Loading...
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