ,.. -_. _., .,..,1,...,.d, -..:AX -�- -- :..yam.:.._,..... ....,._:.......,:_.. ..w�.:�:.„..«�.a.,o.a�
AS a part of the obligation secured hereby, and In addition to the face amount specified in
this Performance Bond, there shall be Included costs and reasonable expenses and fees,
including reasonable attorneys fees, Incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enfprce 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 pontract or to the work to be performed thereunder or
to the Specifications accompanying the same shag 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
Me Contract or to the work or to the specifications.
This Faithful Perronnance Bond shag 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 fts obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, an the 7th day of December .2006.
ALL
ALL AMERICAN ASPHALT (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYr.AN11
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
Surety: 818 -409 -2800
Telephone
Agent: 714- 935 -1112
OWEN M. BROWN, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
M7
CALIFORNIA ALL- PURPOSE AC"NOWLEDGMENT
UlJ- l.'L`lJ�J'J Lr'JlJ� Ali .JV� lJ 'JlI'JUlMlL'"LJ- W,JZI7IlI'.JU'
State of California
County of Riverside ss.
On December 13. 2006 before me, Brenda L. Rooster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley
Namef*of SignerW
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: Faithful Performance Bond - Newport Beach
Document Date: December 7, 2006 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown
Signer's Name:
Individual
XCorporate Officer Title(#) Vioe President
_Partner- _Limited _General
_ Attorney Tri -Fact
_Trustee
_Guardian or conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
X personally known to me
f
~��_
ME
to be the person*whose name(0-
islt"ubscribed to the within instrument
and acknowledged to me that helearaft %-
executed the same in hisfio�horized
capaclty(9e} and that by his/haHFpeir
signature ( an the instrument the personAj —
or, the ent'fty upon behalf of which the persoror
acted, executed the instrument.
NESS my hang�and offici
Signature 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 Document
Title or Type of Document: Faithful Performance Bond - Newport Beach
Document Date: December 7, 2006 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown
Signer's Name:
Individual
XCorporate Officer Title(#) Vioe President
_Partner- _Limited _General
_ Attorney Tri -Fact
_Trustee
_Guardian or conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
State of Califomia
County of ORANGE
On 12. -7--06 before me, BARBARA J. BENDER
aW Nan aitl1N4 d 001mr (eA.'Jar 0ou. Ndary na�:i
personally appeared OWEN M. BROWN
N.,gldsoTaaq
BARBARA —J.6 ND� Er•
COmm"Slon 81494946
'+ Notary Public -
CaNfomta
Orange
.=--My Comm. . i,,,,
SkRW A L SI DFR
COM1101lOno 14"W
NmyNft • C01111001r.
Mr�a �c
: 1: 1: V,iq.;t�:(�1d;` >.��l.�.i•e;1,}. f:;��.):Ca:u; �.A.�'0:1.1
aLTrliO v.
to be the person(* whose namely is/tlillir
subscribed to the within instrument and
acknowledged to me that heir executed
the same in hisrddglMi► authorized
capacity**, and that by hisX1111111100
signature(*) on the instrument the person(b, or
t t upon behalf of which the person(*
a _ d. executed the instrument...
OPTIONAL
Ttwo Me Wawwtbn below is aw mqubad byfaw, a may prove mk able to P&MM mfyft an me dopmxtnt and could pm ent
lnumWent ramaW and m ftwh wd of ft form b anodwdoravwnt.
Description of Attached Document
TiBe or Type of Document: PERFORMANCE BOND N0, 088 70 012
Document Date: 12,706 Numberofpages: TWO (2)
Signer(s) Other Than Named Above: ALL AMERICAN ASPHALT
Capaclty(fes) Claimed by Signer
Signer's Name: OWEN M. BROWN
❑ IndWUW Tam d ft" MM
❑ Corporate Officer— Title(s):
❑ Partner —❑ limited ❑ General
xQ Atiomey -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing: gTnm.TTv Amn nlppn zTT C MPANy
OF MARYLAND
Ot=NaI raq SBw Ft d . ATA4F"14004164W
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
October 22, 2007
All American Asphalt
P.O. Box 2229
Corona, CA 92878 -2229
Subject: 2006 -2007 Citywide Street, Parking Lot and Storm Drain
Improvements (C -3793)
To Whom It May Concern:
On September 11, 2007, 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
September 17, 2007, Reference No. 2007000566015. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 08870012.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, MMC
City Clerk
cc: Public Works Department
encl.
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2008 -2007 CITYWIDE STREET, PARKIhLG LOT
AND STORM -DRAIN IMPROVEMENTS
CONTRACT N0.3793
BOND NO. 088 70 012 EXECUTED IN FOUR (4) PARTS
WHEREAS, the City Council of the City of Newport Beach, State of Caifomia, by motion
adopted, has awarded to Name of Contractor, hereinafter designated as the "Principal," a
contract for construction of 2006 -2007 CITYWIDE STREET, PARKING LOT AND STORM
DRAIN IMPROVEMENTS, Contract No. 3793 In the City of Newport Beach, In strict conformity
with the plans, drawings, specifications and other Contract Documents in the office of the Public
Works Department of the City of Newport Beach, all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or Is about to execute Contract No. 3793 and the
terms thereof require the furnishing of a bond, providing that if Principal or aamy of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or labor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Prfndpal, and,
duly authorized to transact ANn business under the laws of the late of mia, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, In the sum of One Million, Three Hundred
Ninety -Two Thousand, Three Hundred Thirty -Three and 501140 Dollars ($1,392,333.50)
lawful money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract: for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors,
Or assigns. jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal or the Principal's
subcontractors, fall to pay for any materials, provisions, or other supplies, implements or
machinery used In, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to b6 deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, than the Surety will pay for the same, in an
amount not exceeding the Sum specified In this Bond, and also, In case suit Is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the doll Code of the State of California.
20
_ -
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
tine, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications acoompanj nq the same shall in any wise affect Its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it Is
agreed that the death of any such principal shall not exonerate the Surety from Its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 7th day Of nprpmbpr , 2006.
Ac &atc„�u kj#A -t'
ALL AMERICAN ASPHALT (Principal)
FMELITr An DzpQ$jT COMPANY`
OP MARy9.AN
Name of Surety ll
801 NO, UVW BLVD
GLENDALE, CA 41203
Address of Surety
5U"Ty: 818rAQR 2800
Tgggphone
AGENT; 714c.435o1112
�j
Print Name and e T
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of Califomia
County of Riverside SS.
On December 13. 2006 before me, Brenda L. Rooster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley
Nameeof SigneW-
4,
It
OPTIONAL
K personally known to me
sat.idactoW evidence
to be the person"ose name%)-
is/ee-subscribed to the within instrument
and acknowledged to me that hefsbOfty
executed the same in hisibl aillWr authorized
cape ' capackyW, and that by his/h$/tfbeir
signature the instrument the personlg}^
or, the entity upon behalf of which the persor*)--
acted, executed the instrument.
WR SS my hand a otitcial se i 9
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons retying 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: Labor and Materials Payment Bond- Newoort Beach
Document Date: December 7, 2006
Signer(s) Other Than Named Above: Owen M. Brown
Signer's Name:
Officer TitleWVice President
.imited General
or Conservator
Signer is Representing: All American Asphalt
Number of Pages: 4
Top of thumb here
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of Califomia
} SS.
County of ORANGE J
On 12 -7 -06 before me BARBARA J. BENDER
om xam .wnr.aa�roa�-w,.oY..ra�rPern
personally appeared OWEN M. BROWN
rMmetelasip.(a1
Iy ,
�.c r
i:1:ti � 9 :•1'[i0'1 x'87:7 ►• •!;'O �. F'���J7: ?7i 9q( «:.\�.�•
to be the person(a) whose name(s) isillilt
subscribed to the within instrument and
admowledged to me that heAVOWipexemW
the same in his/Ilk- authorized
capacity,W, and that by hisiOOMMOr
signature(@) on the instrument the person(@), or
the epQ upon behalf of which the person(@)
OPTIONAL
Thotgit am kd0M Vwbebwisrolrequiredby leashmaypovevakrebfeto P&*x*ffl(Agm Ute dudaromandvnddPreveel
fratrdufem removal and reaUadmVi# of ft hem w arodrer docum&t.
Description of Attached Document
Title or Type of Document PAYMENT BOND N0. 088 70 012
Document Oats: 12 7-06 Number of Pages:0 (2 )
Signer(s) Other Than Named Above: ALL AHMCAN ASPHALT
CapaclWles) Claimed by Signer
Signer's Name: OWEN M. BROWN
• individual TapditrnbhB1B
• Corporate Officer — Tttle(s):
• Partner -0 United OGeneral
11W Attorney-in-Fact
• Trustee
• Guardian or Conservator
• 06M.
Signer Is Representing RTnm * t �•+r+ T4Vl1CTT nwv�gy
OF MARYLAND
019aB neYel P IftsBw mYOaer. CM1 }�"�' °.°'°x•
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary.
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the dat by nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and or act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act al kings, and the
execution of such bonds or undertakings in pursuan s on said Company, as fully and
amply, to all intents and purposes�if xe 8 ged by theregulazly elected officers of
the Company at its office in Ba ' heir rs is power of attorney revokes that issued on
behalf of Owen M. $.Q }
The said Assistant U
Section 2, of the By-
IN WITNESS W�
affixed the Corporate
December, A.D. 2004.
ATTEST:
'�a otvas�.
4
Ort"at the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
. SOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland
City of Baltimore ss:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes Assistant Secretary
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
i „uur,y��
Maria D. Adamski Notary Public
My Commission Expires: July S, 2007
POA -F 012.4160
Maria D. Adamski Notary Public
My Commission Expires: July S, 2007
POA -F 012.4160
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President. or any of the Senior
Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages.... and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized
by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: '"That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed:'
IN TESTTMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 7th day of December , 2006
4,0
Assistant Secretary
Recorded in official Records, Orange County
RECORDING REQUESTED BY AND Tom Daly, Clerk- Recorder
WHEN RECORDED RETURN TO: IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIIIIIIIIIIIIIIIIIINO FEE
City Clerk 200700056601511:52am 09/17107
City f Newport Beach 103 20. N12 7
ty po a.00 o.00 0.00 0.00 0.00 0.00 0.00 0.00
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and All American Asphalt, of Corona,
California, as Contractor, entered into a Contract on December 12, 2006. Said Contract
set forth certain improvements, as follows:
2006 -2007 Street, Parking Lot & Storm Drain Improvements (C -3793)
Work on said Contract was completed, and was found to be acceptable on
September 11. 2007, by the City Council. Title to said property is vested in the Owner,
and the Surety for said Contract is Fidelity and Deposit Company of Maryland.
P615 "orks Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. + A
Executed on mur� fi - a00 % at Newport Beach, California.
E VA ;
A- ■
•
September 12, 2007
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notices of Completion
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harldess, MMC
C -3460 - Back Bay Science Center (5)
J.G. Tate Fire Protection, Control Air Conditioning Corp.,
Continental Plumbing, Inc., Standard Drywall, and U.P. Landscape
Maintenance, Inc.
C -3793 - 2006 -2007 Street, Parking Lot & Storm Drain Improvements
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Harkless, MMC
City Clerk
Encls.
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
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 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and All American Asphalt, of Corona,
California, as Contractor, entered into a Contract on December 12, 2006. Said Contract
set forth certain improvements, as follows:
2006 -2007 Street Parkino Lot & Storm Drain Improvements (C -3793)
Work on said Contract was completed, and was found to be acceptable on
September 11, 2007, by the City Council. Title to said property is vested in the Owner,
and the Surety for said Contract is Fidelity and Deposit Company of Maryland.
P6b "orks Director
Cjty of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed one fj. o��� % at Newport Beach, California.
MSiA
• •-
U
is
r
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
• _ 30
Agenda Item No. 8
September 11, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran
949 - 644 -3315 or atran @city.newport- beach.ca.us
SUBJECT: 2006 -2007 CITYWIDE STREET, PARKING LOT, AND STORM DRAIN
IMPROVEMENTS — COMPLETION AND ACCEPTANCE OF CONTRACT
NO. 3793
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 December 12, 2006, the City Council authorized the award of the 2006 -2007
Citywide Street, Parking Lot, and Storm Drain Improvement contract to All American
Asphalt. The contract provided for pavement rehabilitation and storm drain
improvements at various locations throughout the City. The contract has now been
completed to the satisfaction of the Public Works Department. A summary of the
contract cost is as follows:
Original bid amount: $1,392,333.50
Actual amount of bid items constructed: $1,357,251.24
Total amount of change orders: $89,026.16
Final contract cost: $1,446,277.40
The minor decrease in the amount of actual bid items constructed over the original bid
amount resulted from the reduction of asphalt concrete used. The final overall
construction cost including Change Orders was 3.9% over the original bid amount.
Citywide Street, Parking Lot and Storm Drain Improvements - CompletionOAcceptance of Contract No. 3793 y
September 11, 2007
Page 2
Four Change Orders totaling $89,026.16 were issued for the project as follows: .
• Change Order No. 1 in the amount of $29,702.93 provided for irrigation and
electrical improvements at the Corona del Mar beach parking lot.
• Change Order No. 2 in the amount of $49,384.00 provided for additional
pavement rehabilitation on Orange Street and 340 Street in the West Newport
area.
• Change Order No. 3 in the amount of $10,251.38 was for the change in
pavement material on Marine Avenue. This Change Order also included the cost
for two City requested changeable message boards.
• Change Order No. 4 provided for additional storm drain exploratory work on 15'
Street. The Contractor was also back charged for 1) a replacement bench on
Bay Avenue, 2) removal of pavement stains in the West Newport area, and 3)
incomplete pavement striping on Orange Street and Seashore Drive. This
Change Order resulted in a reduction of $312.15.
Other Proiect Costs:
In addition to the primary construction contract, this project involved other project
expenses from various funding sources. Total project expenses are summarized as •
follows:
Construction
$1,446,277.40
Geotechnical Materials Testing
$ 7,421.00
Construction Inspection
$ 10,294.44
Surveying
$ 32,970.00
Incidentals
$ 2,184.79
Total Project Cost
$1,499,147.63
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time
the project was authorized by the City Council. This exemption covers the repair,
maintenance and minor alteration of existing public facilities with negligible expansion.
•
Prepared by:
Andy Tran
Senior Civil Engineer
•
Submitted by:
r .0.4 64
`8t6pho G. Badum tvL-
Pubff6 Works Director
Citywide Street, PA Lot Storm Drain
Completion VAcceptance Contract No. 3793
and Improvements -
of
September 11, 2007
Page 3
•
Funding Availability:
Funds for the project were expended from the following
accounts:
Account
Account Description
Number
Amount
Gas Tax - Marine Ave. Bridge Pavement Rehab.
7181- C5100832
$114,820.59
Gas Tax -15"' St. Rehab.
7181- C5100886
$60,599.86
Gas Tax - Bay Ave. Rehab.
7181- C5100829
$60,940.00
Gas Tax - General Street Rehab.
7181- C5100302
$14,505.00
Water Fund - Water Distribution and Piping
7501- C5500074
$8,000.00
Measure M - Spyglass & Harbor View Hills South
7281- C5100857
$403,079.12
Areas Pavement Rehab.
Measure M - West Newport Rehab.
7281- C5100768
$14,384.00
Assessment District 69
74069 -9804
$7,999.00
General Fund - Street, Bikeway and Parking Lot Imp.
7013- C5100019
$414,766.12
General Fund - Bay Ave. Drainage Imp.
7012- C5100829
$43,828.94
General Fund - West Newport Rehab.
7181- C5100768
$36,225.00
Traffic Congestion Relief - Spyglass & Harbor View
7191- C5100857
$90,932.00
Hills South Areas Pavement Rehab.
Traffic Congestion Relief- 15"' St. Rehab.
7191- C5100886
$63,845.00
Traffic Congestion Relief - Bay Ave. Rehab.
7191- C5100829
$165,223.00
•
Total:
$1,499,147.63
The original completion date was May 16, 2007. The
completion date was
extended to
July 11, 2007 to accommodate the additional work.
All work was
substantially
completed by the extended date.
Prepared by:
Andy Tran
Senior Civil Engineer
•
Submitted by:
r .0.4 64
`8t6pho G. Badum tvL-
Pubff6 Works 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, Newport Beach, CA 92663
until 10:00 a.m. on the 29th day of November, 2006,
at which time such bids shall be opened and read for
2006 -2007 CITYWIDE STREET PARKING LOT AND STORM DRAIN
IMPROVEMENTS
Title of Project
Contract No. 3793
$1,437,000
Engineer's Estimate
by
phen G. Badum
c Works Director
PLAN HOLDER LIST AVAILABLE
ON CITY WEBSITE
htto:/1%vww.city.newr)ort-
beach.ca.us
CLICK:
• Online Services
• Public Works Contracts Bidding
Prospective bidders may obtain one set of bid documents for $25.00
at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
General "A" Contractor License Classification required for this project
For further information, call Andy Tran, Project Enaineer at(949)644-3315
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN
IMPROVEMENTS
CONTRACT NO. 3793
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
SPECIAL PROVISIONS ................................................................. ...........................SP -1
F
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
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 ADDENDA 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.
5. The estimated quantifies indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be'computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section
22300, at the request and expense of the Contractor, securities shall be permitted in
3
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 by calling the
prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. 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.
4�,2t; 70 73 - A, C-12-
Contractors License No. & Classification
Au o edSignature/Title ?o8EQ7 tip U.A.
IJOV Imo( P-�O ex 1, 300io
Date
BOND NO. 085.97 423
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO.3 93
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
Bip PRTCE r_N -,� Dollars (ffi 20% of Bid ), to be pald and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of 20M
2007 CITYNDE STREET, PARKING LOT AND STORM DRAIN IMPROVEMENTS, Contract
No. 3798 in the City of Newport Beach, is accepted by the City Cournolt of the City of Newport
Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute
the Contract Documents in the form(s) prescribed, Including the required bonds, and original
insurance certificates i ndl endorsements for the construction of the project within thirty (30)
calendar days after the date of the mailing of "Notification of Award', otherwise this obligation
shall become null and void.
If the undersigned Principal executing this Bond is executing tins Bond as an. individual.
It is agreed that the- deAth of any such Principal shaft not exonerate. the Surety from its
obligations under this Bond.
Witness our hands this 20th day of November 2006.
ALL.AMERICAN ASPHALT
Name of Contractor (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818- 409 -2800
AGENT: 714- 935 -1112
Telephone
OWEN M, IWQW? ATTQFNEYRIN. -FACT
Print Na� Ttle
(Notary acknowledgment of Principal S Surety must be attactwd)
BID DATE: NQVM= 29.11 201116
5
...,...„...... 1
V. P.
ACKNOWLEDGMENT
State of California
County of Riverside SS.
On November 28. 2006 before me, Brenda L. Rooster. Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley
Name(s) of Signer(s)
BRENDA L. ROyf M
COfnmlwton tf 170"
Notary Public - Ca to ft
Riverside County
"'Caryn. Eviesoaft2m
OPTIONAL
X personally known to me
�Aee-
to be the person(#whose name(tR-
is/alrsubscribed to the within instrument
and acknowledged to me that he/she"
executed the same in hislheWAeirauthodzed
capacity(W,, and that by hislhaiihaiF
signatute(Vron the instrument the person(+ —
or, the entity upon behalf of which the person(j�-
acted, executed the instrument.
NESS my he and offi Ise
e �a
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons retying on the
document and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document: Bid Bond — Newport Beach
Document Date: November 20, 2006 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown
Signer's Name:
Individual
XCorporate Officer Title(K- Vice President
_Partner- Jimited _General
_Attorney -in -Fact
_Trustee
_Guardian or Conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
Ske of
cMMwd
O� 11.,20,06 befu�enw.__ liARU.a. T nal®lare
Cob +r..wrr�rarlrla vraa111wr1w7
peraorrily eppamed OM M. ERM
+ BARBARAJ.BENDER EEEpelaondykilawobme
1 Commission # 1494946
Notary Pubk • California
Orange County
QMy Comm. Eorw Jul 13,20DB b be 1he PWOMW Wba#e 1101111101W MAW
the
albsaribed b ftlllillt tllihl#IIBII� end
acbwwbdyed to llle titer heldbOW elwcubd
the In Tn h4lltaMft* WAlarb7Bd
capacky(Olh Mid Md by
8%ind e" all the ka"W a tlife POMWA of
rei
JO 4 JJAl
npgb #Ielrlbnlllllle eMw &no/aqui+tl#r+riK #twp�Aaw wW Wk bpw.one nyflpan AedbciwieitenticunlVyiunril
OPIKWM
Sk�b1Mf labeul/ad/MgiohMerf urfAi bMi b aloMwdam11r1i1.
Tills er Tytte of Dxemwk
fi :1 II
DOCUMMDrioe 11 -20 -116
SipllerMOgwr Then Wised Abave: ALL AMMICAM ,ASPHALT
Cq=KYQ98)by Shpw
allolleraMenem ow M. EMD
❑ by tkkW Topstuobli..
❑ calporete0Mw —ter
❑ Pwkw —❑ Lkk%d ❑ o0eeret
❑ Tih"Ill
❑ Qu dm or Callmwdar
❑ O#W..
819rler IB
ew/rrrllrr�dYfl.•teas aAw.naeeaa�e•ar.Al.a� •rsF w wcIlksw Ir.AMwaHWR +e000Swv
r r
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to he in full force and effect on the dal h e by nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and Pon act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act al kings, and the
execution of such bonds or undertakings in pursua o s said Company, as fully and
amply, to all intents and purposes, as if t xe 8 ged by the regularly elected officers of
the Company at its office in Bale„ heir r r This power of attorney revokes that issued on
behalf of Owen M. BROSoY E�l it ruarvtl n
The said Assistant 86
Section 2, of the By-
IN WITNESS W
affixed the Corporate
December, A.D. 2004.
ATTEST:
o �
ti ��
ItM =
W .�
Ortif� hat the extract set forth on the reverse side Ikmx)f is a true copy of Article VI,
and is now in force.
REOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
Slate of Maryland l Ss:
City of Baltimore J
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes Assistant Secretary
rf r %k�1'
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to he the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
iuuuno
�t o 1
t`
P f h%
¢AF•r I(, IN.`
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2007
POA -F 012.4160
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice- Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of _judgements, decrees, mortgages and instruments in
the nature of mortgages,... and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 20th day of November 2006
Assistant Secretary
Best's Rating Center - Company Information for Fidelity and Deposit Company of Maryland
Vic. Ratings: Flnancial.S.trongth Isseer_C.redit Securities Advancect Search
Ratings Definitions 'I Fidelity and Deposit Company of Maryland
Search.Bests Ratings la member o: Zuncn flnacclal SeMCes Gmup)
0.M. e.1 p: 0W01 NAIC 0: 19106 FEIN d: 131 5A
Press Releases,
Address: 1400 American lane Phone: 847 - 605 -6000
Related Products 1 j Schaumburg, IL 60196 -1056 Fax: 847- 605 -6011
Web:,6 zurichna com
Best's Ratings
Financial Strength Ratings View Definitions
Rating: A (Excellent)
Affiliation Code: g (Group)
Financial Size Category: XV ($2 billion or more)
Outlook: Stable
Action: Affirmed
Effective Dale: February 03, 2006
* Denotes Under Review Best's Ratings
other Web Canters: Select One-
[R Print this page
aigm ucur o =Act Financial SfrOngMl- -''_..
Nelr orgWg odga9ans In LOerT
PaErynd4e�
A Fscettent
Issuer Credit Ratings View Definitions
Long -Term: a-
Outlook: Stable
Action: Upgraded
Date: February 03, 2006
Reports and News
Visit our NewsRoom for the latest news and press refesses for this company and its A.M. Best Group.
Best's Company Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary.
s ' detailed business overview and key financial data.
Y = r Report Revision Date: 0712412006 (represents the latest significant change).
Historical Reports are available in Besis Company Report Archive.
f Best's Executive Summary Reports (Financial Overview) - available In three versions. these presentation style reports feature balance
I , sheet. income statement, key financial performance tests including profitability. liquidity and reserve. analysis.
Data Status: 2006 Best's Statement File - PIC, US. Contains data compiled as of 101212006 (Quality Cross Checked).
• Single Company - five years of financial data specifically on this company.
• Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies you select.
• Composite -evaluate this company's financials against .a peer group composite. Report displays both the average and total
composite of your selected peer group.
Note: Adobe Reader is required to view the reports listed above. This software Is available free from Adobe_�jstenrs Inc. An Excel export
option is also available once the report has been opened using Adobe Reader.
Best's Key Rating Guide Presentation, Report - Includes Best's Financial Strength Rating and financial data as provided in Best's Key
Rating Guide products.
Page 1 of 2
http': / /www3. ainbest. comAZatingstFul lProfi le. asp ?amb =3 87 &URATINGrD= 840616 &altnum =0& template = sratings &fs =0 &alts... 11/30/2006
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
DESIGNATION OF SUBCONTRACTORS)
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)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name: R.... 'Put w - o„
Address: -p.p. z.. lan"O
Sko. m ctro�; n
Phone: qsl- 991+ o3s
State License Number: to SS Ll 3,4-
Name: p.C, gar p
Address:
pi
C-�' V�v
Phone: 1 14.tp31-LIS7D
State License Number. 3
Name: Sjyvc*,./
r'"k_S
Address:
<b'tl'-1 Sprott Cn�aie.
_
Phone: 11y.531 So8`�
State License Number:
I .
Bidder r] Signature/Title 64"1410
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidders Name '&t 'g7g aluow
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
Project Description
Approximate Construction Dates:
Agency Name
Contact Person
Telephone (
Original Contr4erAmount $ Final Contract Amount $
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.
I'.MO
No. 2
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
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
Project Description
Approximate Construction
Agency Name
Contact
To:
Telephone (
Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
U
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.
I-J
No. 4
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
elephone (
Original Contract Amgw6 $ Final Contract Amount
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
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
N A-
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.
N D
01
No. 6
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name _
Contact Person
Original Contract
To:
Telephone ( )
$ Final Contract Amount
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
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. SeV Ag771t4f'EZ PA,66-
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Bidder
10
Authorized 5ignaturefritle R gtri V.Q
ALL AMERICAN ASPHALT
CURRENT PROJECTS
City of Cerritos
18125 Bloomfield Ave.
Cerritos, CA 90703 -3130
Contact: Hal Arbogast
562- 916 -1229
City of South Gate
8650 California Ave.
South Gate, CA 90280
Contact: Mahmound Anjomshoaa
(323) 563 -9578
City of Dana Point
33282 Golden Lantern
Dana Point, CA 92629
Contact: Jack Santos
(949) 248 -3554
City of Murrieta
26442 Beckman Court
Murrieta, CA 92562
Contact: Mike Brooks
(951) 304 -9273
Norwalk Blvd.
Street Reconstruction
Contract Amt: $711,741.00
Estimated Completion Date: 10 -10 -2006
Garfield Avenue
Street Reconstruction
Contract Amt: $1,097,000.00
Completion Date: 7 -31 -2006
Coast Highway
Street Reconstruction
Contract Amt: $1,977,977.00
Estimated Completion Date: 9 -25 -2006
California Oaks Road
Street Reconstruction
Contract Amt: $1,122,000.00
Completion Date: 8 -31 -2006
"2005»
PAST WORK REFERENCES
City of West Covina
1444 West Garvey Avenue
West Covina, CA 91790
Contact: Sam Guittierez, (626) 939 -8734
City of San Clemente
910 Calla Negocio, Suite 100
San Clemente, CA 92673
Contact: Akram Hindiyeh, (949) 361 -8200
City of Westminster
8200 Westminster Blvd,
Westminster, CA 92683
Contact: Theresa Tran, (714) 898 -3311
City of Orange
300 E. Chapman Avenue
Orange, CA 92866
Contact: Alan Truong, (714) 744 -5573
City of Garden Grove
11222 Acacia Parkway
Garden Grove, CA 92842
Contact: Navin Maru, (714) 741 -5180
Street Rehabilitation at Various Locations
Contract Amount: $709,500.00
Completed: 6/30/2005
Start: 211/2005
Calla Del Cerro Street Rehabilitation
Contract Amount: $522,000.00
Completed 9/30/2005
Start: 711/2005
03/04 Citywide Street Improvement Project
Contract Amount: $1,199,567.00
Completed: 2/16/2005
Start: 8/2/2004
Annual Street Maintenance
Contract Amount: $1,369,798.00
Completed 4/1/2005
Start: 9/3/2004
Euclid Street & Harbor Blvd.
Contract Amount: $1,972,000.00
Completed: 9/30/2005
Start: 8/1/2004
P.O. Bar 2229, Comm, CA 92678-2229
oug Harrington
work i t* 1996- Present Al! American Asphalt Corona, CA
• Supervise construction activities for general engineering contractor.
• Manage grading, concrete, and paving operations for both public and private
workprojeots.
1990 -1996
• Managed all paving operations.
• Responsible for organizing personnel, equipment and materials for paving
projem
• Responsible for project acceptance.
• Handled customer inquiries and complaints.
1988 -1990
Four
• Managed daily operations for grading, concrete, paving and public works
projects.
• Responsible for quantity verification and contract changes.
1977 -1983 industrial Asphal Htmt Mix Irwindale, CA
Opera" Engineer
• Responsible for daily maintenance and operation of various heavy machinery.
AddlllWtal b*mmDm Attended various educational classes relating to the construction industry
including:
- Ag ec Pointman Training (Non contact sensor grade control)
Asphalt Technology
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
NON - COLLUSION AFFIDAVIT
State of California )
ss.
County of Kt—ymfDtl)
R0P-ZV gP.AUC@1/ being first d4�IY sworn, dgRoses and says that he of A is
VICE tntbf5ur of Au >y�tE�rC�. l+sP"Ur, 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-er -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 of California that the foregoing is true
and correct.
At'L /q* elc#iu,�isPrfi4CT �
Bidder Authorized Signature/Title Ro« ,Y
Subscribed and swom to before me this a % day of UbVeRAO? 2006.
[SEAL]
Notary Public
RRREIOr► � �OMI�
My Commission Expires: OC77 yL. 2010 � cowsuft
Riverside CaRRy
QK'BRENDA L. ROVpER
Caommission • 1 mom
Notary Public - Ca10amle
Riverside Coumy
C
11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
DESIGNATION OF SURETIES
Bidders name ,ALL ;091x6 C0 -,-) AP#A -(,r
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):
2.03 S't $" -1409 -:6coo (Stt")
oweu K F>a (\ lus'UeAcc6'
ear rx. AKPA -LT "ncr D
L?_ Xse, CA 7 t 4-9 35 3 P ou.alr)
n
12
I4- % ? -4X ?o
(TkSLtewLe C-0.)
CITY OF NEWPORT-BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name Au 14liteuco w ASP44,c.r
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102.
13
Current
Record
Record
Record
Record
Record
Yearof
for
for
for
for
for
Record
2005
2004
2003
200JL
2001
Total
2006
No. of contracts
r
j z.61
I ( SS
13(p1
i 1(o-L
113-1
(Dnq
Total dollar
Amount of
X1141 �
2prt r
Ii�D!
Contracts (inpU3
1$S,0µ`►
Thousands of $
No. of fatalities
Aa-
_11;�..
0-
40!r-
No. of lost
Workday Cases
Z Z.
41
No. of lost
workday cases
involving
permanent
transfer to
another job or
_
_
—er_
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
Legal Business Name of Bidder A( A* G�'(jj P
Business Address: RO. a 55 ,pQ.oup" C4 92$ -4'
Business Tel. No.: 2S 1 -23 -7(000
State Contractor's License No. and
Classification: - 2-40 67 —(�.
Title V(ca 14;51pQjr
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
Date
Title
Signature of
Signature or
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 partnershiproint 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
State of California
County of Riverside SS.
On November 27. 2006 before me, Brenda L. Royster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley and Thomas Toscas
Name(s) of Signer(s)
BRENDA L. ROYM
CotntnkNOn 11700D12
Notary rubme • Canto
Rtwralde cowtly
Carrrrt. Od
X personally known to me
to be the person(s) whose names)
Mare subscribed to the within instrument
and acknowledged to me that Ushitbetthey
executed the same in ft a~Itheir authorized
capecity(ies), and that by fdsgapnRheir
signature(s) on the instrument the person(s)
or, the entity upon behalf of which the person(s)
acted, executed the instrument.
�--��7NESS my hhao and offi l se
o it (t a.
Signature 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 Document
Title or Type of Document: Contractor's Industrial Safety Record
Document Date: November 27, 2006 Number of Pages: 2
Signer(s) Other Than Named Above: None
Signer's Name:
_Individual
XCorporate Officer Title(s): Vice President and Sec./Treasurer
_Partner - _Limited _General
_Attorney -in -Fact
_Trustee
_Guardian or Conservator
Other.
Signer is Representing: All American Asphalt
Top of thumb here
c
r. 2ruvL� ^svwvt ^_�rv�_n_2n��
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
200 6-2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
ACKNOWLEDGEMENT OF ADDENDA
1 I
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents: lJ0ti1E
Addendum No.
15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
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: Atz �NpL1C/9�U i4�i4C%'
Business
Telephone and Fax Number: _I SI - -) 310-�(oa0 `?V -)39 -4401 `ACI�)
California State Contractor's License No. and Class: 'k2JP7Q73 E A'G -12—
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 1 -1 -7 I Expiration Date: 1 -51 -by
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:
-TGcp -ti i.G- F)Ourer'
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
nQnsp'tsl�eG, Y�,tD�ui �� e. Sfp�+`�sF•- La2o�.t4,G4`ta�79 4s! -���ea
"?iaKAS To5u4S �(P�t?
r w
4.
Corporation organized under the laws of the State of 2,464AQILIT A-
ir
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
NDl-*�
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
tjlA-
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: tolA.
Provide the names, addresses and telephone numbers of the parties;
/4-
Briefly summarize the parties' claims and defenses;
0
Have you ever had a contract terminated by the owner /agency? If so, explain.
No
Have you ever failed to complete a project? if so, explain. /l_f O
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 la pcompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes N
Are any claims or actions unresolved or outstanding? YesQ
17
If yes to any of the above, explain. (Attach additional sheets, if necessary)
pllq-
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non - responsive.
(Print name of Owner or President
of Corporation /Compan )
�—
u orized Signaturef itle
Title
Subscribed and swom to before me this c;f)lt�k day of %1OVL_kF>W , 2006.
[SEAL]
A�
K
18
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2006 -2007 CITYWIDE STREET, PARKING LOT
AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
CONTRACT
THIS AGREEMENT, entered into this Qffiday of Qom, 2006, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and All American Asphalt, hereinafter `Contractor," is
made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
2006 -2007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN IMPROVEMENTS
The work necessary for the completion of this contract consists of mobilization, traffic control,
construction notifications, survey services, isolated roadway reconstruction, pavement grind
and overlay, striping and storm drain improvements.
Contract No. 3793
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. 3793, 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 One Million, Three Hundred Ninety -Two
Thousand, Three Hundred Thirty-Three and 501100 Dollars ($1,392,333.50).
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
A identified by Contractor in writing as unsettled at the time of its final request for
yment.
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: Andy Tran
(949) 644 -3315
All American Asphalt
P.O. Box 2229
Corona, CA 92878 -2229
951 - 736 -7600
951 - 739 -4671 Fax
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
1 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 original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
21
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property, which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 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
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
unfit 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.
24
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
APP R VED AS TO FORM:
Aaron C. Harp
Assistant City Attorney
25
ALL AMERICAN ASPHALT
By:
(Corrporate Officer)
'U l
Title: C E P (pa
- ♦iii ! � , i
�(Financial Officer)
Title:
Print Name: THOkA5 TbV-AS
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside ss.
On December 13. 2006 before me, Brenda L. Rooster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley and Thomas Toscas
Name(s) of Signer(s)
OPTIONAL
X personally known to me
to be the person(s) whose name(s)
are subscribed to the within instrument
and acknowledged to me thadhheithey
executed the same in?kATMheir authorized
capacity(ies), and that by (ti8tierRheir
signature(s) on the instrument the person(s)
or, the entity upon behalf of which the person(s)
acted, executed the instrument
NESS my han an offs '' se � ,
• Signature of Notary Public el
Though the informa &on below is not required bylaw, 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: Contract - Newport Beach
Document Date: December 7. 2006 Number of Pages: 7
Signer(KOther Than Named Above: None
Signer's Name:
Individual
XCorporate Officer Title(s): Vice President and Sec./Treasurer
_Partner- _Limited _General
_Attorney -in -Fact
_Trustee
_Guardian or Conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
c
c
C
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1;
• . t.
BOND NO. 088 70 012 EXECUTED IN FOUR (4) PARTS
The premium char�ea on this Bond is $ 5,917.00
being at the rate of $ 4.2 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Name of Contractor, hereinafter designated as the 'Prtnctpar, a contract
for construction of MM2007 CITYWIDE 'STR EET, PARKING LOT AND STORM DRAIN
IMPROVEMENTS, Contract No. 3793 In the City of Newport Beach, in strict conformity with the
plans, drawings, specifications, and other Contract Documents maintained in the Public Works
Department of the City of Newport Beach, all of which are incorporated herein by this reference,
WHEREAS, Principal has executed or is about to execute Contract No. 3793 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
FIDELITY AND DEPOSIT COMPANY
NOW, THEREFORE, we, the Principal, and OF MARYLAND
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 One Million, Three Hundred Ninety -Two Thousand, Thule Hundred
Thirty -Three and 501100 Dollars ($1,392,333,50) lawful money of the United States of America,
sold 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 hOh, executors and administrators, suaosssars, 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 an the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made es 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,
28
As a part of the obligation secured hereby, and In addition to the face amount specified in
this Performance Bond, there shall be Included costs and reasonable expenses and fans,
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,
etterstions or additions to the terms of the pontrac t 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 this 7th dayof December 206.
ALL fh*wc�iuOc�
ALL AMERICAN ASPHALT (Principal)
FIDELITY AND DEPOSIT COMPANY
� OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
Surety: 818 -409 -2800
Agent: 714- 935 -1112
OWEN M. BROWN, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
29
..............
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of Califomia
County of Riverside SS.
On December 13, 2006 before me, Brenda L. Rooster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley
Namej*�of SignerW
OPTIONAL
X personally known to me
�pfeved be rie am the f
-saf alleeteFy evidenc
to be the person("hose name*-
isif"ubscribed to the within instrument
and acknowledged to me that heldha %k
executed the same in histhrauthorized
capacity(W,, and that by hisRtWNlmir
signature (9}n the instrument the person*—
or, the entity o upon behalf of which the person
acted, executed the instrument.
NESS my he and other e ,
Signature of Notary Public
Though the information below is not requimd by law, it may prove valuable to persons relying on the
document and could prevent fraudulent mmoval and reattachment of this form to another document
Description of Attached Document
Title or Type of Document: Faithful Performance Bond - Newport Beach
Document Date: December 7, 2006 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown
Signers Name:
Individual
XCorporate Officer Title(ce President
_Partner- _Limited _General
_Attorney -in -Fact
_Trustee
_Guardian or Conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of ORANGE
On 12 --7 -06 before me BARBARA J. BENDER
ore N.1. emxue aoa�iao..• Oft N$M wmy
personally appeared OWEN M. BROWN
wextxreaNna
Y ,L
_ _ — lAMIIRIIJ. rHOER
Ilolsty FOOD - CarosaM
ft
w�
:346:i�w i.
to be the person(y whose name(* 19AM
subscribed to the within instrument and
aclmowtedged to me that heft executed
the same in histliII110111100P authorized
capacity(04, and that by hiss
signature(s) on the Instrument the person(*, or
th t y upon behalf of which the person(
adled. dXeculed the instrument.—
OPnONAL
Thaw dm Nowumbn bsbw Is not mquimd by text it nWpmxa x to pamons "Mm rite dananent end opAd pmemM
6auaideat mnvM aid madedmee d or dw ram to anndmr dbannad
Description of Attached Document
Title or Type of Document PERFORMANCE BOND NO. 088 70 012
Document Data; 12,7,06 Number of Pages. TWO (2)
Signers) Other Than Named Above: ALL AMERICAN ASPHALT
Capecity(les) Claimed by Signer
Signer's Name: OWEN M. BROWN
❑ Individual rap ddwrNb tr
❑ Corporate Officer — Titles):
❑ Partner — ❑limited 0General
:jj Attomey-in -Fact
• Trustee
• Guardian or Conservator
• Other.
Signer Is Representing:_Frnm TTV ►rm nvmgTT ccmEANY
OF MARYLAND
61M NeY Pr ft newbrCYIDFFnef-0WiIbfi90
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
F Mm
:�
COWRACT NQ. 3793
BOND NO. 088 70 012 EXECUTED IN FOUR (4) PARTS
WHEREAS, the City Council of the City of Newport Beach, State of Cavomia, by motion
adopted, has awarded to Name of Contractor, hereinafter designated as the " Princpal," a
contract for construction of 2008 -2007 CITYYYIDE STREET, PARKING LOT AND STORM
DRAIN IMPROVEMENTS, Contract No. 3793 in the City of Newport Beach, In strict conformity
with the plans, drawings, specifications and other Contract Documents In the office of the Public
Works Department of the City of Newport Beach, all of which are incorporated herein by this
reference.
WHEREAS. Principal has executed or Is about to execute Contract No. 3783 and the
terms thereof require the furnishing of a bond, providing that if Principal or say of Principal's
subcontractors, shalt felt to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or labor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
FTnWT.Tfr AM duly authorized to transact
business under the laws of the of ' mle, as Surety, (referred to herein as "Surety') are
held firmly bound unto the CRY of Newport Beach, In the sum of One Million, Three Hundred
Ninety -Two Thousand, Three Hundred ThirlpThree and 50M00 Dollars ($1,392,333.50)
lawful money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terns of the Contract; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors,
or assigns, jointly and severally, finely by these present
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used In, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum spaded in this Bond, and also, In case suit is brought to enforce
the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
ei:
The Bond shall Inure to the beneftt 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 speciRcations accompanj ng the same shall in any wise affect Its obligations on
this Bond, and it does hereby walve 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 7 t day of py_cemher .2006.
4a- "mow iffli l�
ALL AMERICAN ASPHALT (Principal)
FPELITY AND DERQO%U COMPANY'
OF MAR AND
Name of Surety
801 NO, BRAND BLVD
GLENDALE, CA, 41203
Address of Surety
$URETXi 8180404 2800
Telephone
GENT; 714.43$01112
Print Nae an die
IN
T
m
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
27
State of California
County of Riverside
ACKNOWLEDGMENT
SS.
On December 13. 2006 before me, Brenda L. Rooster, Notary,
Date Name and Title of Officer
Personally appeared Robert Bradley
Nameo0f Signerw'
1
OPTIONAL
2�. personally known to me
to be the person"ose name(Ny -
isfge-subscribed to the within instrument
and acknowledged to me that hely
executed the same in hisAbAkek authorized
capacityW, and that by hisR$rAl ei
signature the instrument the person(^
or, the entity upon behalf of which the person*_
acted, executed the instrument
my hand
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: Labor and Materials Payment Bond - Newport Beach
Document Date: December 7, 2006 Number of Pages: 4
Signer(s) Other Than Named Above: Owen M. Brown
Signer's Name:
_Individual
XCorporate Officer TitleWg Vice President
_Partner- Limited _General
_Attorney -in -Fact
_Trustee
_Guardian or Conservator
Other:
Signer is Representing: All American Asphalt
Top of thumb here
CALIFORNIA AL4PURPOSE ACKNOWLEDGMENT
State of California
as.
County of ORANGE
On 12 -7 -06 before me, BARBARA J. BENDER
pm ww,waneraw morn. tos. •rte Dom wowq Pass
personally appeared OWEN M. BROWN
Nmajn) d Slpwi(s)
1 BARBARA J. BENDER
_7 Commbdon # 1494946
i Notary PubBc - Cadfomla
Orange County —
MyComm.ExpBesJUl13,20d8
;r'Y:v. r;Y :•Y.UY;,�•:;r.'kC :4;r.3.- E'.k��;oY�a:ii:i = ;�.(.:f:
to be the person(q) whose name(r) ism
subscribed to the within instrument and
acknowledged to me that hem► executed
the same in his/!p authorized
capacity(Om), and that by histfiitlOM
signature(r) on the instrument the person(p), or
the eA upon behalf of which the person(o
OPTIONAL
77muo ft 1RfOnlieaon below is not recw.edby law: # n wy p vw yekwW to pmsons rrf" on Vw darwrrnr and awN pieverd
hmdukvd reaorwr mud rewtmarmem of difs ram to wnaffw dsarmenC
Description of Attached Document
Tide or Type of Document: PAYMENT BOND NO. 088 70 012
Document Date: 12 -7 -06 Number of Pages: TWO (2 )
Signer(s) Other Than Named Above: ALL AMERICAN ASPHALT
Capae ty(ies) Claimed by Signer
Signer's Name: OWEN M. BROWN
• individual al Top d ftft iKw
• Corporate Officer— Tide(s):
• Partner -0 Limited O General
xU Attorney-in -Fact
• Trustee
• Guardian or Conservator
• Other.
Signer is Representing:_vTnxr.TTV Aisn nitvnerT rrimpANY
OF MARYLAND
rlae mw rmrpneeewem -s Do SMO ,P.Q Sm M- aw,war. CA 9larYtM•w.w.o[IaaYwwryaq Rolft5 w�ww.r: wZwirw,aoama®
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date a by nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and o act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act a e takings, and the
execution of such bonds or undertakings in pursuan , s on said Company, as fully and
amply, to all intents and purposes, as rf t a xec 6 1 ged by the regularly elected officers of
office the Company at its in Bal ' rS heir r r This power of attorney revokes that issued on
behalf of Owen M. BRON �al d:tn
The said Assistant )SE
Section 2, of the By-``q
IN WITNESS WHF
affixed the Corporate
December. A.D. 2004.
ATTEST:
'gyp ptPOSri
ti v, �
a i
� 1111 �
the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
PrOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland
City of Baltimore ss:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
;), /X" -
Eric D. Barnes Assistant Secretary
� n
j'.. q
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and (hey each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year firs( above
written.
aaaanu "q,
� a�.Or... .'g
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2007
POA -F 012.4160
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article Vi, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,... and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the IOth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 7th day of December , 2006
Assistant Serretary
r.H.nfdh AA7r.
ALLAMERI2
ACO ID. CERTIFICATE OF LIABILITY INSURANCE 12108Drcvvv}
106
PRODUc2R
Calco Ins Brokers & Agents Inc
Lic #0629370 714 937 -1824
( )
One City Blvd W, #700
Orange, CA 92868.2947
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
NAIC #
INSURED
All American Asphalt
PO Box 2229
Corona, CA 92878 -2229
INSURER A: Arch Specialty Insurance Co.
LIMITS
INSURER B: Great American Ins.Co (OH)
IHsuRER c: Seabright Insurance Co
GPP000872901
Cert. Holder is
named additional
Insured if
required by
Written contract
INSURER D: Hartford Fire Insurance Co.
08101/07
INSURER E:
61.000.000
r AVFRAGES
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 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.
LTR
NS
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
PpLTE EX DRATD
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE Fx� OCCUR
GPP000872901
Cert. Holder is
named additional
Insured if
required by
Written contract
08/01106
08101/07
EACH OCCURRENCE
61.000.000
DAM SE O RENTED
$100 ,000
MEb EXP (An are on}
E. _
PERSONAL &AOVINJURY
$1000000
GENERAL AGGREGATE
s2 006 00
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO- LOC
PRODUCTS - COMPIOP AGG
s2000000
D
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-0 NED AUTOS
72U£NGK549i K2
Cart. Holder is
named additional
Insured if
required by
written contract
08101106
08/a1107
COMBINED SINGLE LIMIT
(Ea acddenl}
If 000,000
BODILY INJURY
(Per Vermn)
$
X
BODILY INJURY
(PWawd")
E
X
PROPERTY DAMAGE
(Per acGdenl)
S
GARAGE LIABILITY
ANY AUTO
AUTO ONLY- EAACCDENT
S
OTHERTHAN EAACC
AUTO ONLY: AGO
S
IS
B
EXCESSIUMBRELLA LIABILITY
OCCUR ❑ CLAIMS MADE
DEDUCTIBLE
1 XI RETENTION $10,000
TUE5950076
08101166
08/01/07
EACH OCCURRENCE
$10000000
AGGREGATE
$10,000,000
a
$
E
C
WORIMSCOMPENSATDNAND
EMPLOYERW LIABILITY
ANY rMCERNAEMEBgR FXCLUDDED?
If yyeeaa,, des Wbe under
SPECIAL PROVISIONS below
BB1060243
06/01 /O6
08!01107
X WCSTA7U- OTR-
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE -EA EMP
s1 aoa 60o
E.L. DISEASE - POLICY UMn
51 006 666
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS (VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
2066.2007 Citywide Street, Parking Lot, and Storm Drain Improvements -
Contract No. 3793
`2apx/wcw"
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
I ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
IEREOF. THEISSUING INSURER WILL luW090OHM MAIL An 13AYSWF TTEN
TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, K
ACORD 25 (2001/(18) 1. of 2 #S16002/M8668 SC01 0 ACORD CORPORATION 1988
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 (2001105) 2 of 2 #S1600208668
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
SECTION Ili — WHO IS INSURED is amended to include as an additional insured those persons or
organizations who are required under a written contract with the Named insured to be named as an additional
insured, but only with respect to liability arising out of your operations, "your work ", or premises owned by or
rented to you.
All other terms and conditions of this Policy remain unchanged.
City of Newport Beach, the County of Orange, their officers, agents, officials, employees and volunteers
Project:
2006 -2007 Citywide Street, Parking Lot, and Storm Drain Improvements - Contract No. 3743
Endorsement Number:
This endorsement is effective on the inception date of this policy unless otherwise stated herein
(The information below is required only when this endorsement is issued subsequent to the preparation of the
policy.)
Policy Number: GPP000872901
Named Insured: All American Asphalt
Endorsement Effective Date: 811106
00 CGL0006 00 02 04 c:Ny Docs\AWEndt.doc
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
OTHER INSURANCE - BROAD FORM, CGL POLICY ENDORSEMENT
It is hereby agreed that the following paragraph is added to Section IV, Commercial General Liability
Conditions, item 4.
Where the named insured is required by a written contract to provide insurance that is primary and
non - contributory, and the written contract so requiring is executed by the named insured before any
loss, this insurance will be primary, but only if and to the extent required by that written contract.
This endorsement is part of your policy. It supersedes and controls anything to the contrary. It is
otherwise subject to all other terms of the policy.
All other terms and conditions of this Policy remain unchanged.
Endorsement Number:
This endorsement is effective on the inception date of this policy unless otherwise stated herein.
(The information below is required only when this endorsement is issued subsequent to preparation of the
policy.)
Policy Number: GPP000872901
Named Insured: All American Asphalt
Endorsement Effective Date: 8/1/06
00 CGL0130 00 01 04 Page 1 of 1
COMMERCIAL AUTO
CA 00 01112 93
BUSINESS AUTO COVERAGE FORM
Various provisions in this policy restrict coverage, Read the erdire policy carefully to determine rights, duties and
what Is and Is not covered.
Throughout this policy the words "you" and "your" refer to the Named insured shown In the Declarations. The words
'We", "us" and "our" refer to the Company providing this Insurance.
Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION V -
DEFINITIONS.
SECTION I - COVERED AUTOS
ITEM TWO of the Declarations shows the "autos" that
are covered "autos" for each of your coverages. The
following numerical symbols describe the "autos" that
may be covered "autos ". The symbols entered next to
a coverage on the Declarations designate the only
"autos" that are covered "autos ".
A. DESCRIPTION OF COVERED AUTO
DESIGNATION SYMBOLS
SYMBOL DESCRIPTION
1 = ANY "AUTO ".
2 = OWNED "AUTOS" ONLY. Only those "autos"
you own (and for Liability Coverage any
"trailers" you don't own while attached to power
units you own), This Includes those "autos" you
acquire ownership of after the policy begins,
3 = OWNED PRIVATE PASSENGER "AUTOS"
ONLY. Only the private passenger "autos" you
own. This Includes those private passenger
"autos" you acquire ownership of after the
policy begins.
4 -OWNED "AUTOS" OTHER THAN PRIVATE
PASSENGER "AUTOS" ONLY. Only those
"autos" you awn that are not of the private
passenger type (and for Liability Coverage any
"trallars" that you don't own while attached to
power units you own). This includes those
"autos" not of the private passenger type you
acquire ownership of after the policy begins.
5= OWNED "AUTOS" SUBJECT TO NO- FAULT.
Only those "autos" you own that are required to
liave No-Fault benefits in the state where they
are licensed or principally garaged. This
Includes those "autos" you acquire ownership of
after the policy begins provided they are
required to have No -Fault benefits In the state
where they are licensed or principally garaged.
6 = OWNED "AUTOS" SUBJECT TO A
COMPULSORY UNINSURED MOTORISTS
LAW. Only those "autos" you own that because
of the law In the state where they are licensed
or principally garaged are required to have and
cannot reject Uninsured Motorists Coverage.
This Includes those "autos" you acquire
ownership of after the policy begins provided
they are subject to the some state uninsured
motorists requirement.
7 = SPECIFICALLY DESCRIBED "AUTOS'. Only
those "autos" described In ITEM THREE of the
Declarations for which a- premium charge is
shown (and for Liability coverage any 'trailers"
you don't own while attached to any power unit
described in ITEM THREE).
6 = HIRED "AUTOS" ONLY. Only those "autos"
you lease, hire, rent or borrow. This. does not
Include any "auto" you lease, hire,• rent, or
borrow from any of your employees or partners
or members of their households.
9 =NONOWNED "AUTOS" ONLY. only those
"autos" you do not own, lease, hire, rent or
borrow that are used in ebnnaction with your
business, This Includes "autos" owned by your
employees or partners or members of their
households but only while used in your business
or your personal affairs,
B. OWNED AUTOS YOU ACQUIRE AFTER THE
POLICY BEGINS
1. If symbols 1, 2, 3, 4, 5 or 6 are entered next to
a coverage in ITEM TWO of the Declarations,
then you have coverage for "autos" that you
acquire of the type described for the remainder
of the policy period.
City of Newport Beach, the County of Orange, their officers, agents, officials, employees and volunteers
RE: 2006 -2007 Citywide Street, Parking Lot, and Storm Drain Improvements - Contract No. 3793
CA 00 01 112 93 Copyright, Insurance Services Office, Inc., 1993 Pace 1 of 11
2. But, If symbol 7 is entered next to a coverage in
ITEM TWO of the Declarations, an "auto" you
acquire will be a covered "auto" for that
coverage only If:
a: We already cover all "autos" that you own
for that coverage or It replaces an "auto"
you previously owned that had that
coverage; and
b. You tell us within 30 days after you acquire
it that you want us to cover it for that
coverage.
C. CERTAIN TRAILERS, MOBILE EQUIPMENT AND
TEMPORARY SUBSTITUTE AUTOS
If Liability Coverage Is provided by this'Coverage
Form, the following types of vehicles are also
covered "autos" for Liability Coverage:
1. 'Trailers" with a load capacity of 2,000 pounds
or less designed primarily for travel on public
roads.
2. "Mobile equipment" while being carried or
towed by a covered "auto ",
3. Any "auto" you do not own while used with the
permission of its owner as a temporary
substitute for a covered "auto" you own that is
out of service because of its:
a. Breakdown;
b. Repair;
c. Servicing;
d. "Loss "; or
e. Destruction
SECTION 11 - LIABILITY COVERAGE
A. COVERAGE
1. WHO IS AN INSURED
We will pay all sums an "insured" legally must pay
The following are "insureds ".
as damages because of "bodily Injury" or "property
damage to which this Insurance applies, caused by
a. You for any covered "auto ".
an "accident" and resulting from the ownership,
b. Anyone else while using with your
maintenance or use of a covered "auto ".
pennJssion a covered "auto" you own, hire
We will also pay all sums an "insured" legally must
or borrow except:
Pay as a "covered pollution cost or expense" to
(1) The owner or anyone else from whom
which this Insurance applies, caused by an
you hire or borrow a covered "auto ".
"accident" and resulting from the ownership,
This exception does not apply if the
maintenance or use of covered "autos ". However,
covered "auto" is a "traller" connected
we will only pay for the "covered pollution cost or
to a covered "auto" you own,
expense" if there is either "bodily injury" or
(2) Your employee If the covered "auto" is
'Property damage" to which this insurance applies
owned by that employee or a member
that is caused by the same "accident ".
of his or her household,
We have the right and duty to defend any "Insured"
(3) Someone using a covered "auto" while
against a "suft" asking far such damages or a
he or she Is working in a business of
"covered pollution cost or expense". However, we
selling, servicing, repairing, parking or
have no duty to defend any "insured" against a
"sult"
storing "autos" 'unless that business is
seeking damages for "bodily Injury" or
'Property
yours.
damage" to which this insurance does not
apply. We may Investigate and settle any claim or
(a) Anyone other than your employees,
"suit" as we consider appropriate, Our duty to
partners, a lessee or borrower or any of
defend or settle ends when the Liability Coverage
their employees, while moving property
Limit of Insurance has been exhausted by payment
to or from a covered "auto ".
of j udgm ants or settiem ants.
City of Newport Beach, the County of Orange, their officers,
agents, officials, employees and volunteers
RE: 2006 -2007 Citywide Street, Parking Lot, and Storm
Drain Improvements - Contract No. 3793
_e
Page 2 of 11 Copyright, Insurance Services Office, Inc., 1993 CA 00 01 12 92
(5) A partner of yours for a covered "auto"
(2) Provide the minimum amounts and
owned by him or her or a member of his
types of other coverages, such as no-
or her household,
fault, required of out -of -state vehicles
c. Anyone liable for the conduct of an
by the jurisdiction where the covered
"Insured" described above but only to the
auto is being used.
extent of that liability.
We will not pay anyone more than once for
2. COVERAGE EXTENSIONS
the same elements of lass because of these
extensions.
a. Supplementary Payments. In addition to
B EXCLUSIONS
the Limit of Insurance, we will pay for the
"Insured":
This Insurance does not apply to any of the
(1) All expenses we incur.
following:
(2) Up to $250 for cost of ball bonds
1. EXPECTED OR INTENDED INJURY
(including bonds for related traffic law
"Bodily Injury" or "property damage" expected
violations) required because of an
or Intended from the standpoint of the "insured ".
"accident" We cover. We do not have
2. CONTRACTUAL
to furnish these bonds.
Liability assumed under any contract or
(3) The cost of bonds to release
agreement.
attachments in any "suit" we defend,
But this exclusion does not apply to liabllity for
but only for bond amounts within our
damages:
Limit of Insurance.
(4) All reasonable expenses incurred by the
a. Assumed in a contract or agreement that Is
an "insured cortract" provided the "bodily
insured at our request, Including
injury" or "property damage" occurs
actual loss of earning up to $100 a day
subsequent to the execution of the contract
because of time off from work,
or agreement; or
(6) All costs taxed against the "insured" in
b. That the "Insured" would have In the
any "suit" we defend.
absence of the contract or agreement.
(6) All interest on the full amount of any
S. WORKERS' COMPENSATION
judgment that accrues after entry of the
judgment In any "suit" we defend, but
Any obligation for which the 'Insured" or the
our duty to pay interest ends when we
"Insured's" insurer may be held liable under any
have paid, offered to pay or deposited
workers' compensation, disability benefits or
in court the part of the judgment that Is
unemployment compensation law or any similar
within our Limit of Insurance.
law.
b. Out-of -State Coverage Extensions.
4. EMPLOYEE INDEMNIFICATION AND
While a covered "auto" Is away from the
EMPLOYER'S LIABILITY
state where It Is licensed we will;
"Bodily injury" to:
(1) Increase the Limit of Insurance for
a. An employee of the "Insured" arising out of
Liability Coverage to most the limits
and In the course of employment by the
specified by a compulsory or financial
"insured "; or
responsibility law of the jurisdiction
b. The spouse, child, parent, brother or sister
where the covered "auto" is being used,
of that employee as a consequence of
This extension does not apply to the
paragraph a. above.
limit or limits specified by any law
governing motor carriers of passengers
or property.
City of Newport Beach, the County of Orange, their officers, agents, officials, employees and volunteers
RE: 2006 -2007 Citywide Street, Parking Lot, and Storm Drain Improvements - Contract No. 3793
CA 00 01 12 93 Copyright, Insurance Services Office, Inc„ 1993 Page 3 of 11
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA
We have the fight 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, the County of Orange, their officers,
agents, officials, employees and volunteers
Job Description
Project:
2006 -2007 Citywide Street, Parking Lot, and Storm
Drain Improvements - Contract No. 3793
WHERE REQUIRED BY WRITTEN CONTRACT, PROVIDED THE
CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF
LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE
SHALL THE PROVISIONS AFFORDED BY THIS
ENDORSEMENT BENEFIT ANY COMPANY OPERATING
AIRCRAFT FOR HIRE.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below Is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective B/1106 Policy No. BB1060243
Insured All American Asphalt (A Corp)
Insurance Company SeaBright Insurance Company
Countersigned By
WC 04 03 06
(Ed. 4 -84)
01998 by the Workers' Compensation Insurance Ratfng eumau of Calffomla. AR rights reserved.
Endorsement No. 6
Policy Effective Date 8/1/06
Fax #:
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: 12 -18 -06 Dept. /Contact Received From: Shaun Oyler
Date Completed: 12 -21 -06 Sent to: Shaun By: April Walker
Company /Person required to have certificate: All American Asphalt
1. GENERAL LIABILITY
A.
INSURANCE COMPANY: Arch Specialty Ins. Co.
A.
B.
AM BEST RATING (A: VII or greater): A -XV
B.
C.
ADMITTED Company (Must be California Admitted):
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
❑ Yes X No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
2mit agg/ Imil occ
E.
PRODUCTS AND COMPLETED OPERATIONS (Must
What is limits provided? 1 mil
include): Is it included?
® Yes ❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The
officers, officials, employees and volunteers): Is it included? X Yes
City its officers, officials, employees and volunteers): Is it
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste
included?
® Yes ❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be
Is it included? N/A ❑ Yes
included): Is it included?
X Yes ❑ No
H.
CAUTION! (Confirm that loss or liability of the named
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
insured is not limited solely by their negligence) Does
endeavor wording.
endorsement include "solely by negligence" wording?
❑ Yes X No
I.
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.
II. AUTOMOBILE LIABILITY
A.
INSURANCE COMPANY: Hartford Fire Ins. Co.
B.
AM BEST RATING (A: VII or greater): A+ XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? ® Yes
❑ No
D.
LIMITS (Must be $1M min. BI & PD and $500,000 UM):
What is limits provided? 1 mil
E.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? X Yes
❑ No
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste
Haulers only):
Is it included? N/A ❑ Yes
❑ No
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: Seahright Ins. Co.
B. AM BEST RATING (A: VII or greater): A- VIII
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
❑ Yes ® No
IF NO, WHICH ITEMS NEED TO BE COMPLETED? GL: Best rating less than the requirement; Ins. co. not
admitted. Auto: additional insured endorsement missing. WC: Best rating less than the requirement.
All American Asphalt
Oyler, Shauna
From: Farley, Lauren
Sent: Thursday, December 21, 2006 3:11 PM
To: Oyler, Shauna
Subject: RE: All American Asphalt
I thought so. Authorization given again to waive the CA admitted status. LFF
From: Oyler, Shauna
Sent: Thursday, December 21, 2006 3:03 PM
To: Farley, Lauren
Subject: RE: All American Asphalt
Yes
Shauna OyCer
From: Farley, Lauren
Sent: Thursday, December 21, 2006 2:39 PM
To: Oyler, Shauna
Subject: RE: All American Asphalt
I've waived that before for them, haven't 1 ??
From: Oyler, Shauna
Sent: Thursday, December 21, 2006 2:26 PM
To: Farley, Lauren
Subject: FW: All American Asphalt
Pagel of 2
All American's carrier has a rating of A -XV and is not California admitted. I have
requested the Auto endorsement. Will you accept their insurance
Shauna OyCer
From: April Walker [mailto:AWalker @bbsocal.com]
Sent: Thursday, December 21, 2006 2:21 PM
To: Oyler, Shauna
Subject: RE: All American Asphalt
12/21/2006
All American Asphalt
Shauna,
Attached is the checklist. They included additional insured for the auto, but did not provide the actual
endorsement.
Let me know if you have any questions.
Happy Holidays!
AprdWWaCker, CIC
Sr. Account Manager
Brown & Brown of California, Inc.
500 N. State College Blvd, Ste 400
Orange, CA 92868
Direct Phone # 714 -221 -1813
Fax: 714 -221 -4196
License #0785279
Page 2 of 2
NOTICE: This email message is for the sole use of the intended recipient(s) and may contain confidential and
privileged information. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the
intended recipient, please contact the sender by reply email and destroy all copies of the original message. Also,
be aware that coverage may not be bound, altered or cancelled by the use of email.
From: Oyler, Shauna [ mailto: SOyler @city.newport- beach.ca.us]
Sent: Monday, December 18, 2006 1:31 PM
To: April Walker
Subject: All American Asphalt
Please review the attached insurance documents.
Thank you
<<4231_001.pdf>>
12/21/2006 ,
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
2006 -2007 CIYTWIDE STREET PARKING LOT AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
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, and hereby proposes to
furnish all materials except that material supplied by the City and shall perform all work required to
complete Contract No. 3793 in accordance 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
MARINE AVENUE (Bid Items Al through A26)
Al. Lump Sum Mobilization
@ 7AAW Mau---wd Dollars
and
Cents $ _/024
Per Lump Sum
A2. Lump Sum Traffic Control
Cadgw/vA, 00.w„ Dollars
'g;qh- V Ei'7 , ars and
Cents $
Per Lump Sum
A3. Lump Sum Surveying Services
P"4.0tjns 6ia[+t Dollars
and
Cents $ SDa
Per Lump Sum
A4. Lump Sum Crack Sealing
@ �1s.is Ams r. 41 Dollars
and
Cents $ 3 oo0
Per Lump Sum
PR 2 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
A5. 14,500 SF Cold Mill AC Pavement
CO) Dollars
and
Cents $ .,s-c4 $ SO
Per Square Foot
A6. 130 TN AC Leveling Course
@ &/�hTt-i'Ir,t Dollars
and _
Cents $ S$• 4 41410
Per Ton
AT 250 TN AC Surface Course
(a7 Dollars
and
Cents $ 88• — $ 2,9
Per Ton
A8. 760 SF Remove and Reconstruct 4"
Thick Pavement
Lr9hf Dollars
and
Cents $ $ J $ (of oSo
Per Square Foot
A9. 10 Cy Crushed Miscellaneous Base
(a) I" lye Dollars
and
Cents
Per Cubic Yard
A10. 3 EA Remove and Replace Valve
Box and Cover to Grade
@Thar /nu.�rs./a,a/ Dollars
and
Cents
Per Each
A11. 1 EA Adjust Manhole Frame and
Cover to Grade
@ _ s ;,K Dollars
and
Cents
Per Each
$ /8 • — $ /moo. —
PR3of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Al2. 600 SF Install Petrotac Fabric 4591
@ Two Dollars
and
Cents $ So $ /, Svo
Per Square Foot
A13. 110 LF Remove and Reconstruct Type A
Curb and Gutter
@ nme T Ai„y Dollars
and
a Cents $ 9S. — $ /D SD
Per Linear Foot
A14. 11 EA Remove and Replace Traffic
Signal Loop
@ Az,r hune%r %1 Dollars
and
Cents
Per Each
A15. Lump Sum Install Striping, Markings and
Markers
hr �Yt` f"� Dollars
a v �`,, - and
Cents
Per Lump Sum
A16. Lump Sum Provide As -built Drawings
@ seven hundred Dollars
and
Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
$ �/oo • "— $ y boo
MARINE AVENUE (Bid Items Al through A16)
and Cents $ // / //•
Total Price (Figures)
PR4of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
SPYGLASS HILL AREA AND HARBOR VIEW HILLS SOUTH AREA
(Bid Items B1 through B18)
B1. Lump Sum Mobilization
@:5eue f - g6a„o/ Dollars
and
Cents $ / 00
Per Lump Sum
B2. Lump Sum Traffic Control
@ F; ,!nti Dollars
and
Cents $
Per Lump Sum
B3. Lump Sum Surveying Services
p Onr Dollars
a ,avrn and
Cents Per Lump Sum
B4. Lump Sum Crack Sealing
@ ni% i* se...,l iy Aw' Dollars
vuP and
Cents $
Per Lump Sum
B5. 93,000 SF Cold Mill AC Pavement
@ Dollars
and
n s,x Cents $ •a toy $ ay /80
Per Square Foot
B6. 350 TN AC Leveling Course
@ �Z-, ; x Dollars
and _
Cents ' $ tp. ' $ 9 So
Per Ton
B7. 2,800 TN AC Surface Course
@ So4q Dollars
and _
Cents $ lOS• $ 149, o0o
Per Ton
PR5of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
B8. 11,700 Sr Remove and Reconstruct 4"
Thick Pavement
@ T; ve Dollars
and _
Cents $ $ S-9-S-00
Per Square Foot
B9. 150 CY Crushed Miscellaneous Base
@ Jy,el, re Dollars
and _
Cents $ a $ 1 Ott
Per Cubic Yard
B10.
37 EA
Remove and Replace Valve
Box and Cover to Grade
@"iti.ec lnuvotyej A.,..1 Dollars
Cents
$
ja
$
1, ;2 , sw
Per Each
B11.
28 EA
Adjust Manhole Frame and
Cover to Grade
-hwee 1nu, Ayeef Dollars
and
Cents
$
Joo,
$
`✓OO
Per Each
B12.
29 EA
Remove and Replace Survey
Monument Frame and Cover to Grade
@4%,\.Yee 1nu,ry gel a f Dollars
Tj; kee. and
Cents
$
_
$
q_
Per Each
B13.
10 LF
Remove and Reconstruct Type A
Curb and Gutter
@ cer k4 -kue Dollars
and
Cents
$
75-.l
$
�So•
Per Linear Foot
B14.
16 EA
Construct Curb Access Ramp
(a- jkr-ee l .�sa F Dollars
` and
Cents $ 1`0 $ Sa. ?'Do
Per Each
PR6of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
B15. 480 SF Remove and Reconstruct Partial
Cross Gutter
@mil !„moo Dollars
and
Cents $- rya• $ /y Stab
Per Square Foot
B16. 1 EA Remove and Replace Pull Box
@_�yo' Dollars
and _
Cents $ 4100. _
Per Each
B17. Lump Sum Install Striping, Markings and
Markers
(ctsu rs� aF �; Y Dollars
hum. and
Cents $ y (40
Per Lump Sum
B18. Lump Sum Provide As -built Drawings
@ two thousand Dollars
and
Cents $ 2.000.00
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
SPYGLASS HILL AREA AND HARBOR VIEW HILLS SOUTH AREA
(Bid Items 131 through B18)
and Cents $ 1V
Total Price (Figures)
PR7of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
CORONA DEL MAR BEACH PARKING LOT (Bid Items C1 through C19)
C1. Lump Sum Mobilization
@ Seje„ to tc,� ..,.i Dollars
and
Cents
Per Lump Sum
C2. Lump Sum Traffic Control
Dollars
and
Cents
Per Lump Sum
C3. Lump Sum Surveying Services
CwLle- i n Dollars
and
Cents
Per Lump Sum
C4. Lump Sum Crack Sealing
e, l -y� Dollars
�,,,r . Cck and
Cents
Per Lump Sum
C5. 23,400 SF Cold Mill AC Pavement
@ Dollars
and
Cents
Per Square Foot
C6. 270 TN AC Leveling Course
@ sISC�.. V-tk.e Dollars
and
Per Ton
C7. 1,600 TN AC Surface Course
@ V „,". Dollars
and
Cents
Per Ton
$ (oct • —
y
$
$ 124
$ WDrW
PR8of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
C8. 5,300 SF Remove and Reconstruct 3"
Thick Pavement
Dollars
and
Cents $ (o.` $ 31�8ao
Per Square Foot
C9, 50 CY Crushed Miscellaneous Base
@ -;- Aoe Dollars
and
Cents $ a, _ $ CoOO • `
Per Cubic Yard
C10. 1 EA Remove and Replace Valve
Box and Cover to Grade
o&!L , ti�J.eA ar,>r Dollars
twe.,'ry Ue and
Cents
Per Each
C11. 7 EA Adjust Manhole Frame and
Cover to Grade
@kxoo 4 u rd nod Dollars
y and
Cents $ as o" ` $ 4 �So
Per Each
C12. 3 EA Remove and Replace Survey
Monument Frame and Cover to Grade
@ 4"" Dollars
and
Lf Cents
Per Each
C13. 540 LF Remove and Reconstruct Type B Curb
@ six Dollars
and
Cents
Per Linear Foot
C14. 40 LF Remove and Reconstruct Type A
Curb and Gutter
@ s,X Dollars
and
Cents
Per Linear Foot
$ 5.3-0
$ I/&.—
$ S(a.
$
! c? S®
$ Al FVo
$ 4 o
PR9of22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
C15. 1 EA Remove and Replace Sewer
Cleanout Box and Cover to Grade
@ Farr kun4ed Dollars
and _
Cents $ Per Each
C16. 330 LF Remove AC Berm and Construct
Type B Curb
@ Torte Six Dollars
and
Cents $ N!o•- $ -5,, In
Per Linear Foot
C17. 40 SF Construct 4" Thick PCC Sidewalk
and Stepped Walkway
@ Stx +eeo Dollars
and
Per Square Foot
C18. Lump Sum Install Striping, Markings and
Markers
@"VAeA., _l Dollars
e� w• H r; =.,e and
Cents $ /9 855
Per Lump Sum
C19. Lump Sum Provide As -built Drawings
@ five hundred Dollars
and
Cents $ 500.00
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
CORONA DEL MAR BEACH PARKING LOT (Bid Items C1 through C19)
and Cents $
Total Price (Figures)
Z1 fib
PR 10 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
@ Seweu +4 s'ix Dollars
and
Cents $ $!o. $ I v/o
Per Ton
15`" STREET (Bid Items D1 through D22)
D1.
Lump Sum
Mobilization
@(�nrkuau [ SLR 4,, reolb011ars
a.�f -6�y
and
Cents
$
6,fa
Per Lump Sum
D2.
Lump Sum
Traffic Control
� .d Peea ct
Dollars
V\,4reo �'� ti/
and
Cents
$
Per Lump Sum
D3.
Lump Sum
Surveying Services
Dollars
and
Cents
$
3 oao
Per Lump Sum
D4.
Lump Sum
Crack Sealing
@ Luayed a J
Dollars
-t, A,y fije.
and
Cents
$ate
_
Per Lump Sum
D5.
6,200 SF
Cold Mill AC Pavement
@
Dollars
and
Cents $
$
zoao
Per Square Foot
D6.
30 TN
AC Leveling Course
@ tee S12-
Dollars
and
Cents $
$
4 �38o
Per Ton
D7.
240 TN
AC Surface Course
@ Seweu +4 s'ix Dollars
and
Cents $ $!o. $ I v/o
Per Ton
PR 11 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN INWORDS PRICE PRICE
D8. 1,000 SF Remove and Reconstruct 4"
Thick Pavement
D9. 15 CY
D10. 4 EA
D11. 1 EA
@ Sim
Dollars
and
Cents
Per Square Foot
Crushed Miscellaneous
Base
@ 111jr/ -lt
Dollars
and
Cents
Per Cubic Yard
Remove and Replace
Valve Box
and Cover to Grade
& . hl,de/a
Dollars
F`e
and
Cents
Per Each
Adjust Manhole Frame and
Cover to Grade
@-A,ef �ie4,.z-3/-fy
Dollars
and
Cents.
Per Each
D12. 15 LF Remove and Reconstruct Type A
Curb and Gutter
@ ._Dollars
and
Cents
Per Linear Foot
D13. 4 EA Remove and Replace Traffic
Signal Loop
@;•. ht.-IrPj Dollars
and
Cents
Per Each
$ (.0., $ to 1000
$ /70.—
C. sir
$ X50. - $ 3 no. -
$ °/S - $ & 1S —
$ �/DD. - $ /, (cam
PR 12 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
D14. 1 E4 Remove and Reconstruct
Junction Structure No. 1
@�' ,'n cwe Dollars
w.pd 4T. °aTa��ty and
Cents
$ /So
Per Each
D15. 4 EA Construct Pipe Collar
C!
@Se„e, U .&tCV, ! .Dollars
and
Cents
$ isoa —
$ 3� DO b
Per Each
D16. 5 LF Install 15 -inch RCP (2000 -D)
@ tCn. hi4irria13W/
,,_Dollars
raw_ and
Cents
_
$ ASS!
$ y 9-:Fo
Per Linear Foot
D17. 70 LF Install 18 -inch RCP (2000 -D)
@Pi" hewhtwf a,,d Dollars
WAY and
Cents
Per Linear Foot
D18. 1 EA Remove and Reconstruct Type OL -A
Curb Inlet and Local Depression
a@ m,S, d s)X —Dollars
, and
Cents
Per Each
D19. 135 SF Remove and Reconstruct 8"
Thick PCC Pavement
@ 1wee . Dollars
and
Cents
Per Square Foot
$ 9so — $ tort soo
$ 7, (goo $ 9; boo
$ 870. $ �?, 9L60
PR 13 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
D20. 375 SF Remove and Reconstruct 4"
Thick PCC Sidewalk
@ % Dollars
and
Cents
Per Square Foot
D21. Lump Sum Install Striping, Markings and
Markers
l - ous.�/ se.. Dollars
hu4o(r ecf and
Cents
Per Lump Sum
D22. Lump Sum Provide As -built Drawings
@ five hundred Dollars
and
Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
and Cents
E1. Lump Sum
E2. Lump Sum
$ /o: ` $ 9s-D
le STREET (Bid Items D1 through D22)
$ 39-00
$ 500.00
s ./ L/,,5- -
Total Price (Figures)
A STREET BEACH PARKING LOT (Bid Items E1 through E13)
Mobilization
@2m _Dollars
f" �Q and
Cents $ 40&3
Per Lump Sum
Traffic Control
@('vveeihmN%,,(boe Dollars
and
Cents $ Z300
Per Lump Sum
PR 14 of 22
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL '
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
E3.
Lump Sum
Surveying Services
(u� (b e lba, a ±L� & k±4ollars
and
Cents
$
1, a6o
Per Lump Sum
E4.
Lump Sum
Crack Sealing
@DmiAn�A„r head Dollars
and
Cents
$
Sots
Per Lump Sum
E5.
21,300 SF
Cold Mill AC Pavement
@ Dollars
and
FIA4 y Cents
$
$
/D� 0sw
Per�Foot
E6.
40 TN
AC Leveling Course
@ 6igk•✓Y Dollars
—and
Cents
_
$ 8a•
$
�3_
Per Ton
E7.
310 TN
AC Surface Course
Dollars
and
Cents
_
$ go
$
Per Ton
E8,
4,000 SF
Remove and Reconstruct 4"
Thick Pavement
CO) Fol.� Dollars
and
Cents
$ _ly,
$
/!o, Dob
Per Square Foot
E9.
50 CY
Crushed Miscellaneous Base
@ Dollars
and
Cents
$ !g r
$
&00. —
Per Cubic Yard
PR 15 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
E10. 1 EA Remove and Replace Sewer
Cleanout Box and Cover to Grade
@ jSU - hu a rte/ aft,1 Dollars
fiw ®my and
Cents $ 3/391 — $ 5�aa•
Per Each
E11. 1,800 SF Remove AC Pavement and Construct
8° Thick PCC Pavement
$ a
Per Square Foot
E12. Lump Sum Install Striping, Markings and
Markers
@ArK .l Ave Dollars
huW,e and
Cents $ J S-00—
Per Lump Sum
E13. Lump Sum Provide As -built Drawings
@ five hundred Dollars
and
Cents $ 500.00
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
A STREET BEACH PARKING LOT (Bid Items E1 through E13)
and Cents
$ 93om —
Total Price (Figures)
PR 16 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
SEASHORE DRIVE (Bid Items F1 through.F6)
F1. Lump Sum Mobilization
@—&—e AW5,M,/ Dollars
and
Cents
Per Lump Sum
F2. Lump Sum Traffic Control
Dollars
yurerl't an srv� and
Cents
Per Lump Sum
F3. 2,300 SF Cold Mill AC Pavement
Dollars
and
Cents
Per Square Foot
$ /.05- $ dt, 5V /S-
F4. 30 TN AC Surface Course
@ Seyen c Sgngen Dollars
and
Cents $.
Per Ton
F5. 300 SF Remove and Reconstruct 8"
Thick Pavement
@ Seue„ Dollars
and
Cents $ a4/oD
Per Square Foot
F6. Lump Sum Provide As -built Drawings
@--three hundred Dollars
and
Cents $ 300.00
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS FOR:
SEASHORE DRIVE (Bid Items F1 through F6)
and Cents
Total Price (Figures)
PR 17 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
WEST BAY AVENUE WEST (Bid Items G1 through G33)
G1. Lump Sum Mobilization
Iyw�.l1?: Dollars
rer
and
Cents $ 2EW
Per Lump Sum
G2. Lump Sum Traffic Control
Q%;e JhOwAd f wo kwewl,�Iboilars
a stays�+e. and
Cents
Per Lump Sum
G3. Lump Sum Surveying Services
@fie t�m.s� el Dollars
and
Per Lump Sum
G4. 175 TN AC Leveling Course
@ Dollars
and _
Cents $ $ 1,3
Per Ton
G5. 175 TN AC Surface Course
@ 5evewL,X SeitA Dollars
and
Cents
Per Ton
G6. 4 EA Remove and Replace Valve Box
and Cover to Grade
4iL -j Dollars ��
and fib _ @� !,me>
Cents $
Per Each
G7. 4 EA Adjust Manhole Frame and
Cover to Grade
lu!mver 6"e,( n.,.( L.fd.. Dollars
and R� 3� l
. 5'an
,�
Cents $ $ /-
Per Each
PR 18 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
G8. 4 EA Construct Curb Access Ramp
2-tVk�
ae. t,n 4.4 �vc Dollars
` and
Cents $ 3is-ra
Per Each
G9. 2,000 SF Remove & Reconstruct 4"
Thick PCC Sidewalk
@_wf Dollars
and
Cents $ /!o, ocao
Per Square Foot
G10. Lump Sum Provide As -built Drawings
@ five hundred Dollars
and
Cents $ 500.00
Per Lump Sum .
G11. 1 EA Dewatering
@Srr„ iNaifrr,,� Yntn Dollars
hw ,,e FJ� and a;
Cents . $ $�
Per Each
G12. 86 LF Remove & Construct 18" CAP
(aN la Wwj,ecl a,j Dollars
�e^sfA t and _
Cents
Per Linear Foot
G13. 1 EA Join Existing 18" CAP
@�ne�km,�nd k:l" Dollars
and
Cents $ / D8o $ /pond
Per Each
G14. 1 EA Remove Existing Catch Basin
@ Oht - Nsr_.Are a, d -�En Dollars
and
Cents $ /O $ 14,01.*
Per Each
PR 19 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
G15. 1 EA Construct Catch Basin (L =5.0') &
Local Depression
@DVw, "ani Fv:9w Dollars
z �e and
Cents $ IS-31
Per Linear Foot
G21. 32 LF Construct 12" RCP (Pipe
Furnished by Contractor)
@ Au,c hwvtreot Dollars
and _
Cents $ $ &,Vao
Per- Linear Foot
Dollars
and
Cents
$
S�
$
5,Y00
Per Each
G16: 1 EA
Salvage 12" Tide Valve & Install
18" Tide Valve
@ 1UC o1le Dollars
and
Cents
$
Sq0,
$
SyO,
Per Each
G17. 14 LF
Construct 12" PVC Storm Drain
(incl. bend)
@ a%A 1;i O%N Dollars
and
Cents
$
!g/o.`
azmy
Per Linear Foot
G18. 1 EA
Construct Storm Drain Junction
Structure
@ jv "snne1A>-+'i�Aollars
me -11j and
Cents
$
5
$
r v 0
Per Each
G19. 1 EA
Construct 6" Water Main Siphon
-svr., Dollars
h dOL" and
Cents
Per Each
G20. 225 LF
Construct 12" RCP (Pipe
Furnished by CNB)
@DVw, "ani Fv:9w Dollars
z �e and
Cents $ IS-31
Per Linear Foot
G21. 32 LF Construct 12" RCP (Pipe
Furnished by Contractor)
@ Au,c hwvtreot Dollars
and _
Cents $ $ &,Vao
Per- Linear Foot
,� .
PR 20 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
G22. 2 EA Construct Catch Basin (L =3.5') &
Local Depression
@ D Dollars
and
Cents $ � $ /a0
Per Each
G23. 480 LF Remove Existing Curb
@ Ai" Dollars
and
Cents
Per Linear Foot
G24. 383 LF Remove Existing Curb and Gutter
@ 4:&wlcCr Dollars
and
Cents $ iy - $ ZL 3 &St
Per Linear Foot
G25. 1,000 SF Remove Existing AC /PCC
Pavement Section
@ �iR Dollars
and
Cents $ !v $ to, DOD
Per Square Foot
G26. 820 LF Construct Curb and Gutter
(curb height varies)
Dollars
and
Cents $ y $ 3� 070
Per Linear Foot
G27. 600 SF Remove & Reconstruct PCC
Alley Apron
@ Pl ew, Dollars
and
Cents $ ' $6�
Per Square Foot
G28. 250 SF Remove & Reconstruct PCC
Drive Apron
@ Ueve4, Dollars
and
Cents $ Sb
Per Square Foot
PR 21 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
G29. 780 SF Construct PCC Cross Gutter
@ 5,xieer Dollars
and
Cents $ $ /g we
Per Square Foot
G30. 12,000 SF Remove /Cold Mill Existing
AC Overlay
@ U re Dollars
and
Cents $ /• $ /S, 000
Per Square Foot
G31. 5,430 SF Cold Mill Existing PCC
Pavement (depth per plan)
@ One Dollars
and
Cents $ /• — $ S,Y3o
Per Square Foot
G32. 2,000 SF Remove and Replace
Parkway Brick
Dollars
and
Cents $ /s. — $ 30 o0o
Per Square Foot
G33. 12,000 SF Construct Pavement Reinforcing
Fabric (Glassgrid)
@ Dollars
and
Cents
Per Square F of
TOTAL PRICE IN WRITTEN WORDS FOR:
WEST BAY AVENUE WEST (Bid Items GI through G33)
CtAetX nmcl Sx ihr�f Inure (a �111rk, t �t�1 Dollars
and Cents $ 3O69 .338_ —'
Total Price (Figures)
01.
PR 22 of 22
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
TOTAL PRICE IN WRITTEN WORDS FOR: ENTIRE PROJECT
and Cents
Date
qst 1 991 - -239- A? t (w)
Bidder's Telephone and Fax Numbers.
-4;2V7 & 73 - /4, C-12.
Bidder's License No(s).
and Classification(s)
$__ _/_.393.393.
Total Price (Figures)
Bidder
��
` B idder's AuBd Sipnatur and TA
I �M"GW +we f, 51U P6
4r
PD. &i as 9
4 .*asr
Bidder's Address
Last saved by srookst 1!08/1006 8:10 AM
EWserslpbWrsharedloontracftlty 06-071atyv ide street, parking lot, storm draih o-3793lproposal o-3793.doc
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
2006 -2007 CITYWIDE STREET. PARKING LOT AND STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3793
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
1
2 -6
WORK TO BE DONE
1
2 -9
SURVEYING
1
2 -9.3
Survey Service
1
2 -9.6
Survey Monuments
2
SECTION 3
CHANGES IN WORK
2
3 -3
EXTRA WORK
2
3 -3.2
Payment
2
3 -3.2.3
Markup
2
SECTION 4
CONTROL OF MATERIALS
3
4 -1
MATERIALS AND WORKMANSHIP
3
4 -1.3
Inspection Requirements
3
4 -1.3.4
Inspection and Testing
3
SECTION 5
UTILITIES
3
5.1
LOCATION
3
5 -2
PROTECTION
3
5 -7
ADJUSTMENTS TO GRADE
3
5 -8
SALVAGED MATERIALS
3
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
4
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF WORK
4
6-7
TIME OF COMPLETION
4
6 -7.1
General
4
6 -7.2
Working Days
4
6 -7.4
Working Hours
5
6 -9
LIQUIDATED DAMAGES
5
6 -11
SEQUENCE OF CONSTRUCTTON
6
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
6
7 -7
COOPERATION AND COLLATERAL WORK
6
7 -8
PROJECT SITE MAINTENANCE
6
7 -8.5
Temporary Light, Power and Water
6
7 -8.6
Water Pollution Control
6
7 -8.6.1
Best Management Practices and Monitoring Program
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
7
7 -10.1
Traffic and Access
7
7 -10.2
Storage of Equipment and Materials in Public Streets
7
7 -10.3
Street Closures, Detours, Barricades
8
7 -10.4
Safety
9
7- 10.4.1
Safety Orders
9
7 -10.5
"No Parking" Signs
9
7 -10.7
Notices to Adjacent Businesses and Residents
9
7 -15
CONTRACTOR'S LICENSES
10
7 -16
CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
10
SECTION 9
MEASUREMENT AND PAYMENT
10
9 -3
PAYMENT
10
9 -3.1
General
10
9 -3.2
Partial and Final Payment
29
PART 2 -- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTER, AND RELATED MATERIALS
29
201 -1
PORTLAND CEMENT CONCRETE
29
201 -1.1.2
Concrete Specified by Class
29
201 -2
REINFORCEMENT FOR CONCRETE
29
201 -22.1
Reinforcing Steel
29
201 -7
NON - MASONRY GROUT
29
201 -7.2
Quick Setting Grout
29
SECTION 207
PIPE
29
207 -2
REINFORCED CONCRETE PIPE (RCP)
29
207 -2.1
General
29
207 -2.5
Joints
29
SECTION 214
PAVEMENT MARKERS
29
214-4
NONREFLECTIVE PAVEMENT MARKERS
29
214-5
REFLECTIVE PAVEMENT MARKERS
29
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
30
300 -1
CLEARING AND GRUBBING
30
300 -1.3
Removal and Disposal of Materials
30
300 -1.3.1
General
30
300 -1.3.2
Requirements
30
300 -1.5
Solid Waste Diversion
30
SECTION 302
ROADWAY SURFACING
31
302 -5
ASPHALT CONCRETE PAVEMENT
31
302 -5.1
General
31
302 -5.4
Tack Coat
31
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
31
302 -6.6
Curing
31
SECTION 303
CONCRETE AND MANSONRY CONSTRUCTION
31
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
31
303 -5.1
Requirements
31
303 -5.1.1
General
31
303 -5.4
Joints
31
303 -5.4.1
General
31
303 -5.5
Finishing
32
303 -5.5.1
General
32
303 -5.5.2
Curb
32
303 -5.5.4
Gutter
32
SECTION 307
STREET LIGHT AND TRAFFIC SIGNALS
32
307 -4
TRAFFIC SIGNAL CONSTRUCTION
32
307 -4.9.3
Inductive Loops
32
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATION
32
308 -1
GENERAL
32
SECTION 310
PAINTING
33
310 -5
PAINTING VARIOUS SURFACES
33
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
33
310 -5.6.6
Preparation of Existing Surfaces
34
310 -5.6.7
Layout, Alignment and Spotting
34
310 -5.6.8
Application of Paint
34
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
35
312 -1
PLACEMENT
35
PART 4 --- ALTRNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED
BASE MATERIAL 35
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements
F: \Users \PBVAShared \Contracts \FY 06 -07 \Citywide Street, Parking Lot, Storm Drain C- 3793 \SPECS INDEX C-3793.doc
35
35
35
SP 1 OF 35
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
2006 -2007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN
IMPROVEMENTS
CONTRACT NO. 3793
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R- 5906 -S, T- 5555 -S, - 5774 -S,
T- 5779 -S, T- 5271 -S); (3) the City's Standard Special Provisions and Standard Drawings
for Public Works Construction, (2004 Edition), including Supplements; (4) Standard
Specifications for Public Works Construction (2003 Edition), including supplements.
Copies of the Standard Special Provisions and Standard Drawings may be purchased
at the Public Works Department. Copies of the Standard Specifications may be
purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA
92802, 714- 517 -0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of mobilization, traffic control, construction notifications, survey
services, isolated roadway reconstruction, pavement grind and overlay, storm drain
improvements, striping, and all other incidental items of work necessary to complete the
work in place."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed
Land Surveyor shall utilize /follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyors for this project are 1) Advanced Survey Concepts
and can be contacted at (949) 727 -9546, and 2) Coast Surveying, Inc. and can be
SP2OF35
contacted at (714) 918 -6266. At a minimum, two (2) sets of cut - sheets for all areas
shall be included in the bid price and copies of each set shall be provided to City 48-
hours in advance of any work. In addition, the filing of a Corner Record and/or a
Record of Survey with the County Surveyor's Office is required after the completion of
Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner
Records for review by the City a minimum of three (3) working days before the
anticipated Work.
Existing street centerline ties and property comer monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and /or
monuments damaged by the Work."
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and then schedule a meeting with the
City Surveyor to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or 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.
SP3OF35
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's
readiness for inspection. Submittals are required for all construction material.
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 the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - -- UTILITIES
5 -1 LOCATION. Add the following after the 3`d paragraph: "upon completion of the
work or phase of work, the Contractor shall remove all USA utility markings."
5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the Work and is not re- useable, the Contractor shall
provide and install a new pull or meter box or cover of identical type and size at no
additional cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade
City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts
and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, SBC Telephone, cable television, and other utility facilities to have existing
utilities adjusted to finish grade. The Contractor shall coordinate with each utility
company for the adjustment of their facilities.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm
drain manhole (including grade rings), meter or valve box covers. The Contractor shall
salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's
Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the
delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager,
at (949) 718 -3402.
SP4OF35
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."
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
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 Contractor has exerted. extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the 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 80 consecutive working days after the date on the
Notice to Proceed. See Section 6 -11 Sequence of Construction for specific time
of completion requirements.
The Contractor shall 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 15<
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 11`h (Veterans Day), the fourth Thursday and Friday
in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half
day), December 25th (Christmas), and December 31st (New Year's Eve — half day). 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
Marine Avenue, Spyglass Hill Area, Harbor View Hills South Area, 15th Street,
Seashore Drive and West Bay Avenue: Normal working hours are limited to 8:00
a.m. to 4:30 p.m., Monday through Friday.
SP5OF35
Corona del Mar and A Street Beach Parking Lots: Normal working hours are
limited to 7:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor 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 6:00 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 $123.00 per hour when such time periods are
approved.
6 -9 LIQUIDATED DAMAGES
The following pertain to Phases 1 and 2 (See Section 6 -11 Sequence of Construction
for definition of phases):
Revise sentence three to read: "For each consecutive calendar day after the time
specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to
the City or have withheld from moneys due it, the daily sum of $1,000.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $1,000.00 per day is the
minimum value of the costs and actual damage caused by the failure of the
Contractor to complete the Work within the allotted time.
The following pertain to Phases 3 and 4 (See Section 6 -11 Sequence of Construction
for definition of phases):
Revise sentence three to read: "For each consecutive calendar day after the time
specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to
the City or have withheld from moneys due it, the daily sum of $500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 per day is the
minimum value of the costs and actual damage caused by the failure of the
Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SP6OF35
6 -11 SEQUENCE OF CONSTRUCTION. This project will be constructed in the
following four phases:
Phase 1: Marine Avenue (Sheets 2 -3)
Phase 2: Corona del Mar and A Street Beach Parking Lots (Sheets 13 -14 and 16)
Phase 3: 15`h Street, West Bay Ave, and Seashore Drive (Sheets 15, 17 and 18 -21)
Phase 4: Spyglass Hill and Harbor View Hills South Areas (Sheets 4 -12)
Phase 1 shall be the first order of work. All construction items (except thermoplastic
paint) shall be completed within 10 consecutive working days.
Because Phase 2 is impacted by Spring break visitors, Phase 2 construction shall be
completed within 30 consecutive working days and no later than March 16, 2007.
The Contractor may work on phases 3 and 4 simultaneously. However, final (finish)
course pavement shall be placed within five consecutive working days after cold milling
operation.
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 City 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.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc."
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,
Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at hftp://www.city.newport-
beach.ca.us/i)ubworks/links.htm."
7 -8.6.1 Best Management Practices and Monitoring Program. The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
SP7OF35
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw- cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back - charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
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.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)."
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. The Contractor shall obtain the Engineer's approval of a site for storage of
equipment and materials prior to arranging for or delivering equipment and materials to
the site. 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."
SP8OF35
7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan and detour plans(s) for each street and
parking lot. The Contractor shall 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. Traffic control plans shall be prepared by a
licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC
CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be
signed and sealed by a California licensed traffic engineer. Traffic control and detour
plans shall meet the following requirements:
1. Two -way traffic access shall be maintained at all times.
2. Driveway access shall be maintained at all times
3. 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.
4. All advanced warning sign installations shall be reflectorized and /or lighted.
5. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners."
The following requirements pertain to Marine Avenue:
1. Pedestrian and vehicle access shall be maintained at all times.
2. Lane closures shall be restricted to the hours between 9:00 AM to 4:00 PM
Monday through Thursday and 9:00 AM to 3:00 PM on Fridays.
3. Flagmen at each end of Marine Avenue shall coordinate traffic operations
using portable radios at all times during lane closures
The following requirements pertain to Corona del Mar Beach parking lot:
1. Access to parking lot shall be maintained at all times.
2. Contractor shall only work on one side of the parking lot at a time. The other
side shall be open until all construction, including striping, is completed on the
first side.
SP9OF35
7 -10.4 Safety
7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place
"NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty -eight hours in advance of the need for enforcement.
The signs will be provided at no cost to the Contractor. However, the City reserves the
right to charge $1.50 per sign following any excessive abuse or wastage of the signs by
the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department 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
City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the
Public Works Department public counter.
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 Adjacent Businesses and Residents. Ten working days prior
to starting work, the Contractor shall deliver construction notices to adjacent businesses
and residents within 500 feet of the project, describing the project and indicating the
limits of construction. The City will provide the notice.
Forty -eight hours prior to the start of construction, the Contractor shall distribute to the
adjacent businesses and residents a second written notice prepared by the City clearly
indicating specific dates in the space provided on the notice when construction
operations will start for each block or street, 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 at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. 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 City.
SP 10 OF 35
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General "A" Engineering Contractor's 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 RECORDSIAS 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 reviewed by the Engineer at the time each progress bill is submitted.
The "As- Built" plans shall be submitted and approved by the Engineer prior to final
payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work, including
restoring all existing improvements, 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:
MARINE AVENUE
Item No. Al Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. A2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
SP 11 OF 35
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. A3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of comer records, reestablishment of property comers disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. A4 Crack Sealing: Work under this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals for, but not limited to pavement
clearing and cleaning, routing out the crack, applying a soil sterilizer /week kill solution,
crack filling the existing asphalt roadway with a compacted FAR 4000 asphalt concrete
mix and all other work items as required to seal all cracks within the project limits
greater than % ".
Item No. A5 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
Item No. A6 AC Leveling Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. A7 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. A8 Remove and Reconstruct 4" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 4" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction are shown on the
plans or as directed by the City Inspector during construction.
Item No. A9 Crushed Miscellaneous Base: Work under this item shall include all
labor, tools, equipment, and material costs for over excavation of base and subbase
material, grading, compaction, placing crushed miscellaneous base at pavement
reconstruction locations as described in the above bid item, and all other work as
required to complete the work in place. Specific locations of crushed miscellaneous
base are not shown on the plans and will be as directed by the City Inspector during
construction.
SP 12 OF 35
Item No. A10 Remove and Replace Valve Box and Cover to Grade: Work under
this item shall include all labor, tools, equipment, and material costs for removing and
replacing valve box and cover to grade and all other work items as required to complete
the work in place.
Item No. A11 Adjust Manhole Frame and Cover to Grade: Work under this item
shall include all labor, tools, equipment, and material costs for adjusting (or
reconstructing if necessary as determined by the City Inspector) manhole frame and
cover to grade and all other work items as required to complete the work in place.
Item No. Al2 Install Petrotac Fabric 4591: Work under this item shall include all
labor, tools, equipment, and material costs for installing Petratac Fabric 4591 per the
manufacturer's specification, and all other work items as required to complete the work
in place.
Item No. A13 Remove and Reconstruct Type A Curb and Gutter: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
disposing of . the existing curb and gutter, compacting subgrade, root pruning,
installation of root barrier panels, constructing Type A curb and gutter, re- chiseling of
curb face for existing underground utilities, restoring all existing improvements
damaged by the work, and all other work items as required to complete the work in
place.
Item No. A14 Remove and Replace Traffic Signal Loop: Work under this item shall
include all labor, tools, equipment, and material costs to remove and replace traffic
signal loops, make electrical connections and wirings to existing pull boxes, test and
calibrate the new signal loop detectors and all other work items as required to complete
the work in place.
Item No. A15 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers, and all other work
items as required to complete the work in place. The City has included all available
striping plans at the end of the contract drawings. For areas without striping plans, the
Contractor shall inventory all striping (prior to commencement of demolition), and
submit a plan to the city that will replace all existing striping.
Item No. A16 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
SPYGLASS HILL AREA AND HARBOR VIEW HILLS SOUTH AREA
Item No. B1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
SP 13 OF 35
Item No. B2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. B3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of corner records, reestablishment of property comers disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. B4 Crack Sealing: Work under this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals for, but not limited to pavement
clearing and cleaning, routing out the crack, applying a soil sterilizer /week kill solution,
crack filling the existing asphalt roadway with a compacted FAR 4000 asphalt concrete
mix and all other work items as required to seal all cracks within the project limits
greater than Y< ".
Item No. B5 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
Item No. B6 AC Leveling Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. B7 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. B8 Remove and Reconstruct 4" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 4" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction are shown on the
plans or as directed by the City Inspector during construction.
Item No. B9 Crushed Miscellaneous Base: Work under this item shall include all
labor, tools, equipment, and material costs for over excavation of base and subbase
SP 14 OF 35
material, grading, compaction, placing crushed miscellaneous base at pavement
reconstruction locations as described in the above bid item, and all other work as
required to complete the work in place. Specific locations of crushed miscellaneous
base are not shown on the plans and will be as directed by the City Inspector during
construction.
Item No. B10 Remove and Replace Valve Box and Cover to Grade: Work under
this item shall include all labor, tools, equipment, and material costs for removing and
replacing valve box and cover to grade and all other work items as required to complete
the work in place.
Item No. B11 Adjust Manhole Frame and Cover to Grade: Work under this item
shall include all labor, tools, equipment, and material costs for adjusting (or
reconstructing if necessary as determined by the City Inspector) manhole frame and
cover to grade and all other work items as required to complete the work in place.
Item No. B12 Remove and Replace Survey Monument Frame and Cover to Grade:
Work under this item shall include all labor, tools, equipment, and material costs for
removing and replacing survey monument frame and cover to grade, protecting the
survey marker in place, and all other work items as required to complete the work in
place.
Item No. B13 Remove and Reconstruct Type A Curb and Gutter: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
disposing of the existing curb and gutter, compacting subgrade, constructing Type A
curb and gutter, re- chiseling of curb face for existing underground utilities, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. B14 Construct Curb Access Ramp: Work under this item shall include all
labor, tools, equipment, and material costs for saw cutting, removal and disposal of
existing concrete sidewalk, construction of curb access ramp and all other work items
as required to complete the work in place. Raised truncated domes shall be dark grey
colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359-
3121 of Wisconsin or equal.
Item No. B15 Remove and Reconstruct Partial Cross Gutter: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing cross gutter, construction of partial cross gutter and all other work
items as required to complete the work in place.
Item No. B16 Remove and Replace Pull Box: Work under this item shall include all
labor, tools, equipment, and material costs for removing and replacing pull box and all
other work items as required to complete the work in place.
SP 15 OF 35
Item No. B17 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers, and all other work
items as required to complete the work in place. The City has included all available
striping plans at the end of the contract drawings. For areas without striping plans, the
Contractor shall inventory all striping (prior to commencement of demolition), and
submit a plan to the city that will replace all existing striping.
Item No. B18 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
CORONA DEL MAR BEACH PARKING LOT
Item No. C1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. C2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. C3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of corner records, reestablishment of property comers disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. C4 Crack Sealing: Work under this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals for, but not limited to pavement
clearing and cleaning, routing out the crack, applying a soil sterilizer /week kill solution,
crack filling the existing asphalt roadway with a compacted F -AR 4000 asphalt concrete
mix and all other work items as required to seal all cracks within the project limits
greater than '/ ".
Item No. C5 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
SP 16 OF 35
Item No. C6 AC Leveling Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. C7 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. C8 Remove and Reconstruct 3" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 3" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction are shown on the
plans or as directed by the City Inspector during construction.
Item No. C9. Crushed Miscellaneous Base: Work under this item shall include all
labor, tools, equipment, and material costs for over excavation of base and subbase
material, grading, compaction, placing crushed miscellaneous base at pavement
reconstruction locations as described in the above bid item, and all other work as
required to complete the work in place. Specific locations of crushed miscellaneous
base are not shown on the plans and will be as directed by the City Inspector during
construction.
Item No. C10 Remove and Replace Valve Box and Cover to Grade: Work under
this item shall include all labor, tools, equipment, and material costs for removing and
replacing valve box and cover to grade and all other work items as required to complete
the work in place.
Item No. C11 Adjust Manhole Frame and Cover to Grade: Work under this item
shall include all labor, tools, equipment, and material costs for adjusting (or
reconstructing if necessary as determined by the City Inspector) manhole frame and
cover to grade and all other work items as required to complete the work in place.
Item No. C12 Remove and Replace Survey Monument Frame and Cover to Grade:
Work under this item shall include all labor, tools, equipment, and material costs for
removing and replacing survey monument frame and cover to grade, protecting the
survey marker in place, and all other work items as required to complete the work in
place.
Item No. C13 Remove and Reconstruct Type B Curb: Work under this item shall
include all labor, tools, equipment, and material costs for removing and disposing of the
existing curb, protecting existing irrigation improvements, compacting subgrade, root
pruning, installation of root barrier panels, constructing Type B curb, constructing curb
transition, re- chiseling of curb face for existing underground utilities, restoring all
SP 17 OF 35
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. C14 Remove and Reconstruct Type A Curb and Gutter: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
disposing of the existing curb and gutter, compacting subgrade, constructing Type A
curb and gutter, constructing curb and gutter transition, re- chiseling of curb face for
existing underground utilities, restoring all existing improvements damaged by the work,
and all other work items as required to complete the work in place.
Item No. C15 Remove and Replace Sewer Cleanout Box and Cover to Grade:
Work under this item shall include all labor, tools, equipment, and material costs for
removing and replacing valve box and cover to grade and all other work items as
required to complete the work in place.
Item No. C16 Remove AC Berm and Construct Type B Curb: Work under this item
shall include all labor, tools, equipment, and material costs for removing and disposing
of the existing AC Berm, protecting existing irrigation improvements, compacting
subgrade, constructing Type B curb, constructing curb transition, re- chiseling of curb
face for existing underground utilities, restoring all existing improvements damaged by
the work, and all other work items as required to complete the work in place.
Item No. C17 Construct 4" Thick PCC Sidewalk and Stepped Walkway: Work
under this item shall include all labor, tools, equipment, and material costs for
compaction, construction of 4" thick PCC sidewalk and stepped walkway, restoring all
existing improvements damaged by the work and all other work items as required to
complete the work in place.
Item No. C18 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers, and all other work
items as required to complete the work in place. The City has included all available
striping plans at the end of the contract drawings. For areas without striping plans, the
Contractor shall inventory all striping (prior to commencement of demolition), and
submit a plan to the city that will replace all existing striping.
Item No. C19 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
15"' STREET
Item No. D1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
SP 18 OF 35
Item No. D2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. D3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of comer records, reestablishment of property corners disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. D4 Crack Sealing: Work under this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals for, but not limited to pavement
clearing and cleaning, routing out the crack, applying a soil sterilizedweek kill solution,
crack filling the existing asphalt roadway with a compacted FAR 4000 asphalt concrete
mix and all other work items as required to seal all cracks within the project limits
greater than % inch.
Item No. D5 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
Item No. D6 AC Leveling Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. D7 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. D8 Remove and Reconstruct 4" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 4" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction are shown on the
plans or as directed by the City Inspector during construction.
Item No. D9 Crushed Miscellaneous Base: Work under this item shall include all
labor, tools, equipment, and material costs for over excavation of base and subbase
SP 19 OF 35
material, grading, compaction, placing crushed miscellaneous base at pavement
reconstruction locations as described in the above bid item, and all other work as
required to complete the work in place. Specific locations of crushed miscellaneous
base are not shown on the plans and will be as directed by the City Inspector during
construction.
Item No. D10 Remove and Replace Valve Box and Cover to Grade: Work under
this item shall include all labor, tools, equipment, and material costs for removing and
replacing valve box and cover to grade and all other work items as required to complete
the work in place.
Item No. D11 Adjust Manhole Frame and Cover to Grade: Work under this item
shall include all labor, tools, equipment, and material costs for adjusting (or
reconstructing if necessary as determined by the City Inspector) manhole frame and
cover to grade and all other work items as required to complete the work in place.
Item No. D12 Remove and Reconstruct Type A Curb and Gutter: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
disposing of the existing curb and gutter, compacting subgrade, constructing Type A
curb and gutter, re- chiseling of curb face for existing underground utilities, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. D13 Remove and Replace Traffic Signal Loop: Work under this item
shall include all labor, tools, equipment, and material costs to remove and replace traffic
signal loops, make electrical connections and wirings to existing pull boxes, test and
calibrate the new signal loop detectors and all other work items as required to complete
the work in place.
Item No. D14 Remove and Reconstruct Junction Structure: Work under this item
shall include all labor, tools, equipment, and material costs to sawcut, excavate, remove
and dispose existing pavement and junction structure, expose existing utilities in
advance of work, temporary and permanent support of utilities, temporary patching or
plating, dewatering and control of ground and surface water, backfill, compaction,
construction of junction structure, potholing of all existing utilities, connections to
existing facilities and all other work items as required to complete the work in place.
Item No. D15 Construct Pipe Collar: Work under this item shall include all labor,
tools, equipment, and material costs to construct concrete pipe collars and all other
work items as required to complete the work in place.
Item No. D16 Install 15 -inch RCP (2000 -D): Work under this item shall include all
labor, tools, equipment, and material costs to sawcut, trench excavation, remove and
dispose existing pavement and conflicting storm drain pipe, potholing of all existing
utilities, expose existing utilities in advance of work, temporary and permanent support
of utilities, shoring, bracing, temporary patching or plating, dewatering and control of
SP 20 OF 35
ground and surface water, placing bedding and backfill material, compaction,
installation of 15 -inch RCP (2000 -D), connections to existing facilities and all other work
items as required to complete the work in place.
Item No. D17 Install 18 -inch RCP (2000 -D): Work under this item shall include all
labor, tools, equipment, and material costs to sawcut, trench excavation, remove and
dispose existing pavement and conflicting stone drain pipe, potholing of all existing
utilities, expose existing utilities in advance of work, temporary and permanent support
of utilities, shoring, bracing, temporary patching or plating, dewatering and control of
ground and surface water, placing bedding and backfill material, compaction,
installation of 18 -inch RCP (2000 -D), connections to existing facilities and all other work
items as required to complete the work in place.
Item No. D18 Remove and Reconstruct Type OL -A Curb Inlet and Local
Depression: Work under this item shall include all labor, tools, equipment, and material
costs to sawcut, excavate, remove and dispose existing inlet and local depression,
expose existing utilities in advance of work, temporary and permanent support of
utilities, temporary patching or plating, dewatering and control of ground and surface
water, backfill, compaction, construction of Type OL -A curb inlet and local depression,
connections to existing facilities and all other work items as required to complete the
work in place.
Item No. D19 Remove and Reconstruct 8" Thick PCC Pavement: Work under this
item shall include all labor, tools, equipment, and material costs to sawcut, remove and
dispose existing PCC pavement, compaction, construction of 8" thick PCC pavement,
restoring all existing improvements damaged by the work and all other work items as
required to complete the work in place.
Item No. D20 Remove and Reconstruct 4" Thick PCC Sidewalk: Work under this
item shall include all labor, tools, equipment, and material costs to sawcut, remove and
dispose existing PCC sidewalk, compaction, construction of 4" thick PCC sidewalk,
restoring all existing improvements damaged by the work and all other work items as
required to complete the work in place.
Item No. D21 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers, and all other work
items as required to complete the work in place. The City has included all available
striping plans at the end of the contract drawings. For areas without striping plans, the
Contractor shall inventory all striping (prior to commencement of demolition), and
submit a plan to the city that will replace all existing striping.
Item No. D22 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
SP 21 OF 35
A STREET BEACH PARKING LOT
Item No. E1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. E2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. E3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of corner records, reestablishment of property corners disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. E4 Crack Sealing: Work under this item shall include full compensation
for all labor, materials, tools, equipment, and incidentals for, but not limited to pavement
clearing and cleaning, routing out the crack, applying a soil sterilizer /week kill solution,
crack filling the existing asphalt roadway with a compacted FAR 4000 asphalt concrete
mix and all other work items as required to seal all cracks within the project limits
greater than '' / ".
Item No. E5 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
Item No. E6 AC Leveling Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. E7 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. E8 Remove and Reconstruct 4" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
SP 22 OF 35
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 4" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction are shown on the
plans or as directed by the City Inspector during construction.
Item No. Eg Crushed Miscellaneous Base: Work under this item shall include all
labor, tools, equipment, and material costs for over excavation of base and subbase
material, grading, compaction, placing crushed miscellaneous base at pavement
reconstruction locations as described in the above bid item, and all other work as
required to complete the work in place. Specific locations of crushed miscellaneous
base are not shown on the plans and will be as directed by the City Inspector during
construction.
Item No. E10 Remove and Replace Sewer Cleanout Box and Cover to Grade:
Work under this item shall include all labor, tools, equipment, and material costs for
removing and replacing valve box and cover to grade and all other work items as
required to complete the work in place.
Item No. E11 Remove AC Pavement and Construct 8" Thick PCC Pavement:
Work under this item shall include all labor, tools, equipment, and material costs to
sawcut, remove and dispose existing pavement, compaction, construction of 8" thick
PCC pavement, restoring all existing improvements damaged by the work and all other
work items as required to complete the work in place.
Item No. E12 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers, and all other work
items as required to complete the work in place. The City has included all available
striping plans at the end of the contract drawings. For areas without striping plans, the
Contractor shall inventory all striping (prior to commencement of demolition), and
submit a plan to the city that will replace all existing striping.
Item No. E13 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
SEASHORE DRIVE
Item No. F1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. F2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs, covering conflicting
signs, and all costs incurred notifying residents. In addition, this item includes preparing
traffic control plans prepared and signed by a California licensed traffic engineer, and
SP 23 OF 35
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item
includes furnishing all labor, tools, equipment and materials necessary to comply with
the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. F3 Cold Mill AC Pavement: Work under this item shall include saw
cutting, cold milling the AC pavement to a depth below existing finished grade as shown
on the drawings, disposing of milled material, and all other work items as required to
complete the work in place.
Item No. F4 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
pavement placement, compaction and all other work items as required to complete the
work in place.
Item No. F5 Remove and Reconstruct 8" Thick Pavement: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removing
and disposing of the existing pavement, grading, subgrade compaction, tack coat,
constructing 4" thick asphalt concrete pavement and all other work as required to
complete the work in place. Locations of pavement reconstruction (along Seashore
Drive between 36"' Street and Orange Street) are marked with orange paint in the for
bidders review. For bidding purposes, Contractors are to assume a minimum 1.5 foot
by 4 foot full 8 -inch depth asphalt repair and then a 2 -inch grind and cap 3 -feet by 5
feet (T- Trench Repair) The 300 square foot quantity is based on the 3 -foot by 5 -foot
grind area.
Item No. F6 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
WEST BAY AVENUE
Item No. G1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. G2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, posting signs, and all costs
incurred notifying residents. In addition, this item includes preparing traffic control plans
prepared and signed by a California licensed traffic engineer, and providing the traffic
control required by the project including, but not limited to, signs, cones, barricades,
flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing
all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H.
Manual, Latest edition, and City of Newport Beach Requirements.
SP 24 OF 35
Item No. G3 Surveying Services: Work under this item shall include surveying,
construction staking, centerline ties, survey monument adjustment, as -built field notes,
filing of corner records, reestablishment of property corners disturbed by the work,
protection and restoration of existing monuments and all other work items as required to
complete the work in place.
Item No. G4 AC Leveling Course: Work under this item shall include pavement
clearing, placement of an asphaltic tack coat, placing a varying thickness (1" minimum)
layer of AC on existing pavement, compaction and all other work items as required to
complete the work in place.
Item No. G5 AC Surface Course: Work under this item shall include, placement of
an asphaltic tack coat, constructing varying thickness asphalt pavement overlay (2"
minimum) over pavement reinforcing fabric to the elevations shown on the plans and as
directed by the City inspector, and all other work items as required to complete the work
in place.
Item No. G6 Remove and Replace Valve Box and Cover to Grade: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
replacing existing valve box and cover to finish grade and all other work items as
required to complete the work in place.
Item No. G7 Adiust Manhole Frame and Cover to Grade: Work under this item
shall include all labor, tools, equipment, and material costs for adjusting (or
reconstructing if necessary as determined by the City Inspector) manhole frame and
cover to finish grade and all other work items as required to complete the work in place.
Item No. G8 Construct Curb Access Ramp: Work under this item shall include
construction of curb access ramps in accordance with City STD -181 -L (Type per Plans).
The Contractor shall install dark gray pre -cast truncated domes ( "Terra Paving" as
manufactured by Wausau Tile, Inc (715) 359 -3121, or equal) in accordance with the
manufacturer's specifications.
Item No. G9 Remove & Reconstruct 4" Thick PCC Sidewalk: Work under this item
shall include sawcutting, removal and disposal of existing sidewalk to allow for
construction of curb and gutter, catch basins, and storm drain pipe, and constructing
new 4" PCC sidewalk in accordance with City STD- 180 -L. This item shall also include
removal and reconstruction of existing sidewalk within the general project area at
locations to be marked in the field by the City inspector.
Item No. G10 Provide As -Built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the engineer for review prior to payment request.
Item No. G11 Dewaterina: Work under this item shall include proper disposal of all
water encountered during trench operations. Due to the proximity of the project to
Newport Harbor, it is anticipated that water may be encountered during trenching
SP 25 OF 35
operations, particularly for removal of existing 18" CAP, installation of new 18" CAP,
removal of existing and construction of the new 5.0' catch basin, installation of the 12"
PVC storm drain pipe, construction of the storm drain junction structure, and
construction of the water main siphon. This condition will be exacerbated during times
of seasonal high tides. The Contract Lump Sum Price shall include full compensation
for furnishing and installation of pumps, pipes, appliances, and equipment of sufficient
capacity to keep trench operations free from water until the trench is backfilled, unless
otherwise authorized by the Engineer. Disposal of water shall comply with all applicable
codes and ordinances. Water shall be de- silted by means approved by the Engineer
prior to disposal.
Item No. G12 Remove & Construct 18" CAP: Work under this item shall include,
excavation, temporary stockpiling of excavated material adjacent to the pipe trench,
removal and disposal of existing 18" corrugated aluminum pipe, shaping of trench
subgrade for installation of new 18" corrugated aluminum pipe, backfilling of new pipe
with excavated material, and all other work items as required to complete the work in
place. Excess excavated material shall be placed and smoothly spread in the area
adjacent to the pipe alignment, in a manner satisfactory to the Engineer.
Item No. G13 Join Existing 18" CAP: Work under this item shall include exposing
and connecting to the downstream end of the existing 18" corrugated aluminum pipe to
remain in place, constructing a concrete collar, and all other work items as required to
complete the work in place.
Item No. G14 Remove Existing Catch Basin: Work under this item shall include
removal and disposal of existing catch basin and excess material, placement and
compaction of backfill, as shown on the plans and as directed by the City inspector, and
as necessary to allow construction of new improvements, and all other work items as
required to complete the work in place.
Item No. G15 Construct Catch Basin (L = 5.0') & Local Depression: Work under
this item shall include constructing P.C.C. Catch Basin (L =5.0', depth per plan) per
CNB STD -300 -L and local depression per City STD - 304 -L, including, but not limited to,
exposing utilities in advance of work, excavation, temporary patching or plating, backfill,
compaction, disposing of excess excavated material, installing base, shaft, steps, grade
rings, galvanized manhole frames and covers, potholing all existing utilities, removing,
abandoning or protecting interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, and all other work items as required to
complete the work in place.
Item No. G16 Salvage 12" Tide Valve and Install 18" Tide Valve: Work under this
item shall include removal and salvage of the existing 12" tide valve within the existing
catch basin to be removed per the Plans, and delivering the tide valve to the City
General Services Department yard. The City will furnish a new 18" tide valve (to be
picked up by the Contractor at the City General Services Department yard) to be
installed by the Contractor within the new 5.0' catch basin in accordance with the
manufacturer's specifications, and as directed by the Engineer.
SP 26 OF 35
Item No. G17 Construct 12" PVC Storm Drain (incl. bend }: Work under this item
shall include sawcuting, trench excavation, removal and disposal of existing pavement
section and excess excavated material, potholing of all existing utilities in advance of
pipe excavation, temporary and permanent support of utilities (in particular the existing
16" CNB cast iron water main), shoring, bracing, temporary patching or plating,
placement of bedding and backfill material, compaction, installation of pipe and fittings,
and all other work items as required to complete the work in place.
Item No. G18 Construct Storm Drain Junction Structure: Work under this item shall
include construction of the junction structure per CNB Std -310 -1- including but not
limited to, pavement section (approximately 0.1076" PCC) removal, exposing utilities in
advance of work, excavation, temporary patching or plating, backfill, compaction,
disposal of excess excavated materials, installation of base, shaft, grade rings,
manhole frames and covers, potholing of all existing utilities, temporary and permanent
support of utilities, and all other work items as required to complete the work in place.
Item No..G19 Construct 6" Water Main Siphon: Work under this item shall include
sawcutting and removal of existing pavement section, excavation, removal of excess
excavated material, construction of a new 6" gate valve (per CNB STD - 508 -L) in
advance of the siphon construction at the location indicated on the Plans, removal of
existing 6" ACP water main as shown on the plans (exact limits of removal shall be
determined in the field by the City inspector), disposal of existing ACP water main in
accordance with all applicable codes and ordinances, installation of new PVC water
main including bedding material, fittings and thrust blocks, retainer glands, pressure
testing, disinfection and flushing of new pipe, placement and compaction of trench
backfill, and in accordance with the details shown on the plan, and all other items as
required to complete the work complete and in place.
Item No. G20 Construct 12" RCP (Pipe furnished by CNB): Work under this item
shall include potholing of all existing facilities, pavement section (approximately
0.10'AC /6" PCC) removal, exposing utilities in advance of pipe excavation, trench
excavation, shoring, bracing, temporary patching or trench plates, installing pipe,
installing external joint sealer, placing bedding and backfill material, temporary and
permanent support of utilities, disposing of excess excavation materials and all other
work items as required to complete the work in place. The Contractor shall make
arrangements to inspect and pick up the stockpiled pipe at the City Utilities Yard (949
West 16th Street ) and deliver said stockpiled 12 " RCP (2000D) to the project site.
Item No. G21 Construct 12" RCP (Pipe furnished by Contractor): Work under this
item shall include potholing of all existing facilities, pavement removal, exposing utilities
in advance of pipe excavation, trench excavation, shoring, bracing, temporary patching
or trench plates, installing pipe, installing external joint sealer, placing bedding and
backfill material, temporary and permanent support of utilities, disposing of excess
excavation materials and all other work items as required to complete the work in place.
Pipe shall be 3000D.
SP 27 OF 35
Item No. G22 Construct Catch Basin (L = 3.51 & Local Depression: Work under
this item shall include constructing P.C.C. Catch Basin (L = 3.5', depth per plan) per
CNB STD -300 -L and local depression per City STD - 304 -L, including, but not limited to,
exposing utilities in advance of work, excavation, temporary patching or plating, backfill,
compaction, disposing of excess excavated material, installing base, shaft, steps, grade
rings, galvanized manhole frames and covers, potholing all existing utilities, removing,
abandoning or protecting interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, and all other work items as required to
complete the work in place.
Item No. G23 Remove Existing Curb: Work under this item shall include removal
and disposal of existing PCC curb and subgrade material as shown on the plans and as
directed by the City inspector, and as necessary to allow construction of new curb and
gutter, and all other work items as required to complete the work in place.
Item No. G24 Remove Existing Curb and Gutter: Work under this item shall include
removal and disposal of existing PCC curb and subgrade material as shown on the
plans and as directed by the City inspector, and as necessary to allow construction of
new curb and gutter, and all other work items as required to complete the work in place.
Item No. G25 Remove Existing AC /PCC Pavement Section: Work under this item
shall include saw cutting, removal and disposal of existing AC pavement (approximately
0.10' thickness) over existing PCC pavement (approximately 6" thickness) and base
material as necessary to allow construction of new curb and gutter, and pavement
section removals at other locations as directed by the City inspector. This item shall
apply regardless of the method of removal used by the Contractor, and shall include
furnishing all labor, materials tools, and equipment necessary for performing the work
complete and in place. This item shall not apply to pavement section removal for storm
drain pipe and storm drain structure construction. Payment for pavement section
removal for those items shall be included in the unit prices paid for those items
Item No. G26 Construct Curb and Gutter (Curb Height Varies): Work under this
item shall include subgrade compaction, constructing curb openings for existing curb
drains, constructing P.C.C. curb and gutter (variable curb height per plans), re- chiseling
of curb face for existing underground utilities, restoring all existing improvements
damaged by the work, and all other work items as required for performing the work
complete and in place. Gutter width shall be 24 inches, in accordance with City STD -
182-L.
Item No. G27 Remove & Reconstruct PCC Alley Apron: Work under this item shall
include all labor, tools, equipment, and material costs for removing and disposing of the
existing alley apron, compacting subgrade, constructing new PCC alley apron in
accordance with City STD - 142 -L, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. G28 Remove & Reconstruct PCC Drive Apron: Work under this item shall
include all labor, tools, equipment, and material costs for removing and disposing of the
SP 28 OF 35
existing PCC drive apron, compacting subgrade, constructing new PCC drive apron in
accordance with City STD- 162 -L, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. G29 Construct PCC Cross Gutter: Work under this item shall include,
compacting subgrade, placing crushed miscellaneous base material, constructing new
PCC cross gutter in accordance with City STD - 185 -L, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. G30 Remove /Cold Mill Existing AC Overlay: Work under this item shall
include cold milling and /or removing existing AC pavement (average thickness = 0.10')
over existing PCC pavement in Bay Avenue, between 6th Street and 7th Street as shown
on the drawings, disposing of milled /removed material, and all other work items as
required to complete the work in place. This item shall also include cold milling the
existing AC pavement in the intersection of 6th Street and Bay Avenue to a depth of
0.10' below existing finish surface.
Item No. G31 Cold Mill Existing PCC Pavement (depth per plan): Work under this
item shall include cold milling the existing concrete pavement to the depths below
existing grade as shown on the drawings and all other work items as required to
complete the work in place.
Item No. G32 Remove and Replace Parkway Brick: Work under this item shall
include removal and replacement of existing parkway brick improvements. Existing
loose brick shall be carefully removed and set aside for reinstallation, Existing mortared
brick shall be sawcut to limits established by the City inspector, removed and disposed,
and replaced with new brick set tightly (no mortar) in smoothly graded subgrade, and be
flush with new top of curb and existing improvements.
Item No. G33 Construct Pavement Reinforcing Fabric (Glassgrid): Work under this
item shall include placing pavement fabric (Glassgrid 8502, or City approved equal)
over the AC leveling course, in accordance with the manufacturer's specifications, and
as directed by the City inspector, and all other work items as required to complete the
work in place. The Contractor shall make arrangements, at no cost to the City, for a
manufacturer's representative to be present during placement of the Glassgrid fabric, to
ensure all work is done in accordance with the manufacturer's specifications.
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."
SP 29 OF 35
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560 -C- 3250."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be
Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown
otherwise on the plans."
201 -7 NON - MASONRY GROUT
201 -7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the
area between an existing reinforced concrete structure and the new storm drain pipe
with a quick setting grout."
SECTION 207 -- -PIPE
207 -2 REINFORCED CONCRETE PIPE (RCP)
207 -2.1 General. All RCP to be installed for the work shall be of the "spun" type
and shall be so certified.
207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an
external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced
collar composed of rubberized mastic formulated to bond into the pores of the concrete.
The joint sealer shall also have embedded steel straps. The Contractor shall use Mar
Mac "Mac Wrap' or approved equal. Mar Mac Manufacturing Company may be
contacted at (800) 845 - 6962."
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."
SP 30 OF 35
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Sold Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at
http: / /www.city. newi)o rt- beach. ca. us /GSV /Frachised %20Haulers. htm."
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.
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." Replace the words 1-1/2 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.
SP 31 OF 35
SECTION 302 - -- ROADWAY SURFACING
302 -5 ASPHALT CONCRETE PAVEMENT
302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for
leveling and finish course shall be III -C3 -AR -4000. The A.C. for base course shall be
III -62 -AR -4000. In residential areas no highway rated equipment or trucks are to be
used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated
trucks must be approved by Engineer.
302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete
patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one —
tenth (1110) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
302 -6 PORTLAND CEMENT CONCRETE PAVEMENT
302 -6.6 Curing. Add to this section: "The Contractor shall not open street
improvements to vehicular use until P.C.C. has attained the minimum compressive
strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength
may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by
the use of additional Portland cement or admixtures with prior approval of the
Engineer."
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 3,000 psi."
303 -5.4 Joints
303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut
parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire
length of the alley. The Contractor may also sawcut the property lines, adjacent to the
alley, in lieu of scoring the pavement along the property lines or constructing an edged
cold joint. All sawcuts shall be made to a depth of 2 inches."
SP 32 OF 35
303 -5.5 Finishing
303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C.,
P.C.C. and brick within private property at locations shown on the plans in a manner
that matches the adjoining existing private property in structural section, texture and
color."
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" or "W" for sewer or water lateral and
a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the
curb face to the 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."
303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line
tolerances to within 0.01 feet of those elevations shown on the plan."
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 -56 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.
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 be responsible for ensuring that no tree roots are pruned or cut that could
compromise the stability of the tree.
The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr.
John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the
work. The Contractor shall describe the method of pruning and removing minor tree
roots that may be encountered during construction. The Urban Forrester will decide at
that time if a formal submittal is required for review by the City.
If the Contractor encounters large tree roots, he /she shall cease work at that location
and immediately contact the City's Urban Forrester for inspection. Upon inspection, the
SP 33 OF 35
Urban Forrester may require the Contractor to formally submit a plan for removing the
large roots to the City for review.
The submittal shall adhere to the following guidelines.
1. Root Pruninq
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. 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.
3. Selective Root Pruninq
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.
The Contractor shall protect in place all street trees and planters adjacent to each site.
Damaged trees, plants, planters and irrigation system shall be removed and replaced at
the Contractors expense.
SECTION 310 - -- PAINTING
310 -5 PAINTING VARIOUS SURFACES
310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
SP 34 OF 35
310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to
read: "The Contractor shall remove all existing thermoplastic traffic striping and
pavement markings prior to application of slurry seal by a method approved by the
Engineer."
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.
Paint for the Corona del Mar parking lot shall be:
Dulux Paints, 1901 S. Harbor Blvd, Costa Mesa, (949) 642 -9972
Devflex QD -Quick Dry Acrylic Enamel - Gloss
Corona Del Mar BE - Dark Green
4208 -0500 Neutral
4208 Devflex QD Int/Ex (BLK 2 P 42, GRN 6 P 15, LFY 3 P 10, WHT 1 P 40)
The final striping for all other 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 0.45 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
SP 35 OF 35
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 pavement or slurry."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed
miscellaneous base as the base materials."
F: \Users \PBW\Shared \ContractsTY 06 -07\Citywide Street, Parking Lot, Storm Drain C -3793 \SPECS C- 3793.doc
License Detail
California Home
AMILar
ill
Y
apt,
zz t
License Detail
Contractor License # 267073
DISCLAIM
A license status check provides information taken from the CSLB
you should be aware of the following limitations:
Page I of")
CALIFORNIA CONTRACTORS STATE LICENSE-BOARD
ER
license data base. Before relying on this information,
• CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint
disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or
legal action information.
• Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed.
• Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
• Due to workload, there may be relevant information that has not yet been entered onto the Board's license data
base.
Extract Date: 1113012006
* * * Business Information * * *
ALL AMERICAN ASPHALT
P O BOX 2229
CORONA, CA 92878
Business Phone Number: (951) 736 -7600
Entity: Corporation
Issue Date: 01/1911971 Expire Date: 01131/2008
* * * License Status * * *
This license is current and active. All information below should be reviewed.
http: / /www2.cslb.ca.gov /CSLB LIBRARY/License+Detail.asp 11/30/2006
License Detail
* * * Classifications * * *
Class Description
FA ] ENGINEERING CONTRACTOR
C92 EARTHWORK AND PAVING
* * * Bonding Information * * *
Page 2 of 3
CONTRACTOR'S BOND: This license filed Contractor's Bond number 08727441 in the amount of $10,000 with the
bonding company
FIDELITY AND DEPOSIT COMPANY OF.MARYLAND.
Effective Date: 03/01/2004
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) DANIEL DAYTON SISEMORE
certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual
is not required.
Effective Date: 01/12/2000
13011!s Bonding History
* * * Workers Compensation Information * * *
This license has workers compensation insurance with the
SEA BRIGHT INSURANCE COMPANY
Policy Number: BB1060243 Effective Date: 08/01/2006 Expire Date: 08/01/2007
Workers Compensation History
Personnel listed on this license (current or disassociated) are listed on other licenses.
http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 11/30/2006
California Business Search
Iy
DISCLAIMER: The information displayed here is current as of NOV 24, 2006 and is updated weekly. It is
not a complete or certified record of the Corporation.
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is 'Surrender ", the agent for service of process is automatically revoked.
Please refer to California Corporations Code Section 2114 for information relating to service upon
corporations that have surrendered.
Page I of 1
http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumbet= CO570879 &printer =yes 11/30/2006
Corporation
ALL AMERICAN ASPHALT
Number: C0570879
Date Filed: 5/26/1969
Status: active
Jurisdiction: California
Address
PO BOX 2229
CORONA, CA 92878
Agent for Service of Process
THOMAS TOSCAS
400 E SITH ST
CORONA, CA 92879
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is 'Surrender ", the agent for service of process is automatically revoked.
Please refer to California Corporations Code Section 2114 for information relating to service upon
corporations that have surrendered.
Page I of 1
http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumbet= CO570879 &printer =yes 11/30/2006
C- 37q 0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
•
Agenda Item No. 8
December 12, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran
949 - 6443315 or atran@city.newport- beach.ca.us
SUBJECT: 2006 -2007 CITYWIDE STREET, PARKING LOT, AND STORM DRAIN
IMPROVEMENTS - AWARD OF CONTRACT NO. 3793
RECOMMENDATIONS:
Approve the plans and specifications.
2. Award Contract No. 3793 to All American Asphalt for the Total Bid Price of
$1,392,333.50, and authorize the Mayor and the City Cleric to execute the
contract.
3. Establish an amount of $147,000 to cover the cost of unforeseen work and an
amount of $30,589 for geotechnicallmaterials testing services for the entire
project and $32,000 for irrigation improvements and electrical repairs within the
Corona del Mar (CDM) Main Beach Parking Lot.
4. Approve a Budget Amendment appropriating $202,358 from unappropriated
General Fund balance to Account No. 7013 - 05100019 — Street, Bikeway and
Parking Lot Improvements; and $320,000 from unappropriated Traffic
Congestion Relief Fund into the following three accounts: 7191- C5100857
($90,932) — Spyglass & Harbor View Hills South Pavement Rehabilitation, 7191 -
05100886 ($63,845) — 15"' Street Rehabilitation and 7191- C5100829 ($165,223)
— West Bay Avenue Street Rehabilitation.
5. Approve a Budget Amendment transferring $46,770 from FY 05106 Sidewalk
Curb Gutter Replacement project (7013- C3140850) to the Street, Bikeway and
Parking Lot Improvements project (7013- C5100019).
Citywide • , Parking Lot and Storm Drain Improvements -FY� 2007 — Award of Contract No. 3793
December 12, 2006
Page: 2
DISCUSSION:
At 10:00 a.m. on November 29, 2006 the City Clerk opened and read the following bids
for this project:
The low total bid amount is 3.1 percent below the Engineers Estimate of $1,437,000.00.
The low bidder, All American Asphalt, possesses a California State Contractors License
Classification `A" as required by the project specifications. All American Asphalt has
satisfactorily completed similar projects for the City and other municipalities.
The project involves cold milling and overlaying existing streets and parking lots,
reconstructing isolated pavement, removing and replacing concrete curb and gutters and
curb access ramps, adjusting manhole frame and covers, water valve and survey
monument frame and covers, replacing traffic signal detector loops, and install pavement
striping, markings and markers. It also involves minor storm drain improvements.
Pursuant to the Contract Specifications the Contractor will have 80 consecutive working
days to complete the work. The first order of work will be the areas near the beach
starting with the Marine Avenue Bridge Pavement Rehabilitation, Corona del Mar and
"A" Street Beach Parking Lots, 15"' Street, West Bay Avenue and Seashore Drive will
follow Marine Avenue. The Spyglass Hill and Harbor View Hills South Areas Street
Rehabilitations will be performed last.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time
the project was authorized by the City Council. This exemption covers the repair,
maintenance and minor alteration of existing public facilities with negligible expansion.
Public Notice:
The Notice Inviting Bids was advertised in the Citys official publication and in
construction industry publications. Affected residents and businesses will be noticed by
the contractor with City prepared notices ten days and two days prior to starting work in
their area.
Bidder
Total Bid Amount
Correct Bid Amount
Low
All American Asphalt
$1,393,393.00
$1,392,333.50
2
Palp Inc. DBA Excel Paving Co.
$1,426,592.00
$1,432,392.00
3
Sequel Contractors, Inc.
$1,436,184.00
N/A
4
Shawnan
$1,459,617.00
$1,469,227.00
5
R.J. Noble Company
$1,544,614.80
$1,543,114.80
The low total bid amount is 3.1 percent below the Engineers Estimate of $1,437,000.00.
The low bidder, All American Asphalt, possesses a California State Contractors License
Classification `A" as required by the project specifications. All American Asphalt has
satisfactorily completed similar projects for the City and other municipalities.
The project involves cold milling and overlaying existing streets and parking lots,
reconstructing isolated pavement, removing and replacing concrete curb and gutters and
curb access ramps, adjusting manhole frame and covers, water valve and survey
monument frame and covers, replacing traffic signal detector loops, and install pavement
striping, markings and markers. It also involves minor storm drain improvements.
Pursuant to the Contract Specifications the Contractor will have 80 consecutive working
days to complete the work. The first order of work will be the areas near the beach
starting with the Marine Avenue Bridge Pavement Rehabilitation, Corona del Mar and
"A" Street Beach Parking Lots, 15"' Street, West Bay Avenue and Seashore Drive will
follow Marine Avenue. The Spyglass Hill and Harbor View Hills South Areas Street
Rehabilitations will be performed last.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time
the project was authorized by the City Council. This exemption covers the repair,
maintenance and minor alteration of existing public facilities with negligible expansion.
Public Notice:
The Notice Inviting Bids was advertised in the Citys official publication and in
construction industry publications. Affected residents and businesses will be noticed by
the contractor with City prepared notices ten days and two days prior to starting work in
their area.
Citywide Sharking lot and Storm Drain Improvements- FY20062007 — Award of Contract No. 3793
December 12, 2008
Page: 3
Geotechnical, Material Testing and Miscellaneous Services:
In addition to the contract costs, approximately $30,589.00 in geotechnical and material
testing services is estimated for this project. Also, prior to completing the paving
improvements for the CDM Main Beach Parking lot, staff recommends replacement of
the existing irrigation system for the median planters within the parking lot. Bids for this
effort have been requested and one has been received for just under $22,000, which
includes $2,000 for unknown conditions.
Minor electrical repairs to the street light system will also be completed prior to paving
the parking lot, estimated at $10,000. Staff is requesting $32,000 in additional funds to
accomplish both the irrigation improvements and electrical repairs.
Funding Availability:
The FY 2006/07 Capital Improvement Program budget includes funds for various street
rehabilitation, parking lot and storm drain improvements. Proposed project costs exceed
monies available in the current budget. This Council Memo requests additional
appropriations from the Gas Tax Fund and Traffic Congestion Relief Fund. To minimize
the need for new appropriations, staff has identified unspent monies available from the
recently completed FY 05/06 Sidewalk Curb Gutter Replacement project, Bay Avenue
Drainage projects, Water Distribution and Piping, and Assessment District 69 construction
project. There is no material reduction in scope of work to be performed in each
respective project as a result of this action. Upon approval of the recommended Budget
Amendments, sufficient funds will be available in the following accounts:
Account Description
Account Number
Amount
Gas Tax — Marine Avenue Bridge Pavement
7181- C5100832
$125,300.00
Rehabilitation
Gas Tax —15"' Street Rehabilitation
7181- C5100886
$100,000.00
Gas Tax — Bay Avenue Rehabilitation
7181- C5100829
$60,940.00
Gas Tax — General Street Rehabilitation
7181- C5100302
$14,505.00
Water Fund — Water Distribution and Piping
7501- C5500074
$8,000.00
Measure M — Spyglass & Harbor View Hills South
7281- C5100857
$412,100.00
Areas Street Rehabilitation
Assessment District 69
74069 -9804
$7,999.00
General Fund — Street, Bikeway and Parking Lot
7013- C5100019
$446,928.50
Improvements
General Fund — West Bay Avenue Drainage
7012- C5100829
$106,150.00
Improvement
Traffic Congestion Relief — Spyglass & Harbor
7191- C5100857
$80,932.00
View Hills South Areas
Traffic Congestion Relief —15"i Street
7191- C5100886
$63,845.00
Rehabilitation
Traffic Congestion Relief — West Bay Avenue
7191- C5100829
$168,223.00
Rehabilitation
Total:
$1,601,922.50
• .•
Citywkfe street, Parking Lot and Sloan Drain Improvements- FY2006 -2007 — Award of Contract No. 3793
December 12, 2006
Page: 4
Proposed uses are as follows:
Vendor
Purpose
Amount_
- - —
All American Asphalt
-
Construction Contract
$1,392,333.50
_
All American Asphalt
Construction Contingency
$147,000.00
j Harrington Geotechnical
Materials Testing
30,589.00
TBD by bidding process
; Irrigation Modifications
$22,000.00
Pouk & Steinle Inc.
; T &M Electrical Repairs _
i Total:
$10.000.00
$1,601,922.50
Prepared by:
Andy Tran, P.E.
Associate Civil Engineer
Attachments: Project Location Map
Bid Summary
Budget Amendment
Submitted by:
to a adum
lic Works Director
Pi
z
a
14--
171
15TH
CITY OF
COSTA MESA
PACIFIC
OCeAN
P41
�P
P
JOHN WAYNE
AIRPORT
q
OPROJECT LOCATIONS
c9�A�
SO
CITY OF
IRVINE
UNIVERSITY
PROJECT LOCATION MAP
NOT TO SCALE
Y
E
S
0
i
d
9
I �
u
I �
\ N
CITY OF NEWPORT BEACH APPROVED
PUBLIC WORKS DEPARTMENT
DATE
2006 -2007 CITYWIDE STREET, PARKING
DAB 11/27/061 SCALE 93 s "r 1 of 1
LOT AND STORM DRAIN IMPROVEMENTS
DRAWN AT C -3793
9
N
3
s
6
3
TITLE: 2006.2007 CITYWIDE
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
Summary of Bid Results
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - City Hall
C -3793 DATE: 29- Nov-06 10:00 AM
$1,437,000.00 BY: CHECKED: DATE:
DESCRIPTION
Engineer's
Estimate
All American
Asphalt
Low Bidder
Palp. Inc
2nd
Sequel
Contractors
3rd
Shawnan
4th
R.J. Noble
5th
Marine Avenue Bid Items Al through A28
$81,475.00
$111,111.00
$87,260.00
$125,940.00
$112,900.00
$105,40
Spyglass Hill Area and Harbor View Hills South Area Bid Items B1 through B18
$572,800.00
$452,432.00
$ 457, 410.00
$ 477,450.00
$426,620.00
$438,464.00
Corona del Mar Beach Parkin Lot Bid Items C1 through C19
$274,280.00
$274,235.50
$277,421.00
$272,200.00
$301,700.00
$261,593.00
15th Street Bid Items D1 through D22
$101,660.00
$145,145.00
$123111.00
$115,075.00
$124,410.00
$186,080.00
A Street Beach Parkin Lot Bid Items E1 through Eli
$105 275.66
$93 093.00
$108,867.00
$107,030.00
$98,780.00
$145,248.00
Seashore Drive Bid Items F1 through FB
$8 275.00
$9,999.00
$23,508.00
$21,500.00
$23,400.00
$39 028.00
West Ba Avenue Bid Items G1 through G33
$293,245.001
$306,318.001
$354,817.001
$316,989.001
$381,417.001
$369,359.80
Total
1 $1,437,000.001
$1392,33350
$1,432,392.001
$1.436.18C001
$IAW,227.001
$1543114.80
As-bid Amount
$1,393,393.00 $1,426,592.00
$1,459,617.00 $1,544,614.80
•
F:SUsere5PBW5Shared Contrects%FY 0"75CWjwkle Street, Parking Lot, Storm Drain C- 37935810 SUMMARY G3793xls Page 1
TITLE: 20062007 CrnWDE
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
Marine Avenue
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerk's Office - City Hall
DATE: 29 -Nov-06 TIME: 10:00 AM
BY: Andy Tran CHECKED: DATE:
F:VUws \PBNAShered\Contreds\FY 064TTrA"ide Sheet, Pahang Lot, Stain Drain 63793/610 SUMMARY C- 379&X1S Page 1
Engineers Estimate
can Asphalt
Pal . Inc
Sequel Contractors
QUANTITY
UNIT $
AMOUNT
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
Mobilization
1
LS
$5,000.00
$5,000.00
$12 000.00
$7 070.00
$7 070.00
$10 000.00
$10 .00
Traffic Control
1
LS
$10,000.00
$10,000.00
J
$24,088.00
$9,831.00
$9831,00
$40,000.00
$
RASDESCRIPTION
Surve in Services
1
LS
$2,000.00
$2,000.00
$2 800,00
$2 900.00
$2,900.00
$3 000.00
$3 000.00
Crack Sealin
1
LS
$2 000.00
$2,00D.00
$3, 000.00
$4,500.00
$4,500.00
$4,000.00
$4,000.00
Cold Mill AC Pavement
14,500
SF
$0.25
$3,625.00
$7,250.00
$0.85
$12,325.00
$0.90
$13,050.00
AC Leveling Course
13 0
TN
$80.00
$10,400.00
$88.00
11440.00
$75.00
$9750.00
$95.00
$12,350.00
A7
JAC Surface Course
250
TN
$80.00
$20,000.00
$88.00
$22,000.00
$70.00
$17,500.00
$90.00
$22,600.00
Remove and Reconstruct 4r Thick Pavement
760
SF
$7.00
$5,320.00
$8.00
$6,080.00
$7.40
$5.624.00
$4.00
$3,040.00
Crushed Miscellaneous Base
10
CY
$30.00
$300.00
$12.00
$120.00
$20.00
$200.00
$40.00
$400.00
Remove and Replace Valve Box and Cover to Grade
3
EA
$350.00
$1,050.00
$315.00
$945.00
$280.00
$840.00
$300.00
$900.00
Adjust Manhole Frame and Cover to Grade
1
EA
$700.00
$700.00
$600.00
$600.00
$200.00
$260.00
$300.00
$300.00
EAl
Install Petrotac Fabric 4591
6 00
SF
$5.00
$3,000.00
$2.50
$1 500.00
$2.00
$1,200.00
$3.00
$1,800.00
Remove and Reconstruct T e A Curb and Gutter
110
LF
$45.00
$4,950.00
$95.00
10,450.00
$60.00
$8 600.00
$60.00
$6,600.00
Remove and Replace Traffic Signal Loo
11
EA
$ 250.00
$ 2,750.00
$400.00
$4,400.00
$360.00
$3,960.00
$300.00
$3,300.00
Install Striping, Mackin and Markers
1
LS
$9,660.00
$9 680.00
$3 738.00
$3 738.00
$4 000.00
$4,000.00
$4,000.00
$4 000.00
Provide As -built Drawings
1
LS
$700.00
$700.00
$700.00
$700.00
$700.00
$700.00
$700.00
$700.00
EE
$81,475.00
Low
$111,111.001
2nd
$87,260.00
3rd
$125 940.00
F:VUws \PBNAShered\Contreds\FY 064TTrA"ide Sheet, Pahang Lot, Stain Drain 63793/610 SUMMARY C- 379&X1S Page 1
TITLE: 2006.2007
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
Marine Avenue
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - CRY Hall
C3793 DATE: 29- Nov-06 TIME: 10:00 AM
$81,475.00 BY: Andy Tran CHECKED: DATE:
F:Wwn;1PSWlSharedlContracts%FY 06071CI*v*Ie Street, Parking Lot Storm Draln C- 37MBID SUMMARY W793AIs Page 2
f, J
LJ
E ineers Estimate
Shawnan
R.J. Noble
QUANTITY
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
Mobilization
1
LS
$5,000.00
$5 D00.00
$10,000.00
$10,000.00
$12,200.00
$12,200.00
Traffic Control
1
LS
$10,000.00
$10,000.00
$15,000.00
$15,000.00
$11,400.00
$11,400.00
RA4DESCRIPTION
Surveying Services
1
LS
$2,000.00
$2000.00
$1,000.00
$1000.00
$3,000.00
$3000.00
Crack Seal
1
LS
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$4200.00
$4,200.00
Cold Mill AC Pavement
14,500
SF
$0.25
$3,625.00
$1.00
$14,500.00
$0.93
$13,485.00
AC Leveling Course
130
TN
$80.00
$10,400.00
$120.00
$15,600.00
$103.00
$13,390.001
AC Surface Course
250
TN
$80.00
$20,000.00
$110.00
$27 500.00
$83.00
$20 750.00
Remove and Reconstruct 4" Thick Pavement
760
SF
$7.00
$5,320.00
$10.00
$7.600.00
$8.20
$6.232.00
Crushed Miscellaneous Base
10
CY
$30.00
$300.00
$30.00
$300.00
$114.00
$1,140.00
Remove and Replace Valve Box and Cover to Grade
3
EA
$350.00
$1 060.00
$500.00
$1,500.00
$300.00
$900.00
Adjust Manhole Frame and Cover to Grade
1
EA
$700.00
$700.00
$800.00
$800.00
$275.00
$275.00
KAl
Install Petrotac Fabric 45 91
600
SF
$6.00
$3,000.00
$4.00
$2,400.00
$2.70
$1,620.00
Remove and Reconstruct T A Curb and Gutter
110
LF
$46.00
$4,960.00
$60.00
$6 600.00
$66.00
$7 260.00
Remove and Re lace Traffic Si nal Loo
11
EA
$250.00
$2, 750.00
$400.00
$4400.00
$450.00
$4,950.00
Install Striping, Markings and Markers
1
LS
$9,680.00
$9,680-00
$3.000.00
$3,000.00
$3900.00
$3,900.00
A16
Provide As-built-Drworings
11
LS
$700.00
$700.00
$700.00
P $700.00
$70040
$700.00
EE
$81,475.00
4th
$112,900.00
5th
$105,402.00
F:Wwn;1PSWlSharedlContracts%FY 06071CI*v*Ie Street, Parking Lot Storm Draln C- 37MBID SUMMARY W793AIs Page 2
f, J
LJ
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TITLE: 20062007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - City Hall
CONTRACT NO.: C-3793 DATE: 29 -No"6 TIME: 10:00 AM
ENGINEER'S ESTIMATE: $572,800.00 BY: Andy Tran CHECKED: DATE:
PROJECT MANAGER: Andy Tran
Spyglass Hill Area and Harbor View Hills South Area
R1UserS1PBW%Shared%Con1ractslFY 08-07 Citywide Street, Parking Lot, Storm Drain C37931BID SUMMARY C-3793AS Page 1
r's Estimate
All American As halt
Pal . Inc
Se uel Contractors
ITEM
DESCRIPTION
QUANTITY
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
81
Mobilization
1
LS
$30,00000
$17 000.00
$17 000.00
$26,984.00
$26 984.00
$6,000.00
62
Traffic Control
1
LS
EEnglneer's
$30,000.1)0
$18 OD0.00
$18,000.01)
$12 836.00
$12,836.1)0
$18 500.00
$18 0B3
Sury in Services
1
LS
$15000.00
$17,177.00
$17177.60
$24,338.00
$24,338.00
$19,000.00
$19,000.00
64
Crack Sealing
1
LS
$15,000.00
$9 800.00
$9,800.01)
$6,500.00
$6,500.00
$5,000.00
$5 000.00
B5
Cold Mill AC Pavement
93,000
SF
$23,250,00.
$0.26
$24,180.00
$0.23
$21,390.00
$0.30
$27,900
B6
AC Leveling Course
350
TN
$80.00
$28,000.00
$65.00
$22,750.00
$75.00
$26,250.00
$95.00
$33,250.00
B7
AC Surface Course
2,800
TN
$80.00
$224,000.00
$65.00
$182,000.00
$70.00
$196,000.00
$74.00
$207,200.00
B8
Remove and Reconstruct 4" Thick Pavement
11,700
SF
$7.00
$81, 900.00
$5.00
$58,500.00
$4.10
$47,970.00
$4.00
$46,800.00
B9
Crushed Miscellaneous Base
150
CY
$30.00
$4,500.00
$12.00
$1,8OD.00
$20.00
$3,000.00
$40.00
$6,000.00
B10
Remove and Replace Valve Box and Cover to Grade
371
EA
$350.00
$12,950.00
$340.00
$12,580.00
$280.00
$10,360.00
$300.00
$11,100.00
611
Adjust Manhole Frame and Cover to Grade
28
EA
$700.00
$19,600-00
$300.00
$8,400.00
$260.00
$7,280.00
$300.00
$8,400.00
B12
Remove and Replace Survey Monument Frame and Cover to Grade
29
EA
$350.00
$10,150.00
$315.00
$9,135.00
$280.00
$8,120.00
$300.00
$8,700A0
B13
Remove and Reconstruct Type A Curb and Gutter
10
LF
$45.00
$460.00
$75.00
$750.00
$45.00
$450.00
$60.00
$600.00
B14
Construct Curb Access Ramp
16
EA
$3,500.00
$56,000.00
$3,300.00
$52,800.00
$3100.00
$49,600.00
$4.000.00
$64,000.00
B15
Remove and Reconstruct Partial Cross Gutter
480
SF
$20:00
$9.600-00
$22.00
$10,560.00
$17.15
$8,232.00
$15.00
$7,200.00
B16
lRemove and Replace Pull Box
1
EA
$400.00
$400.00
$400.00
$400.60
$1,500.00
$1.500.00
$800.00
$800.00
617
jInstall Striping, Markings and Markers
1
LS
$10,000.00
$10,000.00
$4,600.00
$4,6DO.00
$4,600.00
$4,600.00
$5,000.00
$5,000.00
618
jProvIdeAs -built Drawin s
1
LS
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,000.00
$2,QWLOO
EE
$572,800.00
Law
$452,432.00
2nd
$457,410.00
3rd
$477,450.00
R1UserS1PBW%Shared%Con1ractslFY 08-07 Citywide Street, Parking Lot, Storm Drain C37931BID SUMMARY C-3793AS Page 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TITLE: 20082007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - City Hall
CONTRACT NO.: C "3793 DATE 29 -Nov-06 TIME: 10:00 AM
ENGINEER'S ESTIMATE: $572,800.00 BY: Andy Tran CHECKED: DATE:
PROJECT MANAGER: AndyTren
Spyglass Hill Area and Harbor View Hills South Area
As-bid Amount
$423,620.00
F:1 Users \PBWharechContracts\FY 06 -07\Citywide Street, Parking Lot, Storm Drain C37931BID SUMMARY C- 3793.xd5 Page 2
•
En ineer's Estimate
Slawnan
R.J. Noble
ITEM
DESCRIPTION
QUANTITY
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
B1
Mobilization
1
LS
$30,000.00
$30,000.00
$10,000.00
$10,000.00
$11,000.00
$11,000.00
B2
Traffic Control
1
LS
$30, 000.00
$30,000.00
$4,D00.00
$4000.00
$11500.00
$11,500.00
B3
Surveying Services
1
LS
$15,000.00
$15,000.00
$2,000.00
$2,000.00
$18,500.00
$18,500.0
B4
Crack Sealing
1
LS
$15 000.00
$15,000.00
$3,000.00
$3000.00
$4 200.00
$4,200.00
65
Cold Mill AC Pavement
93,000
SF
$0.25
$23.250-00
.40
$37,200.00
$0.26
$23,250.00
B6
AC Leveling Course
350
TN
$80.00
$28.000.00
$ 95.00
$33,250.00
$76.00
$26,600.00
67
AC Surface Course
2,800
TN
$80.00
$224,000.00
$70.00
$196,000.00
$70.00
$196,000.00
BB
Remove and Reconstruct 4" Thick Pavement
11,700
SF
$81,900.00
$5.00
$58,500.00
$1.52
$17,784.00
B9
Crushed Miscellaneous Base
150
CY
$4,500.00
$40.60
000.00
$118.00
$17400.00
51 D
Remove and Replace Valve Box and Cover to Grade
37
EA
$12,950.00
$300.00
$11,100.00
$300.00
$11,100...00
B11
Adjust Manhole Frame and Cover to Grade
28
EA
R$3,500.00
$19,600.00
$500.00
$14,000.00
$275.00
$7,700.00
B12
Remove and Replace Su Monument Frame and Cover to Grade
29
EA
$10,150.00
$300.00
$8,700.00
$300.00
$8,700.00
B13
Remove and Reconstruct Type A Curb and Gutter
10
LF
$450.00
$67.00
$670.00
$83.00
$830.00
B14
Construct Curb Access Ram
16
EA
$56,000.00
$2000-00
$32,000.00
$3,960.
$63,360.00
B15
Remove and Reconstruct Partial Cross Gutter
480
SF
$20.00
$9.600-00
$10.00
$4,800.00
$23.50
$11,280.00
B16
Remove and Replace Pull Box
1
EA
$400.00
$400.00
$400.00
$400.00
$500.00
$500.00
B17
Install Striping, Markings and Markers
1
LS
$10,000.00
$10, 000.00
$3, 000.00
$3,000.00
$4,700.00
$4,700.00
B16
Provide As -built Drawings
1
LS
$2000.00
$2000-00
$2,000.00
$2,000.00
$2 000.00
$2,000.00
EE
$57200.00
4th
1 $426,62030
1 $436,404.00
As-bid Amount
$423,620.00
F:1 Users \PBWharechContracts\FY 06 -07\Citywide Street, Parking Lot, Storm Drain C37931BID SUMMARY C- 3793.xd5 Page 2
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TITLE: 2006.2007 CITYWIDE STREET, PARKING LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - City Hall
CONTRACT NO.: C-3793 DATE: 29 -Nov-06 TIME: 10:00 AM
ENGINEER'S ESTIMATE: $274,280.00 BY: Andy Tran CHECKED: DATE:
PROJECT MANAGER: Andy Tran
Corona del Mar Beach Parking Lot
As-bid Amount
$275,275.00
F:1tlserMPBVAShamdlC0ntractS\FY 08471CityMde Stmet, Parking Lot, Storm Drain 637931131/) SUMMARY 63793xls Page 1
ees Estimate
All American As halt
Pal . Inc
Se el Contract ors
ITEM
DESCRIPTION
QUANTITY
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
C1
Mobilization
1
LS
0
$10,000.00
$7 000.00
$7,000.00
$10 849.00
$10,849.00
$4 000.00
$A OO
C2
Traffic Control
1
LS
0
$5,000.00
$15,000.00
$15,000.00
$9,252.00
$9,252.00
$10,000.00
$10 .00
C3
Sury ing Services
1
LS
NEnoineees
0
$5,000.00
$5,997.00
$5 997.00
$9,900.00
$9 900.00
$6,000.00
$6,000.00
C4
Crack Sealing
1
LS
00
$10,000.00
$3 500.00
$3,500.00
$6,500.00
$6,500.00
$8 000.00
$8,000.00
C5
Cold Mill AC Pavement
23 400
SF
25
$5,850.00
$0.67
$15,678.60
$0.40
$9,360.00
$0.50
$11,700.00
C6
ACLevelin Course
270
TN
00
$21,600.00
$69.00
$18630.00
$75.00
$20250.00
$95.00
$25,650.00
C7
AC Surface Course
1,600
TN
00
$128,000.00
$69.00
$110,400.00
$70.00
$112,000.00
$84.00
$134,400.00
Remove and Reconstruct 3" Thick Pavement
5,300
SF
$6.00
$31,800.00
$6.00
$31,800.00
$3.50
$18,550.00
$4.00
$21,200.00
Crushed Miscellaneous Base
50
CY
$30.00
$1,500.00
$12.00
$600.00
$20.00
$1,000.00
$4D.00
$2,000.00
Remove and Replace Valve Box and Cover to Grade
1
EA
$350.00
$350.00
$225.00
$225.00
$28D.00
$280.00
$300.00
$300.00
KC1
Adjust Manhole Frame and Cover to Grade
7
EA
$700.00
$4,900.00
$250.00
$1,750.00
$260.00
$1,820.00
$300.00
$2,100.00
Remove and Replace Sury M onument Frame and Cover tO Grade
3
EA
$350.00
$1,050.00
$3.50
$10.50
$28D.00
$840.00
$300.00
$900.00
Remove and Reconstruct T pe B Curb
540
LF
$30.00
$16,200.00
$46.00
$24 840.00
$74.50
$40,230.00
$25.00
$13,500.00
Remove and Reconstruct T pe A Curb and Gutter
40
LF
$45.00
$1,800.00
$56.00
$2,24D.00
$48.00
$1,920.00
$60.00
$2,400.00
Remove and Replace Sewer Cleanout Box and Cover to Grade
1
EA
$350.00
$350.110
$40 .00
$40D.00
$280.00
$280.00
$500.00
$500.00
C16
Remove AC Berm and Construct Type B Curb
3301
LF
$30.00
$9,900.00
$46.00
$15,180.00
$37.00
$12,210.00
$25.00
$8,250.00
217
2Dnejag 4" Thick PCC Sidewalk and Stepped Walkway
40
SF
$12.00
$480.00
$16.00
$640.00
$17.00
$680.00
$20.00
$800.00
C18
Install StnF , Markings and Markers
1
LS
$20,000.00
$20,000.00
$19,845.00
$19,845.00
$21,OOD.00
$21,000.00
$20,000-00
S20,QWO
C19
lProvide As -bulk Drawings
1
LS
$500.00
$500.00
$500.00
$500.00
$500.00
$500.00
$500.00
$ 0
EE
$274,280.00
LOW
$274,235.50
2nd
$277,421.0
3rd
1 $272,200.00
As-bid Amount
$275,275.00
F:1tlserMPBVAShamdlC0ntractS\FY 08471CityMde Stmet, Parking Lot, Storm Drain 637931131/) SUMMARY 63793xls Page 1
TITLE: 2006.2007 CITM
CONTRACT NO.:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
Corona del Mar Beach Parking Lot
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PARKING LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office - City Hall
C -3793 DATE: 29 -Nov-06 TIME: 10:00 AM
$274,280.00 BY' Tran CHECKED: DATE:
As-bid Amount
$289,700.00
RkUsers5PBYASharedlContrardslFY 06- 0TCltywide Street, Parking Lot, Storm Drain C- 37USID SUMMARY C- 3793.xis Page 2
11
En sneer's Estimate
Shawnen
R.J. Noble
ITEM
DESCRIPTION
OUAN71TY
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
C1
Mobilization
1
LS
$10000.00
$10,000.00
$40000.00
$40,000.00
$12,200.00
$12,200.00
C2
Traffic Control
1
LS
$5 000.00
$5,000.00
$4,000.00
$4,000.00
$10,000.00
$10,000.00
C3
Surveying Services
1
LS
$5,000.00
$5 000.00
$5 000.00
$5,000.00
$6,300.00
$6,300.00
C4
Crack Sealing
1
LS
$10 000.00
$10,000.00
$3 000.00
$3,000.00
$4,200.00
$4,200.00
C5
Cold Mill AC Pavement
23,400
SF
$0.25
$5,850.00
$0.50
11,700.00
$0.42
$9,828.00
C6
AC Leveling Course
270
TN
$80.00
$21 600.00
$110.00
$29,700.00
$82.00
$22,140.00
C7
AC Surface Course
1 600
TN
$80.00
$128,000.00
$80.00
$128,000.00
$70.00
$112,000.00
Remove and Reconstruct 3" Thick Pavement
5,300
SF
$6.00
$31,800.00
$5.00
$26,500.00
$3.55
$18,815.00
Crushed Miscellaneous Base
50
CY
$30.00
$1,500.00
$40.00
$2,000.00
$112.00
$5,800.00
Remove and Replace Valve Box and Cover to Grade
1
EA
$350.00
$ 350.00
$400.00
$400.00
$300.00
$300.00
KCI
Adjust Manhole Frame and Cover to Grade
7
EA
$700.00
$4,900.00
$600.00
$4,200.00
$275.00
$1,925.00
Remove and Re lace Surve M onument Frame and Cover to Grade
3
EA
$350.00
$1,050.00
$500.00
$1,500.00
$300.00
$900.00
Remove and Reconstruct T B Curb
540
LF
$30.00
$16,200.00
$40.00
21 600.00
$27.00
$14,580.00
Remove and Reconstruct T A Curb and Gutter
40
LF
$45.00
$1,800.00
$50.00
$2,000.00
$55.00
$2 200.00
Remove and Replace Sewer Cleanout Box and Cover to Grade
1
EA
$350.00
$350.00
$500.00
$500.00
$275.00
$275.00
C16
Remove AC Berm and Construct T B Curb
330
LF
$30.00
$9,900.00
$30.00
$9,900.00
$55.00
$18,150.00
C17
Constuct 4" Thick PCC Sidewalk and Ste Walkway
4D
SF
$12.00
$480.00
$30.00
$1,200.00
$22.00
$880.00
318
Install Striping, Markings and Markers
1
LS
$20,000.00
$20,000.00
$10,000.00
$10,000.00
$20,800.00
$20,800.00
C19
Provide As -bulk Drawings
1
LS
$500.00
$500.00
$500.00
$500600
$500.00
$500.00
EE
4th
$301700.00
5th
$261,593.00
As-bid Amount
$289,700.00
RkUsers5PBYASharedlContrardslFY 06- 0TCltywide Street, Parking Lot, Storm Drain C- 37USID SUMMARY C- 3793.xis Page 2
11
TITLE:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
15th Street
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerks Office - City Hall
DATE: 29 -Nov -06 TIME: 10:00 AM
BY: Andy Tran CHECKED: DATE:
F;1Users1PB1M8haredlContreot8lFY 06- OAC"Ide Street, Parking Let, Storm Drain C-37MBID SUMMARY C- 3793AIs Page 7
En ineers Estimate
All American As haft
Palo. Inc
Sequel Contractors
ITEM
DESCRIPTION
QUANTITY
UNIT $
AMOUNT
UNIT $ 1
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
D1
Mobilization
t
LS
$5,000
$5000.00
$1,645.00
$1,645.00
$4640.00
$4,640.00
$3,000.00
$ 00
D2
Traffic Control
1
LS
$5, 000
$5 ,000.00
$4,860.00
$4,850.00
$'2 550.00
$2,650.00
$12,000.00
$1 .00
D3
Surveying Services
1
LS
$1,00-0
$1,000.00
$3,000.00
$3,000.00
$3, 500.00
$3,600.00
$4,000.00
$4,000.00
D4
Crack Sealing
1
LS
$2,000
$2,000.00
$725.00
$725.00
$4,500.00
$4,500.00
$5,000.00
$5,000.00
D5
Cold Mill AC Pavement
6,200
SF
$0.25
$1,550.00
$165
$4030.00
$1.10
$6,820.00
$1.00
$6,200.00
D6
AC Leveling Course
30
TN
$80
$2,400.00
$76.00
$2,280.00
$81.00
$2,430.00
$95.00
$2,850.00
D7
AC Surface Course
240
TN
$80
$19.200.00
$76.00
$18,240.00
$81.00
$19,440.00
$85.00
$20,400.00
D8
Remove and Reconstruct 4" Thick Pavement
1.000
SF
$7
$7,000.00
$6.00
$6,000.00
$5.251
$5,250.00
$4.00
$4,000.00
D9
Crushed Miscellaneous Base
15
CY
$30
$450.00
$12.00
$ 180.00
$20.00
$300.00
$40.00
$600.00
D10
Remove and Replace Valve Box and Cover to Grade
4
EA
$350
$1,400.0
5.00
$900.00
$280.00
$1,12D.00
$300.00
$1,200.00
D11
Adjust Manhole Frame and Cover to Grade
1
EA
$700
$ 700.00
$350.00
$350.00
$260.00
$260.00
$300.00
$300.00
D12
Remove and Reconstruct Type A Curb and Gutter
15
LF
$45
$675.00
$45.00
$675.00
$580
$870.00
$60.00
$900.00
D13
Remove and Replace Traffic Signal Loop
4
EA
$250
$1,000.00
$400.00
$1,600.00
$360.00
$1,440.00
$300.00
$1,200.00
D14
Remove and Reconstruct Junction Structure No.1
11
EA
$8,000
$8,000.00
$8,150.00
$8,150.00
$13,000.00
$13,000.00
$9.500.001
$9,500.00
D15
Construct Pipe Collar
4
EA
$1.000
$4,000.00
$750.00
$3,000.00
$800.00
$3,200.00
$1,200.00
$4,800.00
D16
Install 154nch RCP 2000 -D)
5
LF
$250
$1,250.00
$954.00
$4,770.00
$350.00
$1,750.00
$300.00
$1,500.00
D17
Install 184n RCP 2000 -D
70
LF
$300
$-2-1,0--00.00
$950.00
$66,500.00
$185.00
$12,950.00
$200.00
$14,000.00
D18
Remove and Reconstruct Type OL -A Curb Inlet and Local Depression
1
EA
$8,000
$8,000.00
$7,600.00
$7,600.00
$26,111.00
$26,111.00
$12,000.00
$12, 00
D79
Remove and Reconstruct S" Thick PCC Pavement
135
SF
$15
$2,025.00
$20.00
$2,700.00
$23.00
$3,105.00
$25.00
$3iiiiiiiiiiII00
D20
Remove and Reconstruct 47 Thick PCC Sidewalk
375
SF
$12
$4,500.00
$10.00
$3,750.00
$13.00
$4,876.
$10.00
$3, .00
D21
Install Striping, Markings and Markers
1
LS
$5,000
$5000.00
$3,700.00
$3,700.00
$4.500.00
$4,500.00
$4,000.00
$4,000.00
D22
Provide As -built Drawings
1
LS
$500
$500.001
$500.00
$500.00
$500.00
$500.00
$500.00
$500.00
11
EE
$101,650.001
Low
1 $145,145.001
2nd
1 $123,111.001
3rd
1 $115,075.00
F;1Users1PB1M8haredlContreot8lFY 06- OAC"Ide Street, Parking Let, Storm Drain C-37MBID SUMMARY C- 3793AIs Page 7
TITLE:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
15th Street
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerks Office - City Hall
DATE: 29- Nov-06 TIME: 10:00 AM
BY: Andy Tran CHECKED: DATE:
F:11Users%PSLNSharedk0ontracts%FY 06.071C4wide Street, Parking Lot. Storrs Drain C- 3793NDID SUMMARY C3793As Page 2
E ineer's Estimate
Shawnan
R.J. Noble
ITEM
DESCRIPTION
QUANTITY
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
D1
Mobilization
1
LS
$5,000.00
$5,000.00
$7000.00
$7,000.00
$12,200.00
$12,200.00
D2
Traffic Control
1
LS
$5 000.00
$5,000.00
$3,000.00
$3,000.00
$10,000.00
$10,000.00
D3
Surveying Services
1
LS
$1,000.00
$1,000.00
$3,000.00
$3000.00
$3,400.00
$3,400.00
D4
Crack Sealing
1
LS
$2,000.00
$2,000.00
$2, 000.00
$2,000.00
$4,200.00
$4,200.00
D5
Cold Mill AC Pavement
6,200
SF
$0.25
$1550-00
$1.00
$6,200.00
$1.20
$7,440.00
D6
AC Leveling Course
30
TN
$80.00
$2,400.00
$150.00
$4,500.00
$135.00
$4,050.00
D7
AC Surface Course
240
TN
$80.00
$19,200.00
$110.00
$26,400.00
$83.00
$19,920.00
DS
Remove and Reconstruct 4" Thick Pavement
1 000
SF
$7.00
$7,000.00
$5.00
$5,000.00
$5.80
$5,800.00
D9
Crushed Miscellaneous Base
15
CY
$30.00
$450.00
$80.00
$1,200.00
$115.00
$1,725.00
D10
Remove and Replace Valve Box and Cover to Grade
4
EA
$350.00
$1,400-00
$400.00
$1,600.00
$300.00
$1,200.00
D11
Adjust Manhole Frame and Cover to Grade
1
EA
$700.00
$700.00
$700.00
$700.00
$275.00
$275.00
D12
Remove and Reconstruct T A Curb and Gutter
15
LF
$45.00
$675.00
$80.00
$1 200.00
$83.00
$1,245.00
D13
Remove and Replace Traffic Signal Loo
4
EA
$250.00
$1,000.00
$500.00
$2,000.00
$450.00
$1,800.00
D14
Remove and Reconstruct Junction Structure No.1
1
EA
$8.000.00.
$8,000.00
$5,000.00
$5,000.0
$13,000.00
$13:000.00
D15
Construct Pi Collar
4
EA
$1,000.00
$4000.00
$1,000.00
$4,000.00
$1,350.00
$5,400.00
D16
Install 15 -Inch RCP 2000 -D
5
LF
$250.00
$1,250.00
$ 1000.00
$5.000.00
$460.00
$2,300.00
D17
Install 18 -inch RCP 2000 -D
70
LF
$300.00
$21,000.00
$ 500.00
$35000.00
$975.00
$68,250.00
D18
Remove and Reconstruct T OL-A Curb Inlet and Local Depression
1
EA
$8,000.00
$8,000.00
$2,000.00
$2,000.00
$12,000.00
$12,000.00
D19
Remove and Reconstruct 8" Thick PCC Pavement
135
SF
$15.00
$2,025.00
$11.00
$1485.00
$27.50
$3,712.50
020
Remove and Reconstruct 4° Thick PCC Sidewalk
375
SF
$12.00
$4,500.00
$15.00
$5,625.00
$10.30
$3 882.50
D21
I Install Striping, Markings and Markers
1 11
LS
$5,000.00
$5,000.00
$2,000.00
$2,000.00
$3,800.00
$3800.00
D22
I Provide As -bulk DravAn s
11
LS
$500.00
$500.00
$500.DO
$500.00
$500.00
$500.00
EE
$101,650.00
4th
$124410.00
5th
$188080.00
F:11Users%PSLNSharedk0ontracts%FY 06.071C4wide Street, Parking Lot. Storrs Drain C- 3793NDID SUMMARY C3793As Page 2
TITLE:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
A Street Beach Parking Lot
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LOT AND STORM DRAIN IMPROVEMENTS
BID LOCATION: City Clerk's Office - City Hall
DATE: 29 -Nov -06 TIME: 10:DOAM
BY: Andy Tran CHECKED: DATE:
•
F:\ Users \PBw1Shared\CcntrecteTY 06.0AC4w1de Street, Parking Lot, Storm Drain C-3793SID SUMMARY C- 3793AIe Page 1
En ineer's Estimate
All American Asphalt
Pal p. Inc
S uel Contractors
QUANTITY
UNIT S
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
Mobilization
1
LS
$4 000
$4,000.00
$2 063.00
$2 063.00
$5,652.00
$5,652.00
$3 000.00
s .00
Traffic Control
1
LS
$4,000
$4,000.00
$5,200.00
$5,200.
$3,650.00
$3,650.00
$5,000.00
.00
RE4DESCRIPTION
Surveying Services
1
LS
$2,000
$2,000.00
$1,260.00
$1,260.00
$2,800.00
$2,800.00
$2,000.00
$2,000.00
Crack
1
LS
$2,000
$2000.00
$1,500.00
$1,500.00
$4,500.00
$4,500.00
$5,000.00
$$,000.00
Cold Mill AC Pavement
21,300
SF
$0.25
$5,325.00
$0.50
$10 650.00
$0.45
$9,585.00
$0.50
$10,650.0AC
Levelin Course
40
TN
$80
$3,200.00
$80.00
$3,200.00
$82.00
$3,280.00
$95.00
$3,800.00
1AC Surface Course
310
TN
80
$24 800.00
$80.00
$24,800.00
$82.00
$25,420.00
$88.00
$27,280.00
E8
Remove and Reconstruct 4" Thick Pavement
4,000
SF
$7
$28,000.00
$4.00
$16.000.00.
$4.50
$18,000.00
$4.00
$16,000.00
FS
Crushed Miscellaneous Base
50
CY
30
$1,500.06
$12.00
$600.00
$20.00
$1,000.00
$40.00
$2,000.00
E10
Remove and Replace Sewer Cleanout Box and Cover to Grade
1
EA
1$350
$350.00
$420.00
$420.00
$280.00
$280.00
$800.00
$800.00
Ell
Remove AC Pavement and Construct 8" Thick PCC Pavement
1 800
SF
12
$21 600.00
$13.00
$23,400.00
$17.00
$30,600.00
$15.00
$27,000.00
E12
Install Stripin , Markings and Markers
1
LS
00
$8,000.00
$3,500.00
$3,500.00
$3 600.00
$3,600.00
$4,000.00
54,000.00
E13
Provide As -built Drawings
1
LS
500
$500.00
$500.00
$500.00
$500.00
$500.00
$500.00
$500.00
EE
$105275.00
Law
$93,093.00
2nd
$108867.00
3rd
$107,030.00
•
F:\ Users \PBw1Shared\CcntrecteTY 06.0AC4w1de Street, Parking Lot, Storm Drain C-3793SID SUMMARY C- 3793AIe Page 1
TITLE: 2006.2007 CrrYM
CONTRACT NO.:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
A Street Beach Parking Lot
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerk's Office - City Hall
DATE: 29- Nov-06 TIME: 10:00 AM
BY: Andy Tran CHECKED: DATE:
F:SUsere\PBMhared0ordraetslFY 06.07\CKywlde Street. Parking Lot, Strom Drain G3793113I13 SUMMARY C- 3793.xis Page 2
9
•
Enuineees Estimate
Shawnen
R.J. Noble
ITEM
DESCRIPTION
QUANTITY
UNIT $
AMOUNT
UNIT $
AMOUNT
UNIT $
AMOUNT
E1
Mobilization
1
LS
$4, 000.00
$4,000.00
$4000.00
$4,000.00
$12200.00
$12,200.00
E2
Traffic Control
1
LS
$4,000.00
$4.000.00
$2,000.00
$2,000.00
$10,500.00
$10,500.0
E3
Surveying Services
1
LS
$2.000.00
$2,000.00
$2,000.00
$2,000.00
$4,400.00
$4,400.00
E4
Crack Sealing
1
LS
$2,000.00
$2000-00
$2,000.00
$2,000.00
$4,200.00
$4,200.00
E5
Cold Mill AC Pavement
21,300
SF
$0.25
$5,325.0
$0.60
$12,780.00
$0.46
$9,798.00
E6
AC Leveling Course
40
TN
$80.00
$3,200.00
$140.00
$5600.00
$135.00
$5400.00
E7
AC Surface Course
310
TN
$80.00
$24,800.00
$100.00
$31,000.00
$83.00
$25,730.00
E8
Remove and Reconstruct 4" Thick Pavement
4,000
SF
$7.00
$28,000-00
$4.00
$16,000.00
$3.34
$13,360.00
E9
Crushed Miscellaneous Base
s0
CY
$30.00
$1,500.00
$50.00
$2,500.00
$112.00
$5600.00
E10
Remove and Replace Sewer Cleanout Box and Cover to Grade
1
EA
$350.00
$350.00
$400.00
$400.00
$300.00
$300.00
E11
Remove AC Pavement and Conshwt 8" Thick PCC Pavement
1,800
SF
$12.00
$21,600.00
$10.00
$18,000.00
$27.50
$49,500.00
E12
Install St' in , Markings and Markers
1
LS
$8,000.00
$8,000.00
$2,000.00
$2,000.00
$3,760.00
$3.760.00
E13
Provide As -built Drawings
1
LS
$ 500.00
$ 500.00
$500.00
$500.00
$500.00
$500.00
EE
$105,276.00
4th
$98,780.00
5th
$145,248.00
F:SUsere\PBMhared0ordraetslFY 06.07\CKywlde Street. Parking Lot, Strom Drain G3793113I13 SUMMARY C- 3793.xis Page 2
9
•
TITLE:
ENGINEERS ESTIMATE:
PROJECT MANAGER:
Seashore Drive
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID LOCATION: City Clerk's Office - City Hall
DATE: 29- Nov -06 TIME 10:00 AM
BY: Andy Train CHECKED: DATE:
As-bid Amount
$40,528.00
F:VUservT8Mharedk0ontractsT -Y 06- 071Cltywide Street, Parking Lot, Storm Drain C- 37931811) SUMMARY C- 3793.tds Page 1
L
En Ineefs Estimate
All American Asphalt
.Inc
Sequel Contractors
ITEM
DESCRIPTION
QUANTITY
UNIT $
AMOUNT
UNITS
AMOUNT
AMOUNT
AMOUNT
UNIT $
AMOUNT
F1
Mobilization
1
LS
$1, 000
$1,000.00
$1,000.00
$1000.00
Traffic Control
$8600.00
$3,000.00
$3
F2
Traffic Control
1
LS
$1,000
$1,000.00
$1,874.00
$1874.00
NPaI
$8,682.00
$5,000.00
$2.00
F3
Cold Mill AC Pavement
2 300
SF
$0.25
$575.00
$1.05
$2,415.00
$2,400.00
$2,024.00
$3.00
$6,900.00
F4
AC Surface Course
30
TN
$80
$2, 400.00
$77.00
$2,310.00
$6 000.00
$2 400.00
$120.00
$3,600.00
FS
Remove and Reconstruct 8" Thick Pavement
300
SF
$10
$3,000.00
$7.00
$2,100.00
$300.00
$1,500.00
$9.00
$2,700.00
FB
Provide As -built Draw s
1
LS
$300
$300.00
$300.00
$300.00
$300.00
$300.00
$300.00
$300.00
EE
$8275.00
Low
$9999.00
2nd
$23,506.00
3rd
$21,500.00
As-bid Amount
$40,528.00
F:VUservT8Mharedk0ontractsT -Y 06- 071Cltywide Street, Parking Lot, Storm Drain C- 37931811) SUMMARY C- 3793.tds Page 1
L
Engineer's Estimate
Shawnen
R.J. Noble
ITEM
DESCRIPTION
QUANTITY
UNIT$
AMOUNT
UNITS
AMOUNT
UNIT$
AMOUNT
F1
Mobilization
$1,000.00
$1,000.00
$4,000.00
$4000.00
$12,200.00
$12,200.00
F2
Traffic Control
$1000.00
$1,000.00
$4000.00
$4,000.00
$10,000.00
$10000.00
F3
Cold Mill AC Pavement
$0.25
$ 575.00
$2.00
$4,600.00
$2.36
$5,428.00
F4
AC Surface Course
g3O
$80.00
$2,400.00
$150.00
$4,500.00
$230.00
$6,900.00
F5
Remove and Reconstruct 8" Thick Pavement
$10.00
$3,000.00
$20.00
$6 000.00
$14.00
$4,200.00
FB
Provide As -bulk Drawl s
$300.00
$=,001
$300.00
$300.00
$300.00
$300.00
EE
$8,27 .001
4th
I $23,400.00i
5th
$39,028.00
As-bid Amount
$40,528.00
F:VUservT8Mharedk0ontractsT -Y 06- 071Cltywide Street, Parking Lot, Storm Drain C- 37931811) SUMMARY C- 3793.tds Page 1
L
TITLE:
ENGINEER'S ESTIMATE:
PROJECT MANAGER:
Went Bay Avenue
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
810 LOCATION: City Clerk`s Office. City Hall
DATE: 28&Nov-08 TIME: 10:00AM
BY: Andy Tran CHECKED: DATE:
As-bid Amount
$308,338.00 $354,017.00
FAU99ra78VA,Shwedi0omrectfFY 06-071C"de Street, Parking LuL SWm Drain C379MID SUMMARY 04793AS Page 1
•
En loser's Estimate
PJI American As fwlt
Pali). Inc
3 ual Contractors
QUANTITY
UNIT$
AMOUNT
UNIT$
AMOUNT
UNITS
AMOUNT
UNIT$
AMOUNT
Mobilization
1
LS
$6000
$5,000.00
$3800.00
$3800.00
1 800.00
$12,800.00
$4000.00
$4000.00
Traffic Control
1
LS
$6 000
000.00
$9 287.00
$9 267.00
$1 000.00
1 000.00
$32 000.00
32 000.00
Surve Services
1
LS
$8,000
$8 000.00
$5 000.00
$5 000.00
17 600.00
$17 500.00
$14 000.00
14 000.00
RG6DESCRIPTION
AC LeveBn Coulse
176
TN
$80
14 000.00
'$77.00
$13 4T5.00
$70.00
12 260.00
$95.00
$18 625.00
AC Surface Course
175
TN
$8D
14000.00
$77.00
$13 476.00
$70.00
$12 250.00
$100.00
17 500.00
Remove antl lace Vahre Box and Cover to Grade
4
FA
$350
1,400.00
$250.00
$100000
$280.00
1 120.00
$300.00
$1 200.00
Ad ust Manhole Frame and Cover to Grade
4
EA
$700
2 800.00
$350.00
$1,400.00
0.00
1 040.00
$300.00
$1 200.00
Construct Curb Access Ram
4
EA
$3.600
14 000.00
$3.60D.00
$14,000.00
,500.00
18 0DO.00
000.00
$16,0D0,00
Gil
Remove and Reconstruct 4" Thick PCC Sktewalk
2.000
SF
12
$24 000.00
$8.00
$16.000.00
$5.00
$10 000.00
$9.001
$18,000.00
G10
Provide As -built Drawings
1
LS
$500
$600.00
$600.00
$500.00
0.00
.00
$500.00
$600.00
G11
Dewated
1
EA
$6000,
$5,000.00
$7750.00
$7,750.00
$18,000.00
$18 000.00
S3.000.001
13,000.00
G12
Remove & Construct 18" CAP
86
LF
1S0
$15,480.00
$175.00
15050.00
$80.00
$8 880.00
0.00
360.00
G13
Join Existing 18" CAP
1
EA
$1,500
$1,500.00
$1,080.00
$1 080.00
$1 200.00
$1 200.00
$1 000.00
$1.000.00
G14
Remove Existing Catch Basin
1
EA
$2, 000
2,000.00
$1,010.00
$1,010.00
$2 500.00
$2 600.00
$4,000.00
$4,000.00
G16
Construct Catch Basin L- 5.0' & Local Depression
1
EA
$6,000
$6,000.00
$5700.00
$5 700.00
$7 600.00
$7 500.00
$8 000.00
$8,000.00,
G16
Salvage 12' Tide Valve & Install 18" Tilde Valve
1
EA
2,000
$2.0=W.00
.00
$540.00
500.00
$2,500.00
$1 000.00
$1,0M.00
G17
Construct 12' PVC Storm Drain Incl bend
14
LF
$160
2100.00
186.00
$Z604,00;
5.00
670.00
500.00
$7,000.00
G18
Construct Stone Drain Junction Structure
1
EA
$4,000
$4,000.00
$5.420.00
$5,420.00
,500.00
500.00
$6 000.00
$6.000.00
019
Construct 6' Waler Main Siphon
1
EA
$7.500
$7,500.00
$7,750.00
$7760.00
1 &000.00
$18 000.00
$9 000.00
$9,000.00
020
Construe 12'RC I furnished by CNB
$150
3760.00
$155.00
$34876.00
180.00
$40500.00
100.00
$22500.00
G21
Construct 12'RCP furnished Contractor
$ 125
$4,000.
$200.00
$6400.00
$220.00
040.00
$280.00
$8,320.00
022
Construct Catch Basin L= 3.6' &Local Depression
$3,000
$8000.00
$5100.00
$10,200.00
$7,200.00
$1 400.00
$7 000.00
$14,000.00
023
Remove Exlstin Curb
$6
2,880.00
$9.00
$4320.00
.00
$10560.00
.00
,400.00
G24
Remove Exlstl Curb and Gutter
$10
3 830.00
14.00
$6 362.00
$22.00
$8 426.00
$8.00
$3,064,00.
025
Remove Existing ACIPCC Pavement Section
000.00
$6.00
000.00
$450
500.00
$200
$2.000.00
G26
Construct Curb and Gutter curb height varies
500.00
$44.00
$36 080.00
$24.00
$19 680.00
$25.00
$20,500.00
027
Remove 8, Reconstruct PCC All Apron
$9. 000.00
$11.00
$6 600.00
$14.00
$ 400.00
12.00
$7 200.00
G28
Remove & Reconstruct PCC Drive Apron
250.00
$11.00
$2 750.00
$10.20
550.00
$12.00
$3,000.00
G29
Construct PCC Cross Gutter
680.00
$16.00
$12460.00
$8.10
$8318.00
$12.00
$9360.00
G30
Remove/Cold Mill Existing AC Overlay
120100
,000.00
VEES2$93.2046.00
$1.00
$12 000.00
$0.60
$7 200.00
$0.70
$8 400.00
G31
Cold MITI Exi PCC Pavement de r Ian
,575.00
$1.00
$5,430.00
$1.10
$5,973.00
.00
$10 860.00
G32
Remove and Replace Parkway Brick
000.00
$15.00
$30,000.00
18.00
$36,00.00
$9.00
$18 000.00
033
Construct Pavement Reinforcing Fabric GI rid
9,600.00
$0.75
$9,000.00
$1.43
$17180.00
0.50
$8,000.00
3 246.00
Low
306 318.00
2nd
$364 817.00
3rd
$316 989.00
As-bid Amount
$308,338.00 $354,017.00
FAU99ra78VA,Shwedi0omrectfFY 06-071C"de Street, Parking LuL SWm Drain C379MID SUMMARY 04793AS Page 1
•
TITLE:
ENGINEER'S ESTIMATE
PROJECT MANAGER:
West Bay Avenue
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LOT AND STORM DRAIN IMPROVEMENTS BID LOCATION: City Clerk's Office • City Hall
C3793 DATE: 29•NOw06 TIME: 10:00 AM
$293,245.00 BY: Andy Tren CHECKED: DATE:
As-bid Amount
$366,807.00
F:Wsers1PBVAShweCRCCntr1al TY 0"ACII),Mde Street, Perking Lot, SNrm Drain 03793191D SUMMARY G3793.xb Page 2
E
1 '
LJ
E lneefs Estimate
Shavman
R.J. Noble
ITEM
DESCRIPTION
QUANTITY
I
UNIT I
AMOUNT
UNIT$
AMOUNT
UNIT$
AMOUNT
G1
Mobilization
1
LS
$5,000
$6000.00
$10,000.00
10000.00
$12,200.00
$12,200.00
G2
Traffic Control
1
LS
$5,000
$6000.00
$17,000.00
$17,ODO.00
$10000.00
$10,000.00
G3
Surveying Services
7
LS
$8,000
$8000.00
$4,000.00
$AODO,00
$16,000.00
$16,000.00
G4
AC Leveling Course
1751
TN
$80
$14,000.00
$120.00
$21,000.
$93.00
$16,276.00
06
AC Surface Course
175
TN
$80
$14,000.00
$120.00
21,000.00
93.00
16 275.00
G6
Remove and Replace Valve Box and Cover to Grade
4
EA
360
$1,400.00
$400.00
$1,600.
$300.00
$1,200.00
G7
Adjust Manhole Frame and Cover to Grade
4
EA
$700
$2,800.00
$700.00
$2,800.00
$276.00
S111100.001
GB lConstruct
Curb Access Ramp
4
EA
$3,500
$14,000.00
$1000.001
$12.000.00
$3.9W.00
S16.840.00
G9
Remove and Reconstruct 4' Thick PCC Sidewalk
2 000
SF
$12
$24,000.00
$9.00
18 000.00
$8600
$16 000.00
G10
Provide As -built Drawings
1
LS
$ 500
$ 600.00
$500.00
$500.00
$500.00
$500.00
G11
Dawatenno
1
EA
000
$5.000.00
$6w.00
$500.00
$6,600. 00
$6,600.00
G12
Remove & Construct 18' CAP
66
LF
180
$15,460.00
$3130.00
$26800.00
$215.00
$18,490.00
G13
Join Existing 18' CAP
1
EA
$1,500
$1500.00
$800.00
$800.00
$1,760-00
$1,760.00
G14
Remove Existinp Catch Basin
1
EA
$2000
$2 000.00
$2 000.00
$2000.00
$3,200.00
$3.200.00
G15
Construct Catoh Basin L= 5.0' & Local Depression
1
EA
$6,000
$6,000.00
$12,000.0
$12,001).00
KS00.00
$6.600.00
G16
Salvage 12" Tide Valve & Install IV Tide Valve
1
EA
$2,000
$2,000.00
000.00
,000.00
$Z200.00
$2.200.00.
G17
Construct 12' PVC Storm Drain inc bend
14
LF
$160
$2.100.00
$500.00
7,000.00
248.00
$3472.00
G18
Construct Storm Drain Junction Structure
1
EA
$4, 000
$4,000.00
$6,000.00
$6,001).00
$5,600.00
600.00
G19
Construct 6' Water Main Siphon
1
EA
$7.600
$7,500.00
$10000.00
$10.0D0.00
$14,000.00
$14,000.00
G20
Construct 12'RCP furnished by CNB
226
LF
160
$33.760.00
$300.00
$67,600.00
$280.00
366 0.00
G21
Construct 12'RCP furnished by Contractor
32
LF
125
$4000.00
$9600.00
$330.00
10560.00
G22
Construct Catch Basin L= 3.5' & Local Depression
2
EA
$3 ODD
$e 000.00
ffl300.00
000.00
$6 600.00
$13,000.00
G23
Remove Erdstin Curb
480
LF
$6
$2 880.00
360.00
$12.60
$6,048.00
G24
Remove ExisUn Curb and Gu0er
383
LF
$10
$3,830.00
$9.00
$3.447.00
$13.00
$4,979.00
G25
Remove E)dsting ACIPCC Pavement Section
1000
SF
$4
$4,000.00
$5.00
$5.000.00
$6.40
$5,400.00
G26
Construct Curb and Gutter curb height varies
820
LF
$25
$20.500.00
$36.00
$28.700.00
$49.60
$40,690.00
G27
Remove & Reconstruct PCC AJIvy Apron
600
SF
$16
$9,001100
$10.00
$6 000.00
$14.30
$8,58D.00
G28
Remove & Reconstruct PCC Drive Apron
250
$F
$13
$3.250.01)
$10.00
$2.6M.00
$13.00
$3,260.00
G29
Construct PCC Cross Gutter
7801
SF
$11
$8 6WDO
$9.00
$7,020.00
$17.40
$13,672.00
G30
RemovWCokl Mill E)dsfln AC Overlay
12,000
SF
4,000.00
$1.00
$1 000.00
$0666
$7,920.00
G31
Cold M61 E)dstlng PCC Pavement (depth per n
5.430
SF
$13,575.00
$3.00
$16,290.00
$1.16
$6,298.81)
G32
Remove and Replace PaftM Brick
2000
SF
356,000.00
$5.00
$iolow
$11. 80
$17600.00
G33
Construct Pavement Reinforcing Fabric Gle rid
12000
SF
$1
$9,600. 00
$1.00
$12,000.00
0.75
$9000.00
EE
$293,246.00
4th
$381 417.00
5th
$369 359.80
As-bid Amount
$366,807.00
F:Wsers1PBVAShweCRCCntr1al TY 0"ACII),Mde Street, Perking Lot, SNrm Drain 03793191D SUMMARY G3793.xb Page 2
E
1 '
LJ
Ciip of Newport Beach* NO. BA- 07BA -035
BUDGET AMENDMENT
2006 -07
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations AND
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
AMOUNT: $522,358.00
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To increase expenditure appropriations from unappropriated General Fund Balance to Street, Bikeway, and Parking Lot
Improvements by $202,358 and increase expenditure appropriations from unappropriated Traffic Relief Fund Balance t_o___
Spyglass & Harbor View Hills South Pavement Rehabilitation by $90,932, 15th Street Rehabilitation by $63,845, and
West Bay Avenue Street Rehabilitation by $165,223 for citywide street, parking lot, and storm drain improvements.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
Description
010 3605
General Fund - Fund Balance
190 3605
Traffic Congestion Fund - Fund Balance
REVENUE ESTIMATES (3601)
Fund /Division Account
Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division
Number 7013
Street
Account
Number C5100019
Street,Bikeway,Parking Lot Striping
Division
Number 7191
Traffic Congestion Relief
Account
Number C5100857
Cambria Street Area Rehabilitation
Division
Number 7191
Traffic Congestion Relief
Account
Number C5100886
15th St Rehabilitation /Drainage Improve
Division
Number 7191
Traffic Congestion Relief
Account
Number C5100829
Bay Ave Drainage /Street Rehab Phase 2
Division
Number
Account
Number
Signed:
/�
/ (: ,
Financial Approval: Administrativ ervices Director
Signed:^
Administrative Approve/City Manager
Signed:
City Council Approval: City Clerk
Amount
Debit Credit
$202,358.00
$320,000.00
$202,358.00
$90,932.00
$63,845.00
$165,22100
/d -04 -d6
Date
Date