Loading...
HomeMy WebLinkAboutC-3721 - Newport Shores Pavement Rehabilitation• 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkess, MMC June 13, 2007 Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 Subject: Newport Shores Pavement Rehabilitation (C -3721) To Whom It May Concern: On June 13, 2006, 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 July 27, 2006. The Surety for the contract is Federal Insurance .Company, and the bond number is 8203- 73 -26. Enclosed is the Faithful Performance Bond. Sincerely, 'q-" M, 1�4� LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 BOND N0 .8203 -73-26 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,137.00 being at the rate of $ varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to REP Inc. dm Hv wiry 03qnh4' . hereinafter designated as the "Principal", a contract for construction of NEWPORT SHORES PAVEMENT REHABILITATION, Contract No. 3721 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. 3721 and the terns thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Fedexal IrhsurancDe a0' 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, Four Hundred Eighty-Six Thousand, Nine Hundred Thirty - Eight and 001100 Dollars ($1,486,938.00) lawful money of the United States of America, said sum being equal to 100% of the .estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and, agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation stall become null and void. E 0 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 enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21 at day of December 2005 C.P. BROWN Federal Insurance Company -- Name of Surety 801 So. Figueroa Street Address of Surety Ios Angeles, CA 90017 (213) 612 -5573 Telephone (Principal) Authorized Signature/Tide Douglas A. Rapp Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F .'IUSERSV'6WVShamdlConMicttsV-Y 0.5-06WEwPORT SHORES PAVEMENT C3MV=TRACT C3M1.doc 91 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES I ss. On I � - ) —6 5 , before me, CELESTE A. GRAHAM, NOTARY PUBLIC Date Nam and Title of Olioef (e.g.. *Jam Doe. Notary Public) personally appeared PALP INC. DBA EXCEL PAVING COMPANY BY C. P. BROWN PRESIDENT Names) of Signer(s) M personally known to me ❑ proved to me on the basis of satisfactory evidence 4. E #1A. 00308 PUBLIC - CALIFORNIA VGELES COUNTYr EXP. AU`r v&i1, 2009C to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNJESS my hand and official seal. Place Notary Seal Above 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: Document Date: Number of Pages Signer(s) Other Than Named Above: CapBcity(ies) Claimed by Signer Signer's Name: ❑ Individual ' ❑ Corporate Officer — Title(s): Top of thumb here ❑ Partner — ❑ Limited ❑ General' ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 01899 National Notary AssoclalWa• 9350 Do Soto Ave., P-0. 8m 2402. Cb mvOla. CA 813132t02• Pad. Na. 5907 Pmder. Cal ToFFrea 1AODB7e8827 CALIFORNIA ALL - P4" '.POSE ACKNOWLEDGMEI� State of California County of Orange on DEC 21 2005 before me, A.P. Coats, Notary Public NAME, TnIZ OF OFFICER Douglas A, Rapp ® Personally known to me - or- Proved to me on the basis of satisfactory evidence to be the ❑ person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he /-4x they executed the same in his / her /their authorized capacity(ies), and that by his/herAheir signature(s) on the instrument the A.P. COATS person(s), or the entity upon behalf of which the person(s) V ypt, acted, executed the instrument i WflNESS my)iand and official seal. l� (MGNATUREOFNOTARY) Though the data below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ L]M1TED ❑ GENERAL ❑ ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF FERSON(S) OR ENr1TY(WS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Chubb PO Federal Insurance Co m Attn: Surety Department Vigilant Insurance CollTra� 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnowAll by These Poem ds„That FEDERALINSURANCE COMPANY, an Inthnaarpaa5a . VKWA1NTINSURANCE COMPANY, a NewYakoeoporaft:, atw PACWICIKDEMMTYCONPMYawwscmdAcmPwabcn,dDO3chmm4cwztkftwWappobt Douglas A. Rapp or Linda D. Coats of.Laguna Hills, California--------------------------- - - - - -- each as their Um and lawful Atlomay n-Fact to eaecute under such dssonabon N Oak names and b attic tour corporate seals in and deliver for and on their behalf as surety thereon or dhen vise, bonds and udermldrgs and other wrbW abigaary in the nature thereof (G#w than bag bads) given or eattecrded In the course d berms, and any ihsfrarmrMs aruancir g or atertV Me sane, and consents to the ma Ulcation or alteradan d any Instrument referred to in said bonds or dAgadom In wthbss whereof. said FEDERAL INSURANCE COMPANY, VIGRANr MKWICE COMPANY, and PACIFIC INDEMIM COMPANY have each exeadedandafvesfedtlnesaPresada�mdthevaryoratesealsantHs 22nd dud Januaryr 2004 j STATE OF NEW JERSEY y 53. Coumty d Senorset J} onffs 22ndAwd January, 2004 .bdaewo elic" PokofNew Jm ApowmAcm*KeoofnC. Vfwdd. bane 1, , abeAssbbrtSncrdwydFEDEfi4LWMURMCECOMPMY ,VIGiANTllSIMr4C'EM MWandPAOMtWFIAVWCOMPANY theewrhprieswlidnwmnaedfm taetolhg PaverdAtbrrmA NO fneseld PWMM hQ W rablbekg bymedayswam dddepse wd mW fmtbe bAsAsW Seem" d FEDEPAL WISURANCE COh*P M. vlGfa►NrfvsuRANCECObiYhWh endPMtaFlCSWEArN7YCOMPANYerdbowsrmaapaaasealsfmned .bdfineeebaarmdbfmbra9' 9Pa &Aawrmyme by Ike wAwiy; and fit he Is acgmtted wife Frank E Reberban, and Imows Wo b be Vie PmsN d said Canpw&= end to fo sipm4re d Fide E. Rebebm% suWabodbsdd PcwerdAMaMb MUngmdm hwdwMV d Flank E.R*wbmwd wwtmababsubedbyaufwlydwM Bylaws adb depmathp en ms.. Noadal seal Kzen A. Pb P4 State a NewJelsey No. 2231547 Nbtaryheu6io r°`�Cr } .Z�yry• —+nay -a .fin ...• Extra dFEDERAL INSURANCE COMPANY. Vi1J WTINSURANCECOMPANY , and PACICINDEMWYCOMPMY' 'AI aorney for and ern Behalf of the Company may and shall be executed ted In to narne and an behalf d the Compare, enter by the . Chairman of ire Pres" or a Vino Presided or an Assistant Vice President, jointly whin the Secretary or an Assistant Sender% under heir respectve desigraiarc. The aW abae of such dicers nay beerWaued, prided orWhographed. The sbast re of each of ire fdbwig cheers: Chamw% President, any Vice Presided, aryAsdA3fft Yes Ptosidenh, any Secretary, anyAss'atant Secretary and the seal d the Company may be affaed by facekNa to any pow d ebmey or b say oe�ab raising tmrew ahppokh,, Assistant dries or Aumneys,*~ for Pups Only d eoacu liv &W d bs*g bonds and udataldnp and War wdungs dhigaary in to ranee thereof: and any such Pura d au mmy or 0e4111cale bea ; such faakete aignetue or berme seal shat be raid and Wntfig upon the company and any such power so exaculed and eetlrmd by such tscsinte slgrarture and facsimile seal dal be valid and bidbg upon the Company with respect b any band or undertaking to which it is aiiactW . 1.KerarethGNadKAsdste tSeaearydFEDERALMAANCECOMPANI(V GUKrP RiANCECOMPANY ,ardPACIFICNOEMNITYCOiBIWY ( 7do hereby WfWythat (t7 Vw bmgokg adrad die By-laws d to Compades fs taw ad correct. M tlo Carpa has are duly licensed and authcrbaed to transact suety bukmas In all 90 d the thdad States d Amedca and to District d Cdumbia and are aul on wd by to U S Treasury Deparkna t; hatlheti Federal and VWW are tcaraed in Puerlo Him and the U S Vkgtn Islalhds, and Federal b keened inMoricanSamoa. Guam and each duo Prouioaer d Canadaea.ePt Prince Edward Islam and R the Wegoing Powerdmon y b hoer, cared and M"terce and sued. Given under my hand and seals of add Cbmprltn at warren, NJ tds 21st day d December 2005 IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHENTICrrY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone ) 903.3485 Fax 903 -3656 email: surety0civibb.com rum ts•teoass 9&4.911 CONSW CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC July 27, 2006 Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 Subject: Newport Shores Pavement Rehabilitation (C -3721) To Whom It May Concern: On June 13, 2006, 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 June 22, 2006, Reference No. 2006000417653. The Surety for the contract is Federal Insurance Company, and the bond number is 8203- 73 -26. Enclosed is the Labor & Materials Payment Bond. Sincerely, 66Y � LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Orrice Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 BOND NOfl2D3 73-26 Pnmdm Drllxbd LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to 2W lho. cta Boa >$via7 Omp%V , hereinafter designated as the "Prindpal,° a contract for construction of NEWPORT SHORES PAVEMENT REHABILITATION, Contract No. 3721 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. 3721 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principars 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. .. Principal, .. ..and, Fede a) Insiaanoe Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as 'Surety') are held firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Six Thousand, Nine Hundred Thirty -Eight and 00/100 Dollars ($1,486,938.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, 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 specified 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. 26 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. Arid Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21 st day of December 2005 C.P. BROWN , PALP Inc. dba Excel Paving Company (Principal) Authorized Signature/Tide Federal. inset -anae txmpaziy Alto-, Q Name of Surety Authori Agent Signa ure 801 So. Figueroa -Street Douglas A. Rapp Attorney in Fact' Address of Surety Print Name and Title Los Angeles, CA 90017 (213) 612 -5573 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California l LOS ANGELES } ss. County of J On - (' C` ,before me, CELESTE A. GRAHAM, NOTARY PUBLIC Uele Name aW Tide d Otfloar W.9..'Jma Doe. Notary Pubtic ) personally appeared PALP INC- DBA EXCEL PAVING COMPANY BY C.P. BROWN PRESIDENT Name(s) of Signer(s) CELESTE A GRAHAM COMM.1600308� NOTARY PUBLIC- CALIFORlil C LOS ANGELES COUNTYt. NY CONtt EXP. AU& 11. 2009 n personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITN SS my hand and official se /at Piece Noiery Seal Above sionAturia ot Notary Public OPTIONAL 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: Number of Pages: RIGHT TH G(TBPRINT OF SIGNER 0 1889 National Notary ASexeBOn -m oe soto A, ,P.o. Sox 24V- Mtew^CA 9131e-2CC[- www.naVoralmtaroc, PW.. Na. mrr Rewtler.Cea TOdFnpl� CALIFORNIA ALL - PIOPOSE ACKNOWLEDGMEN• State of California County of Orange on DEC 212005 ILsJ F,� UT 1 I: . G,I 0 rs Personally known to me - or - Ll� � before me, A.P. Coats, Notary Public NAM& Tm,E OF 0"KXB Dourtas A, Rapp Proved . to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowiedged to me that he/she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. WITNES S my and official seal. -L (SIGNATUREOFNOTARY) . Though the data below is not required by kw, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIlITED BY SIGNER ❑ INDIVIDUAL/OWNER ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERS0N(S) OR EN=Y(1FS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Chubb POW! Federal Insurance Compar, Attu: Surety Department OP" Vigilant Insurance Compad 15 Mountain View Road Suzy ATTORNEY Pack Indemnity Company Warren, NJ 07059 KnowAUby Then P reseags.T1WFE0ERALI WAW4CECOMPANY an' I ooWahMVIGKANTWSIWANCE COMPANY .aNewYafcaaryoratbn, and PAcmc@ WEMNRY COMPANY, avWsconsbcorporavock do each hereby ownMuteandawont Douglas A. Rapp or Linda D. Coats of Laguna Hills, California------------------- ---------- - - -- -- each as their bue and bwU Aaomey4r~ a ebama w dwwxh deskjradw in trehnames and be aft theircorporate seals to and de&W for and on Vw* behaU as surety thenwn or omewbe, bads and underfaMrgs and otter wrongs obigatory in the ndm tiered (other than bag bonds) given or exemftd to the cause of buei wss, and ary mhurerts amen&V or akeft to same, and cansenrb b the model on or aUeraton d arty bsbunent referred to in said bads or obigatiorm In Wftne" Whereof said FEDEW INSURANCE COMPANY. MO LAMT 94SUWACE COMPANY. and PALM INOEMp "COMPANY have each exeadad and attested mere presets and dbed tw cogmrale seas m this .22nd day d January, 2004 . STATE OF NEW JERSEY SL Canty d Somerset pm onare 22ndbyet January, 2004 ,b*mco ,aKokgPt orNew isney,pasareyomaKernamC.VVW4 *Dow 1010M bbeAwbbd Semsbryd FEDERALROUR NCECOMFANY, VIGLANTPMRMJCECOWANY ,aWPACIFICMIDEAtOTYCOMPANY,to omrpr, whkhaxeculedtha torepoMg PmwirdAtair ,and twaddremeMC. VAmWbeYhg tyaadsyawmn, dddp osee W sWIota IsASIsWd Socrobryd FEDERALM IGURANCE COMPANY, Vx4t.ANrtrstt4A14cE G06t' ANY, arWPACIFIC tiOEMNDY00MPANY andpaws tw mrpordeaeafsfwred . trttra aedsattaedbtrefae0" PowerolAbomeyare srdwapmabaeetsarWwantmebabwdby =dhaydaaDx4awadsddOompe kgmdtrdhasyadsm PowerdAlbn eyseASebtarrtSemolwydseldCanpudes by We a ffwW, and mat he b aapr k" WM Front[ E RMWbon, arW Whose Ice b be Vie Preddatof said Canipete; sod cwt to soahae of Frw* E. Robeitaan, subealbadtasaid PowerdAlbnay b titre pmkw handwr&V of Frw* F- R*wbm wd was taM Butsmbedbyaado*of add Bylawsand in depononft presmm . NhkaNbl sed Kan A. Pb nn. Puck Site d NewJa" Q f At ti No. 01647 No" Plbic s7 :..:.. «ray$`v.: :.. '�'•eA C. �'IGN . dFEDERALWSURANCECOMPA, W. VXUUWTMSMANC Ecoww,Y=WPACWICMDEtM WCOAIPANIP "At p abomey br and uin baba- d the Company may and shat beano F to nam and on b" of rid ComperrA ether by the Getman or the Pm" or a Vie President or an Assistant Woe President, I** wkh the Secretary of an Asabbrt Secretuys under hair aespedfina desWw5o s9 . Ilia sigrralure d such dioers nay bo aWaved, p iAed orMhogaphed. The sbnkree of each at#* kumkm olfioers Goknork Pm&Werd, try We President, any Aeaided VioaPmWwt% any Secoft , aryAssisbnt Saaxetary and to seal of the Company may be &Tmd by WskWb b cry power of atbnay or to arty coNloate retadng treeto app**V AssbbW Saaebrbs or Abonney"Fad for Pups 0y of egg ad abaft bade and u arbNrrgs and other wimps abl9dery in ma nature tared end any such Power Of attorney or eeritcab beebg such famira a signa w or (aesho seal shalt be valid and boxing upon the Compary urd any ouch pourer so emeaMd and ceffiied by such toskiie sWahre and facaknis seal shat be veld and birrdtg upon to Campery wih respect W any bond or uWwWft to whkh It is aftahe " 4 Kamam C Wendel,Aod" t3mxebgo(FwERAUNS MWXCOMPANY, VKii MTMaANMOO WANY,aWPAaM WDBVBWCOMPAW (the "C,anrp 9 do hereby Go* that (p the foregoig exbad of the By-laws of to Cam Is tone and caned, On the Companies are ddy icensed and atMorkwd to bassact so" Mdi ass in al SD d me MW States d MMAW and the O"m of CoharNa and are Whoriaad by to U S. Treasuy Departrr ert *Ww, Federal and V 966 are lowmd In Puerto Roo and the U. S. Wrgkh bbrrds, ud FedeW is ioerwWInAmedcah Samoa. Gwen, and each dlhe Provkwes of Canada exceptPdnw Edward is1w4 and ( Iii) the bfe o Power d Attoney is Mm tarred and in fui brce and died. Given undsr my land and seals of said Compute$ at Mbnon, NJ its 21 St day of December 2005 IN THE EVENTYOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHENTICITY,OFTHIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax 903-3656 G-man: surely0duft.com Fora1Sn }a=W44M00nas4r 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 BOND N08203 -73-26 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,137.00 being at the rate of $ vies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to EMP 7hC. &a I�1 ]a&v 0.mPary . hereinafter designated as the "Principal, a contract for construction of NEWPORT SHORES PAVEMENT REHABILITATION, Contract No. 3721 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. 3721 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance Q010ta'y duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter °Surety°), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Four Hundred Eighty -Six Thousand, Nine Hundred Thirty - Eight and 001100 Dollars ($1,486,938.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, Jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and- agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 0 0 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 enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Band shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of December 2005 CA BROWN PALP Inc. dba Excel Paving C1argwW C� 1 ✓ �Yl�� (Principal) Authorized Signature/Title MOM Federal Lwuranctie Company r5 Q. Name of Surety Autho ' d Agent Signature 801 So. Figueroa Street Address of Surety Los Angeles, CA 90017 (213) 612 -5573 Telephone Douglas A. Rapp Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F: WSERS% PBW% ShamdlContrads1FYD5- pBWEwppR7 SHORES PAVEMENTC3721=N RACrC3721.doc 0 • a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 LOS ANGELES } ss. County of 1 On -'2, ) —O 5 before me, CELESTE A. GRAHAM, NOTARY PUBLIC Date Name and Title of officer (e.g., .Ane Doe, Notary Public') personally appeared PALP INC. DBA EXCEL PAVING COMPANY BY C. P. BROWN PRESIDENT Name( &) of Signer(s) n personally known to me ❑ proved to me on the basis of satisfactory evidence iT AA M. #1600308 ' PUBLIC - CALIFORNIA AGELES COUNTY,.. A. E %P, AUK C to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT ESS%S my hand aand official seal. �X Place Notary Seal Above Signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer Number of Pages: Signer's Name: �• ❑Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General' ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 190 Ne0onal Notary Aeml9atbn • 9350 De SMAw., P.O. B 2402 • Clv lsw h. CA 913132402 •,w.w.natbmlnmagom Prod. No. 5907 Reortlec tall ToIWMe "00-876 . CALIFORNIA ALL - P jfPOSE ACKNOWLEDGMEN6 State of California County of Orange on DEC 21 2005 ® Personally known to me - or - MI before me, AP. Coats, Notary Public NAnn,TrrLR0F0MCER Douglas A. Rana Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and admowledged to me that helsheithey executed the same in his/her/their authorized capacity(ies), and that by hislherAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my d and official seal. (SIGNATURE OFNOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDwwuAL/OWNER ❑ CORPORATE OFFICER nnx(s) ❑ PARTNER(S) ❑ LIIL3TTTED ❑ GENERAL ❑ ATTORNEY-IN FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENM(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 1C. Chubb POVp dal Insurance Compari Attu: Surety Department O Vigilant Insurance Comran 15 AAountain View Road $UM4 ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnewAUbyThesePresarrts ,ThanFEOMALlVS11W ti?CO WA NY, snkdbnnacoMoradmVIGRAWRISURAHMCOMPANY ,aNewYakcapoaSom. egad PACWIC MEMN W COMPANY• a Ufiscarein copona*m, rib each hereby cmublt a and appo:t Douglas A. Rapp or Linda D. Coats of .Laguna Hills, California---------------------------- - - - - -- each as thdrbte and tawitl Adnney4n -Fact to emoule under such desomdon in #wk names and b at their aoaponds seals to and delver for and on their behalf as snnety thereon or otherwise, bands and wxbrbkngs and other wrdings daliplory in the nsh" Imed (other dean bal bonds) given or emautad Into cw w d business, and any insbaneaM ame Krov a ales" the same. and conanta b the modflicatio n or al0ermiOn of any kafturnerd referred to in said bads err c6lgaticns. In Witness Whemaf. said FEDERAL MISURAI= COMPANY, VI aW RIS MANCE COMPANY, end FAC M INN30M COMPANY have each emaubd end attaated tow presents end 22nd dar d January, 2004 STATE OF NEW JERSEY ML Oourdy of smremet ant" 22ndhwdJanuary, 2004 b*MMOaN*OWYPtMkdMWJWMPMWW**CWMVMfWMMWNKKbmoI mon bbaAsdsMSMWArydFEDEW1LW4RN ANCECOMPANY,vbGItANTIfBDRf COkMWand PAOFP ROEWSWOOW W .theowWwdosvA"etwonaedfn fomg*VP~OfAgmny and# mmMKSSneMQ %%delbeNbyrmd*swunddd - xWsWtotabAsshtontaocvmmydFEDEEMLMSUF1NCECOMPAW, VragANf IISURMa(:ECOL Wand PACIFICWVBMWTYCOMPAWareab mthecagordosaabtmmk fMtheseabdlwdbfw Ipfegalg PawrdAamwy are saehcapareb sadsatdwemfnsa . aRwedbyaufstr'I ctd* DA4awsdWMCmpw4Wa ndeMMsgbdwMPowwdAlbmsya $As$bWdSeaeWydssWCanpwiss by No aufnorfy; and that M Is m: minbd UM Fmk E R*a b^ and paws Nm b be Vbo Presidwt d said CmWwdom and fM fm si Atom d Frank E Rebwbm, anftSabad bald PowardAtbmay bsnfngavine hmdsdMVd Frank E Rabsbm. ant Wesfbrebsdembod byatieft d satdey-CAWmW In dspormlls rassr,, . Notarial seal Karen A. Price 1ly Pubkc Sale Of New Jersey �ra.+i Q o� �® No. 22:'31647 NOW PUblic Etmad°i� atEDEMPOURlCECOMPAW VUUW*SURANl.COMA W OWPACt WXX3MMCOMPAW •Al powt�st9r�amomey for and urn behalf of the CMWW umy and stall be emaded In Im name and on behalf of the Company, either by the CUrdrrnort or 8m or a We Paesift or an Asabtal Vice President, JoWly with the Semsbiy or an Assisted Semvim S under then respective deeignsltanss The sWahme of such officers may be engraved, pdnkd or Wograpbed. The sbraNa of each of the folowig offloorm Chairman. Presidwf, any We President, ayAasafent We President any Seaeb* any Assistant seaetany and the seal of th CWWW may be afibmd by tacsinle to any power of moray or b shy oadlcab r I " thereto appoidig Assistant secretaries or Atbmeys-i~ for purposes afy d eamc u" and atbesthg bands and u nderWAW and other mil oblQaOny In the mare dmeoi, and any s ch power of attorney err ceef a bearing such bcsiaala Big MM or Iaminie sed shat be vald and — I g upon the Compaq ad any such power so exemftd end certified by such bcaknb signature and facsinla seal dW be veld and bixft aeon to CdrrpwW with respect to any band at u ndatakig to which R Is atteclod' 1, Kamelh C. Vrerndel,AeddmdSeaetayd FED8WLMSURANCEOOMPANY,VKI LW WM RANCECOWANY. and PACIFIC MIDEMNmCOMPANY (the'CampsnI0 do herebyoan(fyda m the fawgokg extract tithe 8y -taws d the Compotes b bb acI coned. (l) the C"WanIGs are duly Woertmed and adwrtmd b bonsad surety business In al 50 d the United states d Anwice and the Dbbid of Cakmnbia and are authorized by the U. & Tmam y Deparknant. badnw Federal and Viglent are lowmed In Puerb Rion oat dot U. S. Wngin Islands. andFederalisWonsedinAmedcanSena, Wann % and eachtitheProvincesdCanadaeaa I PrinceEdwardblar4and (9) the foregoing Power of Attorney b bb, oohed and In Itd face and sRed Givmmdwnwhwwwowdsofsaidcoupwaosatwmm,Nj des 21st day d Deoember 2005 IN THE EVENTYOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTNENMTY,OFTHIS BOND OR NOTIFY US OF ANY OTHER MATTER. PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone (908) 903-34M Fax (908) 903 -3656 e- rnalll: surety@chubb.corn Form, 15-10- OON C&L4-" CONSEWr Recorded in Official Records, Orange County RECORDING REQU � NP Tom DaIY, Clerk - Recorder WHEN RECORDED E UURN TO: IIIUUIIININNIINI 1141II6531D913o �m 0�6�0� E City Clerk '06 JUN 29 A 9 :07 2006400 121 of Newport 0.0 use 012 � City wpott Beach o.00 o.o 0.00 0.00 0.00 0.00 0.00 0.00 3300 Newport Bo THE CITY CLERK Newport Beach, C NEWPSRT BEACH "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 Excel Paving Company, of Long Beach, California, as Contractor, entered into a Contract on January 10, 2006. Said Contract set forth certain improvements, as follows: Newport Shores Pavement Rehabilitation (C -3721) Work on said Contract was completed on April 24, 2006, and was found to be acceptable on June 13. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �t.,.o- / A00 at Newport Beach, California. BY /L h\. I City Clerk 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 14, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3721 & C -3723) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, 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 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Excel Paving Company, of Long Beach, California, as Contractor, entered into a Contract on January 10, 2006. Said Contract set forth certain improvements, as follows: Newport Shores Pavement Rehabilitation (C -3721) Work on said Contract was completed on April 24, 2006, and was found to be acceptable on June 13. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on '�t.1^0 S. d ©O at Newport Beach, California. By (�`, t �: r, City Clerk • C 38 too -aoa( ) JUi'I 13 12 "6 CITY OF NEWPORT BEACH PROVED CITY COUNCIL STAFF REPORT 3 �' Agenda Item No. to June 13, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 or rgunther @city.newport- beach.ca.us SUBJECT: NEWPORT SHORES PAVEMENT REHABILITATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3721 RECOMMENDATIONS: Accept the work. Authorize the City Clerk to file a Notice of Completion. is 3. Authorize the City Clerk tc the Notice of Completion portions of the Civil Code. release the Labor and Materials bond 35 days after has been recorded in accordance with applicable 4. Release the Faithful Performance Bond 1 year after Council acceptance. 5. Approve budget amendment transferring $5,000.00 from State Gas Tax unappropriated fund balance to 7181- C5100769 to cover additional soils testing required to be performed. DISCUSSION: On January 10, 2006, the City Council authorized the award of Newport Shores Pavement Rehabilitation contract to Excel Paving Company. The contract provided cold milling, resurfacing and reconstruction of streets; replacing sidewalks, curb and gutter and cross gutters, installing storm drain on streets in Newport Shores. The streets included Grant, Canal, Orange, Prospect, Newport Shores Drive, and parts of Cedar, 61St and 62nd Streets. 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: $1,486,938.00 Actual amount of bid items constructed: 1,584,278.70 Total amount of change orders: 0.00 Final contract cost: $1,584,278.70 eewport Shores Pavement Rehabilitation - CompleHo nd Acceptance of Contract No. 3721 June 13, 2006 Page 2 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional excavation and asphalt base course materials. The final overall construction cost was 6.6 percent over the original bid amount. No Change Orders were issued for the project Environmental Review: The City's project is Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers minor alterations of public highways and facilities involving negligible or no expansion of use beyond that existing at, the time the project was authorized by City Council. Funding Availability: Upon approval of the attached budget amendment, funding is available in the following accounts: Account Description Account Number Amount Newport Shores Pavement Rehabilitation 7181- C5100769 $891,140.70 Sewer Main 7531- C5100769 $27,000.00 Water Main 7501- C5100769 $37,000.00 Newport Heights, Cliffhaven and Seawind 7281- C5100769 $230,000.00 Street & Bikeway Im rovements 7181- C5100769 $144,500.00 Traffic Congestion 7191- C5100769 $254,638.00 Total: $1,584,278.70 All work was substantially complete by the original contract completion date of April 24, 2006. aPreare y: Sub mir, P.E. tejihel G. adum Construction Engineer Publipworks Director 11 FECT ON X SOURCE: PX 4fy of Newport BeaC% NO. BA- o66A -m BUDGET AMENDMENT 2005 -06 AMOUNT: $5,000.00 BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND Transfer Budget Appropriations from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations for the performance of required additional soil testing. ACCOUNTING ENTRY: BUDGETARYFUND BALANCE Fund Account 180 3605 4RVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description State Gas Tax Fund - Fund Balance Description Amount Debit Credit $5,000.00 - Signed: City Council Approval: City Clerk Date Description Division Number 7181 Gas Tax Account Number C5100769 Newport Shores Pavement Rehabilitation $5,000.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: // ned: Financial Approval: Administrative Services Director Date o� d Administrative al: City Manager to Signed: City Council Approval: City Clerk Date WME -Ar 10 2W C- X121 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 January 10, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen Luy 949- 644 -3311 sluy@cky.newport-beach.ca.us SUBJECT: NEWPORT SHORES PAVEMENT REHABILITATION - AWARD OF CONTRACT NO. 3721 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3721 to Excel Paving Company for the Total Bid Price of $1,486,938.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $100,000.00 to cover the cost of unforeseen work. 4. Approve Budget Amendment transferring $27,000.00 from the Sewer Main Account (7531- C5600292), $37,000.00 from the Water Main Account (7501 - 05500074), $230,000.00 from the Newport Heights, Cliffhaven and Seawind Account (7281 - 05100782), and $144,500 from the Gas Tax Street and Bikeway Improvement Account (7181 - 05100302), and increasing revenue estimates and expenditure appropriations by $254,638.00 in the Traffic Congestion Account (7191- C5100769). DISCUSSION: At 11:00 a.m. on December 14, 2005 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Excel Paving Company $1,486,938.00 2 Alliance Street Works Incorporated 1,554,241.25 3 Sequel Contractors Incorporated 1,645,458.75 4 Elite Bobcat Service 1,645,657.00 5 All American Asphalt 1,663,663.00 6 R.J. Noble Company *1,697,484.50 7 Hardy and Harper Inc. . 1,798,107.00 ` Corrected Bid Amount is $1,713,984.50 Newport Shores Pavernent nehat n — Award of contract No. 3721 January 10, 2006 Page: 2 The low total bid amount is 46 percent above the Engineer's Estimate of $1,015,000.00. The disparity between the estimate and the actual bid price reflects the current volatility of the energy and materials markets. For instance, when the budget was prepared for this project, the price for construction asphalt concrete pavement was $40 per ton. The low bid amount for this project now is $71 to $82 per ton. A greater amount of other projects available to Contractors has also contributed to the high bids received. In addition the scope of the project was expanded to include more dig -outs, concrete work, and storm drain work construction. The project was also divided into 5 phases to maintain as much parking and access as possible for the residents. By phasing the project, additional move - ins and mobilization are required of the contractor contributing to the higher than anticipated bid amount The low bidder, Excel Paving Company, possesses a California State Contractors License Classification W as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for the City of Newport Beach and other municipalities. This project includes cold milling, resurfacing and reconstruction of streets; replacing sidewalks, curb and gutter and cross gutters, installing storm drain; and performing other appurtenant and incidental items of work. Per the Contract Specifications the Contractor will have 60 consecutive working days to complete the work. Environmental Review. The City's project is Categorically Exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers mirror alterations of public highways and facilities involving negligible or no expansion of use beyond that existing at the time the project was authorized by City Council. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the contractor /City ten days and two days prior to starting work in their area. Geotechnical and Material Testing: In addition to the contract costs, approximately $20,000.00 in on -call geotechnical and material testing are estimated for this project. • Newport Shores Pavement Rehabilitation — Award of Contract No. 3721 January 10, 2000 Page: 3 Funding Availability: Upon approval of the recommended Budget Amendments, sufficient funds are available in the following accounts for the budget. There is a $913,000.00 unencumbered balance on this project currently available in the Newport Shores Pavement Rehabilitation Fund. The remaining $693,138.00 would become appropriated upon approval of the recommended Budget Amendments and sufficient funds will be available in the following accounts for the project. The Newport Heights, Cliffhaven and Seawind project is now complete and there is $230,000 left through cost saving measures. Account Description Account Number Amount Newport Shores Pavement Rehabilitation 7181- C5100769 $913,800.00 Sewer Main 7531 - 05100769 $27,000.00 Water Main 7501- C5100769 $37,000.00 Newport Heights, Cliffhaven and Seawind 7281- C5100769 $230,000.00 Street & Bikeway Improvements 7181- C5100769 $144,500.00 Traffic Con estion 7191- C5100769 $254,638.00 Total: $1,606,938.00 Prepared by: <-vtv Stephen Luy Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Submitted by: Director 109918 • PACIFIC COAST HIGHWAY LOCATION MAP N.T.S. CITY OF NEWPORT NEWPORT SHORES PAVEMENT REHABILITATION APPROVED DRAWING NO. C- 3721 DATE EXHIBIT A TITLE: NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 14 -Dec-05 TIME: 11:00 BY: SL CHECKED: SR DATE: 12/14/2005 Engineers Estimate EXCEL PAVING CO. ALLIANCE STREETWORKS SEQUAL CONTRACTORS ITEM DESCRIPTION QUANTITY UNITS AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 5% 1 L.S. 10,907.50 10,907.50 72,308.00 72,308.00 50,000.00 50,000.00 150,000.00 150,000.00 2 Traffic Control 2.5% 1 L.S. 9,000.00 9,000.00 50,000.00 50,000.00 55,000.00 55,000.00 40,000.00 40,000.00 3 Excavation 2,065 C.Y. 25.00 51,625.00 88.00 181,720.00 62.00 128,030.00 65.00 175,5 4 Cold Mill Asphalt Pavement 15,645 S.Y. 2.00 31,290.00 2.80 43,806.00 3.25 50,846.25 2.75 43,0 5 5" Thick AC Base Course - 2,950 Tons 65.00 191,750.00 82.00 241,900.00 79.00 233,050.00 95.00 280,250.00 6 2" Thick AC Finish Course 2,865 Tons 1 65.00 186,225.00 71.00 203,415.00 68.00 194,820.00 70.00 200,550.00 7 Variable Thick AC Finish Course 765 Tons 65.00 49,725.00 71.00 54,315.00 67.00 51,255.00 72.00 55,080.00 8 lConstruct Road Bump 3 Ea. 1,500.00 4,500.00 3,000.00 9,000.00 2,000.00 6,000.00 2,500.00 7,500.00 9 Remove & Const Type "A" C & G (Var. C.F. 1,800 L.F. 30.00 54,000.00 35.00 63,000.00 40.00 72,000.00 30.00 54,000.00 10 Remove & Const Type "A" C & G 6" C.F. 170 L.F. 30.00 5,100.00 35.00 5,950.00 40.00 6,800.00 29.00 4,930.00 11 Remove & Const. Type "A" C & G at Var. Loc. 100 L.F. 30.00 3,000.00 40.00 4,000.00 42.00 4,200.00 31.00 3,100.00 12 Remove & Construct PCC Type "B" Curb 110 L.F. 25.00 2,750.00 25.00 2,750.00 32.00 3,520.00 25.00 2,750.00 13 Remove & Construct 8" Thick Cross -Gutter 11,210 S.F. 9.00 100,890.00 11.00 123,310.00 9.00 100,890.00 11.50 128,915.00 14 Remove & Construct PCC Access Ramp 3,725 S.F. 5.50 20,487.50 13.00 48,425.00 18.00 67,050.00 10.00 37,250.00 15 Remove & Construct PCC Sidewalk 1,050 S.F. 5.00 5,250.00 7.50 7,875.00 6.00 6,300.00 8.00 8,400.00 16 Remove & Const. PCC Swk./Thick Ede 400 S.F. 6.00 2,400.00 8.50 3,400.00 7.00 2,800.00 9.00 3,600.00 17 Remove & Construct 6" Thick Driveway Appr. 920 S.F. 6.50 5,950.00 8.00 7,360.00 7.00 6,440.00 10.00 9,200.00 18 Remove & Construct 6"ThickAlley Appr. 5,200 S.F. 6.50 33,800.00 8.00 41,600.00 7.00 36,400.00 9.00 46,800.00 19 Remove & Construct 6" Thick PCC Alley 600 S.F. 6.00 3,600.00 8.00 4,800.00 7.00 4,200.00 9.00 5,400.00 20 Remove & Construct 6" Thick AC Alley 117 Tons 65.00 7,605.00 82.00 9,594.00 155.00 18,135.00 150.00 17,5 21 Remove & Construct 8" Thick Spandrel 640 S.F. 6.00 3,840.00 11.00 7,040.00 9.00 5,760.OD 11.50 7,3 22 Remove Existing & Const. Junct. Struct. #1 1 Ea. 3,500.00 3,500.00 6,D00.00 6,000.00 6,400.00 6,400.00 8,000.00 8,000.00 23 Reconstruct Manhole to Grade 34 Ea. 1,500.00 - - 51,000.00 725.00 24,650.00 560.00 19,040.00 500.00 17,000.00 24 Reconstruct Water Valve Cover to Grade 39 Ea. 500.00 19,500.00 300.00 11,700.00 750.00 29,250.00 325.001 12,675.00 25 Reconstruct Sewer Cleanout to Grade 3 Ea. 500.00 1,500.00 275.00 825.00 560.00 1,880.00 300.00 900.00 26 Abandon Exist. Storm Drain Manhole 4 Ea. 2,000.00 8,000.00 710.00 2,840.00 2,000.00 8,000.00 1,200.00 4,800.00 27 Abandon Exist. Storm Drain 665 L.F. 15.00 9,975.00 17.00 11,305.00 45.00 29,925.00 20.00 13,300.00 28 Construct PCC Curb inlet, L =12' 2 Ea. 4,500.00 9,000.00 8,200.00 16,400.00 10,000.00 20,000.00 6,500.00 13,000.00 29 Construct PCC Curb Inlet, L =7' 4 Ea. 3 000.00 12,000.00 7,200.00 28,800.00 7,000.00 28,000.00 5,000.00 20,000.00 30 Construct Junction Structure #1 2 Ea. 2,500.00 5,000.00 5,500.00 11,000.00 5,000.00 10,000.00 5,000.00 10,000.00 31 Remove Exist. & Inst.15" PVC C -900 70 L.F. 100.00 7,000.00 95.00 6,650.00 500.00 35,000.00 300.00 21,000.00 32 Remove Ex. & Inst.15" PVC C -900 & Trench Rest 200 L.F. 110.00 22,000.00 120.00 24,000.00 325.00 65,000.00 350.00 70,000.00 33 15" PVC C -900 W /Conc. Encase. & Trench Rest. 410 L.F. 100.00 41,000.00 160.00 65,600.00 305.00 125,050.00 200.00 82,000.00 34 inverted Water Main Siphon 1 L.S. 5,000.00 5,000.00 22,000.00 22,000.00 21,000.00 21,000.00 20,000.00 20,000.00 35 Traffic Stri in 1 L.S. 5,000.00 5,000.00 15,800.00 15,800.00 23,000.00 23,000.00 20,000.00 20,000.00 36 Traffic Signal Loo Installation 8 Ea. 1,000.00 8,000.00 380.00 3,040.00 400.00 3,200.00 400.00 3,200.00 37 Remove & Reinstall St. Sign Uni osts & Signs 24 Ea. 150.00 3,800.00 250.00 6,000.00 250.00 6,000.00 175.00 4,200.00 TITLE: NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: _City Clerk's Office - City Hall DATE: 14-Dec-05 TIME: 11:00 BY: SL CHECKED: SR DATE: 12/1412005 38 iSurveying Services 1 L.S. 20,000.00 18,000.001 46,000.001 40,000.001 8,000.001 8,000.00 40,000.00 40,000'.00 39 Trim Existinq Tree Roots 6 Ea. 200.00 1,200.001 510.00 3,080.00 1,800.00 10,800.00 300.00 1,800.00 40 Construct PCC Pipe Collars 2 Ea. 500.00 1,000.00 850.00 1,700.00 700.001 1,400.00 1,200.00 2,400.0 EE 1,015,000.001 LOW 1 1,486,938.00 2ND 1,554,241.25 3RD ACOME lw • TITLE: NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: _City Clerk's Office - City Hall DATE: 14- Dec-05 TIME: 11:00 BY: SL CHECKED: SR DATE: 12/1412005 Engineers Estimate ELITE BOBCAT SERVICE ALL AMERICAN ASPHALT R.J. NOBLE COMPANY ITEM DESCRIPTION QUANTITY UNITS AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 5% 1 L.S. 10,907:50 10,907.50 75,000.00 75,000.00 67,803.00 67,803.00 65,000.00 65,000.00 2 Traffic Control 2.5% 1 L.S. 9,000.00 9,000.00 25,000.00 25,000.00 65,000.00 65,000.00 80,000.00 80,000.00 3 Excavation 2,065 C.Y. 25.00 51,625.00 76.00 156,940.00 74.00 152,810.00 63.25 130,61 4 Cold Mill Asphalt Pavement 15,645 S.Y. 2.00 31,290.00 3.10 48,499.50 2.50 39,112.50 2.90 45,37 . 5 5" Thick AC Base Course 2,950 Tons 65.00 191,750.00 76.65 226,117.50 70.00 206,500.00 67.20 198,240.00 6 2" Thick AC Finish Course 2,865 Tonsl 65.00 186,225.00 83.50 239,227.501 67.00 191,955.00 66AS 190,379.25 7 lVarlable Thick AC Finish Course 765 Tons 65.00 49,725.00 83.50 63,877.50 68.00 52,020.00 66.45 50,834.25 8 lConstruct Road Bump 3 Ea. 1,500.00 4,500.00 2,300.00 6,900.00 1,450.00 4,350.00 1,775.00 5,325.00 9 Remove & Const Type "A" C & G (yar. C.F. 1,800 L.F. 30.00 54,000.00 38.00 68,400.00 50.00 90,000.00 42.50 76,500.00 10 Remove & Const Type "A" C & G 6" C:F. 170 L.F. 30.00 5,100.00 38.00 6,460.00 50.00 8,500.00 47.00 7,990.00 11 Remove & Const. Type "A" C & G at Var. Loc. 100 L.F. 1 30.00 3,000.00 38.00 3,800.00 50.00 5,000.00 47.00 4,700.00 12 Remove & Construct PCC Type "B" Curb 110 L.F. 25.00 2,750.00 27.00 2,970.00 50.00 51500.00 30.25 3,327.50 13 Remove & Construct 8" Thick Cross -Gutter 11,210 S.F. 9.00 100,890.00 12.50 140,125.00 18.00 201,780.00 15.00 168,150.00 14 Remove & Construct PCC Access Ramp 3,725 S.F. 5.50 20,487.501 11.00 40,975.00 6.50 24,212.50 11.75 43,768.75 15 Remove & Construct PCC Sidewalk 1,050 S.F. 5.00 5,250.00 7.00 7,350.00 6.50 6,825.00 7.85 8,242.50 16 Remove & Const. PCC SwkJThick Edge 400 S.F. 6.00 2,400.00 9.00 3,600.00 6.50 2,600.00 10.00 4,000.00 17 Remove & Construct 6" Thick Driveway Appr. 920 S.F. 6.50 5,980.00 14.00 12,880.00 9.00 8,280.00 22.50 20,700.00 18 Remove & Construct 6" ThickAlley Appr. 5,200 S.F. 6.50 33,800.00 14.00 72,800.00 12.00 62,400.00 15.95 82,940.00 19 Remove & Construct 6" Thick PCC Alley 600 S.F. 6.00 3,600.00 14.00 8,400.00 12.00 7,200.00 15.60 9,360.00 20 Remove & Construct 6" Thick AC Alley 117 Tonsl 65.00 7,605.00 190.00 22,230.00 125.00 14,625.00 140.00 16.380.DQ 21 Remove & Construct 8" Thick Spandrel 640 S.F. 6.00 3,840.00 12.50 8,000.00 18.00 11,520.00 19.50 12,48. . 22 Remove Existing & Const. Junct. Struct. #1 1 Ea. 3,500.00 3,500.00 8,000.00 8,000.00 2,000.00 2,000.00 6,500.00 8,500. 23 Reconstruct Manhole to Grade 34 Ea. 1,500.00 51,000.001 775.00 26,350.00 500.00 17,000.00 815.00 27,710.00 24 Reconstruct Water Valve Cover to Grade 39 Ea. 500.00 19,500.001 325.00 12,675.00 350.00 13,650.00 335.00 13,D65.00 25 Reconstruct Sewer Cleanout to Grade 3 Ea. 500.00 1,500.001 325.00 975.00 375.00 1,125.00 310.00 930.00 26 Abandon Exist Storm Drain Manhole 4 Ea. 2,000.00 8,000.00 4,300.00 77,200.00 1,900.00 7,600.00 2,000.00 8,000.00 27 Abandon Exist. Storm Drain 665 L.F. 15.00 9,975.00 33.00 21,945.00 41.00 27,265.00 45.70 30,390.50 26 Construct PCC Curb Inlet, L =12' 2 Ea. 4,500.00 9,000.00 8,000.00 16,000.00 9,000.00 18,000.00 10,000.00 20,000.00 29 Construct PCC Curb Inlet, L =7' 4 Ea. 3,000.00 12,000.00 6,400.00 25,600.00 6,100.00 24,4DO.DO 6,750.00 27,000.00 30 Construct Junction Structure #1 2 Ea. 2,500.00 5,000.00 4,500.00 9,000.00 4,400.00 8,8110.00 4,800.00 9,600.00 31 Remove Exist. & Inst.15" PVC C -900 70 L.F. 100.00 7,000.00 300.00 21,000.00 475.00 33,250.00 500.00 35,000.00 32 Remove Ex. & Inst.15" PVC C -900 & Trench Rest 200 L.F. 110.00 22,000.00 245.00 49,000.00 320.00 64,000.00 335.00 67,000.00 33 15" PVC C -900 W /Conc. Encase. & Trench Rest, 410 L.F. 100.001 41,000.00 333.00 136,530.00 300.00 123,000.00 315.00 129,150.00 34 Inverted Water Main Siphon 1 L.S. 5,000.00 5,000.00 16,000.00 16,000.00 79,500.00 19,500.00 21,750.00 21,750.00 35 Traffic S[ri in 1 L.S. 5,000.00 5,0670 00 17,000.00 17,000.00 25,000.00 25,ODO.DO 20,200.00 20,200.00 36 Traffic Signal Loo Installation 8 Ea. 1,000.00 8,000.00 400.00 3,200.00 400.00 3,200.00 365.00 2,920.00 37 Remove & Reinstall St. Sign Uni osts & Signs 24 Ea. 150.00 3,600.00 170.00 4,080.00 200.00 4,800.00 180.00 4,320.00 TITLE: NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 14- Der-05 TIME: 11:0D BY: SL CHECKED: SR DATE: 12/14/2225 38 ISurveyingServices 1 L.S. 20,000.00 18,000.00 17,000.00 17,000:00 40,000.00 40,000.00 45,000.00 45,000.00 39 Trim Existing Tree Roots 6 1 Ea. 200.00 1,200.00 325.00 1,950.00 300.001 1,80D.00 3,300.00 19,800.0 40 1 Construct PCC Pipe Collars 1 2 1 Ea. 500.001 1,000.00 1,300.00 2,600.22 640.DOI 1,280.00 675.00 1,350.0 EE 1 1,015,000.00 4TH 1645,657.00 5TH 1663863.00 6TH 1,713,984 Bid ranuunr 1,697,484:x! • TITLE: NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerks Office - City Hall DATE: 14 -Dec-05 TIME: 11:00 BY: SL CHECKED: SR DATE: 12114!2005 En ineers Estimate HARDY & HARPER, INC. ITEM DESCRIPTION QUANTITY UNITS AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 5% 1 L.S. 10,907.50 10,907.50 45,000.00 45,OOO.00 2 Traffic Control 2.5% 1 L.S. 9,000.00 9,000.00 65,000.00 65,000.00 3 Excavation 2,065 C.Y. 25.00 51,625.00 75:00 154,875.00 4 Cold Mill Asphalt Pavement 15,645 S.Y. 2.00 31,290.00 2.80 43,806.00 5 5" Thick AC Base Course 2,950 Tons 65.00 191,750.00 88.50 261,075.00 6 2" Thick AC Finish Course 2,865 Tons 1 65.00 186,225.00 78.50 224,902.50 7 Variable Thick AC Finish Course 765 Tons 65.00 49,725.00 90.50 69,232.50 8 Construct Road Bump 3 Ea, 1,500.00 4,500.00 3,500.00 10,500.00 9 Remove & Const Type "A" C & G (Var. C.F. 1,800 L.F. 30.00 54,000.00 49.DO 88,200.00 10 Remove & Const T e "A" C & G 6" C.F. 170 L.F. 1 30.00 5,100.00 49.00 8,330.00 11 Remove & Const. Type "A" C & G at Var. Loc. 100 L.F. 1 30.00 3,000.00 49.00 4,900.00 12 Remove & Construct PCC Type "B" Curb 110 L.F. 1 25.00 2,750.00 40.00 4,400.00 13 Remove & Construct 8" Thick Cross -Gutter 11,210 S.F. 9.00 100,890.00 19.00 212,990.00 14 Remove & Construct PCC Access Ramp 3,725 S.F. 5.50 20,487.50 15.50 57,737.50 15 Remove & Construct PCC Sidewalk 1,050 S.F. 5.00 5,250.00 7.50 7,875.00 16 Remove & Const. PCC Swk.frhick Ede 400 S.F. 6.00 2,400.00 8.50 3,400.00 17 Remove & Construct 6" Thick Driveway Appr. 920 S.F. 6.50 5,980.00 8.50 7,820.00 18 Remove & Construct 6" ThickAlley Appr. 5,200 S.F. 6.50 33,800.00 8.50 44,200.00 19 Remove & Construct 6" Thick PCC Alley 600 S.F. 6.00 3,600.00 8.50 5,100.00 20 Remove & Construct 6" Thick AC Alley 117 Tons 65.00 7,605.00 150.00 17,550.00 21 Remove & Construct 8" Thick Spandrel 640 S.F. 6.00 3,840.00 10.00 6,400.00 22 Remove Existing & Const. Junct. Struct. #1 1 Ea. 3,500.00 3,500.00 6,300.00 6,300.00 23 Reconstruct Manhole to Grade 34 Ea. 1,500.00 51,000.00 700.00 23,800.00 24 Reconstruct Water Valve Cover to Grade 39 Ea. 500.00 19,500.00 700.00 27,300.00 25 Reconstruct Sewer Cleanout to Grade 3 Ea. 500.00 1,500.00 525.00 1,575.00 26 Abandon Exist. Storm Drain Manhole 4 Ea. 2,000.00 8,000.00 1,890.00 7,560.00 27 Abandon Exist. Storm Drain 665 L.F. 15.00 9,975.00 42.90 28,528.50 28 Construct PCC Curb Inlet, L =12' 2 Ea. 4,500.00 9,000AO 10,000.00 20,000.00 29 Construct PCC Curb Inlet, L =T 4 Ea. 3,000.00 12,000.00 6,500.00 26,000.00 30 Construct Junction Structure #1 2 Ea. 2,500.00 5,000.00 4,500.00 9,000.00 31 Remove Exist. & Inst.15" PVC C -900 70 L.F. 100.00 7,000.00 475.00 33,250.00 32 Remove Ex. & Inst.15" PVC C -900 & Trench Rest 200 L.F. 110.00 22,00.001 320.00 64,000.00 33 15" PVC C -900 W /Conc. Encase. & Trench Rest. 410 L.F. 100.00 41,000.001 300.001 123,000.00 34 Inverted Water Main Siphon 1 L.S. 5,000.00 5,000.00 20,000.00 20,000.00 35 Traffic Striping 1 L.S. 5,000.00 5,000.00 20,000.00 20,000.00 36 Traffic Signal Loop Installation i 8 Ea, 1,000.00 8,CDO.001 400.001 3,20D.00 37 Remove & Reinstall St. Sign Uni osts & Signs 24 Ea. 150.00 3,6DO.DOI 300.001 7,200.00 TITLE: NEWPORT SHORES PAVEMENT REHABILPTATION CONTRACT NO.: 3721 ENGINEER'S ESTIMATE:$1,015,000.00 PROJECT MANAGER: Stephen Luy CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerks Office - City Hall DATE: 14- Dec -05 TIME: 11:00 BY: SL CHECKED: SR DATE: 12!14!2005 38 ISurveying Services 1 L.S. 20,000.00 18,000.00 30,000.00 30,000.00 39 Trim Existing Tree Roots 6 Ea. 200.00 1,200.00 350.00 2,700.00 40 Construct PCC Pipe Collars 2 Ea. 500.00 1,000.00 1,000.00 2,000.00 EE 1,015,000.00 7TH 1,798,107.00 1w n LJ ety of Newport Beach* NO. BA- OSBA -034 BUDGET AMENDMENT 2005-06 AMOUNT: $s9s,1s6.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase In Budgetary Fund Balance Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations NX No effect on Budgetary Fund Balance SOURCE: X from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates in the Traffic Congestion Relief Fund and transfer expenditure appropriations from several funds for the Newport Shores Pavement Rehabilitation project. ACCOUNTING ENTRY: BUDGETARYFUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Accoun t 190 4807 EXPENDITUREAPPROPRIATIONS (3603) Description Description Traffic Congestion Relief Amount Debit Credit k $254,638.00 $27,000.00 $37,000.00 $230,000.00 $144,500.00 $27,000.00 $37,000.00 $230,000.00 $144,500.00 $254,638.00 Date � Da O� Signed: City Council Approval: City Clerk Date Description Division Number 7531 Sewer Main Replacement Account Number C5600292 Sewer Main Master Pian Improvement Account Number C5100769 Newport Shores Pavement Rehab Division Number 7501 Distribution & Piping Account Number C5500074 Water Main Master Plan Improvement Account Number C5100769 Newport Shores Pavement Rehab Division Number 7261 Measure M Tumback Account Number C5100782 Seawind Community Pavement Rehab Account Number C5100769 Newport Shores Pavement Rehab Division Number 7181 Gas Tax - Capital Project Account Number C5100302 StreeMikeway Improvement Account Number C5100769 Newport Shores Pavement Rehab Division Number 7191 Traffic Congestion Relief Account Number C5100769 Newport Shores Pavement Rehab Signed: Financial App dminist 've Services Director Signed: // Administrative Ap val: City Manager Amount Debit Credit k $254,638.00 $27,000.00 $37,000.00 $230,000.00 $144,500.00 $27,000.00 $37,000.00 $230,000.00 $144,500.00 $254,638.00 Date � Da O� Signed: City Council Approval: City Clerk Date CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 14th day of December 2005, at which time such bids shall be opened and read for NEWPORT SHORES PAVEMENT REHABILITATION Title of Project Contract No. 3721 $1,0159000.00 Engineer's Estimate Approved Stephen'G.Igadum Public Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: hftp://www.city.newport- beach.ra.us/pbwbidlisttdefault.asp Click: Online Services — Public Works Bid List 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 Contractor License Classification(s) required for this project., "A" For further information, call Stephen Luv, Project Manarier at (949) 6443330 Al 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 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 k_ . - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 INSTRUCTIONS TO BIDDERS 1. 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 quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.aao.aov /daAsbacon 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. STATE UC. 6886599AO Contractor's License No. & Classification PALP, INC. DBA EXCEL PAVING COMPANY Bidder r- ? , Authorized Signature/Title C. P. BROWN, PRESIDENT PEC 14 2005 Date 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles On DR'' 14 2005 before me, C Phillips Notary Public Dela Name aM Title of OPocer (e.g.. "Jane Doe, Notary Publk") personally appeared PALP DBA Excel Paying Co By C P Brown President Name(9) of SMnar(s) C. PHI It P Ccmmigc en. . a: 492624 4.i Notary pub - California w + Los Angeles County A91� Mr Comm. E3pIre M Mtlar 3I, t, J KI personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(les), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m nd nd official seal. r Race Nolary Seal Above SlanlUro of Notary Public OPTIONAL Though the information below is not required by law, A may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies).Claimed by Signer Signer's Name: ❑ Individual ' Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 018881,10. l Notary AasoaleVbn •9350 Do Selo AVM., P.O. B. 2402 - CLatmoM, CA 81313-2402 - wurw.nolimd,n mryor9 Prop. W. 5907 Reorder Cal ToPoReo 1.800.9168427 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 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 the total amount of the bid Dollars ($ 108 ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of NEWPORT SHORES PAVEMENT REHABILITATION, Contract No. 3721 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and 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 this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this day of December . 2005. C.P. BROWN PALP Inc. dba EKcel Paving GaWany C 4- , IA ------� PRESIDENT Name of Contractor (Principal) AuthorizM Slignaturefriffe Author' I sit Name of Surety Authop(#ed Agent Sit nature 801 So. Figueroa Street T/ Los Angeles, CA 90017 Douglas A. Rapp Attorney in Fact Address of Surety Print Name and Title (213) 612 -5573 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 10• ` CALIFORNIA ALL - POMSE ACKNOWLEDGMEr* State of California Cotmty of Orange On DEC 0 2 2405 before me, personally appeared A.P. Coats, Notary Public NAM$ TITLE OF OFFICER Douglas A. Rapp ® Personally known to me - or - Proved to me on the basis of satisfactory evidence to be the ❑ person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the A.P CUTS person(s), or the entity upon behalf of which the person(s) N ., 45 acted, executed the instrument. 77M Z al. (S1GNAT URE OF NOTAR 1� Though the data below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAUOWNER ❑ CORPORATE OFFICER TrrLE(S) ❑ PARTNER(s) ❑. LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTIMR: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrrY(WS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Chubb POYN11 Federal Insurance Compa jo Attu: Surety Department OF Vigffant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know M by Tf yes s P(emoft MW PEDERALNSIXWCE COMPANY, an WAam mpmft% V WAAW POURANCE COMPANY, a New Yak capwaft% and PACIFIC 1NOEMWTY COMPANY, aM w=%rh aaporalm do each hereby mhsft" and Word Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------- ---- -------- - - - - -- each asVokUmmWhwkdANOnrrk- Fadbmm uleWxWa whdsdWwWainnhdrr mares arid io aft Makoaporabseabfo anddepmAmanddo their bal" as surety drereai or od erwim bonds and wnde W*W and firer wrki -s oblgalory h the natwe thereat (otrer than bat borMs) green or exaaded in the course d bushels, and ww kabur ernb anmrrdrg or ake,irg to same, and co nsarts b to mod shon or afteratm of airy insuwnent rebnW 10 h said bards or abkgatora: M TPibhaaw W w ed. saki FEDERAL OMMA M COMPANY, MMLANT MSURMNM COMPANY. and PACIFW MDEMWFY COi ANY have each eoreanedandadwbdthemopmmftmda86mddwkompomtemeaba )ft 22nd dayd January, 2004 STATE OF NEW JERSEY Camw of Somerset t.r Ilk onvis 22ndkworJanuary, 2004 b*na*.actor.ynwedNMWJ W.Prmr.tyeemeireme C- VbrWKIO O"m bbsASeWMSeaweryd FEDEMLMSURNICEOOMiMiY.M ANTMSURANCECOkft Wmd MCIFIC*MeMWCOMIPAWter mhnperhlesMid u awreubdte ! wags'- PowerdAtaney, endtoaddkeewb4lkbddbftbymedWywmMdddrpossandoW tMabeleASdsWt SeaeYrydFEDERALNWPANMCOWWW .. VM"W OMNWCE COWAW,, and PACIRC MDBDM COMPAW ad'rows om capadssselstwad. tune saris dlwsdb tetaregob- PswerdAtsnwy are emshoapwaM 8whardMMrethweb aledbywrMtydtle tlktawMdmra Campwies :andtmtMdpwdsaldPowsrolAawney asASabpnl8eadwydsaldoonpw�les by Nn arprwag sal f7d M b aMhw'hnd Mann FM* F- Rabwism aM knows trw b bs Wa P WWWd add CWWWA aK &W #W vw xWeb" d Fwnk E RobsdM sdrsaWdbsdd PowerdAfkarhsyta MthatmMiethmdwdlk- d FrankE Rdbaibaa. and MwM thwal0 mbaarbadbyau0 ompdsddUya.w eWindrpwmftpraeerme.. Wotanhl Seri Ken Q. Pib k 223197 NofanyPlBkc ExhIN 6 of FEDERALINSURMCE COMPANY VIGLWPSUR ANCE COMPANY andPACIFICINDFJ,WNCOMPANY' aim stoney for WW an behalf d ffia y may and OM be woeomd In tee nerve snnd on W" d the Company, enrw' by nre Chakn= or Me Prey" or a Vice Piesi ei or an Amistar t Vicce PresideM jo'My wM tre Seastay or an AslMant Seaela* wndan nrek respecOm dasignaflom The sign who of such dicers may be engremcL prix" ailhogmhed. The sowb" of each of th talbwirg M I Cfrebnan4 Pmdden % ary Mw PrasklenrC wWAsslsbM Vtom Preddont any SoaekvA wW AsdsW t Soadny and fie seal of the Gary may be dfbwd by bask lle b ary power of aUwney or b my oM%ab mM ft tmrebo appok ft Amalebnt Secretaries or Agwnays h -Fact for paposes ody of eswwlirg and annWS bads and wrdmtft 0s ml ado wAings d+kgebry In #0 nehae rimraot, ord any arch Power of atbrney Or 09rd6oale bamk- Mean bodmks aipnakme or kledrrnka sad slrek be vaid and bid%- upon Ire Corrpanry and any such power so emeaAad and anttad by such facsirme sWwbMe and feasbnis seal dM be vaW and bide- span to Company w0i respect to shy bond or rkdWW" b which k b snadred.• . % Kerms& CWmndd ,AsdsbdSeaebrydMMMALOMR4NCEOMWA YV4LWrIOMANCECMPANl:andt tCNt0OAMCOMPANY (do 1kawanlee)ao hereby cargy#wA 0) the tmegoig euara r ottno Sydawe d 1M Cwnpenbs b tnm and omrwA W the Companies are duly Awnsed and a0sorized b twxsad away business to d 5D of the Ur Sbbe of America and ft oisorid of Cokm*A and am aukraimad by the U. S. Tmamty Dgmdma ht Anew, Faderd and Vigkmt aw l c rsW in PMado Roo and lire U S. Wgh irlarlds, and Federal k kcerued InAmwNan Samos, Guarm and each dare Provinces of Caiurdammept P*m Edward Islantt and (6) the loreggi- Power of Afbn ey is tea, coned asd in iW force and died %W undo my hand w d weals of said Companies at Yhbnm% NJ Mb 2d day d December 2005 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS USTED ABOVE, OR BY Telephone (908) 903 -3485 Fax (908) 903.3656 e-mail: antyMchubb.com . Faae rs.eoosys t& aril COrKeft 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles On U�C 4 2005 before me. C Philli s Notar Public Dale Wmo and i/de of OMker e.g.,'41 Ooe, Notary Pubild personally appeared PALP DBA Excel -Paving Co a( yy y y P Brown President' C, PiiILLIPS Cnmmission k 1492824 i Notary auhi;r rahfomia ��yyy�bb44C Los Angeles County NY ramm Erpaes Mar 11, 1006 Kl personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her/their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS, hand nd official seal. Place Notary Seal Above J Signal of Notary Pu&i OPTIONAL Though the information below is not required by law, It may prove valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Tdle(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTHUMBPRINT SIGNER 01999 Naeonal Notary Asaxla w • 9350 Oa Soto Ave., P.O. Sox 2492 • Chetx rffN CA 91913 -2402 • w .nallonelnale yoM Prod. No. SW Reor : Cell Tal&f" 1- a00.9794627 Company Profile Company Profile Page 1 of 3 FEDERAL INSURANCE COMPANY P.O. BOX 1615 15 MOUNTAIN VIEW ROAD WARREN, NJ 07061 -1615 800 - 252 -4670 Agent for Service of Process JAMES V. LALOR, 801 S. FIGUEROA STREET SUITE 2400 LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 20281 0038 0059 -6 December 18, 1902 UNLIMITED- NORMAL Property & Casualty INDIANA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please http: / /cdinswww. insurance. ca .gov /plslwu_co_proflidb_co —prof Utl.get_co_prof?p_EID =2652 12/15/2005 40 0 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3T211 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: DQ.YAW-, S'iTuck, W\ n tai \S c-. Uhwt t Address: bibs OAS 6A � nn 1 01_1q) 1 � }- FwM G\pms ft(a% 2A ,�C,�IrInn Phone:" AUK) Oiol5 9T 0 Boors State License Number: W05% Name: K -)M"r-i -L Uyve r �WtITT�(�//, " , 1�5 i V ii �l s Address: Lv ,a W a^ hJ,tY� pUp�� Nx 1�& ) CA . O� V) 1.5 Phone: Lou) Ow 5-1gC) State License Number: wpb A Name: SUDR% -�Ah L- U S4%C,. Address:: k 1k 50 ti/.�� t'L6" A Phone:> �� lY���I�► State License Number: PALP, INC. DBA EXCEL PAVING COMPANY Bidder / C.P. BROWN ( °. .f.../ PRESIDENT Authorized ignature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 DESIGNATION OF SUBCONTRACTORIS) 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: CASt `awV&e ,SU Address: •b,AIIA 38 D I- Phone: �1 b�) lA� v4l� State License Number: Q �,� s LA Name: S Address: i N walf b CA Phone: 0M) (,t Z WL State License Number: JV %SZ Name: lwk-i iLi LAYw$ � All �.C3t)Q1 fll'� Sip .2 Address: a, t' < d WPM Gk Phone: "tly) 510 X1014 State License Number: PALE. INC. DBA 0•P• BROWN FxCEL PAVING COMPANY PRESIDENT Bidder Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formIll Please print or type. PALP. INC. DBA Bidders Name FXrFI PAVING COMPANY 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 1v�) Approximate Construction Dates: From 3- 19,'00 To: kq1 osi Dq Agency Name Contact Person Telephone &7� &o rat 2(g0 Original Contract Amount $110141,\ Final Contract Amount $ A'A �M� If final amount is differ e t from original, lease explain (change orders, extra work, etc.) � fl 1y _ I ��t�WC 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 0 No. 2 Project Name /Number X35 Project Description C1zkr S Approximate Construction Dates: From %. To: l I o Agency Name ldc I]A Contact Person &vyJ cajPma Telephone (9L) 640 4 n - Original Contract Amount $1. I Final Contract Amount $ (t A MA If final amount is different fp(n original, plea §e explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If ygs, briefly explain and indicate outcome of claims. No. 3 Project Name /Number5� Project Description �1 i(A Approximate Construction Dates: From ' To:_A"U4Lt Agency Name Contact Person �� Nxsorl� Telephone (?A$)) �N-1 let2(3 Original Contract Amount $ 1A Final Contract Amount $ �AJU A #\ 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 9 0 No. 4 Project Name /Number Project Description bN- jy-t 201 —W Approximate Construction Dates: From \ To: J L' 1 ( A Agency Name u Contact Person ' t t/\ Telephone (310 191 SM Original Contract Amount $ A G Final Contract Amount $ If final amount is different from origina4 please explaig (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 /Numbe Project Description Approximate Construction Dates: From L y�, OA To: t:UNIAJ Agency Name _ Pb�nk*',3 'NW-U4 Contact Person �IUI(�t kUt.� V-bL0S" Telephone V6V 4 ��i1 Original Contract Amount $ aLLFinal Contract Amount $ e.iF/ythklll� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 No.6 golb Project Name/Number U Project Description Approximate Construction Dates: From kk 0 To: Agency Name r Contact Person Ah ) Lk%i Telephone (big) �M -1!27 J Original Contract Amount 109n JjJAFinal 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. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. NRLP. INC. DtSA EXCEL PAVING COMPANY /' h / C.P. BROWN PRESIDENT Bidder Authorize Sde ignaturerritle 10 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of BEM C.P. BROWN being firA0d&y19Cd AAdeposes and says that he or she is PRES Of EXCEL PAVING COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of Califomia that the foregoing is true and correct. ) PALP. !NC. DBA EXCEL PAVING COMPANY Bidder Authorized ignature/Title C. P. BROWN, PRESIDENT DEC 14 2005 Subscribed and sworn to before me this day of 2005. [SEAL] 3EEATTACHED Notary Public My Commission Expires;EE ATTACHED 11 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California l County of Los Angeles } ss. on DEC 1 ! 2005 Date before me, C. Phillips. Notary Public Name and TRW of Ortt er (e.g.. 'Jane Doe, Notary Pab1te) personally appeared PALP DBA Excel 'Paying Co BX C P Brown President Nama(a) 3,L ^ C. PFiIt,LIR Commsion. # 1492824 LOS Puhl c Cahfornla � Los A pgeles County N( Camm. Eap9es Mar 'I, 7008 iI personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS UMfficial seal. Place Notary Seal Above Signature f Notary Publle OPTIONAL Though the Information below Is not required by taw, 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: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 N laaaf Notary Asaodatbn • 9350 De Soto Ave.. PD. 9ov 2402 • chalewoM. CA 91913.M2 • mvawaaonebwly q Pma. W. S90J Peonlac Cell Tdl -Free 140041 &8921 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 DESIGNATION OF SURETIES PALP, INC_ DBA Bidders name EXGF pAY1Nt.COAAPAWY 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): SEEATTACNED 12 'EXCEL PAVINGCOMPANY • P.O. BOX 16405 A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806 -5195 STATE LICENSE N0. 688659A (562) 599 -5841 FAX (562) 591 -7485 CREDIT APPLICATION Excel Paving Company 2230 Lemon Avenue P.O. Box 16406 Long Beach, CA 90808 Telephone: 582- 599-5841 Fax: %2- 599-3679 Type of Business: General Engineering Contractors Contractors License # 888659A Fed I.D.# 95-3672914 Excel Paving Company is a Corporation Owner: Palp, Inc. 2230 Lemon Avenue Long Beach, CA 90806 In business since October 1981 Same location since October 1981 Property owned by Brown & Mills Financial rating with Dun 8 Bradstreet: Rating 3A2, SIC # 1611 US Bank 2833 Cherry Ave., Signal Hill, CA 90806 Account Representative: Liz Acres or Celine Gonzalez Telephone: 562-490 -2068 or 562- 490-2079 Checking Account #15349195 8689 TRADE REFERENCES: Company Phone Vulcan Materials 323- 258-2777 R.E.H. Trucking 909 -591 -0871 Blue Diamond Materials 714- 578 -9507 Savala Equipment 800- 223 -2473 SPECIAL BILLING REQUIREMENTS: Show job number on invoices to expe Fax 323-254 -6102 909 -591 -0506 714-449 -2831 949- 552 -8597 cite payment. I certify that the above information is true and correct, and that we can and will comply with your terms. C� C.P. Brown Date President Contact Silvia Arredondo Gina Mendiola Jerry Easterwood Mona Covington • City of Long Beach 333 West Ocean Boulevard Long Beach CA 90802 Gillis Munroe, Chief Construction Inspector (562) 570 -5161 • Burbank - Glendale- Pasadena Airport Authority 2627 Hollywood Way Burbank CA 91505 Dan Feger, P.E. (818) 840 -9456 (818) 840 -8840 • Los Angeles County Public Works 900 South Fremont Avenue Alhambra CA 91803 Gary Hartley, Construction Division (628) 458-3100 Is 0 Bonding Agent: Rapp Surety Services 23461 South Pointe Drive Suite 345 Laguna Hills CA 92653 Office: (949) 457 -1080 Fax: (949) 457 -1070 Contact: Douglas A. Rapp Surety: Federal Insurance Company CIO Surety Department 801 South Figueroa Street 23°' Floor Los Angeles CA 90017 P.O. Box 30127 Los Angus CA 90030 -0127 Insurance Carrier: The Wooditch Company One Park Plaza Suite 400 Irvine CA 92614 Contact: William Wooditch Office: (949) 553 -9800 Fax: (949) 553 -0670 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL "ALP. INC. DBA Bidders Name EXCEL PAVING COMPANY 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 2004 2003 2002 2001 2000 Total 2005 No. of contracts 13j 1� two Total dollar Amount of Contracts(in Thousands of $ No. of fatalities O > h O O No. of lost Workday Cases 7.j l t No. of lost workday cases involving 0 ti h V permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 • Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: PALM, INC. DBA EXCEL PAVING COMPANY L i FMtAN AVEI LANG 9E (562)599.584 STATE L1C. 608659'A' Title 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 bidder Date Title C. P. BROWN, PRESIDENT Signature of Q�1� I bidder l U P �. �1 �(� �Mjgm6kE E. PRAKLILICH, ASST. SECRETARY Date DFC 14 2005 Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 License Detail Page 1 of 3 License Detail CALIFORNIA CONTRACTORSSTATE LICENSE BOARD Contractor License # 688659 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • 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: 12/15/2005 * * * Business Information PALP INC dba EXCEL PAVING COMPANY 2230 LEMON AVE' LONG BEACH, CA 90806 Business Phone Number: (562) 599 -5841 Entity: Corporation Issue Date: 05/11/1994 Expire Date: 05/31/2006 * * * License Status * * * http: / /www2.csib.ca.gov /CSLB_LIBRARY /License +Detail.asp 12/15/2005 11 CJ License Detail Page 2 of 3 This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description C12 JEARTHWORKAND PAVING 0 GENERAL ENGINEERING CONTRACTOR C31 CONSTRUCTION ZONE TRAFFIC CONTROL * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 81399914 in the amount of $10,000 with the bonding company FEDERAL INSURANCE COMPANY. Effective Date: 01/01/2004 Contractor's Bonding History n BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) CURTIS PERRY BROWN JR 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: 0511111994 • * * * Workers Compensation Information * * * This license has workers compensation insurance with the VIRGINIA SURETY COMPANY INC Policy Number: 1CW50115302 Effective Date: 1110112005 Expire Date: 1110112006 Workers Compensation HistorvHistM Personnel listed on this license (current or disassociated) are listed on other licenses. http: / /www2.csib.ca.gov /CSLB_LIBRARY /License +Detail.asp 12/15/2005 CONTRACTOR'S NAME ?ALP INC. DBA EXCEL PAVING COMPANY A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER CONSTRUCTION, PROJECT NAME: PIER S NORTH FILL PROJECT DESCRIPTION: INSTALLATION OF SEWER, WATER, STORM DRAIN, ELECTRICAL COMMUNICATION LIGHTING CONDUIT 6 VAULTS MSE WALL CONSTRUCTOR, GRADING, CMB PI.AC M6NT & ASPHALT PAVING . LOCATION: _ BERTHS 5102 -5110 CONSTRUCTION VALUE: $10,425,708.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT: BRUCE PLATT TELEPHONE: 562 /599 -5841 OWNER JNFORMATION NAME: PORT OF LONG BEACH CONTACT: GARY BAKER /BUTCH MCBLAINE TELEPHONE: 562/432 -1778 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: ALL CHANGES ARE MUTUALLY AGREE TO AND TYPICALLY AGENCY GENER? COPY ADDITIONAL PAGES AS NEEDED 13 0 0 -CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY .A COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER CONSTRUCTION. PROJECT NAME: RECONSTRUCTION OF THE BROADWAY SIDEWALK PROJECT DESCRIPTION: SIDEWALK AND BASEMENT STRUCTURAL REPAIR LOCATION: BETWEEN 2ND ST. AND 5TH ST., LOS ANGELES CONSTRUCTION VALUE: $2.514,839.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: C/O LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT: BRUCE PLATT TELEPHONE:562 /599 -5841 OWNER INFORMATION NAME: CITY OF LOS ANGELES CONTACT: SHAFiH7 AHAKTA TELEPHONE: 213/847 -8982 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: ALL CHANGES ARE MUTUALLY AGREE] TO AND TYPICALLY AGENCY GENERA: COPY ADDITIONAL PAGES AS NEEDED 13 • s .CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY ,A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER CONSTRUCTION. PROJECT NAME: TUSTIN AVE., STREET IMPROVEMENT PROJECT DESCRIPTION: A/C PAVE, CMB, RAMP WIDENING, CURB & GUTTER, STRIPING, K -RAIL, DEMO, RETAINING WALLS, BRIDGE ABUTMENTS, I.ANDR CAPE._ IRRIGATION SIGNALIZATION LOCATION: TUSTIN AVE. AT SR -91 FWY., ANAHEIM CONSTRUCTION VALVE: $g S/42_nSl_7j IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT:_ C/O ANAHEIM GENERAL CONTRACTOR INFORMATION NAME: PALP..ING, DBA EXCEL PAVING COMPANY CONTACT: BRUCE FLATT TELEPHONE: 562/599 -5541 OWNER INFORMATION NAME: CITY OF ANAHEIM CONTACT: RALPH HARP TELEPHONE: 714/762-5162 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: N/A ALL CHANGES ARE MUTUALLY AGREE TO AND TYPICALLY AGBNGY GENERA COPY ADDITIONAL PAGES AS NEEDED 13 • i CONTRACTOR'S NAME Pap INC. nBA RRrst. PAVING CoMpANy A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY i tNDER CONSTRUCTION. PROJECT NAME: BERTH 212 -225 BACKLAND IMPROVEMENTS PROJECT DESCRIPTION: CONSTRUCT 15 FOUNDATIONS FOR l00' HIGHT(,Ilr pets (tt�tPl, RELOCATE ELECTRICAL CONDUIT AND WATERLINE FOR HIPS AND RELOCATE 15 HMPS, CONSTRUCT 16,000 LF OF CRANE _GONG RUNWAY CONSTRUCT 3 SUBSTATIONS ASPHALT PAVING. LOCATION: SAN P pRe CONSTRUCTION VALUE: $4,297,540.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: PALp INC. DBA R%rRi PAVING r.074PANV CONTACT: BRUCE FLATT TELEPHONE: 562/599-5841 OWNER INFORMATION NAME: FORT OF LOS ANGELES CONTACT: JACK CHANG TELEPHONE: 310 1792 -32255 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AGRE INITIAL TO AND TYPICALLY AGENCY GENER SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED 13 • CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY .A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER CONSTRUCTION. PR04ECT NAME: _ SANTA MONICA TRANSIT PARKWAY PROJECT PROJECT DESCRIPTION: UNDERGROUND RETAINING WALLS FWY ON RAMPS A/C PAVE, SIDEWALK, CURB 6 GUTTER, SIGNALIZATION, LANDSCAPING LOCATION: FROM 405 FWY., TO BEVERLY HILLS CITY LIMIT, LOS ANGELES CONSTRUCTION VALUE: $34.4S5,152.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: C/O LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT: _BRUCE PLATT TELEPHONE: 562/599-5841 OWNER INFORMATION NAME: CITY OF LOS ANGELES CONTACT: CARL NELSON TELEPHONE: 213/R47-6613 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: ALL CHANGES ARE MUTUALLY AGREI TO AND TYPICALLY AGENCY GENERI COPY ADDITIONAL PAGES AS NEEDED 13 i • CONTRACTOR'S NAME_ ZALP INC. DBA EXCEL PAVING COMPANY I3 E 1.05 OF THE RESPONSIBILITY STATEMENT) FOR ALL PROJECTS W ITH A VALUE IN EXCESS OF $2,000,000 COMPLETED W (THIN rHE RAT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: PARR AND RIDE. LOT PROJECT DESCRIPTION: SITE WORK, BATHROOMS, ASPHALT CONCRETE, CRUSHED MISC. BASE, STRTPTNf ST(`NA RARRiRRS STRUC NRRC_ BRIDGE WIDENING LOCATION: 91 FWY 6 405 FWY DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $11,358,103.00 PROJECT DURATION -PER CONTRACT 4/95 Ag=qL THRU 8/98 IF YOUR WORK WAS PERFORMEi9 AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: CALTRANS GENERAL CONTRACTOR INFORMATION . NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE'-FLATT TELEPHONE: _ M2,(599 -5841 OWNER INFORMATION NAME: CALTRANS DIST. 7 CONTACT: HURRY MUM TELEPHONE: 213/897 -3656 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AGREEI INITIAL TO AND TYPICALLY AGENCY GENERA' SETTLEMENT PERCENT COMPLETE: COPY ADDITIONAL PAGES AS NEEDED. 14 0 0 CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A. COMPANY EXPERIENCE- (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 COMPLETED W (THIN THE LAST FIVE YEARS AND OPERATIONAL FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: 1997 -98 & 1998 -99 ANNUAL INFRASTRUCTURE PROJECT PROJECT DESCRIPTION: STREET IMPROVEMENTS. ARPRALT .CONCRETE. C0 ELECTRICAL, STRIPING, SLURRY SEAL, CONCRETE LOCATION: VARIOUS LOCATIONS, SANTA CLARITA DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $4.092,472.00 PROJECT DURATION- PER CONTRACT 7/98 RRNEIBL TNRU 12/98 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: SANTA CLARITA GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE FLATT TELEPHONE: 562 /599 -5841 OWNER INFORMATION NAME: CITY OF SANTA CLARITA CONTACT: KERRY BYER TELEPHONE: 805/255 -4984 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: % N/A ALL CHANGES ARE MUTUALLY AGREI TO AND TYPICALLY AGENCY GENER COPY ADDITIONAL PAGES AS NEEDED. 14 0 • CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING. COMPANY A. COMPANY EXPERIENCE {REFERENCE 1.05 OF THE RESPCN8IBILITY STATEMENT) FOR ALl PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH AVALUE IN EXCESS OF $2,000,000 COMPLETED W ITHINlbg LAST FIVE YEARS AND OPERATIONAL FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: THE PORT OF LONG BEACH PROJECT DESCRIPTION: PIER J SITE IMPROVEMENTS RAILROAD, WHARFS, FENCE, ELECTRICAL, STRUCTURES, LANDSCAPE, ASPHALT CONCRETE, CRUSHED MISC. BASE LOCATION: PER J HARBOR SCENIC DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $9.138.146.00 PROJECT DURATION- PER CONTRACT 4/98 A@IEWL THRU 3/00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE FLATT TELEPHONE: 56U599-5841 OWNER INFORMATION NAME: THE PORT OF LONG BEACH CONTACT: GARY CARDAMONE TELEPHONE: 562/590 -4L27 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AGREE INITIAL TO AND TYPICALLY AGENCY GENERA SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED 14 CONTRACTOR'S NAME PALP INC. PAL nRA ExcEL PAV N .COMPANY A. COMPANY sxacaiENCE.(REFERENCE 1.08 OF THE RESPONSIBILITY STATEMENT) FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH AVALUE IN EXCESS OF $2,000,000 COMPLETED WITHIN THE LAST FIVE YEARS AND OPERATIONAL FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: OCEAN BLVD. EAST AND WEST RECONSTRUCTION PROJECT DESCRIPTION: REWER /WATER /ATORM MUM GRADE CRANGE. 'LOCATION: OCEAN BLVD. EAST AND WEST DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $11,290,045.00 PROJECT DURATION -PER CONTRACT 6/99 AUVJ&THRU 12199 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE FLATT TELEPHONE:. 562/599-5841 OWNER INFORMATION NAME: PORT OF LONG BEACH CONTACT: GARY .CARDAMONE TELEPH0NE:562 / 590 -412 7 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: N/A ALL CHANGES ARE MUTUALLY AGRE TO AND TYPICALLY AGENCY GENEP COPY ADDITIONAL PAGES AS NEEDED. 14 0 i CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A COMPANY EXPERIENCE- (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK W ITH AVALUE IN EXCESS OF $2,000;000 COMPLETED W (THIN THE LAST FIVE YEARS AND OPERATIONAL FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: PIER T MARINE TERMINAL PROJECT DESCRIPTION: DEMO, ASPHALT CONCRETE, CRUSHED MISC. BASE, ELECTRICAL, aTtiplNgs BATHROOMS, SIGN STRUCTURES, UNDERGROUND, CONCRETE FOR THE PIER T MARINE TERMINAL, LUNU WSW, LOCATION: PIER T DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $33,481,910.00 PROJECT DURATION -PER CONTRACT 6/98 &XPQM THRU 12/99. IF YOUR WORK WAS PERFORMEb AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE':FLATT TELEPHONE: 5h 2 / 599 -5841 OWNER INFORMATION NAME: _1ola OF LONG BEACH CONTACT'. .GARY CARDA14ONE TELEPHONE:' 562/590 -4172 DOLLAR AMOUNT OF CLAIMS SUBMITTED INITIAL SETTLEMENT PERCENT COMPLETE: ALL CHANGES ARE MUTUALLY AGREE TO AND TYPICALLY AGENCY GENERE COPY ADDITIONAL PAGES'AS NEEDED 14 EXCEL. PAVINGOMPANY A GENERAL EN G CONTRACTOR STATE LICENSE NO. 688659A P.O. BOX 16405 LONG BEACH, CA 90806.5195 (562) 599 -5841 FAX (562) 591 -7455 C. P. Brown, President 30+ years experience working for other general contractors with the past 24 years being self employed in own general engineering contracting business. x • • INCUMBENCY AND SIGNATURE CERTIFICATE OF PALP, INC. The undersigned, Carolyn J. Brown, being the duly elected and Incumbent Secretary of PALP, Inc. dba Excel Paving Companyt a Callfornla corporation (the "Corporationw), hereby cortiBes that the persons named below are, on and as of the date hereof, the duly q=IHIod, elected and acting Officers of the Corporation holding the office set forth opposite their names below, such officers being authorized to sign, In the name of and on behalf of the Corporation. Curtis P. Brown President and Chief Operating Officer Carolyn A Brown Secretary and Chief Financial Officer George R. McRae Senior Vice President CurtN P. Brown 111 Vice President Bruce E. Platt Vice President & Assistant Secretary Michele E. Drakulioh Assistant Secretary IN WITNESS WHEREOF, the undersigned has executed this Certificate as of 1be date set forth below. Dates November S, 2001 Zf � 4� A 1 14SI, 4fe&7—� AROLYN . B , crotary 6/24/05 Excel Paving Company EST.FINAL % JOB OPEN & CLOSED JOBS 2005 INCOME WORK BACKLOG NO. PROJECT/OWNER/AGENCY AMOUNT COMPL. OF WORK 3704 TAXIWAY D L.B. AIRPORT 3,701,021 100.0% 3716 710 FWY PCH TO 405 20,360,010 100.0% 339 3723 INDIANA & WASHINGTON, VERNON 290,077 100.0% 3833 GRAND CANAL CRT LOS ANGELES 690,359 100.0% 3834 GATES 3 & 4 L.B. AIRPORT 434,826 100.0% 3835 SECURITY GATES L.B. AIRPORT 350,251 100.0% 3843 LAUREL CYN BLVD. LOS ANGELES 724,540 99.7% 2,168 3865 2627 HOLLYWOOD, BURB/GLEN /AIRP 251,290 92.9% 17,910 3875 ORANGE AVE., LONG BEACH 1,095,002 100.0% 3876 PARTHENIA, LA 1,145,655 100.0% 3906 ROUND MEADOW RD HIDDEN HILLS 487,892 100.0% 3915 OVERLAND ES LOS ANGELES 415,238 100.0% 3922 BELLAGIO & NEWCOMER CENTER 1,381,979 100.0% 3931 PCH & ADMIRALTY, SUNSET BEACH 161,473 100.0% 3947 TUSTIN AVE., ANAHEIM 4,145,076 99.4% 23,830 3950 PV. DRISCHOONER, RANCHO PALOS VERDES 27,036 100.0% 3952 DOWNEYHOSP., DOWNEY 22,784 36.3% 14,506 3953 PLAYA DEL REY ES, LAUSO 477,834 100.0% 3959 SANTA MONICA BLVD., LOS ANGELES 37,980,000 53.4% 17,667,625 3961 YACHT HARBOR, 191,758 78.7% 40,805 3978 WARDLOW/CLAR/BELLF, LONG BEACH 743,690 100.0% 3979 WARDLOW /PV/STUDEBAKELONG BEACH 852,557 99.9% 430 3989 PCH /ADMIRLTY SUNSET SCH 41,000 100.0% 3990 OCEAN BLVD LONG BEACH 1,217,246 100.0% 3995 ALICIA PKWY/PASEO DE ALICIA 239,506 100.0% 4004 GREEN VALLY.CIRCLE CULVER CITY 1,173,791 100.0% 4005 CATALINA LANDIND LB 1,402,514 99.50/0 7,036 4016 STEVENSON /JOHNSON 409,319 100.0% 4024 UCLA KINROSS 2,322,638 100A% 4030 CAMINO LAS RAMBLAS 209,228 100.0% 4035 MAINT ST & MACARTHUR 464,167 100.0% 4042 TUDOR WESTWOOD PLAZA 752,500 '" 0.7% 747,506 4045 5 FRWY, OR. CO 180,290 99.2% 1,394 4050 CRENSHAW BLVD LACPW 1,361,571 100.0% 681 4057 PALO VERDE HSG UCI 625,000 82.7% 108,182 4059 MARK TWAIN MS. LA 657,359 100.0% 4060 MT SAC ATH FLDS WALNUT 1,448,825 99.9% 779 4061 PANKOW BLDRS M.B. 652,000 58.8% 268,599 4062 SANTA MONICA/MWD LA 7,474,853 79.0% 1,568,019 4064 WALGROVE E.S. L.A. 767,069 100.0% 4065 LA CITY COLL LA 312,888 100.0% 4067 DEL AMO BLVD LONG BEACH 393,459 93.4% 25,832 4069 MCCLAY MS PACOIMA 304,235 100.0% i 6/24/05 Excel Paving Company EST.FINAL % JOB OPEN 8 CLOSED JOBS 2005 INCOME WORK BACKLOG NO. PROJECT(OWNERIAGENCY AMOUNT COMPL. OF WORK 4070 VARIOUS LOC HUNTINGTON BEACH 179,466 100.0% 4075 7100SANTA MONICA L.A. 662,005 99.9% 696 4076 JESSE OWENSPK INGLEWOOD 562,447 99.9% 440 4077 CHAPMAN /ST COLL FULLERTON 135,411 100.0% 4083 HARBOR BLVD FULLERTON 101,140 94.8% 51250 4084 SAND CANYON IRVINE 670,740 98.4% 10,634 4087 03 -04 ST, RESURF GLENDALE 586,256 '99.8% 1,382 4088 ANNUAL RD RESURF DANA POINT 1,430,392 100.0% 365 4089 20263 WESTERN, TORRANCE 27,594 93.6% 11756 4090 CORBY AVE. ARTESIA 133,833 100.0% 4091 DALEN ST, DOWNEY 68,029 77.9% 15,004 4093 SAN FERN VLY LA 1,330,336 89.7% 137,539 4098 BLEND E.S LA 240,000 67.8% 77,399 4099 03 ST IMPRV INGLEWOOD 569,520 100.0% 0 4102 DENA E.S. LA 177,306 70.8% 51,736 4103 HOWLAND CNL CRT LA 251,548 100.0% 0 4104 MOULTON PKWY CO OF ORANGE 497,407 98.5% 7,666 4105 HYPERION PLANT 131,174 100.0% 4106 PIER S BRTH 8102 -S110 LONG BEACH 4,075,246, 93.9% 248,959 4108 HARBORICHAPMAN FULLERTON 144,026 100.0% 4109 VARIOUS STS REDONDO BEACH 761,751 100.0% 4110 PIONEER/CARSON HAWAIIAN GRDNS 64,285 100.0% 4111 1465 E. 3RD ST LOS ANGELES 9,500 100.0% 4112 BELMONT PIER LONG BEACH 518,158 99.9% 470 4113 NO LONG BEACH LONG BEACH 1,635,622 99.8% 3,416 4115 WASHINGTON BLVD CULVER CITY 742,833 99.9% 1,073 4117 VANUYS AIRPORT VAN NUYS 570,000 9.6% 516,350 4120 SOUTHGATE HS LOS ANGELES 673,350 99.2% 5,315 4123 ANAHEIM ST LONG BEACH 3,072,342 54.9% 1,384,832 4124 POLICE STATION GARDENA 26,781 100.0% 4126 UNIVERSITY AVE RIVERSIDE 2,082,277 57.0% 895,106 4127 UNION STATION LOS ANGELES 310,000 23.8% 236,119 4129 MT. SAC WALNUT 729,800 0.7% 724,595 4130 ALAMEDA CORR., L.B 409,621 100.0% 4133 SAN CANYON RD SANTA CLARITA 150,220 100.0% 4134 DURFEE/EXLINE EL MONTE 21,098 100.0% 4135 PIONEER HS WHITTTIER 622,998 100.0% 4137 AVE OF STARS LA 9,300 100.0% 4138 ROGERS /ANDRSON LAWNDALE 1,702,528 99.9% 1,072 4139 WDLAND HILLS WOODLAND HILLS 414,145 99.B% 867 4140 VAR -AREA A LONG BEACH 889,849 98.9% 9,718 4142 ROSECRANS LAWNDALE 231,354 78.2% 50,405 4143 CALLE MIRAMAR REDONDO BCH 537,987 957% 23,254 6/24/05 Excel Paving Company EST.FINAL % JOB OPEN & CLOSED JOBS 1005 INCOME WORK BACKLOG NO. PROJECT/OWNER/AGENCY AMOUNT COMPL. OF WORK 4144 CASE AVE LA 263,996 0.0% 283,996 4148 RINDGE LANE REDONDO BEACH 202,677 100.0% 4149 EAST 6TH ST RANCHO CUCA 148,723 99.4% 881 4151 SANTAANITA.MALL 603,892 99.9% 504 4152 FAURVUEWIWARNER SANTA ANA 717,222 57.6% 303,835 4153 MT SAC WALNUT 71,900 100.0% 4164 STS & ALLEYS W. HOLLYWOOD 66,529 80.5% 12,806 4156 STERRY E.S. LA 223,520 94.9% 11,498 4157 YLIPLACENTIA FULLERTON 137,338 98.2% 2,515 4158 ALAMEDA ST. LA 105,754 100.0% 4160 WARNER ES LA 800,000 71.8% 225,443 4161 ST OVERLAY SIMI VLY 690,000 98.5% 10,491 4184 KENNEDY HS ANAHEIM 863,420 2.6°!0 840,593 4165 EL TORO RD LK FOREST 7,509,760 18.9% 6,088,033 4166 SURBANKARPRT BURBANK 61,633 100.0% 4168 MARINA DEL REY LA 440,000 57.7% 186,217 4169 CEN PK WEST LA 24,000 0.0% 24,000 4170 ALLEY RIVERSIDE 34,559 100.0% 4171 W. VALLEY BL SAN GABRIEL 243,341 99.99/0 344 4172 VARIOUS UCLA 293,698. 96.8% 9,458 4173 BOWERMAN LANDFILL ORANGE CO 351,661 9919% 189 4174 SHERMAN OAKS CNTR RESEDA 1,000,390 5.5.3% 447,642 4175 GLEDHILL ES NO HILLS 506,028 74.9% 126,773 4176 SILVER LAKE LOS ANGELES 1,286,630 37.8% 800,065 4177 COLD CANYON LOS ANGELES 481,211. 98.5% 7,399 .4178 VARIOUS STS PASADENA 979,462 95.8% 41,119 4179 PE BIKE TRAIL UPLAND 2,251,980 12.9% 1,961,382 4160 FIGUEROA ST CARSON 32,317 99.3% 230 4181 STATE ST ES LAUSD 331,967 69.6% 100,995 ...4182 UCLA CAMPUS LOS ANGELES 113,464 0.0% 113,418 4183 CAHUENGA LOS ANGELES 15,973 0.0% 15,973 4184 MAGNOLIA BLVD, BURBANK 275,200 65.4% 95,293 4185 WHITTIERIPRESBY WHITTIER 32,032 30.6% 22,215 4186 GETTY TRUST LOS ANGELES 10,000 3.4% 9,658 4187 PELTASON DR. IRVOA 59,860 100.0% 4188 SATICOY ST WEST HILLS 203,826 62.0% 77,410 4189 AVE OF STARS CENT CITY 55,896 76.6% 13,053 Open kbM D 624 OW b," D 62405 -' 6/24/05 Excel Paving Company EST.FINAL % JOB OPEN & CL08ED JOBS 2005 INCOME WORK BACKLOG NO. PROJECT /OWNER/AGENCY AMOUNT COMPL. OF WORK 4190 LINCOLN /FIJI MARINA DEL REY 34,403 100.0% 4191 HARVARD AVE. IRVINE 338,663 0.4% 337,105 4192 COMPTON 161ST LOS ANGELES 17,722 100.0% 4194 OTIS AVE BELL 63,517 100.0% 4195 NEW JOB SAN CLEMENTE 10,966 100.0% 4196 MWD /SEARL HEMET 8,986,566 16.8% 7,476,342 4197 LYNOOD USD LYNWOOD 1,466,748 31.3% 1,006,640 4198 AGOURA BIKE AGOURA HILLS 987,663 0.9% 978,475 4199 BROADWAY LONG BEACH 6,744 100.00,6 4200 COLTON SAN BERN 9,577 98.8% 111 4201 ROLLING GRN ORANGE 7,854 100.0% 4202 SUNSET & WESTERN LOS ANGELES 160,476 71.7% 45,474 4203 DOM STRM ORN REDONDO BCH 58,360 99.4% 366 4204 PUENTf HILLS LANDFILL PUENTE HILLS 52,992 53.8% 24,465 4205 DREW MID SCH LOS ANGELES 1,017,395 0.9% 1,008,006 4206 107TH ST ES LOS ANGELES 300,751 0.3% 299,770 4207 93RD ST ES LOS ANGELES 316,141 0.3% _315,304 4206 223RD ST LONG BEACH 2,200 100.0% 4209 PCH /CATALINA LONG BEACH 410,829 1.7% 403,948 4210 GLENDALE BLVD LOS ANGELES 25,900 0.00/0 25,%0 4211 VARIOUS LOC LONG BEACH 274,279 0.5% 272,898 4212 GLENDORAIHILL LA PUENTE 11,833 0.0% 11,833 4213 ALOAMA ST SCH 17,911 75.20/6 4,440 4214 PCH/ZUMIREZ MALIBU 431,890 2.8% 419,928 4215 THE TOLEDO LONG BEACH 7,460 0.0% 7,450 4216 REEVES/NAVY PORT OF LB 310,000 016% 308,214 4217 KANAN RD /101 FRWY 11,150. 0.0% 11,160 4218 ASHCROFT /ROBERTSON LOS ANGELES 52,900 0.0% 52,900 4219 LA PATA RD ORANGE CO 82,662 0,5% 82,117 4220 SO CENTRAL HS LOS ANGELES 64,132 0.0% 54,132 OW b," D 62405 ------------------- 6/24/05 Excel Paving Company FINAL JOB Closed Jobs 2004 INCOME 3369 ONE OCEAN TRAILS DR. 187,017 3589 MEDICI, LOS ANGELES 1,300,961 3637 12015 HARBOR BLVD., GARDEN GROVE 292,022 3714 PIER T, PORT OF LB 14,292,378 3721 IMPERIAL HWY., LOS ANGELES 1,037,837 3737 4341 E. WASHINGTON COMMERCE 4,354,077 3742 HENRY FORD, LA 2,700,058 3747 WEST & EAST ALAMEDA 7,215,816 3787 VARIOUS LOC SANTA MONICA 3,570,324 3789 PARAMOUNT AVE LONG BEACH. 549,948 3790 WILLOW ST LONG BEACH 471,575 3807 OVERLAND AVE LOS ANGELES 2,100,951 3836 BELLFLOWER BLVD. LONG BEACH 587,385 3837 PARKCREST LONG BEACH 576,439 3838 COLLEGE PARK DR. LONG BEACH 129,619 3839 VARIOUS STR LONG BEACH 1,414,032 3841 MANUAL INTERMODAL TERMINAL PORT OF LA 1,842,051 3844 SHADY CYN PHASE 18 IRVINE 134,618 3853 MISSION BLVD., POMONA 1,933,686 3855 21ST ST., HERMOSA BEACH 93,674 3860 54TH ES, LOS ANGELES 373,083 3862 VARIOUS ST OVERLAY, RANCHO PALOS VERDE 1,335,586 3866 HARDING AVE, LA 1,272,458 3867 SAN FERNANDO MISSION BLVD. LA 241,389 3880 BERTH 212- 225 POLA 5,224,942 3881 BROADWAY LA 2,353,009 3882 RTE 110 LOS ANGELES 13,878 3888 2001 -2002 ANNUAL MAINT, BEVERLY HILLS 1,071,191 3891 DODSON MS LA 421,387 3893 CHERRY AVE OFF RAMP LONG BEACH 47,332 3894 ROWAN AVE LA 529,889 3895 PIER S PORT OF LONG BEACH 11,152,520 3898 1200 GETTY CTR LOS ANGELES 83,066 3900 CENTURY PK WEST LOS ANGELES 769,641 3904 ST. JOHNS HLTH CTR SANTA MONICA 307,699 3907 ADDAMS ES LONG BEACH 299,430 3908 13652 CANTARA ST LOS ANGELES 351,000 3909 AMGEN CTR THOUSAND OAKS 916,725 3910 AMGEN CTR THOUSAND OAKS 181,997 3912 GRAND AVE EL SEGUNDO 285,134, 3914 ALLEYS-13TH SEAL BEACH 1,176,425 3916 JOHN MUIR MS LOS ANGELES 346,489 6/24/05 Excel Paving Company FINAL JOB Closed Jobs 2004 INCOME 3919 AVENIDA MAZATLAN SANTA MONICA 10,371 3923 OLYMPIC BLVD., BEVERLY HILLS 1,093,191 3925 DIAMOND /CRESTVIEW, LAGUNA BCH 266,863 3926 KENNETH VILLAGE /GRANDVIEW GLENDALE 934,377 3927 BUS CENTER, INGLEWOOD 1,249,275 3929 OLYMPIC BLVD., LOS ANGELES 501,589 3933 CORONA AVE ES, LOS ANGELES 418,314 3934 ROSCOMARE RD. E.S., BELL 523,685 3937 1730 CORONADO, LONG BEACH 3,800 3939 GLENNEYRE ST., LAGUNA BCH 408,063 3940 HARDING E.S., SYLMAR 634,037 3941 SOUTH STREET, LONG BEACH 330,350 3943 SOMERSET BLVD., BELLFLOWER 322,468 3945 CAMINO CAPISTRANO, SAN JUAN CAPISTRANC 299,287 3948 PALISADES CHARTER HS, LOS ANGELES 209,209 3949 2300 E. PCH, WILMINGTON 110,062 3951 2401 E. WARDLOW, LONG BEACH 399,700 3954 505 N. FIGUEROA ST., LOS ANGELES 106,331 3962 S. MACLAY AVE, SAN FERNANDO 412,397 3963 EL DORADO PK, LONG BEACH 156,007 3964 LONG BEACH BLVD., LONG BEACH 343,141 3966 13652 CANTARA PANORAMA CITY 37,776 3967 5722 DAIRY AVE LONG BEACH 5,500 3969 BERTH 206 -209 SITE, PORT OF LA 3,466,947 3971 VARIOUS & WASH BLVD., CULVER CITY 1,178,796 3973 LOS ROBLES MED CNTR, THOUS OAKS 355,736 3976 EXCESLIOR DR. REHAB, NORWALK 360,283 3977 ROSECRANS, NORWALK 213,811 3982 R06ECRANS & 710 FRWY COMPTON 33,850 3983 18349 FIGUEROA LOS ANGELES 10,758 3984 CADILLACNENICE LOS ANGELES 587,759 3985 TOWN CENTER HALL 143,281 3986 2627 HOLLYWOOD WAY BURBANK 291,290 3987 RAMSDELL AVE. LA CRECENTA 130,700 3988 VARIOUS ST REHAB SEAL BEACH 161,607 3991 ROSECRANS AVE NORWALK 91,835 3992 NEWPORT BLVDNICTORIA 276,610 3993 10801 6TH RANCHO CUCUMONGA 301,499 3996 SEE JOB #3984 5,995 3998 COLLEGE PK WEST SEAL BEACH 6,600 3999 LILO PKG LOT ANAHEIM 181,180 4000 HOLLYWOOD WAY OFF RAMP 43,997 6/24/05 Excel Paving Company FINAL JOB Closed Jobs 2004 INCOME 4001 BRISTOL/HEMLOCK 24,140 4002 170TH ST, ARTESIA 82,489 4003 710 FRWY /ANAHEIM 342,255 4006 LB AIRPORT PWI07013 L.B. 178,897 4007 LB AIRPORT PW 107104 32,010 4009 HAVEN ST, RNCHO CUCAMONGA 353,002 4010 MAPLE AVE MONTEBELLO 118,886 4011 BURB /GLEN /PASA AIRPORT 257,707 4012 CAMELLA ES N. HOLLYWOOD 153,074 4013 FILBERT AVE SYLMAR 28,192 4014 CANTEBURY AVE ES 471,227 4015 MCCOY CLEAR VW DR 61500 4017 POLA BERTH 210 -211 1,092,439 4018 MT SAC 1,356,922 4021 INGLEWOOD AVE 180,462 4023 GARDENDALE DOWNEY 146,398 4025 SANTA MONICA ES 8,880 4026 GAGE & COMPTON 414,171 4027 BEVERLY HILLS 3RD /CIVIC 27,170 4028 CALIFIBURNETT SIGNAL HILL 99,284 4029 MANCHESTER BLVD. BUENA PARK 107,900 4031 BARTONBURCH /PRISK 437,910 4032 DORLAND /NORWALK 63,009 4033 LB AIRPORT VARIOUS 74,730 4038 RE GRP 190TH GARDENA 19,199 4039 NO VLY OCC CENTER 449,762 4040 HATH DIN ANTON BLVD 106,854 4041 HARVARD AVE. IRVINE 1,118,713 4043 LAS BRISAS 70,541 4044 BELU33RD ST MAN. BCH 53,660 4047 DAPPLEGRAY /STRAWBRY R.H.E. 392,350 4048 4100 RPV SO RPV 400,131 4049 TOWN CENTER DR COSTA MESA 36,009 4051 BLDG M-4 NORTHROP GRUMAN 286,164 4052 BAKE PKWY IRVINE 26,900 4053 340 LOMA L.B. 4,200 4055 L.B. AIRPORT L.B. 15,317 4055 L.B. AIRPORT L.B. 15,317 4063 190 MARINA DR. LB TRANSIT 94,900 4066 M -4 SO PKG LOT NORTHROP 443,972 4068 WILMINGTON REFI WILMINGTON 79,954 4071 SHERBOURE CEDARS -SINAI 122,075 __ °-- -- --- °- ----- - ____________________ 6/ 24 /05 Excel Paving Company FINAL JOB Closed Jobs 2004 INCOME 4072 VAR ST. LOC MONTEBELLO 133,118 4073 ROOSEVELT ES LYNWOOD 12,448 4074 FLORENCE PL, BELL GARDENS 108,950 4078 CALIF /BURNETT SIGNAL HILL 1,000 4079 OHIO /HILUSTAN SIGNAL HILL 2,600 4080 SKYLINE FULLERTON 29,218 4081 BURBANK AIRPORT BURBANK 202,575 4082 ADAMS LA 1,227 4085 ALAMEDA/HOLLYWOOD BURBANK 2,262 4086 NAVAJO PL PV EST 12,780 4092 IMPERIAL HWY DOWNEY 5,286 4094 MOVE EQUIP LONG BEACH 99,524 4095 CEDAR BROOK ALISO VIEJO 1,494 4096 SUNSET BLVD BEV. HILLS 35,268 4097 SUNFLOWER COSTA MESA 19,052 4100 SEPULVEDA BLVD EL SEGUNDO 0 4101 MILTON AVE WHITTIER 187,232 4107 LANDFILL PUENTE HILLS 13,809 4114, VARIOUS STS GARDEN GROVE 1,053,088 4116 FAIRFAX HS 2,428 4119 WORLD WAY WEST AMER. AIR 5,800 4121 BUENA VISTA BURBANK 2,900 4122 RAILROAD ST INDUSTRY 4,600 4125 BRAYTON ST SIGNAL HILL 6,800 4128 MAGNOLIA BURBANK 16,785 4131 DISNEYLAND ANAHEIM 32,404 4132 EAGLETON ST AGOURA HILLS 14,600 4136 VARIOUS LOC GARDENA 176,232 4141 ARBOR ST. LONG BEACH 11000 4145 CESAR CHVZ LA 5,819 4146 BURBANK BLVD WDLND HILLS 4,700 4147 OAK GROVE PASADENA 19,650 4150 WILLOW/TEMPLE LONG BEACH 1,900 4155 GETTY CNTR DR LA 39,550 4159 RIVERA RD WHITTIER 7,400 4162 NEW DOCK ST LONG BEACH 8,400 4163 FAIR OAKS PASADENA 4,500 I 4167 LB AIRPORT LONG BEACH 6,600 4193 E LONG BEACH LOS ANGELES 22,240 EXCEL PAVING CO. • U CLOSED JOBS 2003 Updated February 2004 6/24/05 xaaaa xxCaamaaaeaxx= x.. axxxxxxxeas =am__xxxax= exxn- xexxxxxx= xaxxxSOxaxax Year of 2003 JOB NO. PROJECT NAME xx =.x xxxxxexx_xaexeoeoxoe. FINAL INCOME AMOUNT xvca_xc =xxxxe :xex :x. a== xxexxx¢xx 3498 9425 PENFIELD AVE, CHATSWORTH 3807 BRISTOL ST., SANTA ANA 3662 777 PAULING DR., THOUSAND OAKS 3685 555 W. TEMPLE ST., LOS ANGELES 3669 ' 23388 MULHOLLAND, WEST HOLLYWOOD 3872 SHADY CYN /SAND CYN, IRVINE 3693 11847 W. GORHAM AVE. 3720 2699 PALOMA ST., 3732 GARVEY & CORP CTR, 3745 WARNER AVE., 3752 PIER 400 ICTF, 3764 BERTH 230432 3768 ERRINGER AVE 3788 PALO VERDE AVE 3796 VARIOUS LOCATIONS 3797 GOMPERS ELEM SCH 3812 2627 HOLLYWOOD WY, 3814 PIER 400 LEAD TRK, 3817 PORTSHEAD RD., 3818 BERTH 115 3821 MACARTHUR BLVD. 3829 COMPTON AVE 3840 "CALIFORNIA REHAB 3846 42ND & ANGELES MESA E.S. 3847 * STRT REHAB 3848. SANTA MONICA MUNICIPAL POOL 3852 BANDERA RD. 3867 9521. DALEN ST, 3868 VON KARMAN & MAIN, 3869 OLD TOWN WEST, 3863 E. PKG LOT AVIATION, 3869 SEPULVEDA/PCH 3870 CRENSHAW BLVD., 3871 CARSON:& HELMS 3872 TAFT ES, 3874 SYLMAR HS, 3877 LONG BEACH AIRPORT 3883 15 AVE SCHOOL 3884 DANA MIDDLE SCHOOL 3885 PIER W 3886 PKG LOTS D & E 3889 74TH ST ES 3892 CLEVELAND HS LOS ANGELES PASADENA MONTEREY PARK SANTA ANA LA POLA SIMI VALLEY LONG BEACH SIMIVALLEY LONG BEACH BURBANK POLA MALIBU SAN PEDRO IRVINE LA COUNTY GLENDALE LOS ANGELES GLENDALE SANTA MONICA LA DOWNEY IRVINE LOS ALAMITOS REDONDO BCH MALIBU LA CULVER CITY LOS ANGELES LOS ANGELES LONG BEACH LOS ANGELES LOS ANGELES PORT OF LONG LONG BEACH LOS ANGELES 524,427 8,891,538 246,729 833,768 2,188,833 11,156,694 181,777 109,929 2,292,779 2,645,776 6,718,112 2,259,075 520,781 488,074 2,021,101 526,406 3,659,178 3,013,820 154,668 1,603,575 364,009 1,335,672 289,022 626,703 1,967,209 4,900 232,256 41,478 122,403 848,052 434,879 41,910 1,301,618 910,143 371,367 452,900 28,500 245,632 631,459 BEA 385,401 341,042 270,412 98,100 CLOSED JOBS 2003 6/24/05 �azaxseexaesseaes-_= azzzzzazzazzx= sxxxe= sssaznzx�.zz= asassss =x = saeaaassax;s Year of 2003 FINAL JOB INCOME NO. PROJECT NAME AMOUNT „_=== _o=xxo .zzzzzaeazzzzzazze= x =c_o= _cam= s== xa= r= sxazsaza_= sasesassx�x;x 3896 FISHBURN AVE ES LOS ANGELES 304,115 3897 2100 AMGEN CTR DR, THOUSAND OAKS 113,884 3899 LOCAL ST REHAB LAWNDALE 348,148 3901 VIEWLINE DR SIMI VALLEY 319,900 3903 LEXINGTON & BURTON BEVERLY HILLS 139,810 3906 RTE 5160 AT SOTO, LOS ANGELES 7,233 3911 SUPER BLOCK PKG SANTA ANA 208,478 3917 UCLA CAMPUS LOS ANGELES 136,323 3918 MULHOLLAND HWY LA 18,629 3921 BOLSA CHICA & RANCHO HUNTINGTON BCH 25,078 3930 EL CAMINO REAL, LOS ANGELES 373,649 3935 GAULT ST. E.S., LOS ANGELES 694,379 3936 EL MORRO ES, LAGUNA BCH 29,900 3938 DORSEY H.S., LOS ANGELES 159,464 3942 LONG BEACH AIRPORT LONG BEACH 16,022 3944 DANA POINT HARBOR DANA POINT 383,919 3946 2021 E. ROSECRANS, EL SEGUNDO 21500 3955 WASH & INDIANA, VERNON 150,698 3956 8111 VENTURA, PANORAMA CITY 13,497 3957 SOUTH BEACH IMPVTS, SANTA MONICA 19,250 3958 PIER T GDR XING, PORT OF LONG BEA 77,912 3960 UCLA CAMPUS, LOS ANGELES 47,499 3885 2670 HOLLYWOOD WAY, BURBANK 59,560 3966 13652 CANTARA, PANORAMA CITY 0 3968 OCEAN PK, SANTA MONICA 198,605 3970 CABRILLO AVE ES, SAN PEDRO 376,255 3972 633 W. 5TH ST, LOS ANGELES . 10,760 3974 DISCOVERY WELL PK, SIGNAL HILL 57,625 3975 2401 E. PCH, WILMINGTON 7,147 3980 7100 SANTA MONICA LOS ANGELES 4,361 3994 3333 SKY PK DR TORRANCE 5,029 4008 MOOG WESTERN AVE 128,302 4019 GRAND ST, LQ 11996 4020 PIPE CON PCH 3,800 4022 BOEING PLANT 42 PLMDL 305,399 4034 OSO PARKWAY 53,354 4036 WHITTIER SCHOOLS 41,231 4037 33RD /ORANGE SH 15,489 4046 LINCOLN /JEFFERSON L.A. 16,011 4054 WORLD WAY WEST L.A. 8,676 4056 2300 PCH L.B 3,400 4058 SANTA MONICA/HILLCREST B.H. 1,550 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Stale of California County of Los Angeles I ss. On ON 14 2005 before me, C. Phillip, Notary Public Date Nenw an0 T91a of ola®r ta.g.. "Jana Doe. Notary Public') personally appeared PALP DBA Excel Paving Co By C P Brown President Nama(6) of Slgmr(a) i Rs Ceromi,rien. k 7492824 CO-"" Notary Public - California N Los Angeles County- �`+ ny Comm. EaD res Nay 1 i, 7808 e 91 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. WITNESS E 3y d a d official seal. Place Notary Seal Above Slgrlaw d Notary Public OPTIONAL Though the information 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: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb here ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 Natbnel Notary Amoclftn -0050 De 9oloave., P.O. Boa 9402 • CbelewoM, C 01919.2402 • mvw.na9ordnolarynrg PmO. No. 5W A..M.. Call To9Pree 14OP9I& MT 0 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Slate of California as. County of Los Angeles OnL'tC 1 4 2005 before me, C. Phi lips Notary Puhlic Data Neme snot T(Be of OBloar (t.B-'Jene Doe, Wart, PublW) personally appeared President & Michele Drackulich Assist ecretar J2 personally nown to die ❑ proved to me on the basis of satisfactory evidence y� C. PHILLIPS Lce%& Notary !;X Los Angeles County N ny Comm. fxpnet May 31, 2008 to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /herltheir. signature(s) on the instrument the person(s), or the entity upon behalf of which the person($) acted, executed the instrument. WITNESS y ha and official seal. I pleat Hamry Seal Above BfgnMr7moftlypubb OPTIONAL Though the Womradon below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent remove[ and realtachmem of this form to another document. Description of Attached Document Tithe or Type of Document: Document Date. Stgner(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner-0 Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTHLAIRPRINT OF SIGNER 0 1999 Natt" Nolery Aosodatbn • 050 De Soto Ave.. P.O. Bea 2402 • dmNwmih, C"1313402 • w Malboalnotaryare Pmtl No OW eeord0, call Toll-Free 1- e0M7041e2) 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 ACKNOWLEDGEMENT OF ADDENDA PALP INC. DBA Bidders name EXCEL PAVING COMPANY The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: i�hl Addendum No. Date Received Signature 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 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: PALM, INC. DBA EXCEL PAVING COMPANY Name of ' or, Gempamy or Corporation: 2830 LEMON AVENUE LONG REACH, CA E4e96 Business Address: Telephone and Fax Number: (562)599 -5841 FAX(562)591 M California State Contractor's License No. and Class: STATE LIC. 688659•A' (REQUIRED AT TIME OF AWARD) Original Date Issued: 15Wklaq Expiration Date: - bb%\O P 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: 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 CURTIS P: BROWN, PRESIDENT E CHIEF OpWTIN69A" GEORGE R. WRAE, SENIOR PRESIDENT RHARCI � OR= 2230 LONGLBEACH, CA 0806 (562) 599.5641 Al IWAQ P OnOWT9iRFick ImoN BRUCE E. RATT VICE PROM MKMEILEEDMULICKASSISTAKIMMY Corporation organized under the laws of the State of 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: PALP INC. OBA EXCEL PAVING COMPANY For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the ow, per /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Are any claims or actions unresolved or outstanding? Yes IS 17 r� If yes to any of the above, 0 (Attach additional sheets, if -necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. C,P, BROWN, PRESIDENT PALP.INC.DBA EXCEL PAVING COMPANY Bidder Subscribed and sworn to before me this (Print name of Owner or President of Corporation /Company) (_ '�.I A Authorized Signature/Title C.P. SROWN, PRESIDENT DEC 14 2005 Date m SEEATTACNE0 day of 2005. [SEAL] 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California 1 ss. County of Los Angeles On DEC 14 2005 before me, C Phillips Notary Public Data Name and Tie of Officer (e.e- gene Doa. Notary Pubile) personally appeared PALP DBA Excel Pavrine Co B C P Brown President Neme(e)of nor(q ' C. PHILLIPPS Comrousion. If 1492824 Notary PuNic - California N Los . FlpmsCiunty . a „r Comm. Ermrts Mar t!. 2p08 n personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(fes), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m and not official seal. Place Notary seal Above Sign re of Notery Public OPTIONAL 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: Document Dale: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ individual ❑ Corporate Officer —Title(s): ❑ Partner —0 Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT THWASPRMT OF sIGNCft 0 t999 Nallonal Notary A exlaimn • 9350 De Sato Ave., P.O. Boa 2402 • MalawoM, CA 91313 -2402 • mvw.Delloaeawtaryom Pmd. No VID7 RaoNer. Cal W1 -Fee I -S9Dd6 &BV7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 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 NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 CONTRACT THIS AGREEMENT, entered into this _ day of , 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and PALP dba Excel Paving Company, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: NEWPORT SHORES PAVEMENT REHABILITATION Project Description: The work necessary for the completion of this contract include: distribute construction notices to nearby businesses and residents; provide surveying service; cold mill and dispose of PCC and AC pavement; remove and dispose of pavement sections; provide and construct asphalt surface course; construct A.C. pavement sections; reconstruct P.C.C. curb and gutter; reconstruct P.C.C. sidewalk, curb access ramps, driveway approaches and cross gutters; adjust manhole and valve frames and covers to grade; protect survey monuments in place; install traffic markings and markers and fire hydrant markers; traffic control including temporary installation and removal of barricades, delineators, steel plates, AC driveway ramps, signs, solar - powered arrowboards, flagpersons, etc.; protection and restoration of existing curb drains; restoration of landscaping and improvements damaged by the Contractor; clean up and disposal; and perform other incidental items of work as required to complete the Work in place." 3721 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3721, 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 20 • • 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. 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, Four Hundred Eighty-Six Thousand, Nine Hundred Thirty-Eight and 001100 Dollars ($1,486,938.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to Citv. addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Stephen J. Luy (949) 644 -3330 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: 21 CONTRACTOR PALP dba Excel Paving Co. 2230 Lemon Avenue Long Beach,CA 90806 562- 599 -5841 562 -591 -7485 Fax Contractor, by executing this Contract, • i "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with 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 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 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 22 0 0 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. 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. 23 0 • 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 24 0 • I. 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. 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 CITY CLERK APPROVED AS TO FORM: ) 6.� Cs AARON C. HARP Assistant City Attorney 25 CITY OF NEWPORT BEAC A Municipal Co oration By: rl�x_ Mayor PALP DBA EXCEL PAVING CO. B � � By: ' , (Corporate Officer) Title: PRE&WIff Print Name: CU. BROWN (Financial Officer) Title: 99. SECKTAN Print Name: IMCHELE E. DRAKULICH ! 0 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES I ss. On ! R--aLl - C)5 , before me, CELESTE A. GRAHAM NOTARY PUBLIC Dale Name aid Title of Officer (e.g., 'Jane Doe, Notary Public') personally appeared PALP INC. DBA EXCEL PAVING COMPANY BY C.P. BROWN PRE& AND MICHELE E. . -LESTE GRAHAM � COMM. #1600308 NOTARY PUBLIC-CALIFORNIkA / /! / /)LOS ANGELES COUNTyr r COm ERP. A ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITN SS myyh hand jy']and official se Ed. Place Notary Seal Above - S gnaWre 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: _ Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual • Corporate Officer — Title(s): • Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER 0 1999 National Notary Aeaodation • 9369 be Sate Ave., P.O. Box 2402 • Chat h, CA 91919 -2402 • www.nelionelriMary.o19 Prod W. 6W Reorder.. Call Toll-Free 1- BOPB]8682] COVERAGES THE POLICIES OF INSURANCE LISTED EEI.OW WIVE SEEN ISSUED TO THE INSURED NWED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDMO90F ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PE AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE 04 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAW LTR N TYPE OF INSURANCE POLICY NUMBER DATE WINDDIYY) DATE MMMDM' LIMITS GENERAL LIABILITY EACH OCCURRENCE 81,000,000 A X X COMMERCIALGENERALUABILITY CLAIMS MADE FX]OCCUR P IC650112002 11/01/05 11/01/06 PREMISES [Ea occurencel $100,000 NED EXP(my aN person) $5,000 PERSONAL & ADV INJURY $1,000,000 X DEDUCTIBLE $25,000 EA OCCU E BI /PD GENERAL AGGREGATE $2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGO 12,000,000 P. POLICY X JJECT LOC A X AUTOMOBRE LIABILITY ANY AUTO 1CA50111902 11/01/05 11/01/06 COMBINED (Ea- olaenrllNGlE41M1T $ 1,0001000 X BODILY INJURY (Par OrreerQ $ All OWNED AUTOS SCHFDIAED AUTOS HIREDAUPOS NON -OWNED AUTOS X BODILY INJURY [Per ecddenq $ X PROPERTY DAMAGE IPereomdeN[ S GARAGE LIABILITY AUTO ONLY - EAACCIDENT $ ANY AUTO OTHER THAN EA ACC AUTO ONLY nOG $ S EXCESSAIEISRELLA LIABILITY EACH OCCURRENCE $ OCCUR ❑ CLAIMS MADE AGGREGATE $ $ DEDUC'RBLE $ RETENTION : $ A WORKERS COMPENSATION AND ANYPROPIs•Lb1BILm PNY r +ROPRIETOplPW77HJ(:R /D(ECLm'/E OFFICERIMEMBEA EXCLUDECT II yes, �nbe I sr SPECIAL PROVISIONS below 1CH50115302 11/01/05 11/01/06 X TORY LIMITS FR I EL EACHACCIDEM :1,000,000 E.L. DISEASE -EA EMPLOYEE i 51,000,000 EL DISEASE - POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS A VEHICLES I EXCI ADM BY ENDORSEMENT / SPECIAL PROM $[OHS *except SO Days Notice of Cancellation for Non - Payment of Premium. It is hereby agreed that City of Newport Beach, its officers, Agents, Officials, Employees and Volunteers are named as Additional Insureds as respects General and Auto Liability per attached endorsements. RE; Excel Job #9307; Newport Shores Pavement Rehabilitation. *See Notes* glaip /nuaip /wcwv /X ciTyNSO I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING N ER WILL ENDEAVOR TO LIAL 30 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAL.URE TO DO SO SHALL City of Newport Beach I IW'OSE NO OBLIGATION OR LIABRITY OF ANY IRA UPON THE NSIRLER, rr3 AGENTS OR 3300 Newport Blvd. REPRESENTATNES. Newport Beach CA 92658 -8915 I Wry- 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 Certifica'e 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. AGORD 25 (2001!08) Frain: Amy Cannon At The Vfbotllton Company FaxQ. To: ExW Paying; celesba C3aham (Budne" Fax) COMMERCIAL GENERAL LIABILITY POLICY NWMBER: ICGA.0112002 INSURED: Palp, Inc. dba: Excel Paring Company pate: 12t=2005 02;1 S PM Page: 5 of S THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) The endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Newport Beach, its Officers, Agents, Officials, Employees and Volunteers RE: EsctA Job 04307; Newport Shores Pavement Rehabilitation. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of 'your work" for that insured by or for you. 00 2010 1185 Copyright, Insurance Services Office, Inc., 1984 From; Amy Cannon At The Waoditm Company Fa da, To: Ekeel Paving: Celeste Graham (Business Pax) mate: 122(72005 02:18 PM Page! 8 of 8 IL 12 01 11 85 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY, POLICY CHANGES POLICY NO. POLICY CHANGES EFFECTIVE COMPANY 1 CG50112002 11/01/05 VIRGINIA SURETY COMPANY, INC. NAMED INSURED AUTHORIZED REPRESENTATIVE Pal , Inc., dba: Excel Paving Company Construction Program Group COVERAGE PARTS AFFECTED COMMERCIAL GENERAL LIABILITY Name of Person or Organization: City of Newport Beach, its Officers. Agents, Officials. Employees and Volunteers. RE: Excel Job ==4307: Newport Shores Pavement Rehabilitation. CHANGES ADDITIONAL INSURED PRIMARY WORDING The following changes are made to Section IV — Commercial General Liability Conditions: The following is added to Condition 4. Other insurance As subparagraph d. Additional Insured: d. Additional Insured Where you have entered into a written contract or agreement to name a person or organization as an insured under this coverage part and that written contract or agreement requires this insurance to be primary and noncontributory, we will riot seek Contribution from any other insurance unless the "Amendment of Other Insurance Condition" CG 00 55 03 97 endorsement applies. IL1201GLCPG32 IL 12 01 1186 Copyright Insurance Services Office, Inc., 1983 Copyright, ISO Commercial Risk Services, Inc 1983 From: Amy Cannon At The Waaditah Company FaxID: To: Excel PaNng: Celeste Graham (Business Fax) Date: 1=2003 02:1 a PM Page: 7 of 8 VIRGINIA SURETY COMPANY, INC. ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is addled to Seotion II - Liability Coverage, A. - Coverage, 1. Who Is An Insured: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of; The coverage or limits of this policy, or 2. The coverage or limits required by said contract or agreement. Name of Person or Organization: City of Newport Beach, its Officers, Agents, Officials, Employees and Volunteers RE: Excel Job ##4307; Newport Shores Pavement Rehabilitation. This insurance is primary for the person or organization shown in the schedule, but only with respect to liability arising out of your work for that insured by or for you. Other insurance afforded to that insured will apply as excess and not contribute as primary to the insurance afforded by this endorsement. Named Insured Palp, Inc. dba Excel Paving Company Policy Number 1CA50111902 Endorsement No. Policy Period 11/01/05 — 11/01/06 Endorsement Effective Gate: 11101105 CA CPG 4 (8/03) rrom: Amy Cannon At I ne Wboditoh Company Faxit), To: Excel PaAng: Celeste Graham (Business Fax) Date: 12=005 02:18 PM Page: a of f Company VIRGINIA SLrRET'Y COURANY", INC. Policy Period 11AW05 To ATTACNED TO AND FORMING A PART OF POLICY NUMBER WIW50115.102 1 1!01106 ENDORSEMENT EMCTIVE (Standard Time) 11101/2005 12:01 Ad 1. NOON (N) 11 Endorsement No. 0000 Palp. Inc. dba: Excel Paving Company PRODITCER AND CODE C.PG:'SPEC, RISK RESOURCES INS AGCY. INC. TIES ENDORSEMENT UTANGES THE POLICY. PLEASE READ IT CAREFULLY, THIS END0RSBIv1E1d'I MODIFIES INSURANCE PROVIDED ENDER THE FOLLOTMNG: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE W,k'VER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization framed in the Sch4tle. This ageement applies only to the extent that you perform work under" written contract that requires you to obtain this agreement from its. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule, Schedule Person or Organization: City of Nettport13=;h, its Officers, Agents. Officials, Employees and V"oltuiteers RE: Excel Job #4367: Newport Shores Pavement Rehabilitation. The premium charge for this endorsement is: $0.00 WC CPG 7(3102) JAN -03 -2006 15�5}3r, 6 FROM: / ('j • G 7149391654 919496443316 P.1'1 Fax #1: `'7 7 f CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: �°Z 4 A C_ Dept. /Contact Received From: "�'" acryI wn Oi Date Completed: i Sent to: R ry4 Gi By: Company /Person require to have certificate:a^r, 1. GENERAL LIABILITY v / A. INSURANCE COMPANY: I�F_G B. AM BEST RATING (A: VII or greater): LJ — e C. ADMITTED Company (Must be California Admitted): Is Company admitted in Califomia? Q49 ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? `g'oi 4q ltw % pa , E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? E 'las No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City Its officers, officials, employees and volunteers): Is it included? Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? Yes ❑ No H. CAUTIONI (Confirm that loss or liability of the named Insured is not limited solely by their negligence) Does endorsement include "solely by ,� negligence' wording? ❑ Yes 0<0 L 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. 1L. AUTOMOBILE LIABILITY , 1 / T (� t e Lw A. INSURANCE COMPANY: I Y <,l e win mitt, B. AM BEST RATING (A: VII or greater); C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in Califomia? Yes ❑ No D. �r LIMITS (Must be $1M min. BI & PD and $500,000 UM): What Is limits provided? ci} IPL" -/ E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? f-,4s ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? P/4- ❑ 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. M. WORKERS' COMPENSATION A. INSURANCE COMPANY: �r n 101 Ultii f / B. AM BEST RATING (A: VII or greats` : 0 t C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? 1311�es ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN ET? Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT SHORES PAVEMENT REHABILITATION .CONTRACT NO. 3721 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. 3721 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 Lump Sum Mobilization p SPiUGtit►'�'t1� `�•tkhho a t�ru Vui. i"l CT awr Dollars and Cents Per Lump Sum 2. Lump Sum Traffic Control i" *kLMl10 @ Dollars $� and Cents Per Lump Sum 3. 2,065 C.Y. Excavation �t Dollars and �- Cents Per Cubic Yard ib $ I a 5CA. — $ (S nia 11 • PR2of8 - ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 15,645 S.Y. Cold -Mill Asphalt Pavement @ Dollars and o�,1 Cents $ 2. � $ � 3 wwp Per Squ a Yafd 5. 2,950 TONS 5 -inch Thick Asphalt Base Course @ Dollars I and Cents $ g2 $ 2`1 Ot 0� Per Ton 6. . 2,865 TONS 2 -inch Thick Asphalt Finish Course. @ OKP Dollars � r and �l Cents $ $J Per Ton 7. 765 TONS Variable Thickness Asphalt Finish Course �.�1� @ Qn" _ Dollars and $' Cents $ $ Per Ton 8. 3 EA. Road Bump (aif�Mtl.IA/vSk04 Dollars 3 and JD- Cents $ $ a ow Per Each 9. 1,800 L.F. Remove & Construct PCC Type "A" Curb & Gutter Variable Curb Face @_Dollars and Cents $ �Jcw� Per Linear Foot • • ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 11 iPj 13 14. 170 L.F. Remove & Construct PCC Type "A" Curb &Gutter 6 -Inch Curb Face @ Dollars and Cents $ 361 $ S Per Linear Foot 100 L.F. Remove & Construct PCC Type "A" Curb & Gutter At Various Locations 110 L.F. 11,210 S.F @ Dollars and — Cents Per Linear Foot Remove & Construct PCC Type 'B" Curb @ UJ 'R Dollars 3— and $ ZS ' $ 2�ISy Per Linear Foot Remove & Construct PCC Cross Gutter @ Dollars —�' and Gents Per Square Foot 3,725 S.F. Remove and Construct PCC Access Ramp @ 4w4t8v Dollars and -4-7� Cents Per Square Foot $ �1. $ m,51011 • PR4of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 1,050 S.F. Remove & Construct PCC Sidewalk @ nn Dollars and fn 91"A .Cents Per Square Fo t 16. 400 S.F. Remove & Construct PCC Sidewalk with Thickened Edge @ Dollars and �2 Cents Per Square Fo t 17. 920 S.F. Remove and Construct PCC Driveway Approach Dollars and Cents Per Square Foot 18. 5,200 S.F. Remove and Construct PCC Alley Approach @ Gi & i Dollars and 11II Cents $ $ Per Square Foot 19. 600 S.F. Remove and Construct PCC Alley @ Dollars and c� ' Cents $ Q $ I I �00 Per Square Foot PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20: 21 22. 23. 24. 25. 117 Ton 640 S.F 1 EA 34 EA. 0 Remove and Construct AC Alley @ C,-\bjVrq Dollars A;E�7_ and Cents $ �2.' $ �Vlq-- Per Ton Remove and Construct PCC Spandrel @ r1mKM-- Dollars and —B� Cents $ $ 040 Per Square Foot Remove and Construct P.C.C. Junction Structure #1 @� Dollars and Cents $ � � $ _ox Per Each R�ee nstruct Ma ho to Grade a�w� o Dollars and .Cents Per Each Reconstruct Water Valve Cover to Grade @'UV'V— kk " Dollars and Cents Per Each 3 EA. Reconstruct Sewer Cleanout to Grade T� @_ Sg&tm2o, f.. a Dollars $� and Cents Per Each $ Z'Ii- ,- $ �sltpy- $MOD , ! • ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 4 EA. Abandon Storm Drain Manhole &MAIn G`u @ TZA Dollars and Cents $ ��� � $ . A40 Per Each 27. 665 L.F. Abandon Storm Drain @ %P.r. Dollars and Cents $ $ A S. Per Linear Foot 28. 2 EA. P.C.C. Curb Inlet Type OL-A, 12 -Feet Lon `Cgi.MU� �At1tjoi h Dollars q;260� and Cents $ $ 0 -' Per Each 29. 4 EA. P.C.C. Curb Inlet Type OL -A, 7- Fe,5et�L,`ong LWSa w Dollars and Cents $ $ Per Each 30. 2 EA. P.C.C. Junction Structure #1 oCollars and Cents $ �Ssw� $ II OCO Per Each 31. 70 L.F. Remove and Install 15 -Inch Diameter PVC, C -900 @1�Cnikti �Ue. Dollars and -8� Cents $ T � Per Linear Foot • 0 PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 200 L.F. Remove and Install 15 -Inch Diameter PVC, C -900 and Trench Restoration @ 13*1L 64yw TVollars and II Cents $ —ED $ Per Linear Foot 33. 410 L.F. 15 -Inch Diameter PVC, C -900 with Concrete Encasement and Trench Restoration ML @ 4 Dollars !� and Cents Per Linear Foot 34. Lump Sum Water Main Siphon 'JWUAT @ Dollars and $ Cents Per Lump Sum 35. Lump Sum Traffic Striping @ Iata� VWyJoaA Dollars and Cents Per Lump Sum 36. 8 Ea. Traffic Signal Loop @ Dollars and —�J Cents $ Per Each 37. 24 Ea. Remove and Reinstall Street Sign Unistruts and Signs '(l)D LkMMO @ farT4 — Dollars and Cents $ ZV. _ Per Each (6(noo $ ZZ x — $ 5040 i ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS. PRICE PRICE 38. Lump Sum Surveying r+j @ MV Dollars and Cents $ C C* Per Lump Sum 39. 6 Ea. Trim Existing Tree Roots RX, B~4 @ Dollars and Cents $ 5 Per Each 40. 2 Ea. PCC Pipe Collar G �i lt�i3 @ ^M Dollars and Cents $ $, Per Each TOTAL PRICE IN WRITTEN WORDS and a° Cents DEC 14 2005 Date %5j 59q.r,841 FAX (562) 591 IM Bidder's Telephone and Fax Numbers ,STATE LIC, 680659 NA• Bidder's License No(s). and Classification(s) "KV.-k 0 IUM1. l ^�N T V **011ars $ Total Price (Figures) PALP. INC. DBA EXCEL PAVING COMPANY Bidder �,/ z / C.P. BROWN �/ ylt/—' agcrtDENT Bidder's Authorized Signature and Title 2230 LEMON AVENUE i nw6 BEACH, CA 90806 Bidder's Address F :IUSERSIPBW\SharedlContracts\FY 05- 06%NEWPORT SHORES PAVEMENT C- 3721XPROPOSAL C- 3721.doc • w PUBLIC WORKS DEPARTMENT 1 1 r r r r r r� r] 4 4 INDEX FOR SPECIAL PROVISIONS NEWPORT SHORES PAVEMENT REHABILITATION CONTRACT NO. 3721 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 r r r r r r� r] 4 4 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 16 201 -1 PORTLAND CEMENT CONCRETE 16 201 -1.1.2 Concrete Specified by Class 16 201 -2 REINFORCEMENT FOR CONCRETE 16 201 -2.2.1 Reinforcing Steel 16 SECTION 207 PIPE 16 207 -9 IRON PIPE AND FITTINGS 16 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 16 207 -9.2.2 Pipe Joints 16 207 -9.2.3 Fittings 17 207 -9.2.4 Lining and Coating 17 207 -9.2.6 Polyethylene Encasement for external Corrosion Protection 17 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.1 Cleanup and Dust Control 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 7 7- 10.3.1 Construction Sequencing 8 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 9 7 -10.6 Street Sweeping Signs 9 7 -10.7 Notice to Businesses and Residents 9 7 -15 CONTRACTOR 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 16 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 16 201 -1 PORTLAND CEMENT CONCRETE 16 201 -1.1.2 Concrete Specified by Class 16 201 -2 REINFORCEMENT FOR CONCRETE 16 201 -2.2.1 Reinforcing Steel 16 SECTION 207 PIPE 16 207 -9 IRON PIPE AND FITTINGS 16 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 16 207 -9.2.2 Pipe Joints 16 207 -9.2.3 Fittings 17 207 -9.2.4 Lining and Coating 17 207 -9.2.6 Polyethylene Encasement for external Corrosion Protection 17 207 -17 PVC PLASTIC PIPE 17 207 -17.1 General 17 SECTION 214 PAVEMENT MARKERS 18 214-4 NON - REFLECTIVE PAVEMENT MARKERS 18 214-5 REFLECTIVE PAVEMENT MARKERS 18 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 18 300 -1 CLEARING AND GRUBBING 18 300 -1.3 Removal and Disposal of Materials 18 300 -1.3.1 General 18 300 -13.2 Requirements 18 300 -1.5 Solid Waste Diversion 18 SECTION 302 ROADWAY SURFACING 19 302 -5 ASPHALT CONCRETE PAVEMENT 19 302 -5.1 General 19 302 -5.4 Tack Coat 19 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 19 302 -6.6 Curing 19 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 19 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 19 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 19 303 -5.1.1 General 20 303 -5.5 Finishing 20 303 -5.5.1 General 20 303 -5.5.2 Curb 20 303 -5.5.4 Gutter 20 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 20 307 -4 TRAFFIC SIGNAL CONSTRUCTION 20 307 -4.9.3 Inductive Loops 20 SECTION 310 PAINTING 20 310 -5 PAINTING VARIOUS SURFACES 20 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 20 312 -1 PLACEMENT 22 PART 4 SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 22 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements F: \USERS \PBW\Shared\Contracts \FY 05 -06 \NEWPORT SHORES PAVEMENT C- 3721 \SPECS INDEX C- 3721.doc 22 22 22 310 -5.6.6 Preparation of Existing surfaces 20 310 -5.6.7 Layout, Alignment and Spotting 22 310 -5.6.8 Application of Paint 22 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 22 312 -1 PLACEMENT 22 PART 4 SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 22 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements F: \USERS \PBW\Shared\Contracts \FY 05 -06 \NEWPORT SHORES PAVEMENT C- 3721 \SPECS INDEX C- 3721.doc 22 22 22 0 0 SP 1 OF 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS NEWPORT SHORES PAVEMENT REHABILITATIOI CONTRACT NO. 3721 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- 5875 -S, T- 5719 -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 -5/7- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 7 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, The work necessary for the completion of this contract includes: cold milling, resurfacing and reconstructing streets; replacing sidewalks, curb and gutter and cross gutters, installing storm drain; and perform other appurtenant and incidental items of work as required to complete the work in place." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The 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 filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the Work completion. 0 All existing street centerline ties and The Contractor shall be responsible monuments damaged by the Work." • SP2OF22 property corner monuments are to be preserved. for the cost of restoring all survey ties and/or 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 have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. For the Contractor's information, Coast Surveying Inc., (714 -918 -6226) performed all the design survey, has filed preliminary Corner Records for all Centerline Monuments, and can efficiently file the required post- construction Corner Records. 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. SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 0 • SP3OF22 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -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 to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, SBC, Cable Television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing 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 Superintendent, at (949) 718 -3402. The contractor shall remove and salvage City -owned sewer manhole covers and grade rings and City owned water valve cans and covers, and furnish and install new sewer manhole cover and water valve covers prior to finish grade adjustment. Salvaged material shall be delivered to City Utilities Yard. 9 • SP4OF22 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 its original schedule and has demonstrated that it will be able to maintain its approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from its overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within sixty consecutive working days after the date on the Notice to Proceed. " It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 18t t the third Monday in January, (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday 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. Normal working hours are limited to 8:00 a.m. to 4:30 P.M. Monday through Friday. • 0 SP5OF22 The Contractor, his /her 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 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 $123.90 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. 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." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time desired for the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. Shutdowns will not be allowed on Fridays. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall contact the City's Storm Drain Supervisor, Jim Auger at (949) 795- 7045, 24 -hours in advance of the abandonment of any storm drain lines or manholes. 0 SP6OF22 The Contractor shall contact the City's Park Maintenance Supervisor, Randy Kearns at (949) 795 -8534, 48 -hours in advance of the need to shut down any irrigation systems for Newport Shores Park. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. An underground utility district is also underway in the neighborhood and the work shall be coordinated with the underground contractor." 7 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control. Add to this section: "Contractor shall furnish and operate a self loading sweeper with spray nozzles a minimum of two half -days per week; one half -day shall be Friday." 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." 7 -8.6.1 Best Management Practices and Monitoring Program. The contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site. The BMP will be approved by the Engineer prior to any work. The Contractor shall monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to contain runoff will result in immediate cleanup by City Forces and the back charging of the contractor for all costs plus 15 percent. 9 SP7OF22 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 accord 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). The Contractor shall phase his construction activities in order to minimize the inconvenience to the community. No work will be allowed to occur south of Newport Shores Drive at the signalized intersections of Prospect Street and Orange Avenue simultaneously. A Construction Sequencing Plan is included in the specifications. The Contractor shall review the Construction Sequencing Plan and submit any proposed changes that may increase access or expedite the work in order to benefit the community. The Contractor shall submit any proposed changes in writing to the Engineer prior to beginning any construction. No additional compensation will be due the Contractor for any approved changes." 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." 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. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The Traffic Control 0 0 SP8OF22 Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners. 5. All streets and driveways shall be open to traffic at the end of each work day. 7- 10.3 -1 Construction Sequencing. 1. The Contractor shall phase his construction to minimize the inconvenience to residents and facilitate access during construction. The Contractor shall follow the attached Construction Sequencing Plan and any approved changes to the Sequencing Plan. The Contractor shall maintain complete ingress and egress through one signalized intersection (Prospect Street or Orange Avenue) at all times during construction. The Contractor shall follow the attached Construction Sequencing Plan in developing its construction schedule. 2. Storm drain and concrete work shall be accomplished in each phase prior to street excavation work in that phase. Contractor shall only remove and construct half a cross gutter at a time. Construction may begin on the second half of the cross gutter when the first half is opened to traffic. 3. The Contractor shall only excavate and remove as much roadway as it is able to base course pave in the same day and then reopen to the public for all access and parking purposes. 4. All street dig outs and excavations shall be completed prior to street grinding operation: 5. The finish course of street paving shall then follow and start no later than 48 hours after grinding. 0 SP9OF22 6. Temporary traffic striping and legends shall be painted by the end of the asphalt paving day. 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. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be 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 -10.6 Street Sweeping Signs. After posting temporary "NO- PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets scheduled for work in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall promptly uncover the street sweeping sings and remove the temporary "NO PARKING - TOW AWAY" signs." 7 -10.7 Notices to Businesses and Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the 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 any 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 0 SP 10 OF 22 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. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. 0 • SP 11 OF 22 Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post 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, 2001 edition, and City of Newport Beach Requirements. Item No. 3 Excavation: Work under this item shall include removing and disposing of the existing roadway in reconstruction areas only, subgrade compaction, and all other related work as required by the Contract Documents. Item No. 4 Cold Mill Asphalt Pavement: Work under this item shall include cold milling the asphalt roadway to a depth below existing grade as shown on the drawings, disposing of the debris, and all other work items as required to complete the work in place. Item No. 5 5 -Inch Thick Asphalt Pavement Base Course: Work under this item shall include constructing 5 -inch thick asphalt pavement base course and all other work items as required to complete the work in place. Item No. 6 2 -Inch Thick Asphalt Pavement Finish Course: Work under this item shall include constructing 2 -inch thick asphalt pavement finish course and all other work items as required to complete the work in place. Item No. 7 Variable Thickness Asphalt Pavement Finish Course: Work under this item shall include constructing 2 -inch thick asphalt pavement finish course and all other work items as required to complete the work in place. Item No. 8 Road Bump: Work under this item shall include constructing an asphalt road bump, removing, storing and reinstalling warning signs and post, painting the roadway, and all other work items as required to complete the work in place. Item No. 9 Remove and Construct P.C.C. Type A Curb and Gutter with Variable Curb Face: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter with a variable curb face, 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 18 inches unless otherwise noted. Item No. 10 Remove and Construct P.C.C. Type A Curb and Gutter with 6 -Inch Curb Face: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb 0 • SP 12 OF 22 drains, constructing P.C.C. curb and gutter with a 6 -Inch curb face, 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 18 inches unless otherwise noted. Item No. 11 Remove and Construct P.C.C. Type A Curb and Gutter at Various Locations: Work under this item shall include removing and disposing of the existing curb and gutter at various locations to various lengths within the project limits, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter with a 6 -Inch curb face, 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 18 inches unless otherwise noted. Item No. 12 Remove and Construct P.C.C. Type B Curb: Work under this item shall include removing and disposing of the existing curb, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb, 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. Item No. 13 Remove and Construct P.C.C. Cross Gutter: Work under this item shall include removing and disposing of the cross gutter and spandrels, subgrade compaction, placing crushed miscellaneous base, base compaction, constructing 8 -inch thick P.C.C. cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. 14 Remove and Construct P.C.C. Access Ramp: Work under this item shall include removing existing improvements and constructing 4 -inch thick P.C.C. access ramps, including curb and gutter, and all other work items as required to complete the work in place. Item No. 15 Remove and Construct P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 16 Remove and Construct P.C.C. Sidewalk with Thickened Edge: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk with thickened edge, and all other work items as required to complete the work in place. Item No. 17 Remove and Construct P.C.C. Driveway Approach: Work under this item shall include removing existing improvements and constructing a 6 -inch thick a SP 13 OF 22 P.C.C. driveway approach, with 4 -inch thick aggregate base, including curb and gutter, and all other work items as required to complete the work. in place. . Item No. 18 Remove and Construct P.C.C. Alley Approach: Work under this item shall include removing existing improvements and constructing a 6 -inch thick P.C.C. alley approach, including curb and gutter, and all other work items as required to complete the work in place. Item No. 19 Remove and Construct P.C.C. Alley: Work under this item shall include removing existing improvements and constructing a 6 -inch thick P.C.C. alley and all other work items as required to complete the work in place. Item No. 20 Remove and Construct A.C. Alley: Work under this item shall include removing existing improvements and constructing a 6 -inch thick A.C. alley and all other work items as required to complete the work in place. Item No. 21 Remove and Construct P.C.C. Spandrel: Work under this item shall include removing existing improvements and constructing an 8 -inch thick P.C.C. spandrel and all other work items as required to complete the work in place. Item No. 22 Remove and Construct P.C.C. Junction Structure #1: Work under this item shall include removing the existing junction structure and constructing a P.C.C. junction structures per CNB Std -310 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to facilities, removal, abandonment or protection of 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. 23 Reconstruct Manhole to Grade: Work under this item shall include removing and replacing the manhole frame and cover and adjusting the manholes to grade, per City Standards, and all other work items as. required to complete the work in place. Item No. 24 Reconstruct Water Valve Cover to Grade: Work under this item shall include removing and replacing the water valve frame and cover and adjusting the water valve frames and covers to grade, per City Std.- 511 -L, and all other work items as required to complete the work.in place. Item No. 25 Reconstruct Sewer Cleanout to Grade: Work under this item shall include removing and replacing the Sewer Cleanout frame and cover and adjusting the sewer cleanouts to grade, per City Std. - 511 -L, and all other work items as required to complete the work in place. r SP 14 OF 22 Item No. 26 Abandon Existing Storm drain Manhole: Work under this item shall include abandoning the existing storm drain manhole, salvaging the existing frame, cover and electrical appurtenances back fill with class 100 -E -100 concrete slurry, and all other work items as required to complete the work in place. Item No. 27 Abandon Storm Drain: Work under this item shall include abandoning the existing storm drain and back filling with class 100 -E -100 concrete slurry work in place and all other work items as required to complete the work in place. Item No. 28 P.C.C. Curb Inlet Type OL -A, 12 -Feet Long: Work under this item shall include constructing P.C.C. Curb. Inlet Type OL -A, 12 -feet long per CNB Std -305 -L including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to facilities, removal, abandonment or protection of 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. 29 P.C.C. Curb Inlet Type OL -A, 7 -Feet Long: Work under this item shall include constructing P.C.C. Curb Inlet Type OL -A, 7 -feet long per CNB Std -305 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to facilities, removal, abandonment or protection of 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. 30 P.C.C. Junction Structure #1: Work under this item shall include constructing P.C.C. junction structures per CNB Std -310 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to facilities, removal, abandonment or protection of 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. 31 Remove and Install 15 -Inch Diameter PVC, C -900: Work under this item shall include removing the existing CMP storm drain, installation of new storm drain pipe including but not limited to, removing existing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent • • SP 15 OF 22 support of utilities, landscaping, and all other work items as required to complete the work in place. Item No. 32 Remove and Install 15 -Inch Diameter PVC, C -900 and Trench Restoration: Work under this item shall include removing the existing CMP storm drain, installation of new storm drain pipe including but not limited to, removing existing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, compaction, trench restoration, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, landscaping, and all other work items as required to complete the work in place. Item No. 33 15 -Inch Diameter PVC, C -900, with Concrete Encasement and Trench Restoration: Work under this item shall include installation of new storm drain pipe including but not limited to, removing existing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, concrete encasement with 480 -C -2000 concrete, compaction, trench restoration, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, landscaping, and all other work items as required to complete the work in place. Item No. 34 Water Main Siphon: Work under this item shall include but not limited to, removing existing pavement, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, compaction, trench restoration, disposal of excess excavated materials, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, landscaping, per City Std.- 528 -L, and all other work items as required to complete the work in place. Item No. 35 Traffic Striping: Work under this item shall. include installing traffic striping, pavement markers, inventorying existing curb markings and replacing those markings in kind when curb replacement is required and all other work items as required to complete the work in place. Item No. 36 Traffic Signal Loops: Work under this item shall include providing and installing traffic signal loops, wiring and all other work items as required to complete the work in place. Item No. 37 Remove and Reinstall Street Sign Unistruts and Signs: Work under this item shall include removing and storing existing street signs within the construction area, storing them and reinstalling with 2 -inch unistruts to City Standards per the City's Engineer and all other work items as required to complete the work in place. • • SP 16 OF 22 Item No. 38 Surveying: Work under this item shall include surveying, construction surveying and all other work items as required to complete the work in place, including the requirements of Section 2 -9 of these Special Provisions. Item No. 39 Trim Existing Tree Roots: Work under this item shall include exposing and trimming the roots of trees interfering with the construction of improvements to the satisfaction of the City's Arborist and all other work items as required to complete the work in place. Item No. 40 PCC Pipe Collar: Work under this item shall include constructing PCC pipe collars on the storm drain system and all other work items as required to complete the work in place. 9 -3.2 Partial and Final. Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS .. . SECTION 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 unless specified otherwise." 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 drawings." SECTION 207 -- -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.2 Pipe Joints. Add to this section, "All flanged pipe joints shall be joined utilizing type 316. Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full- faced, cloth reinforced Buna -N rubber. • • SP 17 OF 22 Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all- thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints." 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accordance with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." 207 -17 PVC PLASTIC PIPE 207 -17.1 General. Add to this section: "All PVC plastic pipes shall be SDR 35." 0 0 SP 18 OF 22 SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass - covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Due to the thin existing pavement section within many of the streets, at no times are Super Trucks or Super 10 Trucks (or "Strong Arms ") allowed within the project limits during any of the construction operations. 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." And replace the words 1-Y2 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 • SP 19 OF 22 for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (AC) base course used shall be III -133 -AR -4000. The asphalt concrete (AC) finish course used shall be III -C3 -AR -4000. All cracks Y4 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom. Due to the thin existing pavement section within many of the streets, at no times are Super Trucks or Super 10 Trucks (or "Strong Arms ") allowed within the project limits during any of the construction operations. 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 (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -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, 0 0 SP 20 OF 22 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 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the 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 -5B and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. Contractor shall call the City's Traffic Engineering Technician, George Bernard, at (949) 644 -3348 prior to any traffic loop installation. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 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." • 0 SP 21 OF 22 310 -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 112 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. The Contractor shall locate and inventory all existing curb markings (e.g. red, yellow or green curb) in the project limits and repaint in kind, where the curb has been replaced. A written copy of the inventory noting the location of the curb markings shall be provided to the engineer." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW - AWAY' signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." N #RUCTION SEQUACE PLAN 0 PACIFIC COAST PERMIT PARKING PERMIT PARKING r,�nvrt� PACIFIC PHASE 1 0 PHASE 2 0 PHASE 3 PHASE 4 �a HIGHWAY OCEAN SEE SPECIFICATIONS FOR MORE SCHEDULING DETAILS. n- Tub