Loading...
1987-0421_WAKEHAM- BAKER, INC_Construction AgreementXEMPT C1 RECORDED AT THE REQUEST OF AND RETURN TO: City of San Juan Capistrano Community Redevelopment Agency Agency Secretary 32400 Paseo Adelanto San Juan Capistrano, CA 92675 87=22405 RECORDING FEES EXEMPT DUE TO GOVERNMENT CODE SECTION 6103 Mary An agOVer, Agency 96cr ary City of San Juan Capistrano, Community Redevelopment Agency NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that a contract was heretofore awarded by the Board of Directors of the City of San Juan Capistrano, Community Redevelopment Agency, California, to Wakeham Baker Inc., 11225 Slater Avenue, Fountain Valley, CA 92708, for the performance of the following work: CONSTRUCTION OF TEMPORARY EXTENSION OF PASEO ADELANTO That said work was completed by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of San Juan Capistrano, and that said work was accepted by the Board Directors of the City of San Juan Capistrano, Community Redevelopment Agency at a regular meeting thereof held on the 21st day of -Apri I ,1987, by Resolution No. 87-4-21-1. That upon said contract, the American Motorists Insurance Company was surety for the bonds given by the said company as required by law. Dated at San Juan Capistrano, California, this 21st day of April ,1987. ; COR ED RECORDS OF ORANGE COUNT'. 6ALIFORNIA -3 00 PM APR 27'81 COUN;V RECOMDE� STATE OF CALIFORNIA ) COUNTY OF ORANGE ) SS. CITY OF SAN JUAN CAPISTRANO ) Mary Ann4qangVer, Agency Secretaky City of San Juan Capistrano Community Redevelopment Agency I, MARY ANN HANOVER, the duly appointed and qualified Agency Secretary of the Board of Directors of the City of San Juan Capistrano, Community Redevelopment Agency, California, do hereby certify under penalty of perjury that the foregoing Notice of Completion is true and correct, and that said Notice of Completion was duly and regularly ordered to be recorded in the Office of the Orange County Recorder by said Board of Directors. Dated at San Juan Capistrano, California, this 21st day of April Mary Ann an r, Agency Secretary City of San Juan Capistrano Community Redevelopment Agency 0 "AGENCY COPY" 9 CONTRACT , This contract is made and entered into by and between the CITY OF SAN JUAN CAPiMANO COMMUNITY REDEVELOPMENT AGENCY, hereinafter referred to as RedevelopmoM"Agency and Wakeham -Baker. Inc. hereinafter referred to as CONTRACTOR. IT IS HEREBY AGREED BETWEEN THE PARTIES AS FOLLOWS: FIRST. CONTRACT DOCUMENTS. The contract documents shall be considered to include the Notice Inviting Bids, the Instructions to Bidders, the Proposal, the Bid Bond, the Non -Collusion Affidavit, the Designation of Sub -Contractors, the Contract which is prepared for execution by the City and the Contractor, Plans, Specifications and Special Provisions, the Standard Specifications for Public Works Construction, 1985 Edition, including all Supplements, Contract Bonds, Resolu- tions adopted by the Redevelopment Agency pertaining to the work, insurance policies and certificates, and any supplemental written agreements amending or extending the scope of the work originally contemplated that may be required to complete the work in a substantial and acceptable manner. SECOND. THE WORK. CONTRACTOR agrees to furnish all tools, labor, material, equipment, transportation, and supplies necessary to perform and complete in good and workmanlike manner the construction of Temporary Extension of Paseo Adelanto in strict conformity with the Plans, Specifications and all other contract documents, which documents are on file at the Office of the City Clerk, City Hall, 32400 Paseo Adelanto, San Juan Capistrano, California. THIRD. PAYMENT. City agrees to pay, and CONTRACTOR agrees to accept, the lump sum adjusted for variations of quantities, at the prices designated in bid proposal at the time and in the manner set forth in the Specifications. FOURTH. COMMENCEMENT AND COMPLETION OF THE WORK. CONTRACTOR agrees to begin and complete the work within the time specified in the Notice Inviting Bids. It is agreed that it would be impracticable and extremely difficult to fix the actual amount of damages, and -14- 0 0 loss sustained by Redevelopment Agency, should CONTRACTOR fail to complete the work in the specified time; therefore, CONTRACTOR shall pay Redevelopment Agency, as liquidated damages, not in the nature of a penalty, one hundred dollars ($L00) per calendar day for each day delayed; provided that extensions of time with waiver of liquidated damages, may be granted as provided in the Specifications. FIFTH. PERFORMANCE BOND AND LABOR AND MATERIAL BOND. CONTRACTOR agrees to furnish bonds guaranteeing the performance of this contract and guaranteeing payment of all labor and material used under this contract, as required by the laws of the State of California, on forms approved by the Redevelopment Agency. The Performance Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned on full and complete performance of the contract, guaranteeing the work against faulty workmanship and materials for a period of one (1) year after completion and acceptance. The Labor and Material Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned upon full payment of all Labor and Material entering into or incidental to the work covered by this contract. CONTRACTOR agrees to furnish the bonds on the forms found within the Specifications. CONTRACTOR agrees to pay Redevelopment Agency such sum as the Court may judge as reasonable for the legal services of any attorney representing the Redevelopment Agency in any action brought to enforce or interpret the obligations of this agreement, and such sums shall be made a part of any judgment in such action against CONTRACTOR if such action is determined in favor of said Redevelopment Agency. The required Performance, Labor and Materials Bonds, and Bid Bond shall provide that the surety shall pay attorney's fees incurred by Redevelopment Agency in enforcing this agreement. SIXTH. GENERAL PREVAILING RATE OF PER DIEM WAGES. Pursuant to the Labor Code of the State of California, copies of the prevailing rate of per diem wages, as determined by the Director of the State Department of Industrial Relations, are on file in the offices of the City Clerk, 32400 Paseo Adelanto, San Juan Capistrano, California, and are hereby incorporated and made a part hereof. CONTRACTOR agrees that he, or any SUB -CONTRACTOR under him, shall pay not less than the foreqoing specified prevailing rates of wages to all workmen employed in the execution of the contract. -15- 0 0 SEVENTH. INSURANCE. CONTRACTOR shall maintain at all times during this contract liability and property damage insurance naming the Redevelopment Agency and its elected and appointed officials as a named insured, which such policies shall be of an amount not less than One Million Dollars combined single limit. The insurance policies shall bear an endorsement or shall have an attached rider providing that in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Redevelopment Agency shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with the applicable law or statute but in no event less than 30 days before expiration or cancellation is effective. CONTRACTOR shall provide to Redevelopment Agency the policy certificate establishing that the required level of insurance has been satisfied. CONTRACTOR shall indemnify and save harmless the Redevelopment Agency, its officers, agents, and employees from and against any and all claims, demands, loss or liability of any kind or nature which Lessor, its officers, agents and employees may sustain or incur or which may be imposed upon them or any of them for injury to or death of persons, damage to property as a result of, or arising out of, or in any manner connected with the performance of the obligations under this con- struction agreement. EIGHTH. COMPLIANCE WITH OTHER PROVISIONS OF LAW RELATIVE TO PUBLIC CONTRACTS. Redevelopment Agency is subject to the provisions of the Government Code and the Labor Code of the State of California. It is stipulated and agreed that all provisions of law applicable to public contracts are a part of this contract to the same extent as though set forth herein and shall be complied with by CONTRACTOR. These include, but are not limited to, the stipulation that eight (8) hours labor constitute a legal day's work and CONTRACTOR shalt, as a penalty to Redevelopment Agency, forfeit twenty-five dollars ($25) for each workman employed in the execution of the Contract by CONTRACTOR, or by any SUB -CONTRACTOR, for each calendar day during which such workman is required or permitted to work more than eight (8) hours in violation of the provisions of Article Three, Chapter One, Part Seven, Division 2, of the California Labor Code, except as permitted by law. -16- 0 IN WITNESS WHEREOF, this contract is executed by the duly authorized agent(s) of Redevelopment Agency, pursuant to Council action, and by CONTRACTOR on the date set before the name of each. COMMUNITY REDEVELOPMENT AGENCY DATED: 1/20/87 BY: BY: E14,,i » - 0S �,�4 CONTRACTOR oa ATTEST: Mary Ann H over, Agency ecretary APPROVED AS TO FORM: f -17- C�l 0 3. AMENDNNNT TO ASSESSMENT DISTRICT ENGINEER'S CONTRACT Written CommunXations: Report dated Apri X21, 1987, from the Deputy Director, recommending that the contract for engineering services with J. F. Davidson Associates, Inc., and Professional Assessment Services, Inc., for a Public Improvements District in the downtown area, be amended, to delete the requirement for Errors and Omissions Insurance, since the consultant had been unable to secure such insurance. The report advised that the City Attorney had reviewed the situation and concurred with the recommendation. Approval of,.Amendment to Agreement: It was jrfoved by Director Schwartze, seconded by Director Buchheim and unam usly carried to authorize the Chairman and Secretary of the Agency to execree the First Amendment to Agreement for Consulting Services with J. F. Davi son Associates, Inc., and Professional Assessmen'F$ervices, Inc., for deletion of the requirement for Errors and Omissions Insurance. ` 4. COMPLETION OF TEMPORARY EXTENSION OF PASEO ADELANTO i WAKEHAM-BAKER, INC. 600.40 Written Communications: Report dated April 21, 1987, from the Director of Public Works, advising that the construction of the Temporary Extension of Paseo Adelanto had been completed. Acceptance of Work: It was moved by Director Schwartze, seconded by Director Buchheim that the following Resolution be adopted: RESOLUTION NO. CRA 87-4-21-1, COMPLETION OF THE TFMPnRARY FXTFNSION t)F PA CFC) AIIFT AAITr1 - A REDEVELOPMENT AGENCY, DECLARING WORK TO BE COMPLETED AS TO PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE TEMPORARY EXTENSION OF PASEO ADELANTO The motion carried by the following vote: AYES: Directors Schwartze, Bland, Buchheim, and Vice Chairman Friess NOES: None ABSENT: Chairman Hausdorfer The Resolution accepted the work as complete in the amount of $79,436.15, and directed the Agency Secretary to forward a Notice of Completion to the County Recorder. Staff was authorized to release the 10% retention in the amount of $7,943.62, 35 days after recording the Notice of Completion. -2- 4/21(87 0 • AGENDA ITEM April 21, 1987 TO: Stephen B. Julian, Executive Director Community Redevelopment Agency FROM: W. D. Murphy, Director of Public Works SUBJECT: Resolution, Notice of Completion and Final Report - Temporary Extension of Paseo Adelanto (Wakeham -Baker Inc.) SITUATION The construction of the Temporary Extension of Paseo Adelanto has been completed to the satisfaction of the City Engineer and is ready for acceptance by the Board of Directors of the Community Redevelopment Agency and a recordation of a Notice of Completion with the County Recorder. NOTIFICATION Wakeham - Baker Inc. COMMISSION/BOARD REVIEW, RECOMMENDATIONS Not applicable FINANCIAL CONSIDERATIONS The contract was awarded to Wakeham - Baker Inc., for $82,828.00. The final cost is $79,436.15. During construction it was found to be possible to reduce the clearing and grubbing, the grouted rip -rap and the project fencing and necessary to add an additional access ramp. These work changes are reflected in the lower final project cost. ALTERNATE ACTIONS 1. Accept the improvements. 2. Do not accept the improvements. 3. Refer to Staff for additional information. KUR C1W CGUNCiL AGENDA��:.d.;.. Agenda Item • • April 21, 1987 Page 2 RECOMMENDATION By motion, determine that the work for the Temporary Extension of Paseo Adelanto has been completed and declare the work to be accepted; direct the Agency Secretary to forward a Notice of Completion to the County Recorder for recording; and authorize Staff to release the 10 percent retention thirty five (35) days after the recordation of the Notice of Completion. Respectfully submitted, W,P'.V r, W. D. Murphy WDM/BP:kjs RESOLUTION NO. CRA 87-4-21-1 OF THE TEMPORARY EXTENSION OF A RESOLUTION OF THE SAN JUAN CAPISTRANO COMMUNITY REDEVELOPMENT AGENCY, DECLARING WORK TO BE COMPLETED AS TO PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF THE TEMPORARY EXTENSION OF PASEO ADELANTO (WAKEHAM-BAKER INC.) WHEREAS, on the 20th day of January 1987, the City of San Juan Capistrano, Community Redevelopment Agency entered into a contract with Wakeham -Baker Inc., for the Temporary Extension of Paseo Adelanto; and, WHEREAS, the Director of Public Works has evaluated the final quantities and cost figures and recommends approval. NOW, THEREFORE, BE IT RESOLVED, that the Board of Directors of the City of San Juan Capistrano Community Redevelopment Agency does resolve as follows: SECTION 1. That the work required to be performed by said Contractor has been completed. SECTION 2. That the total cost of said work is in the amount of $79,436.15. SECTION 3. That the work is hereby accepted and approved. SECTION 4. The Agency Secretary is directed to forthwith forward a "Notice of Completion" to the County Recorder of the County of Orange for recording. PASSED, APPROVED, AND ADOPTED this `21st day of April 1987. KENNETH E. FRIESS, V[CE CHAIRMAN ATTEST: AG NCY SECRETARY T 6�9 -1- STATE OF CALIFORNIA ) COUNTY OF ORANGE ) ss CITY OF SAN JUAN CAPISTRANO I, MARY ANN HANOVER, Secretary of the San Juan Capistrano Community Redevelopment Agency, DO HEREBY CERTIFY that the foregoing is a true and correct copy of Resolution No. CRA 87-4-21-1 adopted by the Board of Dirertors of the San Juan Capistrano Community Redevelopment Agency, at a regular meeting thereof held on the 21st day of Aril , 1987, by the following vote: AYES: Directors Schwartze, Bland, Buchheim and Vice -Chairman Friess NOES: None ABSENT: Chairman Hausdorfer 41 (SEAL) -AR i� MARY A OVER, i AGENCY SECRETARY -2- 0 RECORDED AT THE REQUEST OF AND RETURN TO: City of San Juan Capistrano Community Redevelopment Agency Agency Secretary 32400 Paseo Adelanto San Juan Capistrano, CA 92675 0 RECORDING FEES EXEMPT DUE TO GOVERNMENT CODE SECTION 6103 O!'.e .}1� Mary Ann jHiwnoVer, Agencycr aey0 City of San Juan Capistrano, Community Redevelopment Agency NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that a contract was heretofore awarded by the Board of Directors of the City of San Juan Capistrano, Community Redevelopment Agency, California, to Wakeham Baker Inc., 11225 Slater Avenue, Fountain Valley, CA 92708, for the performance of the following work: CONSTRUCTION OF TEMPORARY EXTENSION OF PASEO ADELANTO That said work was completed by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of San Juan Capistrano, and that said work was accepted by the Board Directors of the City of San Juan Capistrano, Community Redevelopment Agency at a regular meeting thereof held on the 21st day of Ate�1987, by Resolution No. 87-4-21-L That upon said contract, the American Motorists Insurance Company was surety for the bonds given by the said company as required by law. Dated at San Juan Capistrano, California, this 21st day of April 1987. (2ke c , Mary Arind'langver, Agency Secretdy City of San Juan Capistrano Community Redevelopment Agency STATE STATE OF CALIFORNIA ) COUNTY OF ORANGE ) SS. CITY OF SAN JUAN CAPISTRANO ) I, MARY ANN HANOVER, the duly appointed and qualified Agency Secretary of the Board of Directors of the City of San Juan Capistrano, Community Redevelopment Agency, California, do hereby certify under penalty of perjury that the foregoing Notice of Completion is true and correct, and that said Notice of Completion was duly and regularly ordered to be recorded in the Office of the Orange County Recorder by said Board of Directors. Dated at San Juan Capistrano, California, this 21st day of April Mary Ann all r, Agency Secretary City of San Juan Capistrano Community Redevelopment Agency Please sien, date and re9n this copy to the City Clerk's Department. f ■ 1 in10Pc,Ptl num.Io 1961 1776 MEMBERS OF THE CITY COUNCIL ANTHONY L. BLAND LAWRENCE F. BUCHHEIM KENNETH E. FRIESS GARY L. HAUSDORFER PHILLIP R. SCHWARTZE CITY MANAGER STEPHEN B JULIAN Project: Temporary Extension of Paseo Adelanto Amount of Contract: $82,828.00 You are hereby notified to commence work on the referenced contract on or before February 17, 1987, and shall fully complete all of the work of said contract within 40 consecutive calendar days thereafter. Your completion date is therefore March 29, 1987. The contract provides for an assessment of the sum of $100.00 as liquidated damages for each consecutive calendar day after the above established contract completion date that the work remains incomplete. Dated this 10th day of February, 1987. MARY ANNANOVER, CMC City Clerk ACCEPTANCE OF NOTICE Receipt t r oing Notice to Proceed is hereby acknowledged b_ this 72 day of /=.8 1987. 32400 PASEO ADELANTO, SAN JUAN CAPISTRANO, CALIFORNIA 92675 0 (714) 493-1171 NOTICE TO PROCEED TO: Wakeham -Baker, Inc. 11225 Slater Avenue Fountain Valley, CA 92708 Project: Temporary Extension of Paseo Adelanto Amount of Contract: $82,828.00 You are hereby notified to commence work on the referenced contract on or before February 17, 1987, and shall fully complete all of the work of said contract within 40 consecutive calendar days thereafter. Your completion date is therefore March 29, 1987. The contract provides for an assessment of the sum of $100.00 as liquidated damages for each consecutive calendar day after the above established contract completion date that the work remains incomplete. Dated this 10th day of February, 1987. MARY ANNANOVER, CMC City Clerk ACCEPTANCE OF NOTICE Receipt t r oing Notice to Proceed is hereby acknowledged b_ this 72 day of /=.8 1987. 32400 PASEO ADELANTO, SAN JUAN CAPISTRANO, CALIFORNIA 92675 0 (714) 493-1171 • U PUBLIC PROPERTY ENCROACHMENT PERMIT .NSPECTION PHONE: 834-3488 Inapecdon oMes WW be notlSed at le*M TWO (2) WORK DAYS PRIOR TO commencing permhtsd use, FAILURE TO OBTAIN INSPECTION SMALL VOID THIS PERMIT. PERMITTEE COUNTY OF ORANGE ENVIRONMENTAL MANAGEMENT AGENCY No PERherr 86 -00707 -FE REGULATION/PUBLIC PROPERTY PERMITS MNn Off0 12 CIVIC CENTER PLAZA, Rm. G-12 OEiRE JanC"VEuary 21, 1987 SANTA ANA, CALIFORNIA 92101 OR—PA. BOX 401q SANTA ANA. CA 9=4048 ExPIRRION MAXIMUM TWO YEARS PHONES: 834-01129 or 934'26'211 GATE AFTER EFFECTIVE DI TYPE FACILITY NAME I NUMBER City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Cama .nm, Ted Simon Telephone No TRABUCO CREEK CHANNEL I L02 PERMITTED USE: the of county Property is hweby auftdzed to boom, w*a to wins on mtiri a hereof end a wdwd herab: To install, operate and maintain a temporary non-public roadway within Orange County Flood Control District's right of way for Trabuco Creek Channel, per attached improve- ment plans. Permitted use shall expire within two (2) years of effective date and/or may be revoked at any time by Director/EMA. wwe rK o t cn CEQA: rT ....,. ,, . r... Computer Coding 6 5 ] / 96- 97 LOCATION OF WORK: Easterly side of TRABUCO CREEK CHANNEL, northerly of Del Obispo Street, Parcel Numbers 103.3 and 102.1 -Paseo Adelanto Extension. Thos S o CONSIDERATION: gnat Feee $300.00 r,, City mrAL$300.00 (EOF275) cl,ec„Na 000258 x($300 00� a T-159415 Dee, 12/24/86 mr Fund Inwica� Check No Cash RecW Dr True Fund Imdce Fees Paid Crabecv En — PERMITTEE'S ACCEPTANCE: AWNa sx, - COUNTY APPROVAL AREA PERMIT AND APPROVED PLANS SHALL BE MAINTAINED ON JOB SITE. PERMITTEE SMALL COMPLY WITH REGULATIONS PRINTED ON REVERSE SIDE OF PERMIT AND ATTACHMENTS. ALL UNDERGROUND WORK REQUIRES PRIOWUNDERGROUND SERVICE ALERT' COMPLIANCE. HIS PERMIT SMALL BE NON TRANSFERABLE. CASHIER DRE REGISTER NQ FEE + CODE TOTAL F02b 616A IR1i4d COUNTY OF ORANGE qP NVIRONMENTAL MANAGEMENT AGENCY 86—OQ70.7 FE REGULATION / PUBLIC PROPERTY PERMITS DIVISION Permit No. SPECIAL PROVISIONS A. Authorized use of flood control district property is limited to the construction and operation of a non—public road for maximum period of two years from the date of issuance of this permit, thereby allowing permittee an opportunity to resolve traffic congestion within the historic Los Rios area. Permittee agrees to install and maintain security gates and fencing around the affected flood control district property. In addition, permittee agrees to patrol, post and restrict access to temporary purposes and in a manner that will assure future revocation and abandon— ment of use by all parties. B. Use shall be limited to permittee's vehicles and equipment, and commercial vehicles authorized by permittee, transporting supplies, materials, waste products, etc; no private passenger vehicles shall be permitted. C. The County has not, at this time, considered subject flood control parcel as surplus to Orange County Flood Control District needs. Issuance of this permit shall not imply a determination as to the surplus status of said property nor is it to be construed as to possible granting of any approval for permanent use of flood control properties for city and/or public uses. Within two years of the granting of this permit, County will determine the need to utilize this property for flood control district purposes or make a determination as to declaring this parcel surplus to flood control district needs. Established procedures will be followed by the County of Orange for disposition of the property. D. In the event County determines that the property is surplus to County needs and permittee has not removed the subject roadway from Orange County Flood Control District right of way, permittee agrees to offer to purchase said property at fair market value. Use of Orange County Flood Control District property, beginning at initial date of construction and ending on final date of restoration of Orange County Flood Control District property or ending on date of final purchase of property, shall obligate permittee to pay to County the fair market rental value of the land for subject roadway, which value shall be determined by County's General Services Agency/Real Estate Division, for establishment of the fair market value of such property. Appraiser's fee shall be paid by the permittee. E. By acceptance of this permit, permittee agrees that the construction and operation of subject roadway is the sole responsibility of permittee. In the event the Orange County Flood Control District determines the necessity to improve and widen the adjacent Trabuco Creek Channel, permittee agrees to remove subject roadway facilities and restore flood control district property to its original condition. Permittee's failure to cooperate in such roadway removal and necessary reconstruc— tion of Trabuco Creek Channel shall obligate permittee to assume all responsibility for any flood damages that may result. F. All operations, construction activities and ingress and egress shall meet the approval of County inspector who shall be given 24—hour notice prior to commencement of permitted use by calling 714-834-3488. G. This permit may be revoked or temporarily suspended by the Director of the Environ- mental Management Agency, or his representative, at any time for reasons in the best interest of the County, In the event of such revocation, permittee shall immediately cease all operations and restore County right of way. H. It is understood and agreed that the area of permitted use is to be used exclu— sively by those affiliated with, authorized by, and under the supervision of permittee. ®Fo250-212.1 (R9(Ely • i STANDARD PROVISIONS 1. permits issued by this Agency are pursuant to the authority vested by the Board of Supervisors for the County of Orange, ange County Flood Control District and Orange County Harbors, Beaches and Parks District. any one or all of which are hereinafter referred to as County. 2. Permittee agrees to save County, its agencies, districts, etc., including its officers, agents or employees, harmless from any and all.penalties, liabilities or loss resulting from claims or court actions, arising directly out of any damage or injury to persons or property by reason of the acts or omissions of Permittee, its agents, employees or independent contractors, in exercising any of the privileges herein granted or in consequence thereof. 3. Should any damage or injury to County works occur during initial use and/or as a result of this permitted use, either through the acts of agents, servants or employees of Permittee or by any independent contractor of Permittee in the exercise of the rights herein granted, Permittee shall immediately, upon the written demand of County, restore such works to the condition of same on the date of the occurrence of said damage or injury at Permittees cost or expense. The question as to whether or not any such damage or injury has been caused to the works shall be determined by the Director of the Environmental Management Agency and his determination shall be final. In the event repair by County is necessary, Permittee shall pay County the cost of such repairs. a. County reserves the right unto itself to perform any work, upon any portion or all of the area covered -by this permit, or to do any other work necessary at any time. Such work may be performed without incurring any liability of any nature whatsoever to the Permittee. It is further understood and agreed that County reserves unto itself the rights of ingress over all or any portion of the subject area. 5. Neither this permit nor any of the rights herein granted shall.be,assigned without the prior written approval of the County. 6. By acceptance of this permit, Permittee acknowledges and assumes all responsibility for compliance with requirements 'heir regulatory governing agencies including but. not limited to zoning regulations, applicable ordinances and laws, of the County of Orange, the State of California, or others having regulatory control over the use granted herein. All underground work requires 'Inquiry Identification Number' from Underground Service Alert Regional Notification Center. (Ref: Government Code, Section 4216 and 4217) 7. A copy of this permit and approved plans, if applicable, shall be maintained at the site of work and be shown to any authorized representative of the County or other regulatory governing agency upon request. 8. No access or work shall be performed within County rights of way without the full knowledge of County's inspector, who shall be given not less than two work days advance notice of the initiation of permitted use. Failure of Permittee to obtain inspection shall void this permit and necessitate reapplication by Permittee. Permittee further agrees that all operations within County rights of way shall be subject to the operations of County and other authorized persons and under the control and to the satisfaction of County'ZjD-Spector. 9. This permit may be immediately revoked for reasons in the best interest. of the County including violation of permit provisions or other applicable rules and regulations orior the creation of a nuisance upon notice giden 6j the Director of the Environmental Management Agency or authorized representative. In the event of such revocation, Permittee shalt immediately cease all operations and restore County right of way as directed by County's inspector. 10. Any construction performed within County properties shall be in accordance with Orange County Environmental Manage- ment Agency 'Standard Plans' and established criteria. Any deviation must be specifically detailed and highlighted o^ olans in a manner meeting the approval of Public Property Permits Division. Nu uses other than that as stated on this permit shall be exercised. Public right of way shall not be used for administrative operations or storage of equipment, materials, supplies, etc. 0 MINUTES OF THE BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA JANUARY 6, 1987 CITY OF SAN JUAN CAPISTRANO TO EXT KUCLnnIU W11n1P1 IKMDUUV UKCCR LMMMMCL KIWI-Vh-WAT: LnvironmenLal managemen Agency, on behalf of the City of San Juan apistrano, requests permission to construct a temporary extension of Paseo Adelanto within Orange County Flood Control District's Trabuco Creek Channel right-of-way, north of Del Obispo Street. MOTION: On motion by Supervisor Wieder, seconded by Supervisor Riley, the o�arFauthorized the Director, Environmental Management Agency, to issue the encroachment permit. MOTION UNANIMOUSLY CARRIED. MOTION UNANIMOUSLY CARRIED. ®F1013-2.3 (32/76) OWNER'S ADDRESS: JOB ADDRESS: LOCK PARK FEE REQUIRED FOR: Fl SINGLE-FAMILY DWELLING MU LTI-FAMILY DWELLING CENSUS TRACT AP LOCAL PARK FEES DETERMINED OR MODIFIED BY: OTHER 7-ll;,4�66 159415 300.00 TRD001 .. TEL:LEN - DATE .eallolllae lR4l1EI RECEIPT FOR TRUST FUND d �0 U PUN CHECK FEE I719N GRADING PRE -INSPECTION FEE LOCAL PARK FEE ADDN.-ALTERATION TO PERMIT (Type) (NwMn) PUBLIC PROPERTY ENCROACHMENT PERMIT IOWDING PERMIT - •"l1iPPLlCANT 4" 70.1 IIMQ N1TK RII VERIFIED _ BY: $300.00 TOTAL. FEE �'I '. - ,. - •' CA OF ORANGE 9WARONEMNTK IIAMAOEMETNT AfIE1R�I �- - CENTRAL OFFMW - NEGULATM REGIONAL OFFICE P.O. BOX 4w - 22821 TRITON WAY 12 CIVIC CENTER PLAZA PE RECEEP7 FOAM . LAGUNA HILLS, CA 92053 SANTA ANA, CA 947 714474-7979 714834 Y RECEIVE (� PAYERS PAYER: 1 r TELEPHONEPAYi , 51 /r / t ADDRESS - CITY ZIP rVi JOB OWNER N' "`' TRACT NO. OWNER'S ADDRESS: JOB ADDRESS: LOCK PARK FEE REQUIRED FOR: Fl SINGLE-FAMILY DWELLING MU LTI-FAMILY DWELLING CENSUS TRACT AP LOCAL PARK FEES DETERMINED OR MODIFIED BY: OTHER 7-ll;,4�66 159415 300.00 TRD001 .. TEL:LEN - DATE .eallolllae lR4l1EI RECEIPT FOR TRUST FUND d �0 U PUN CHECK FEE I719N GRADING PRE -INSPECTION FEE LOCAL PARK FEE ADDN.-ALTERATION TO PERMIT (Type) (NwMn) PUBLIC PROPERTY ENCROACHMENT PERMIT IOWDING PERMIT - •"l1iPPLlCANT 4" 70.1 IIMQ N1TK RII VERIFIED _ BY: $300.00 TOTAL. FEE �'I 0 • San Juan Capiurauo Cnaun till ly Rude%I IopIle nc Agency January 22, 1987 i Wakeham -Baker, Inc. 11225 Slater Avenue Fountain Valley, CA 92708 Re: Award of Contract - Gentlemen: The Board of Directors of the San Juan Capistrano Community Redevelopment Agency at their regular meeting held January 20, 1987, awarded the contract for the temporary extension of Paseo Adelanto to your company at $82,828. Enclosed is a fully executed copy of the Agreement for your records. Also enclosed are copies of bond forms to be used. These forms must be used in order for them to be accepted by the City. Please provide all required bonds and insurance within 15 days. If you fail to furnish said bonds and certificates of insurance within 15 days from the date of this Notice, the City will be entitled to consider all your rights arising out of the City's acceptance of your bid to be abandoned and as a forfeiture of your Bid Bond. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award. I am enclosing page 12 of the bid documents which cites the City's requirements for bond amounts. Please take note of pages 15 and 16 of the Agreement regarding bond and insurance amounts. The Cit also to be named as an additional insured pursuant to the Standard Speci ications for Public Works Construction. These requirements must be met as stated before the contract is effective. Thank you for your cooperation. If I can be of any help to you, please do not hesitate to call. Very truly yours, MARY ANN H NOVER, CMC Agency Secretary MAH/mac Enclosures cc: Director of Public Works Director of Administrative Services Receipt of the foregoing Notice of AvLard i hereby acknowledged: SanPaseo Adepint anto y San Juan Capistrano By California 92675 719-998-1171 This _ 3 31P`o day of �/g n1 , 1987. N Written Communications: Report dated January 20, 1987, from the Director of Public Works, forwarding the results of bids received for construction of the temporary access road along the back of the east side levee of Trabuco Creek from the Solag facility to Del Obispo Street. The report requested that Tax Allocation Note funds be used to fund the entire project and the $20,000 originally budgeted in CRA Account No. 26-6900- 4720-C10 for the project be placed back in the CRA reserves for reallocation. Award of Contract: It was moved by Director Friess, seconded by Director Buchheim and unanimously carried to authorize the transfer of funds from the Tax Allocation Note and to award the contract for the Temporary Extension of Paseo Adelanto to the low responsible bidder, Wakeham -Baker, Inc., of Fountain Valley, in the amount of $82,828. All other bids were rejected. The Chairman and Agency Secretary were authorized to execute the contract on behalf of the Redevelopment Agency. SESSION The Board r ssed at 7:22 p.m., to reconvene the City Council meeting. The Board convened in a Clo&ed Session at 9:16 p.m., for discussion of acquisition of the AT&SF Railway property 10 ed in the vicinity of the Capistrano Depot, the Ken Machen property located at 2675 erdugo Street, and property located within the Historic Town Center project area owned the Diocese of Orange, the Agency Secretary being excused therefrom, and reconvene6-at_10:30 p.m. ADJOURNMENT There being no further business before the Board, the ing was adjourned at 10:30 p.m., to the next regular meeting date of Tuesday, February 3, 7, at 7:00 p.m., in the City Council Chamber. Respectfully submitted, �\ WARY ANN H� ER, A N SECRETARY ATTEST: GARY L. HAUSDORFER, CHAIRMAN -2- 1/20/87 0 ADMINISTRATIVE ITEMS CITY ATTORNEY \ CANCELLATION OF 2. munica ACT-LACOUAGUE Rep t dated December 16, 1986, from the City Attorney, advising that a letter date November 24, 1986, had been received from Bill ,Griffith, Rivendell Manag ent Company, 2900-B Bristol, Suite 202, Costa Mea, 92626, requesting that can enation of the Williamson Act contract on the,l✓acouague property be complete Approval of 'lliamson Act Contract Cancellation: It was moved Councilman Schwartze, seconded Councilman Hausdorfer that the following Re lution be adopted: 16-4 JUAN CAPISTR.ANO, CA CANCELLATION Of WILLIAI (LACOUAGUE PROPE TY) The motion carried by the fol AYES: Councilmen Schwa ze, Btand, Hausdorfer, and \,Fr NOES: None ABSENT: Councilman chhe The Mayor and City Cle k were authoriz( Cancellation for forwardin to the Orange Cour OF - A A, APPROVING ACT CONTRACT to execute the Certificate of -A Report dated Decembef 16, 1986, from the City Attorney, r ommending that clear legal authority be pr ided to cite persons who park vehicle on private property without the owner's c nsent and to make unlawful the parking o ehicies for sale on private property wit out the owner's consent. Approval of Amendment: The City Attorney read the title of the Ordinance next in order. Further reading of all Ordinances had been waived earlier in the meeting. It was moved by Councilman Schwartze, seconded by Councilman Hausdorfer that the following Ordinance be introduced: In 12/16/86 ENDMENT TO TITLE 5 OF T rAKh1NLi VN r21(1VAIr YKVYCKII —A1V Vic LIlVANI,L Vr 1r7L CITY OF SAN JUAN CAPIST ANO, CALIFORNIA, ADDING CHAPTER 19, ENTITLED "PARKING ON PRIVATE PROPERTY" TO TITLE 5 OF THE, SAN JUAN CAPISTRANO MUNICIPAL CODE The motion carried by the following vote: AYE Councilmen Schwartze, Bland, Hausdorfer, and Mayor Friess NOES: None ABSENT: Councilman Buchheim EXTENSION OF PASEO ADELANTO (600.30) TheCity Manager advised that in January, 1987, the Board Supervisors would consider the City's request for an easement to permit a pr ate road extension of Paseo Adelanto which would re -orient Solag Disposal tck traffic off Los Rios Street and allow access to Del Obispo Street. C*N INITY PLANNING AND C NT (SAN JUAN/DODGE/CHRYSLER REALTY (600.60) Written Communications: Report dated December 16, 1986,, -from the Director of Community Planning and Development, advising that Chr'y'sler Realty Corporation had requested additional time to review the reimbursement agreement for improvements of Camino Capistrano. Continuation of Item:/ It was moved by Cpuncilman Hausdorfer, seconded by Councilman Schwartze and unanimously carried to continue the item to the meeting of January 20, 1987. ORDINANCES 1. 4 PAL CODE - Written Communications: eport dated December 16, 1986, from the City Clerk, advising that the Ordinance was intrpduced at the meeting of December 4, 1986, and was scheduled for adoption. Adoption of Ordinance: The City Attorney read the title of the Ordinance next in order. Further reading of all Ordinances had been waived earlier in the meeting. It was moved by Councilman Schwartze, seconded by Councilman Bland that the following Ordinance be adopted: -10- 12/16/86 AGENDA ITEM TO: FROM: SUBJECT: SITUATION 0 January 20, 1987 Stephen B. Julian, Executive Director Community Redevelopment Agency W. D. Murphy, Director of Public Works Temporary Extension of Paseo Adelanto (Wakeham -Baker Inc.) Bids have been received for the temporary extension of Paseo Adelanto. This temporary access road will run along the back of the east side levee of Trabuco Creek from the Solag facility to Del Obispo Street and will remove disposal company traffic from Los Rios Street. The City has acquired all necessary properties between Del Obispo Street and the Solag facility with the exception of the parcel owned by the Orange County Flood Control District. A permit to construct the temporary road over this parcel has been issued by Orange County. The immediate extension of the existing fill has been designed to be grouted rip -rap as very steep side slopes are required adjacent to the existing drainage inlet. This is a high cost element of the project. Working space is also limited which has tended to increase costs. Bids were received as follows: Wakeham - Baker Inc. $82,828.00 Sully - Miller Contracting Company $84,623.00 Jim Hubbs Construction Company $92,888.00 Staff is recommending award of contact to the low responsible bidder Wakeham - Baker Inc. NOTIFICATION Wakeham - Baker Inc. COMMISSION/BOARD REVIEW, RECOMMENDATIONS The project has been reviewed by the Environmental Review Board and presented to the Los Rios Review Committee as an information item. Agenda Item • • January 20, 1987 Page 2 FINANCIAL CONSIDERATIONS Twenty thousand dollars was budgeted in CRA account /126-6900-4720-C10 for this project. During final design it was realized that the project would be much more extensive than envisioned at the time of budget preparation and the Engineer's estimate was revised to $50,000. The bids received are considered to be high for this project, however, it is staff's recommendation to accept the low responsible bid in order to progress the work and remove Solag traffic from Los Rios Street as quickly as possible. Staff is requesting funds from the Tax Allocation Note be used to fund entire project and have the budgeted CRA funds revert back to CRA reserves for reallocation. ALTERNATE ACTIONS 1. Authorize the transfer of funds from the Tax Allocation Note and award the contract for the Temporary Extension of Paseo Adelanto. 2. Do not authorize the transfer of funds and do not award the contract. 3. Request further information from staff. RECOMMENDATION By motion, authorize the transfer of funds from the Tax Allocation Note and award the contract for the Temporary Extension of Paseo Adelanto to the low responsible bidder, Wakeham - Baker inc. in the amount of $82,828.00 and reject all other bids. Authorize the Chairman and Agency Secretary to execute the documents on behalf of the Redevelopment Agency. Respectfully submitted, \,�) [-� CV,3,rQ, W. D. Murphy WDM/BP:kjs • "Contractor's Copy'. CONTRACT This contract is made and entered into by and between the CITY OF SAN JUAN CAPISTRANO COMMUNITY REDEVELOPMENT AGENCY, hereinafter referred to as Redevelopment Agency and Wakeham -Baker, Inc. hereinafter referred to as CONTRACTOR. IT IS HEREBY AGREED BETWEEN THE PARTIES AS FOLLOWS: FIRST. CONTRACT DOCUMENTS. The contract documents shall be considered to include the Notice Inviting Bids, the Instructions to Bidders, the Proposal, the Bid Bond, the Non -Collusion Affidavit, the Designation of Sub -Contractors, the Contract which is prepared for execution by the City and the Contractor, Plans, Specifications and Special Provisions, the Standard Specifications for Public Works Construction, 1985 Edition, including all Supplements, Contract Bonds, Resolu- tions adopted by the Redevelopment Agency pertaining to the work, insurance policies and certificates, and any supplemental written agreements amending or extending the scope of the work originally contemplated that may be required to complete the work in a substantial and acceptable manner. SECOND. THE WORK. CONTRACTOR agrees to furnish al! tools, labor, materna!, equipment, transportation, and sipp!ies necessary to perform and complete in good and workmanlike manner the construction of Temporarn Extension of Paseo .Adelanto in strict conformity with the Plans, Specifications and a!! other contract documents, which documents are on file at the Office of the City Clerk, City Hal!, 32400 Paseo Adelanto, San Juan Capistrano, California. THIRD. PAYMENT. City agrees to pay, and CONTRACTOR agrees to accept, the lump sum adjusted for variations of quantities, at the prices designated in bid proposal at the time and in the manner set forth in the Specifications. FOURTH. COMMENCEMENT AND COMPLETION OF THE WORK. CONTRACTOR agrees to begin and complete the work within the time specified in the Notice Inviting Bids. It is agreed that it would be impracticable and extremely difficult to fix the actual amount of damages, and -14- 0 0 loss sustained by Redevelopment Agency, should CONTRACTOR fail to complete the work in the specified time; therefore, CONTRACTOR shall pay Redevelopment Agency, as liquidated damages, not in the nature of a penalty, one hundred dollars ($100) per calendar day for each day delayed; provided that extensions of time with waiver of liquidated damages, may be granted as provided in the Specifications. FIFTH. PERFORMANCE BOND AND LABOR AND MATERIAL BOND. CONTRACTOR agrees to furnish bonds guaranteeing the performance of this contract and guaranteeing payment of all labor and material used under this contract, as required by the laws of the State of California, on forms approved by the Redevelopment Agency. The Performance Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned on full and complete performance of the contract, guaranteeing the work against faulty workmanship and materials for a period of one (1) year after completion and acceptance. The Labor and Material Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned upon full payment of all Labor and Material entering into or incidental to the work covered by this contract. CONTRACTOR agrees to furnish the bonds on the forms found within the Specifications. CONTRACTOR agrees to pay Redevelopment Agency such sum as the Court may judge as reasonable for the legal services of any attorney representing the Redevelopment Agency in any action brought to enforce or interpret the obligations of this agreement, and such sums shall be made a part of any judgment in such action against CONTRACTOR if such action is determined in favor of said Redevelopment Agency. The required Performance, Labor and Materials Bonds, and Bid Bond shall provide that the surety shall pay attorney's fees incurred by Redevelopment Agency in enforcing this agreement. SIXTH. GENERAL PREVAILING RATE OF PER DIEM WAGES. Pursuant to the Labor Code of the State of California, copies of the prevailing rate of per diem wages, as determined by the Director of the State Department of Industrial Relations, are on file in the offices of the City Clerk, 32400 Paseo Adelanto, San Juan Capistrano, California, and are hereby incorporated and made a part hereof. CONTRACTOR agrees that he, or any SUB -CONTRACTOR under him, shall pay not less than the foreqoing specified prevailing rates of wages to all workmen employed in the execution of the contract. -15- SEVENTH. INSURANCE. CONTRACTOR shall maintain at all times during this contract liability and property damage insurance naming the Redevelopment Agency and its elected and appointed officials as a named insured, which such policies shall be of an amount not less than One Million Dollars combined single limit. The insurance policies shall bear an endorsement or shall have an attached rider providing that in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Redevelopment Agency shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with the applicable law or statute but in no event less than 30 days before expiration or cancellation is effective. CONTRACTOR shall provide to Redevelopment Agency the policy certificate establishing that the required level of insurance has been satisfied. CONTRACTOR shay. indemnify and save harmless the Redevelopment Agency, its officers, agents, and employees from and against any and all claims, demands, loss or liability of any kind or nature which Lessor, its officers, agents and employees may sustain or incur or which may be imposed upon them or an) of them for injury to or death of persons, damage to property as a result of, or arising out of, or in any manner connected with the performance of the obligations under this con- struction agreement. EIGHTH. COMPLIANCE WITH OTHER PROVISIONS OF LAURELATIVE TO PUBLIC CONTRACTS. Redevelopment Agency is subject to the provisions of the Government Code and the Labor Code of the State of California. It is stipulated and agreed that all provisions of lay. applicable to public contracts are a part of this contract to the same extent as though set forth herein and shall be complied with by CONTRACTOR. These include, but are not limited to, the stipulation that eight (g) hours labor constitute a legal day's work and CONTRACTOR shall, as a penalty to Redevelopment Agency, forfeit twenty-five dollars ($25) for each workman employed in the execution of the Contract by CONTRACTOR, or by any SUB -CONTRACTOR, for each calendar day during which such workman is required or permitted to work more than eight (8) hours in violation of the provisions of Article Three, Chapter One, Part Seven, Division 2, of the California Labor Code, except as permitted by law. -16- IN WITNESS WHEREOF, this contract is executed by the duly authorized agent(s) of Redevelopment Agency, pursuant to Council action, and by CONTRACTOR on the date set before the name of each. COMMUNITY REDEVELOPMENT AGENCY DATED: 1/20/57 BY: CHAIRMAN GARY L. f{AUSDORFER BY: ��uFCG...�-ho-a. - /CONTRACTOR �� ATTEST: Mary Ann Hanover, Agency Secretary -17- BO 3SM 694 639 00 • PREMI 1,657.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That viBK HAM-BAF�R. INC. , as Principal, hereinafter called CONTRACTOR, and AMERICAN MOTORISTS INSURANCE COMQ as Surety, hereinafter called SURETY, are held and firmly bound unto the City of San Juan Capistrano, as Obligee, hereinafter called CITY, in the amount of Eighty -Two Thousand Eight Hundred Twenty -Eight & No/ 10 Dollars for payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fairly by these presents. WHEREAS, Contractor has by written agreement dated 01/20/87 entered into a (describe agreement): Temporary Extension of Paseo Adelanto which contract is by reference made a part hereof; NOW, THEREFORE, the condition of this obligation is such that, if Principal shall promptly and faithfully perform said agreement, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Surety waives whatever legal right it may have to require that a demand be made first against the principal in the event of default. BE IT FURTHER RESOLVED, that: 1. As a part of the obligation secured hereby, and in addition to the face amount specified, there shall be included costs and reasonable expenses and fees, includingreasonable attorney's fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. -20- • 0 9 3SM 692 523 00 26 KNOW ALL MEN BY THESE PRESENTS, that we, Wakeham -Baker, Inc. , as PRINCIPAL, and American Motorists TnsnraneP CL=nz , as SURETY, hereinafter called Surety, are held and firmly bound unto the CITY OF SAN JUAN CAPISTRANO COMMUNITY REDEVELOP- MENT AGENCY, Obligee, hereinafter called Redevelopment Agency, in the sum of $10,000.00 , for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fairly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas the Principal has submitted the accompanying bid dated January 5 , 19 87 , for the construction Of Temporary extension - Paseo Adelanto forthe City of San Juan Capistrano Community Redevelopment Agency, Orange County, California. NOW, THEREFORE, if the Principal shall not withdraw said bid within thirty (30) • days after the opening of same, and shall, within fifteen (15) days after the agreement has been presented to him for execution, enter into a written contract with the Redevelopment Agency in accordance with the bid as accepted, and if the Principal shall give the required bond with good and sufficient sureties, or sureties for the faithful performance and proper fulfillment of such contract and for the protection of laborers and materialmen, or in the event of the withdrawal of said bid within the periods specified, or the failure to enter into said contract and give said bond within the time specified, if the Principal shall within sixty (60) days after request by the Redevelopment Agency, pay the Redevelopment Agency the difference between the amount specified in said bid and the amount for which the Redevelopment Agency may procure the required work and/or supplies if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Further, as a part of the obligation secured hereby, and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Redevelopment Agency in successfully enforcing such obligation, all to be taxed as costs and included in any • judgment rendered. -18- • C� 9 DESIGNATION OF SUB -CONTRACTORS Submit with Proposal. In compliance with the Provisions of Section 4100-4107 of the Government Code of the State of California as amended, the undersigned certifies that he has used the sub -bids of the fol- lowing listed sub -contractors in making up his bid, and that the sub -contractors listed will be used for the work for which they bid, subject to the approval of the Engineer, and in accordance with the applicable provisions of the Specifications. It is understood and agreed that all those portions of the work called for in the contract documents for which a sub -contractor is not listed will be performed by the undersigned through his forces. If no sub -contractors are listed, all bonds and insurance will be written in the name of the general contractor only. Item of Work Sub -Contractor Address Phone No. 1 C.L. /I!✓C r. l�O�Cf ILN�JY Wedrn..w.r rcv, 2 �..� /�/-7 ✓I Nb iQ...o.¢Jo1l A p/w .-r .Sw..J :+a ��/i.lq • 3. 4 5. 6 7 8 Wakeham -Baker, Inc. BIDDER'S NAME —OALYrHOR ED' [GNATURE 0 • STATE OF CALIFORNIA ) ss. County of Orange ) W. R. Wakeham, being first duly sworn deposes and says that he is President of Wakeham—Baker, Inc. the party making the foregoing bid; that such bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that such bid is genuine and not collusive or sham; that said 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 any- one else to put in a sham bid, or that any one shall refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with any one to fix the bid price of said bidder or of any other bidder, or to fix the bid price of or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of any one interested in the proposed contract; that all statements contained in such bid are true; and further, that said bidder has not directly or indirectly, submitted his 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 in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to any person or persons as have a partnership or other financial interest with said bidder in this general business. • DATED: 12/29/86 �� SIGNATURE 'R. Wakeham, President On this the 2gt.hday of December , 19 86 before me, the undersigned, a Notary Public in and for said State, personnally appeared W. R.W. R. Wakeham, , personally known to me/p€ffiVdWtoxMi:O on the basis of satisfactory evidence, to be the person(Q whose name($) is subscribed to the within instrument, and acknowledged that he executed it. WITNESS my hand and official seal. is ce OFFICIAL SEAL S. WITE K TA.RY Pua LIC-CALIFO9NIAORANGE COUNTYEXP. DEC. 18,1989 -7- 0 9 10 1 EA. Furnish and install 16' wide double gate for the unit price of Syvan ��tio✓uo rii�, dollars $ 7.S-0 $ 7 0 per each. 11 50 L.F. Furnish and install guard railing for the unit sum price of /4 i I- ry dollars $ $�.r o per linear foot. 12 1 Ea. Adjust frame and cover to grade for the unit price of Sem Co 7-,/=...4 dollars per each. Total Bid Price (enter here and on Page 3)' zecW_4 % � LJ Ii 7 F/V -J.s 110 • �rGr-f IL -,7V < Words svv.0 �lc1 Com-.: 1' I • 1:1 $ E e,0 Figures SCHEDULE OF WORK ITEMS TEMPORARY EXTENSION OF PASEO ADELANTO • Approximate Work Items With Unit Price Unit Price Item Quantity (Written in Words) (In Figures) Total Amount l� 1 L.S. Clearing and grubbing for the lump sum price of -S_ixrY Cicr�r 14� o.o �nir i%t�e dollars. $6i3_ 2 153 C.Y. Unclassified excavation for the lump sum price of /=�u dollars per cubic yard. $ S' $ -7 6�g_� 3 153 C.Y. Unclassified fill for the unit price of—, ,,0 dollars per cubic yard. $ 'Z $ .706 4 1860 C.Y. Imported fill for the unit price of E[..Z 0 0 .J dollars per cubic yard. $ $ Zoeybd 5 145 Tons Grouted Rip -rap for the unit price of Str oc+r, !a a • -72,w dollars per ton. $ $ 6 6 1,008 Tons Furnish and install Class II Aggregate Base for the unit price of Tw e.c e.e dollars per ton. $ / 2 ' $1 s; 7 504 Tons Furnish and install A.C. paving for the unit price of,� 7�_J dollars per ton. $ 8 710 L.F. Furnish and install 60" chain link fence for the unit price of £/ems r ,e►,,, dollars per linear foot. $ �%� $ 6 o J� 9 1 EA. Furnish and install 22' wide double gate for the unit price of v„ dollars per each. $ pp $ g v a • l� 0 • (If an individual, so state. If a firm or co -partnership, state the firm name and give the names of all individual co-partners composing the firm: President, Secretary, Treasurer, and Manager thereof.) Dated: 12/29/86 Dated: 11225 Slater Ave. Fountain Valley, CA 92708 Business Address 1714) 556-0820 Telephone Number Further, the undersigned bidder certifies that he has thoroughly checked the figures set forth in this proposal, that they are correct to the best of his knowledge and that they constitute his proposal for the work called out herein. Dated: 12/29/86 �� Signature of Bidder Dated: • • -5- (714) 556-0820 Telephone Number • The estimated quantities of work indicated in the proposal are approximate only being given solely as a basis for comparison of bids. It is understood that the City does not expressly, nor by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any item or portion of the work or to omit portions of the work as may be deemed expedient by the Engineer. It is also understood by Bidder that the City of San Juan Capistrano Community Redevelopment Agency has the right to reject this proposal or to award a contract to the undersigned at the prices stipulated. If the proposal is rejected, then any check or cashier's check shall be returned to the undersigned within thirty (30) days. No bid bonds will be returned. If the proposal is accepted and the undersigned fails to enter into a contract within fifteen (15) days after the agreement is delivered to him for signature, or within such further time as may be granted by the Board of Directors, then said check shall be cashed or said bond declared forfeit and an amount equal to the difference between the lowest bid and the next lowest bidder who will execute a contract shall be paid into the treasury of the City of San Juan Capistrano Redevelopment Agency as liquidated damages for the failure of the undersigned to comply with the terms of this • proposal. Accompanying this proposal is Bidders bond (Insert "$ cash", cashier's check, certified check or bidder's bond, as the case may be), in an amount equal to at least ten percent (10%) of the total bid. • The following is the name and place of business of the surety company which will furnish the required bonds as surety if the work is awarded to the undersigned: American Motorists Insurance Co Licensed in accordance with an act providing for the registration of contractors -- License No. 402529 Signature of Bidder W. R. Wakeham, President WAKEHAM-BAKER, INC. -4- 0 0 • BID PROPOSAL For the: TEMPORARY EXTENSION OF PASEO ADELANTO From: Wakeham -Baker, Inc. Contractor To the Board of Directors City of San Juan Capistrano Community Redevelopment Agency Gentlemen: The undersigned, as bidder, declares that he has carefully examined the location of the proposed work as described, examined the Plans, Specifications, Special Provisions, and the Standard Specifications for Public Works Construction, 1985 Edition, including all supplements therefor, read the Instructions to Bidders, and is familiar with all proposal requirements, and hereby proposes and agrees, if the proposal is accepted, to complete the said construction in accordance with the Contract Documents, as defined in Section 1-2 of the Standard Specifications, in the time stated herein, for the unit price or lump • sum given on the following pages of this proposal, amounting to a total of: ./ hrF.�c�bsS SZ�B Words Figures 1fa cc ,c�, ,y.,,, • z Ce-� Said amount to include and cover all taxes, the furnishing of all materials, the performing of all the labor requisite or proper and the providing of all necessary machinery, tools, apparatus, and other means of construction; also, the performance and completion of all the work in the manner set forth, described and shown in the Specifica- tions or the drawings for the work. If the contract is awarded, the undersigned agrees to enter into a contract with the Redevelopment Agency and to commence work within fifteen (15) calendar days from the date of execution thereof, and to diligently prosecute the work to completion before the expiration of forty (40) calendar days. All bids are to be computed on the basis of the given Estimated Quantities of Work, as indicated in this proposal, times the unit prices as submitted by the bidders. In case of discrepancy between words and figures, the words shall prevail. In case of discrepancy between unit prices and the extension thereof, the unit price shall prevail and bids will be • computed as indicated above and compared on the basis of corrected totals. -3- 0 B I D O P E A N G R E P O R T Bids opened January 5, 1987 at 2:00 am(om Project Title Temporary Extension of Paseo Adelanto Project Engineer Brian Perry Pre -Bid Estimate $50,000.00 Bid Bid Bidder: Amount Bond o0 1. Sully-I,iiller Contracting Company yam%. �ij��` of CP 2. 2. Jim flubbs Construction Co. 4?2- T 2 QO 3. Wal:ehan-Baker, Inc. � 4. 5. 6. 7. 8. 9. 10. cc: City Clerk's Staff (3) Signed Public Works (3) City Manager (1) Dated / The above bid amounts have not been checked. The bid totals are subject to correction after the bids have been completely reviewed. CERTIFICATION I, Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated August 11, 1986 on behalf of_ R_ aym9nd E. Gail of Anaheim, is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said. G. H. Kasbohm and R. H. Johnson who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Ccmpany. IN TESTIMONY WHEREOF a hereunto sub ribed my name and affix the corporate seal of the American Motorists Insur- ance Company on this �_ day of 19 r Sven L. Johanson, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM636-0 7/86 IM AMERICAN MOTORISTS INSURA • m COMPANY G Home Office: Long Grove, IL 60049 J POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove,Illinois, does hereby appoint rt#k•trt#•##tt#k•##k#•##tt#krr#trrtartt#rtw#kt* Raymond E. Gail of Anaheim, California************************************ its true and lawful agent(s) and attomey(s)-in-fad, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1988, unless sooner revoked for and on its behalf as surety, and as its ad and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds FIVE HUNDRED THOUSAND DOLLARS ($500,000.00)******** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1988. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 20, 1981 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the Chairman, the President, orany Vice President, or theirappointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 20th day of May, 1981: "VOTED, That the signature of the Chairman of the Board, the Chairman, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Board of Directors on May 20th, 1981 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument t signed and its corporate seal to be affixed by its authorized officers, this 11th day of AU i Vt.19 Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY R. . J nson, ecretary G. H. Kas m, Vice President STAT OF IL NOIS CO NTV O LAKE ss 1,01 W. ennett, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me to be the same ns whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument; appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary ad for the uses and purposes therein set forth. My commission expires: November 18, 1988 Olga w Bennett, Notary Public FM836-4 7-86 1M PRINTED IN U.S.A. Power of Attomey—Term 0 9 IN WITNESS WHEREOF three (3) identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and surety herein named on the 28th day ofJanuary 19 87 . The name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. APPROVED AS TO FORM WAKEHAM-BAF�R, INC. PRINCIPAL AMERICAN MOTORISTS INSURANCE COMPANY SURETY r By Raymond E, ail, Attorney-i.n-Fact -23- BOND #3SM 694 639 00 Premium Included LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the City of San Juan Capistrano, a municipal corporation of Orange County, California, has awarded to kMEHAM-BAKER. INC. . License No. 4o2-,29 , hereinafter designated as "Principal", a contract for Temporary Extension of Paseo Adelanto ;and WHEREAS, said Principal is required to furnish a bond in connection with the said contract providing that if said Principal, or any of his or its sub -contractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the surety or this bond will pay the same. NOW, THEREFORE, we wAKEBAM-BAKER, INC. Principal, and AMERICAN MOTORISTS INSURANCE COMPANY ,as surety, are held firmly bound unto the City of San Juan Capistrano, a municipal corporation, in the penal sum of Ei ht Two Thousand Ei ht Hundred Tweet -Ei ht & No 100 DOLLARS ($ 82,828.00), lawful money of the United States of America, or payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that, if said Principal, his or its heirs, executors, administrators, successors or assigns, or sub -contractors, shall fail to pay for any materials, provisions, provender, or teams, or other supplies or equipment used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor as required by the provisions of Title 1, Division S, Chapter 3 of the Government Code of California as amended, that 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 upon the bond, a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under said act, so as to give a right of action to them or their assigns in any suit brought upon this bond. FURTHER, the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of work to be performed thereunder. As a part of the obligation secured hereby, and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. _Y2_ ti 2. Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the contract documents or of the work to be performed thereunder, shall in any way affect its obligations or this bond, and it does hereby waive notice of any such change, extension of time, alterations, or modifications of the contract documents or of work to be performed thereunder. Executed this 28th day of January 19 87 . at Anaheim , California. APPROVED AS TO FORM PRINCIPAL • •fel= • //�50 M /l/_i /� s (NOTARIZATION AND SEAL) SURETY AMERICAN MOTORISTS INSURANCE COMPANY a RZ� Sn-ractE L��N TAITIIONAND -21- 0 IN WITNESS WHEREOF, the above -bounden parties have executed this • instrument under their several seals this 26th day of Dec-, 19 86 , the name and corporate seal of each corporate party being affixed hereto and these presents duly signed by its undersigned representative pursuant to authority of its governing body. Two Witnesses (If Individual) Wakeham -Baker. Inc. PRINCIPAL Title: r ATTEST (If Corporation) Corporate Seal American Motorists Insurance Company TY ATTEST BY: • Title:Bavmnd E. Gail. Attorney -in -Fact Title n LJ -19- 0 �V ACJACMEMA i N a 9 PN1� Zo i r E �rk m r TEMPORARY EXTENSION OF PASEO ADELANTO CRA Agenda Item • October 21, 1986 Page Two RECOMMENDATION • By motion, approve the plans and specifications for the temporary Extension of Paseo Adelanto and authorize Staff to receive bids after receipt of the OCFCD permit. Respectfully submitted, WD. Mur Y WDM/BP:nb AGENDA ITEM TO: Stephen B. Julian, Executive Director Community Redevelopment Agency FROM: W. D. Murphy, Director of Public Works October 21, 1986 SUBJECT: Plans, Specifications and Call for Bids - Temporary Extension of Paseo Adelanto SITUATION Staff is requesting approval of plans and specifications and authorization to receive bids for the temporary extension of Paseo Adelanto. This temporary access road will run along the back of the east side levee of Trabuco Creek from the Solag facility to Del Obispo street and will remove disposal company traffic from Los Rios Street. The City has acquired all necessary properties between Del Obispo Street and the Solag facility with the exception of the parcel owned by the Orange County Flood Control District. A permit to construct the temporary road over this parcel has been applied for but has not been issued at the time of writing. It is not anticipated that the permit will require significant increase in cost or scope of the project. NOTIFICATION None COMMISSION/BOARD REVIEW, RECOMMENDATIONS The project has been reviewed by the Environmental Review Board and presented to the Los Rios Review Committee as an information item. FINANCIAL CONSIDERATIONS Twenty thousand dollars is budgeted in account 1126-6900-4720-C10 for this project. Final design has shown that the project will be much more extensive than envisaged at the time of budget preparation. The project will now include grading, drainage and fencing, as well as the originally proposed roadway, and the Engineer's estimate for the project is now $50,000. Staff will request a transfer of funds from the CRA Administrative Funds Reserve at the time of award of contract. ALTERNATE ACTIONS 1. Approve the plans and specifications and authorize Staff to receive bids for the construction of the temporary extension of Paseo Adelanto after receipt of the OCFCD permit. 2. Do not approve the plans and specifications. 3. Request additional information from Staff. 3, Adelanto along the back of the east side levee of Trabuco Creek from the Solag facility at 31731 Los Rios Street to Del Obispo Street. The extension will remove Solag Disposal Company traffic from Los Rios Street. The report advised that all necessary properties between Del Obispo Street and the Solag facility had been acquired by the City with the exception of an Orange County Flood Control parcel; application had been made to the District for a construction permit. Funds in the amount of $20,000 were budgeted in Account No. 26-6900-4720-C10; however, due to the inclusion of grading, drainage, and fencing, the Engineer's estimate for the project was increased to $50,000. A transfer of funds from the Administrative Funds Reserve will be requested at the time of award of the contract. Approval of Plans/Call for Bids: It was moved by Director Schwartze, seconded by Director Friess, and unanimously carried to approve the plans and specifications for the temporary extension of Paseo Adelanto and to authorize Staff to receive bids following receipt of the Orange County Flood Control District permit. The Executive Director made an oral reporZAvenida the i ovement of Camino Capistrano from the San Juan Dodge propernida eropuerto, which would normally be required as part of the develor als. The developer would normally enter into a reimbursement agreeadjacent properties; however, in this instance the adjacent property had nfor development. He advised that improvements would cost approximate, and requested authorization to prepare an 'nreement with Chryslerrporation to accomplish the improvements, angio negotiate with Ba 'ick -Nissan and Kaiser Corporation for installation of all improvements simulta ously from the Kaiser property to Avenida Aeropuerto. It was moved by Director Fr s, seconded by Director Schwartze, and unanimously carried to authorize the Ex u 've Director to prepare an agreement with Chrysler Realty Corporation for the requ%ins ublic improvements to Camino Capistrano at $85,000; and, to negotiate and pragreements for Board approval with Barwick - Nissan and Kaiser Corporation follation of required public improvements. PUBLIC HEARINGS 1. Proposal \ Hearing held pursuant to Subdivision (f) of Sect Redevelopment Law to consider the proposed Stat requirement to set aside not less than 20% of the the Agency for the Redevelopment Project in the e necessary to pay for existing projects, programs, Project. Applicant This was an Agency -initiated Public Hearing. -2- )n 33334.2 of the Community ent of Findings regarding the i increment funds allocated to o pli able Fiscal Year, except as or a ;ivities pertaining to the 10/21/86 0 OCTOBER 21, 1986 0 REGULAR MEETING OF THE SAN JUAN CAPISTRANO COMMUNITY REDEVELOPMENT AGENCY BOARD OF DIRECTORS The Re ar Meeting of the Board of Directors of the San Juan Capistrano Community Redevelop nt Agency was called to order by Chairman Hausdorfer at 7:15 p.m., in the City Council amber. ROLL CALL PRESENT: Gary L. Hausdorfer, Chairman Anthony L. Blgr(d, Director Kenneth E. 1 fiess, Director Phillip R.hwartze, Director ABSENT; Lawrence F. Buchheim, Vice Chairman i STAFF PRESENT: Stephen B. Jul n, Executive Director; Thomas G. Merrell, Deputy Director; Mary Ann Hanover, en Secretary; Robert G. Boone, Finance Officer; Glenn Southard Assistant Ci Mana r; John R. Shaw, City Attorney; William D. Murphy, Director of Public Works; Thoma L. Baker, Director of Community Services; Cheryl Johnson, Recording cretary. MINUTES Regular Meeting of/October 7 1986: \ It was moved b irector Schwartze, seconded by Dire( the Regular Meting of October 7, 1986, be approved as by the follow] g vote: -'AYES: Directors Schwartze, Bland, Friess, and Chairman Hausdorfer , NOES: None Z - ABSENT: Director Buchheim 2. Friess, that the Minutes of pitted. The motion carried It was moved by Dir Friess, ded by Director Schwartze, and unanimously carried to ap a the Lists of Demands d September 24, and October 8, 1986, Warra os. 107-128, and 129-150, in the t amounts of $437,332.21 and .$2 , 43.83, respectively. AND CALL Written Communications: Report dated October 21, 1986, from the Director of Public Works, requesting approval of the plans and specifications for the temporary extension of Paseo -1- 10/21/86 The Board of Directors reserves the right to reject any and all bids received and to compare the relative merits of the respective bids and to choose that which in the opinion of said Redevelopment Agency will best serve the interests or needs of said Redevelopment Agency. A time limit of forty (40) calendar days has been set for the completion of the work, from the date of execution of the contract. BIDDERS ARE HEREBY NOTIFIED THAT, pursuant to the Labor Code of the State of California, copies of the prevailing rate of per diem wages, as determined by the Director of the State Department of Industrial Relations, are on file in the office of the City Clerk and shall be made available to any interested party on request. Copies of plans and specifications are on file in the office of the City Clerk of San Juan Capistrano, 32400 Paseo Adelanto, San Juan Capistrano, California. Copies of the plans and specifications for use in preparing bids may be obtained at the Office of the City Clerk, San Juan Capistrano, at the address shown above. One set of plans and specifications is available for each general contractor proposing to submit a bid for said work. A charge in the amount of $10, nonrefundable, is required for obtaining each set of plans and specifications. There will be a $5 charge for postage and handling on all plans and specifications mailed. Each bidder shall state the California Contractor's License number of such bidder so bidding, as no bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the laws of the State of California relating to the licensing of Contractors. This Notice is hereby given and published by order of the Board of Directors of the City of San Juan Capistrano Community Redevelopment Agency, and is dated this ,� /-J day of ,� ��«�n�a✓ CITY CLE CITY OF SAN JUAN CAPISTRANO ORANGE COUNTY, CALIFORNIA -2- 0 0 TEMPORARY EXTENSION OF PASEO ADELANTO NOTICE INVITING BIDS Public notice is hereby given that the City of San Juan Capistrano Community Redevelopment Agency will, up to 2:00 p.m., on the 5th day of January 1987, receive sealed proposals or bids for the Temporary Extention of Paseo Adelanto in accordance with the approved Plans, Specifications, Special Provisions, and the Standard Specification for Public Works Construction, 1985 Edition, including all supplements therefor, on file in the office of the City Clerk of the City of San Juan Capistrano, California. Bids will be received until the time hereinbefore stated at the San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano, California. No bid will be received unless it is made on a proposal provided within these specifi- cations. Each proposal or bid must be accompanied by a certified check, cash, cashier's check, or bidder's bond payable to the City of San Juan Capistrano Community Redevelopment Agency in the sum of not less than ten percent of the total bid amount. The bid check, cashier's check or bidder's bond of the successful bidder will be forfeited to said Redevelopment Agency in the event such successful bidder fails to enter into the required contract within 15 days after the written notice that said contract has been awarded to him for the work. A pre-bid conference is scheduled at 10:00 a.m. on the 29th day of December 1986, at the City offices. The contractor shall have the opportunity for clarification or interpre- tation of any point or points of question within the plans and contract documents or specifications. It is the contractor's responsibility to be in attendance at this conference to receive any information disclosed during the proceedings, for the Redevelopment Agency shall not disseminate any records of the conference. Exclusive of written addendums and this pre-bid conference, the Redevelopment Agency shall not be responsible for any instructions, explanations, or interpretation of the plans, specifications, and contract documents presented to the bidders in any manner. The successful bidder, simultaneously with the execution of the contract, will be required to furnish a Faithful Performance Bond equal in the amount of one -hundred percent (100%) of the contract price. The surety bond company must be selected from among the surety companies set forth in the surety list provided herein. -1- 0 NOTICE INVITING BIDS TEMPORARY EXTENSION OF PASEO ADELANTO Notice is hereby given that the City of San Juan Capistrano will receive sealed proposals or bids for the Temporary Extension of Paseo Adelanto until 2:00 P.M. on the 5th day of January 1987. A pre-bid conference is scheduled at 10:00 A.M. on the 29th day of December 1986, at the City offices to assist contractors. Copies of Plans and Specifications are on file in the Office of the City Clerk of San Juan Capistrano, 32400 Paseo Adelanto, San Juan Capistrano, California, and may be obtained at the non-refundable charge of $10.00, plus a charge of $5.00 for each set of Plans and Specifications mailed. Dated: December 4, 1986 CITY CLERI CITY OF SA JUAN CAPISTRANO ORANGE COUNTY, CALIFORNIA n L� NOTICE OF TRANSMITTAL - LEGAL PUBLICATIONS TO: CAPISTRANO VALLEY NEWS Jody Kolar, Legal FOR PUBLICATION ON: DOCUMENT TO BE PUBLISHED: PROOF OF PUBLICATION: 7 AUTHORIZED BY: L2:2a/ DATE: December 4, 1986 Date of Bid Opening Date (s) notice published Date affidavit received Date notice posted in designated posting places (3) 0 THURSDAY, DECEMBER 11, 1986 THURSDAY, DECEMBER 18, 1986 NOTICE INVITING BIDS - TEMPORARY EXTENSION OF PASEO ADELANTO Please send to: City Clerk's Department City Hall 32400 Paseo Adelanto San Juan Capistrano, CA 92675 (714) 493-1171 - 01/05/87 - 12/11/86 - 12/18/86 -IA1151zb - 12/11/86 0 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange I am a citizen of the United States and a resident of the County aforesaid: I am over the age of twenty one years, and not a party to or interested in the above -entitled matter. I am the principal clerk of the Capistrano Val- ley News, a newspaper of general circulation in the City of San Juan Capistrano, County of Orange, and which newspaper has been adjudicated to be a newspaper of general circulation by the Superior Court of the County of Orange, State of California, June 5, 1984, Case No. A-122949 in and for the City of San Juan Capistrano, County of Orange and the South Orange County Judicial District; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supple- ment thereof on the following dates, to wit: December 11, 1986 I declare under penalty of perjury that the foregoing is ture and correct. Executed at Mission Viejo, Orange County California,this ....I.I.. day of DeC 19 .. 86 . _ . Signature Capistrano Valley News 23811 Via Fabricante P.O. Box 3629 Mission Viejo, Calif, 92690 0 This space is for the County Clerk's Filing Stamp n ('E�7�r.r. Proof of Publication of NQTICE..INVITING.. RIDS ...................... . CERTIFICATION ],Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated AuRUBt 11. 1986 onbehalfof Raymond E. Gail of Anaheim, is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and 1 do further certify that the said G. H. Kasbohm and R. H. Johnson who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American Motorists Insur- ance Company on this day of OEC. 9 6 1QAR —119— ®r� Sven L. Johanson, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Frd836-4 7/86 1M f STATE OF CALIFORNIA ss. COUNTY OF ORANGE GrFi� I L -' A c. AC NNOWLE00 MENT—Corp .—Pres . B Sec.—WolcOps Form 222CA—Rev. 5 82 OAK WOLCOTTS. INC. STATE OF CALIFORNIA COUNTY OF ORANGE ) OFFICIAL SEAL LORRAINE M. SALAZAR ���2�U '91 • NOTARY PUBLIC — CALIFORNIA QPRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expires February 18, 1989 On this 3rd day of February , in the year 19$Z, before me, the undersigned, a Notary Public in and for said State, personally appeared W. R. Wakeham personally known to me (or proved to me on the basis of satisfactory evidence) to be the persorX who executed the within instrument as President aoDt%a to Ki=0bX*, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolu- tion of its board of directors. WITNESS my hand and official seal. Notary PiViic in and for said State. ON �4a LCX114 19 '?7, before me a NotaWl?ublic in and door said State, personally appeared known to me to be the person whose name is subscribed to the within Instrument as the Attorney -in -Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney -in -Fact. I Nota�Pubficy STATE OF CALIFORNIA ) ss: County of ORANGE ) On this day of LORRAINE M. SALAZAR DEC. 2 6 1986 199, before me a Notary Public, personally appeared RAYMOND E. GAIL personally known to me (or proved to me on the basis of satisfactory evidence) to be the Attorney -in -Fact of the American, Motorists m Insurance Company, and acknowledged to e that he subscribed the name of the American b OFFICSAL SEAL Oil' LORRAINE M. SALAZAR NOTARY PUSLIC - CALIFORNIPRINCIPAL OFFI^,E IN ORANGE COUNTY My Commission Expires February 18, 1989 ereto and his own name as Attorney -in -Fact. Notary Public in and for the Count f ORANGE , State of CALIFORNIA 0 INFINITE IMAGING SYSTEMS 21011 N/fOLIJU)n Pai kway, Suitc #E-8 1-4 m ME CaJhmua 92653 7 472-1777 0 0 San Juan Capistrano Community Redevelopment Agency MEMORANDUM TO: Interested Persons FROM: Mary Ann Hanover, Agency Secretary DATE: January 22, 1987 SUBJECT: Award of Contract - Temporary Extension of Paseo Adelanto The Board of Directors of the San Juan Capistrano Community Redevelopment Agency at its regular meeting held January 20, 1987, took action to award the contract for the construction of the temporary extension of Paseo Adelanto to the low responsible bidder, Wakeham -Baker, Inc. All other bids were rejected. Thank you for your interest in this project. If you have any questions, please do not hesitate to call. MARY ANN H O HER, MAH/mac cc: Director of Public Works Jim Hubbs Construction Company Sully -Miller Contracting Company 32400 Paseo Adelanto San Juan Capistrano California 92675 714-493-1171 San Juan CLpistrano Cummunin Redetclupment .\,Kent t April 30, 1987 Wakeham -Baker, Inc. 11225 Slater Avenue Fountain Valley, California 92708 Re: Completion of Temporary Extension of Paseo Adelanto (Wakeham -Baker, Inc.) Dear Sir: The Board of Directors of the San Juan Capistrano Community Redevelopment Agency at its regular meeting held April 21, 1987, adopted Resolution No. CRA 87-4-21-1 accepting the work completed for the construction of the Temporary Extension of Paseo Adelanto in the amount of $79,436.15. A copy of Resolution No. 87-4-21-t is enclosed for your information. The Agency directed that the retention will be payable upon 35 days from recording of the Notice of Completion. The Notice was recorded on April 27, 1987; therefore, the final payment, in the amount of $7,943.62, may be released on May 27, 1987. Thank you for your cooperation. Very truly yours, Mary Ann Hanover, CMC Agency Secretary MAH/mac Enclosure cc: Director of Public Works Finance Officer Accounts Payable 32400 Paseo Adelanto San Juan Capistrano California 9267.5 714-493.1171 • March 11, 1987 J MEMBER$ OF THE CITU COUNCIL ANTHONY L. BLAND LAWRENCE F. BUCHHEIM KENNETH E. FRI CSS GARY L. HAUSDORFER PHILLIP R. SCHWARTZE CITY MANAGER STEPHEN B JULIAN Wakeham Baker Inc. 11225 Slater Avenue Fountain Valley, CA 92708 Re: Temporary Extension of Paseo Adelanto Gentlemen: I refer to your letter dated March 6, 1987 requesting a time extension of 3 days due to the rains of February 24 - 26. This time extension is granted at no cost to the City. The new completion date will be April 1, 1987. Very truly yours, Brian Perry Associate Civil Engineer BP:kjss xc: vDawn John Reynolds 32400 PASEO ADELANTO, SAN JUAN CAPISTRANO, CALIFORNIA 92675 0 (714) 493.1171 41 Certificate of Insurance 41 The Nationwide Mutual Insurance Company or the Nationwide Mutual Fire Insurance Company tertifies that the Insurance afforded by the policy or policies numbered I and described below is in force as of the effective date of this certificate and that this Certificate of Insurance does not amend, extend or otherwise alter the terms and conditions of Insurance coverage contained In any policy or policies numbered and described below. i".'a'xe .n IWCe anry idf ulards ,Mcated by x Sni any YIN above described wii be cancellm More IN expiration dale tNrepn the insurance Company will endeavor 10 Mari 30 days walled mtce :o The'i na Med cetlaxate mocer, blit (dare to mid aucn Mice snail imine no obligation i na0nny d any iiiM con IN .^,orrKany, This certificate is executed by 4amnwKe Mutual Insurance Company it said company has Issued IN boicy %winch tins Clendx:ate is attained, d n executed by 421a 1,imt Mutual Fire IAWMKE CoMDany it said Cormany has Issued the pdKy to vdlch this CanACale Is anwhed Muni Name am Address: r Wakeham -Baker Inc., 11225 Slater Avenue Fountain Valley, Ca. 92708 L Dale Cerlilicate Issued 1-23-87 NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Columbus Ohio 1467 N. Wand 'Ad. #105 J Orange, CA 92667 / I i r xt>tz9 Certificate Holders Name and Address POLICY POLICY rn F EFFECTIVE EXPIRATION E#CM i is POLICY NUMBER DATE City of San Juan Capistrano OCURRENCE AGGREGATE GENERAL LIABILUTY m A 32400 Paseo Adelanto iv Comprehensive Form 73SM07;331-0002 4-30-964-30-87 San Juan. Capistrano, CA 92675^��� Bodily injury $ W rn L _J DESCRIPTIVE` -.RULE' c This .s to certify that policies of Insurance listed oelow have been Issued to the insured named ,e above and are In force at *R4 S i".'a'xe .n IWCe anry idf ulards ,Mcated by x Sni any YIN above described wii be cancellm More IN expiration dale tNrepn the insurance Company will endeavor 10 Mari 30 days walled mtce :o The'i na Med cetlaxate mocer, blit (dare to mid aucn Mice snail imine no obligation i na0nny d any iiiM con IN .^,orrKany, This certificate is executed by 4amnwKe Mutual Insurance Company it said company has Issued IN boicy %winch tins Clendx:ate is attained, d n executed by 421a 1,imt Mutual Fire IAWMKE CoMDany it said Cormany has Issued the pdKy to vdlch this CanACale Is anwhed Muni Name am Address: r Wakeham -Baker Inc., 11225 Slater Avenue Fountain Valley, Ca. 92708 L Dale Cerlilicate Issued 1-23-87 NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Columbus Ohio 1467 N. Wand 'Ad. #105 J Orange, CA 92667 / I i r xt>tz9 POLICY POLICY LIMITS bx LIABILITY OUSANDS 10001 EFFECTIVE EXPIRATION E#CM i TYPE OF INSURANCE POLICY NUMBER DATE DATE OCURRENCE AGGREGATE GENERAL LIABILUTY iv Comprehensive Form 73SM07;331-0002 4-30-964-30-87 Bodily injury $ S 4 p,emises—ODerabons Property Damage S S Exp10SI0r and Collapse Hazard Underground Hazard ±4 Products, Completed Operations Bodily Injury and Hazard Property Damage S 1,: J J, S:, 0 0 0 2 Contractual Insurance Combined Z4 Broad Form Property Damage * independent Contractors _ * Personal Injury Personal Injury S : , ') 1 k grcad Form Comprehensive G L Endorsement ALTOMOBILE LABILITY Bodily injury y; COi^orehensiveFerm 7 _J;__3 ieachPerson) S Owned Bodily Injury Z Mired teach Accident) S NorrOwned Property Damage $ Bodily injury and Property Damage S 1 , ;; .; 0 , Combined EXCESS LIABILITY Bodily injury and Umprena Form Property Damage S S Combined NORKERS COMPENSATION Statutory AND Bodily I ury S POIic Limit .EMPLOYERS LIABILITY I AddllWnai rtormabon. Description of Work Location of Work i".'a'xe .n IWCe anry idf ulards ,Mcated by x Sni any YIN above described wii be cancellm More IN expiration dale tNrepn the insurance Company will endeavor 10 Mari 30 days walled mtce :o The'i na Med cetlaxate mocer, blit (dare to mid aucn Mice snail imine no obligation i na0nny d any iiiM con IN .^,orrKany, This certificate is executed by 4amnwKe Mutual Insurance Company it said company has Issued IN boicy %winch tins Clendx:ate is attained, d n executed by 421a 1,imt Mutual Fire IAWMKE CoMDany it said Cormany has Issued the pdKy to vdlch this CanACale Is anwhed Muni Name am Address: r Wakeham -Baker Inc., 11225 Slater Avenue Fountain Valley, Ca. 92708 L Dale Cerlilicate Issued 1-23-87 NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Columbus Ohio 1467 N. Wand 'Ad. #105 J Orange, CA 92667 / I i r xt>tz9 GL 20 10 (Ed, O] 73) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 2-4-87 Policy No. 73SM004331-0002 Endorsement No. Named Insured o /f 1 Wakeham— Baker, Inc. Countersigned by full (Authorized Representative) C.A. THACHER This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. i Name of Person or Organization (Additional Insured) City of San Juan Capistrano Community Redevelopment Agency 32400 Paseo Adelanto San Juan Capistrano, CA rn m i >•-C O r NZm r+ C M -1 J `�O J GL 20 10 01 73 0 Certificate of insurance 0 The•Naaonwdde Mutual Insurance Company or the Nationwide Mutual Fire Insurance Company Certifies that the insurance afforded by the policy or policies numbered and described below is In force as of the effective date of this certificate and that this Certificate of Insurance does not amend, extend or otherwise after the terms and conditions of insurance coverage contained in any policy or policies numbered and described below. Certificate Holders Name and Address: r City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano, CA 92675 L J DESCRIPTIVE SCHEDULE This Is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. InSu/anne POLICY POLICY LIMITS OF LIABILITY IN THOUSANDS (000) EFFECTIVE EXPIRATION EACH TYPE GF iNSURAN'E POLICY NUMBER DATE DATE OCUP.RENCE AGGREGATE GENERAL LIABILITY P Comprehensive Form 7 3SM004331-0002 4-30-864-30-87 Bodily Injury $ $ P Premises—Operations Property Damage $ $ 0 Explosion and Collapse Hazard p Underground Hazard p Products/ Completed Operations Bodily Injury and Hazard Property Damage $1 , 0 0 0,$ 1, 0 0 0 0 Contractual Insurance Combined Ja Broad Form Property Damage 0 Independent Contractors $I Personal Injury Personal Injury $ 1, 000 6 Broad Form Comprehensive G.L Endorsement AUTOMOBILE LIABILITY Bodily Injury 554 Comprehensive Form 73B,�,004331-0001 4-30-8 6 4-30-87 (Each Person) $ Owned Bodily Injury Hired tl Non -Owned (Each Accident) $ Property Damage $ Bodily Injury and Property Damage $1,()00, Combined EXCESS LIABILITY Bodily Injury and 0 Umbrella Form Property Damage $ $ Combined _ WORKERS' COMPENSATION Statutory AND Bodily inj ry Policy Limit EMPLOYERS' LIABILITY OTHER I _ I Additional Information. Description of Work.... .. ...... ...... Location of Work .. in face only for hazards indicated by X. "Should any of the aoove described policies be cancelled before the expiration date thereon the Insurance company will endeavor to mall 30 days written notice to the above named Certificate Holder. but failure to mall such notice shail Impose r�o obligation or liability of any kind upon the Company." This certificate Is executed by Nationwide Mutual Insurance company If said Company has Issued Date Certificate Issued 1-23-87 the policy to which this certificate Is attached, It is executed by Nationwide Mutual Fire Insurance Candany it said company has issued the policy to which this certificate is attached. NATIONWIDE MUTUAL INSURANCE COMPANY Insured's Name and Address NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Calumbas Ohio F Wakeham—Baker Inc., �� 11225 Slater Avenue., G0, zj�.,fv Fountain Valley, Ca. 92708 s.rzwa praiir L J 1467 N, Writers ate. #105 n �� Orange, CA 92667 / / JV ' XP 'I i GL 20 10 (Ed. 01 13) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 1-23-87 Policy No. 73SM004331-0002 Endorsement No. Named Insured /� / )A Wakeham— Baker, Inc. Countersigned by j ((Au (Rep (Authorized Representative) C.A THACHER This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Pad forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. Name of Person or Organization (Additional Insured) GL 20 10 01 73 City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano,CA STATE COMPENSATION I N S U R A N C E FUND POLICY NUMBER: CERTIFICATE EXPIRES: CITY OF SAN JUAN CAPISTRANO 3UILDING & SAFcTY DEPARTMENT 324)0 PASEO ADELANTO SAN JUAN CAPISTIANO CALIFORNIA 92675 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. PRESIDENT v1AKEHAM-SA'KERi INC. 11225 SLATER AVENUE FDCVTAIN VALLEY CALIFORNIA 927:,.3 0 0 • CITY OF SAN JUAN CAPISTRANO COMMUNITY REDEVELOPMENT AGNECY • COUNTY OF ORANGE STATE OF CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS TEMPORARY EXTENSION OF PASEO ADELANTO BOARD OF DIRECTORS GARY L. HAUSDORFER, CHAIRMAN PHILLIP R. SCHWARTZE ANTHONY L. BLAND LAWRENCE F. BUCHHEIM KENNETH E. FRIESS EXECUTIVE DIRECTOR S. B. JULIAN DIRECTOR OF PUBLIC WORKS W. D. MURPHY OCTOBER 1986 11 9 0 TABLE OF CONTENTS Temporary Extension of Paseo Adelanto TITLE CONTRACT DOCUMENTS PAGE NoticeInviting Bids...........................................................1 BidProposal............................................................3 Schedule of Work items........................................................6 Non -Collusion Affidavit........................................................7 Designation of Sub-Contractors.................................................8 Instructions to Bidders....................................................... .9 Contract....................................................................14 BidBond....................................................................18 Performance Bond........................................................20 Labor & Material Bond........................................................22 Listing of Surety Companies...................................................24 SPECIAL PROVISIONS Section 1 Standard Specifications ....................................... Sp- 1 Section 2 Terms Defined...............................................SP-2 DS -1 Section 3 Flow and Acceptance of Water ................................. SP- 2 Section 4 Water.......................SP-2 DS -2 • Section 5 Insurance and Overhead Costs..................................SP-2 DS -2 Section 6 Protection of Existing Utilities DS -2 Bid Item 7 (Underground Service Alert .................................... SP- 2 Section 7 Protection of Private Property.................................SP-3 DS -3 Section 8 Construction Zone............... ...........................SP -3 Section 9 Pre -Construction Coordination Meeting .........................SP -3 Section 10 Permits.....................................................SP-4 DS -4 DETAIL SPECIFICATIONS AND METHOD OF PAYMENT Bid Item 1 Clearing and Grubbing ....................................... DS -1 Bid Item 2 Unclassified Excavation ...................................... DS -1 Bid Item 3 Unclassified Fill ............................................ DS -1 Bid Item 4 Imported Fill ............................................... DS -2 Bid Item 5 Grouted Rip -Rap. ... ...... ........................ DS -2 Bid Item 6 Furnish and Install Class II Aggregate Base .................... DS -2 Bid Item 7 Furnish and Install A.C. Paving ................................ DS -2 Bid Item 8 Furnish and Install 60" Chain Link Fence ....................... DS -3 Bid Item 9 Furnish and Install 22' Wide Double Gate ....................... DS -3 Bid Item 10 Furnish and Install 16' Wide Double Gate ....................... DS -3 Bid Item 11 Furnish and Install Guard Railing .. ............ ......... DS -4 Bid Item 12 Adjustment of Manhole Frames and Cover Sets to Grade.......... DS -4 0 • TEMPORARY EXTENSION OF PASEO ADELANTO NOTICE INVITING BIDS Public notice is hereby given that the City of San Juan Capistrano Community Redevelopment Agency will, up to 2:00 p.m., on the 5th day of January 1987, receive sealed proposals or bids for the Temporary Extention of Paseo Adelanto in accordance with the approved Plans, Specifications, Special Provisions, and the Standard Specification for Public Works Construction, 1985 Edition, including all supplements therefor, on file in the office of the City Clerk of the City of San Juan Capistrano, California. Bids will be received until the time hereinbefore stated at the San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano, California. No bid will be received unless it is made on a proposal provided within these specifi- cations. Each proposal or bid must be accompanied by a certified check, cash, cashier's check, or bidder's bond payable to the City of San Juan Capistrano Community Redevelopment Agency in the sum of not less than ten percent of the total bid amount. The bid check, cashier's check or bidder's bond of the successful bidder will be forfeited • to said Redevelopment Agency in the event such successful bidder fails to enter into the required contract within 15 days after the written notice that said contract has been awarded to him for the work. A pre-bid conference is scheduled at 10:00 a.m. on the 29th day of December 1986, at the City offices. The contractor shall have the opportunity for clarification or interpre- tation of any point or points of question within the plans and contract documents or specifications. It is the contractor's responsibility to be in attendance at this conference to receive any information disclosed during the proceedings, for the Redevelopment Agency shall not disseminate any records of the conference. Exclusive of written addendums and this pre-bid conference, the Redevelopment Agency shall not be responsible for any instructions, explanations, or interpretation of the plans, specifications, and contract documents presented to the bidders in any manner. The successful bidder, simultaneously with the execution of the contract, will be required to furnish a Faithful Performance Bond equal in the amount of one -hundred percent 000%) of the contract price. The surety bond company must be selected from among the surety companies set forth in the surety list provided herein. -1- • The Board of Directors reserves the right to reject any and all bids received and to compare the relative merits of the respective bids and to choose that which in the opinion of said Redevelopment Agency will best serve the interests or needs of said Redevelopment Agency. A time limit of forty (40) calendar days has been set for the completion of the work, from the date of execution of the contract. BIDDERS ARE HEREBY NOTIFIED THAT, pursuant to the Labor Code of the State of California, copies of the prevailing rate of per diem wages, as determined by the Director of the State Department of Industrial Relations, are on file in the office of the City Clerk and shall be made available to any interested party on request. Copies of plans and specifications are on file in the office of the City Clerk of San Juan Capistrano, 32400 Paseo Adelanto, San Juan Capistrano, California. Copies of the plans and specifications for use in preparing bids may be obtained at the Office of the City Clerk, San Juan Capistrano, at the address shown above. One set of plans and specifications is available for each general contractor proposing to submit a bid for said work. A charge in the amount of $10, nonrefundable, is required for obtaining each set • of plans and specifications. There will be a $5 charge for postage and handling on all plans and specifications mailed. 40 Each bidder shall state the California Contractor's License number of such bidder so bidding, as no bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the laws of the State of California relating to the licensing of Contractors. This Notice is hereby given and published by order of the Board of Directors of the City of San Juan Capistrano Community Redevelopment Agency, and is dated this 3 t`4 day of CITY CLE CITY OF SAN JUAN CAPISTRANO ORANGE COUNTY, CALIFORNIA -2- • BID PROPOSAL For the: TEMPORARY EXTENSION OF PASEO ADELANTO From: actor To the Board of Directors City of San Juan Capistrano Community Redevelopment Agency Gentlemen: The undersigned, as bidder, declares that he has carefully examined the location of the proposed work as described, examined the Plans, Specifications, Special Provisions, and the Standard Specifications for Public Works Construction, 1985 Edition, including all supplements therefor, read the Instructions to Bidders, and is familiar with all proposal requirements, and hereby proposes and agrees, if the proposal is accepted, to complete the said construction in accordance with the Contract Documents, as defined in Section 1-2 of the Standard Specifications, in the time stated herein, for the unit price or lump • sum given on the following pages of this proposal, amounting to a total of: Words Figures Said amount to include and cover all taxes, the furnishing of all materials, the performing of all the labor requisite or proper and the providing of all necessary machinery, tools, apparatus, and other means of construction; also, the performance and completion of all the work in the manner set forth, described and shown in the Specifica- tions or the drawings for the work. If the contract is awarded, the undersigned agrees to enter into a contract with the Redevelopment Agency and to commence work within fifteen (15) calendar days from the date of execution thereof, and to diligently prosecute the work to completion before the expiration of forty (40) calendar days. All bids are to be computed on the basis of the given Estimated Quantities of Work, as indicated in this proposal, times the unit prices as submitted by the bidders. In case of discrepancy between words and figures, the words shall prevail. In case of discrepancy between unit prices and the extension thereof, the unit price shall prevail and bids will be • computed as indicated above and compared on the basis of corrected totals. -3- • The estimated quantities of work indicated in the proposal are approximate only being given solely as a basis for comparison of bids. It is understood that the City does not expressly, nor by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any item or portion of the work or to omit portions of the work as may be deemed expedient by the Engineer. It is also understood by Bidder that the City of San Juan Capistrano Community Redevelopment Agency has the right to reject this proposal or to award a contract to the undersigned at the prices stipulated. If the proposal is rejected, then any check or cashier's check shall be returned to the undersigned within thirty (30) days. No bid bonds will be returned. If the proposal is accepted and the undersigned fails to enter into a contract within fifteen (15) days after the agreement is delivered to him for signature, or within such further time as may be granted by the Board of Directors, then said check shall be cashed or said bond declared forfeit and an amount equal to the difference between the lowest bid and the next lowest bidder who will execute a contract shall be paid into the treasury of the City of San Juan Capistrano Redevelopment Agency as liquidated damages for the failure of the undersigned to comply with the terms of this • proposal. Accompanying this proposal is (Insert "$ cash", cashier's check, certified check or bidder's bond, as the case may be), in an amount equal to at least ten percent (10%) of the total bid. The following is the name and place of business of the surety company which will furnish the required bonds as surety if the work is awarded to the undersigned: Licensed in accordance with an act providing for the registration of contractors -- License No. Signature of Bidder: • -4- 0 • (If an individual, so state. If a firm or co -partnership, state the firm name and give the names of all individual co-partners composing the firm: President, Secretary, Treasurer, and Manager thereof.) Dated: Dated: Business Address Telephone Number Further, the undersigned bidder certifies that he has thoroughly checked the figures set forth in this proposal, that they are correct to the best of his knowledge and that they constitute his proposal for the work called out herein. Dated: Dated: • • -5- Signature of Bidder Telephone Number • Item 1 2 3 4 5 • 6 7 8 9 I* SCHEDULE OF WORK ITEMS • TEMPORARY EXTENSION OF PASEO ADELANTO Approximate Work Items With Unit Price Unit Price Quantity (Written in Words) (In Figures) L.S. Clearing and grubbing for the lump sum price of dollars. 153 C.Y. Unclassified excavation for the lump sum price of dollars per cubic yard. 153 C.Y. Unclassified fill for the unit price of dollars per cubic yard. 1860 C.Y. Imported fill for the unit price of dollars per cubic yard. 145 Tons Grouted Rip -rap for the unit price of dollars per ton. 1,008 Tons Furnish and install Class II Aggregate Base for the unit price of dollars per ton. 504 Tons Furnish and install A.C. paving for the unit price of dollars per ton. 710 L.F. Furnish and install 60" chain link fence for the unit price of dollars per linear foot. 1 EA. Furnish and install 22' wide double gate for the unit price of dollars per each. Total Amount 10 11 12 0 0 1 EA. Furnish and install 16' wide double gate for the unit price of dollars $ $ per each. 50 L.F. Furnish and install guard railing for the unit sum price of dollars $ $ per linear foot. 1 Ea. Adjust frame and cover to grade for the unit price of dollars per each. $ $ Total Bid Price (enter here and on Page 3) I• I • 3 Figures 0 Listing of Surety Companies, Continued • Page Two Auto -Owners Insurance Company Balboa Insurance Company Bankers Multiple Line Insurance Company Boston Old Colony Insurance Company The Camden Fire Insurance Association Centennial Insurance Company Central Mutual Insurance Company The Central National Insurance Company of Omaha The Charter Oak Fire Insurance Company Cigna Insurance Company Commercial Insurance Company of Newark, New Jersey The Connecticut Indemnity Company Continental Casualty Company ' The Continental Insurance Company • Continental Reinsurance Corporation Dependable Insurance Company, Inc. Employers Mutual Casualty Company Employers Reinsurance Corporation Fairmont Insurance Company Farmers Alliance Mutual Insurance Company Federal Insurance Company Federated Mutual Insurance Company The Fidelity and Casualty Company of New York Fidelity and Deposit Company of Maryland Fireman's Fund Insurance Company Firemen's Insurance Company of Newark, New Jersey First National Insurance Company of America Foremost Insurance Company Fremont Indemnity Company General Accident Insurance Company of America General Insurance Company of America • General Reinsurance Corporation 0 9 0 Prepared By: Office of City Attorney San Juan Capistrano 7/29/85 LISTING OF SURETY COMPANIES QUALIFYING UNDER SURETY BOND COMPANY RATING CRITERIA The following surety bond companies are qualified to submit surety bonds to the City of San Juan Capistrano. The criteria utilized in rating surety bond companies are: A.M. Best Company Rating of "A"; U.S. Treasury Underwriting Limitation of $1,000,000.00 or more. Use of any other surety company may only be allowed with approval of the City Attorney. AID Insurance Company Aetna Casualty and Surety Company of Illinois Aetna Reinsurance Company Affiliated FM Insurance Company Alaska Pacific Assurance Company • Allendale Mutual Insurance Company Allstate Insurance Company American Automobile Insurance Company American Casualty Company of Reading, Pennsylvania American Centennial Insurance Company American Credit Indemnity Company American Economy Insurance Company American Indemnity Company The American Insurance Company American Manufacturer's Mutual Insurance Company American Motorists Insurance Company American Mutual Liability Insurance Company American Re -Insurance Company American States Insurance Company Argonaut Insurance Company Arkwright-Boston Manufacturers Mutual Insurance Company Associated Indemnity Corporation 0 Atlantic Mutual Insurance Company • E Premium Included LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS: That • WHEREAS, the City of San Juan Capistrano Redevelopment Agency, a municipal corporation of Orange County, California, has awarded to License No. , hereinafter designated as "Principal", a contract for ; and WHEREAS, said Principal is required to furnish a bond in connection with the said contract providing that if said Principal, or any of his or its sub -contractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the surety or this bond will pay the same. NOW, THEREFORE, we , Principal, and , as surety, are held firmly bound unto the City of San Juan Capistrano Redevelopment Agency, a municipal corporation, in the penal sum of DOLLARS lawful money of the United States of America, for payment of which sum well and truly • to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that, if said Principal, his or its heirs, executors, administrators, successors or assigns, or sub -contractors, shall fail to pay for any materials, provisions, provender, or teams, or other supplies or equipment used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor as required by the provisions of Title 1, Division 5, Chapter 3 of the Government Code of California as amended, that 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 upon the bond, a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under said act, so as to give a right of action to them or their assigns in any suit brought upon this bond. FURTHER, the said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of work to be performed thereunder. As a part of the obligation secured hereby, and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Redevelopment Agency in successfully • enforcing such obligation, all to be taxed as costs and included in any judgment rendered. -22- 0 9 IN WITNESS WHEREOF three (3) identical counterparts of this instrument, each • of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and surety herein named on the day of 19 . The name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. • • APPROVED AS TO FORM By 211 -23- PRINCIPAL SURETY 0 0 2. Said Surety, for value received, hereby stipulates and agrees that no change, • extension of time, alteration, or modification of the contract documents or of the work to be performed thereunder, shall in any way affect its obligations or this bond, and it does hereby waive notice of any such change, extension of time, alterations, or modifications of the contract documents or of work to be performed thereunder. • Executed this day of 19 , at . California. APPROVED AS TO FORM PRINCIPAL (NOTARIZATION AND SEAL) SURETY (NOTARIZATION AND SEAL) -21- 0 PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS: • 9 That as Principal, hereinafter called CONTRACTOR, and , as Surety, hereinafter called SURETY, are held and firmly bound unto the City of San Juan Capistrano Community Redevelopment Agency, as Obligee, hereinafter called REDEVELOPMENT AGENCY, in the amount of Dollars for payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fairly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a (describe agreement): which contract is by reference made a part hereof; NOW, THEREFORE, the condition of this obligation is such that, if Principal shall promptly and faithfully perform said agreement, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Surety waives whatever legal right it may have to require that a demand be made first against the principal in the event of default. BE IT FURTHER RESOLVED, that: 1. As a part of the obligation secured hereby, and in addition to the face amount specified, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Redevelopment Agency in successfully • enforcing such obligation, all to be taxed as costs and included in any judgment rendered. -20- 0 0 IN WITNESS WHEREOF, the above -bounden parties have executed this • instrument under their several seals this day of _ 119 the name and corporate seal of each corporate party being affixed hereto and these presents duly signed by its undersigned representative pursuant to authority of its governing body. Two Witnesses (If Individual) ATTEST (If Corporation) Corporate Seal ATTEST • Title E BY: Title: BY: Title: -19- PRINCIPAL SURETY 0 0 BID BOND • KNOW ALL MEN BY THESE PRESENTS, that we, as PRINCIPAL, and as SURETY, hereinafter called Surety, are held and firmly bound unto the CITY OF SAN JUAN CAPISTRANO COMMUNITY REDEVELOP- MENT AGENCY, Obligee, hereinafter called Redevelopment Agency, in the sum of $ , for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, fairly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas the Principal has submitted the accompanying bid dated , 19_, for the construction of for the City of San Juan Capistrano Community Redevelopment Agency, Orange County, California. • NOW, THEREFORE, if the Principal shall not withdraw said bid within thirty (30) days after the opening of same, and shall, within fifteen (15) days after the agreement has been presented to him for execution, enter into a written contract with the Redevelopment Agency in accordance with the bid as accepted, and if the Principal shall give the required bond with good and sufficient sureties, or sureties for the faithful performance and proper fulfillment of such contract and for the protection of laborers and materialmen, or in the event of the withdrawal of said bid within the periods specified, or the failure to enter into said contract and give said bond within the time specified, if the Principal shall within sixty (60) days after request by the Redevelopment Agency, pay the Redevelopment Agency the difference between the amount specified in said bid and the amount for which the Redevelopment Agency may procure the required work and/or supplies if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Further, as a part of the obligation secured hereby, and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Redevelopment Agency in successfully enforcing such obligation, all to be taxed as costs and included in any • judgment rendered. -18- 0 • IN WITNESS WHEREOF, this contract is executed by the duly authorized agent(s) of Redevelopment Agency, pursuant to Council action, and by CONTRACTOR on the date set before the name of each. COMMUNITY REDEVELOPMENT AGENCY DATED: BY: CHAIRMAN • ATTEST: Mary Ann Hanover, City Clerk APPROVED AS TO FORM: John R. Shaw, City Attorney • BY: CONTRACTOR -17- 0 0 • SEVENTH. INSURANCE. CONTRACTOR shall maintain at all times during this contract liability and property damage insurance naming the Redevelopment Agency and its elected and appointed officials as a named insured, which such policies shall be of an amount not less than One Million Dollars combined single limit. The insurance policies shall bear an endorsement or shall have an attached rider providing that in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Redevelopment Agency shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with the applicable law or statute but in no event less than 30 days before expiration or cancellation is effective. CONTRACTOR shall provide to Redevelopment Agency the policy certificate establishing that the required level of insurance has been satisfied. CONTRACTOR shall indemnify and save harmless the Redevelopment Agency, its officers, agents, and employees from and against any and all claims, demands, loss or liability of any kind or nature • which Lessor, its officers, agents and employees may sustain or incur or which may be imposed upon them or any of them for injury to or death of persons, damage to property as a result of, or arising out of, or in any manner connected with the performance of the obligations under this con- struction agreement. • EIGHTH. COMPLIANCE WITH OTHER PROVISIONS OF LAW RELATIVE TO PUBLIC CONTRACTS. Redevelopment Agency is subject to the provisions of the Government Code and the Labor Code of the State of California. It is stipulated and agreed that all provisions of law applicable to public contracts are a part of this contract to the same extent as though set forth herein and shall be complied with by CONTRACTOR. These include, but are not limited to, the stipulation that eight (8) hours labor constitute a legal day's work and CONTRACTOR shall, as a penalty to Redevelopment Agency, forfeit twenty-five dollars ($25) for each workman employed in the execution of the Contract by CONTRACTOR, or by any SUB -CONTRACTOR, for each calendar day during which such workman is required or permitted to work more than eight (8) hours in violation of the provisions of Article Three, Chapter One, Part Seven, Division 2, of the California Labor Code, except as permitted by law. -16- 0 • loss sustained by Redevelopment Agency, should CONTRACTOR fail to complete the work in the • specified time; therefore, CONTRACTOR shall pay Redevelopment Agency, as liquidated damages, not in the nature of a penalty, one hundred dollars ($100) per calendar day for each day delayed; provided that extensions of time with waiver of liquidated damages, may be granted as provided in the Specifications. • • FIFTH. PERFORMANCE BOND AND LABOR AND MATERIAL BOND. CONTRACTOR agrees to furnish bonds guaranteeing the performance of this contract and guaranteeing payment of all labor and material used under this contract, as required by the laws of the State of California, on forms approved by the Redevelopment Agency. The Performance Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned on full and complete performance of the contract, guaranteeing the work against faulty workmanship and materials for a period of one (1) year after completion and acceptance. The Labor and Material Bond shall be for an amount of one hundred percent (100%) of the amount of this contract and shall be conditioned upon full payment of all Labor and Material entering into or incidental to the work covered by this contract. CONTRACTOR agrees to furnish the bonds on the forms found within the Specifications. CONTRACTOR agrees to pay Redevelopment Agency such sum as the Court may judge as reasonable for the legal services of any attorney representing the Redevelopment Agency in any action brought to enforce or interpret the obligations of this agreement, and such sums shall be made a part of any judgment in such action against CONTRACTOR if such action is determined in favor of said Redevelopment Agency. The required Performance, Labor and Materials Bonds, and Bid Bond shall provide that the surety shall pay attorney's fees incurred by Redevelopment Agency in enforcing this agreement. SIXTH. GENERAL PREVAILING RATE OF PER DIEM WAGES. Pursuant to the Labor Code of the State of California, copies of the prevailing rate of per diem wages, as determined by the Director of the State Department of Industrial Relations, are on file in the offices of the City Clerk, 32400 Paseo Adelanto, San Juan Capistrano, California, and are hereby incorporated and made a part hereof. CONTRACTOR agrees that he, or any SUB -CONTRACTOR under him, shall pay not less than the foreqoing specified prevailing rates of wages to all workmen employed in the execution of the contract. -15- 0 CONTRACT • This contract is made and entered into by and between the CITY OF SAN JUAN CAPISTRANO COMMUNITY REDEVELOPMENT AGENCY, hereinafter referred to as Redevelopment Agency and hereinafter referred to as CONTRACTOR. IT IS HEREBY AGREED BETWEEN THE PARTIES AS FOLLOWS: FIRST. CONTRACT DOCUMENTS. The contract documents shall be considered to include the Notice Inviting Bids, the Instructions to Bidders, the Proposal, the Bid Bond, the Non -Collusion Affidavit, the Designation of Sub -Contractors, the Contract which is prepared for execution by the City and the Contractor, Plans, Specifications and Special Provisions, the Standard Specifications for Public Works Construction, 1985 Edition, including all Supplements, Contract Bonds, Resolu- tions adopted by the Redevelopment Agency pertaining to the work, insurance policies and certificates, and any supplemental written agreements amending or extending the scope of the • work originally contemplated that may be required to complete the work in a substantial and acceptable manner. SECOND. THE WORK. CONTRACTOR agrees to furnish all tools, labor, material, equipment, transportation, and supplies necessary to perform and complete in good and workmanlike manner the construction of Temporary Extension of Paseo Adelanto in strict conformity with the Plans, Specifications and all other contract documents, which documents are on file at the Office of the City Clerk, City Hall, 32400 Paseo Adelanto, San Juan Capistrano, California. THIRD. PAYMENT. City agrees to pay, and CONTRACTOR agrees to accept, the lump sum adjusted for variations of quantities, at the prices designated in bid proposal at the time and in the manner set forth in the Specifications. FOURTH. COMMENCEMENT AND COMPLETION OF THE WORK. CONTRACTOR agrees to •begin and complete the work within the time specified in the Notice Inviting Bids. It is agreed that it would be impracticable and extremely difficult to fix the actual amount of damages, and -14- • • 0 0 authority and the surety has been given notice of such assignment in writing and has consented thereto in writing. Workmen and Wages Attention is specifically directed to all provisions of the Labor Code of the State of California with regard to workmen and wages. Wages shall not be less than prevailing wage rates determined by the Redevelopment Agency pursuant to said Code and as listed in the "Notice Inviting Bids". Building Permits It shall be the Contractor's responsibility to obtain all necessary permits, bonds and insurance, as required, for the completion of the project. No extra compensation shall be made therefore. -13- 0 0 The bidder to whom the award is made shall execute a written contract with the Redevelopment Agency and furnish the stipulated bonds, insurance and bid breakdown within fifteen (15) days after the notice of award of contract. The contract shall be made in the form adopted by the Redevelopment Agency. The release of the successful bidder's surety deposit, as previously stipulated (page 5), shall be made upon the Redevelopment Agency's acceptance of the Labor and Materials Bond and the Faithful Performance Bond. If the bidder to whom the award is made fails to enter the contract as herein provided, the award may be annulled and an award may be made to the next lowest responsible bidder; and such bidder shall fulfill every stipulation embraced herein, as if he were the party to whom the first award was made. A corporation to which an award is made shall furnish evidence of its corporate existence and evidence that the officer signing the contract and bonds for the corporation is duly authorized to do so. Bonds The successful bidder, simultaneously with the execution of the Agreement, will be required to furnish a Labor and Material Bond in a sum not less than one hundred percent (100%) of the total amount payable by the terms of the contract and a Faithful Performance Bond in a sum not less • than one hundred percent (100%) of the amount of the contract. Said bonds shall be secured from a surety company listed as acceptable on the list included in these specifications. Bonds must be submitted on the forms contained in these specifications. • Time of Performance The work shall be commenced within fifteen (15) calendar days from the date of issuance of the Notice to Proceed and shall be diligently prosecuted until completion. A time limit of forty (40) calendar days from the date specified in the Notice to Proceed has been set for completion of the work. The bidder's attention is directed to the specifications as to provisions for extension of time of completion and/or assessment of liquidated damages. Assignment of Contract No assignment by the Contractor of any contract to be entered into hereunder or any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by the awarding authority unless such assignment has had prior approval of the awarding -12- 0 0 bonds within the time required by these documents, such check or bond, and the money re- presented thereby, shall remain the property of the Redevelopment Agency and, if the bidder shall fail to execute said contract, said surety will pay to the Redevelopment Agency the damages which the Redevelopment Agency may suffer by reason of such failure, not exceeding the sum of ten (10) percent of the amount of the bid. A bid received and not accompanied by such cashier's check, certified check or approved bond shall be rejected. G. Bids shall be delivered to the Redevelopment Agency at the location stipulated, on or before the day and hour set for the opening of bids, as hereinbefore specified in the "Notice Inviting Bids". Bids shall be enclosed in a sealed envelope bearing the title of the work, the name of the bidder, bid opening date and time of bid opening. Licensing of Contractor All persons, firms, partnerships or corporations shall be licensed in accordance with the Business and Professions Code of the State of California and the applicable ordinances of the City and County before doing any work of any kind. ithdrawl of Bids Any bidder may withdraw his bid in person or by written request at any time prior to the scheduled • closing time for receipt of bids. • Opening of Bid Proposals The Redevelopment Agency will, in open session, publicly open, examine and declare the bids at the time set forth in the "Notice Inviting Bids". Bidders or their authorized representatives are invited to be present. Award of Contract or Rejection of Bids No bidder may withdraw his bid for a period of forty-five (45) days after the date set for the opening of bids. The contract for the work will either be awarded or the bids rejected within the forty-five (45) days from the date set for the opening of bids. The contract for the work will be awarded to the lowest responsible bidder complying with these instructions and with the "Notice Inviting Bids". The Redevelopment Agency, however, reserves the right to reject any or all bids and to waive mere informalities, minor technical errors or irregularities, obvious clerical errors or erasures. -11- 11 Addenda or Bulletins • The effect of all addenda to the contract documents shall be considered in the bid and said addenda shall be made a part of the contract documents and shall be returned with them. Before submitting his bid, each bidder shall inform himself as to whether or not any such addenda have been issued, and failure to cover in his bid any such addenda issued may render his bid invalid and result in its rejection. Disqualification of Bidders No person, firm or corporation shall be allowed to make, file or be interested in more than one bid for the same work unless alternate bids are called for. A person, firm or corporation who has submitted a sub -proposal to a bidder, or who has quoted prices on materials to a bidder, is not hereby disqualified from submitting a bid in his own behalf. Proposals Bids to receive consideration shall be in accordance with the following instructions: A. Bids shalt be made only upon the forms provided within these specifications; all bid items shall be properly filled out; bid prices shall be stated both in words and in figures; and the signatures of all persons signing shall be in longhand. Where there is a conflict in the words • and the figures, the words shall govern. B. All prices and notations must be in ink or typewritten. No erasures will be permitted. Mistakes may be crossed out and corrections typed or written in ink adjacent thereto and must be initialed in ink by the person or persons signing the bid. C. Bids shall not contain any recapitulation of the work to be done. Alternate proposals will not be considered except as required hereinabove. No oral, telegraphic or telephonic proposals or modifications will be considered. D. The Redevelopment Agency may require any bidder to furnish a statement of his experience, financial responsibility, technical ability, equipment and references properly and fully filled out. E. Each bidder shall list his proposed sub -contractors on the form accompanying the proposal in accordance with the provisions of the specifications. F. Each bidder must accompany his bid with either a cashier's check upon some responsible bank, or a properly certified check upon such bank, or an approved corporate surety bond payable to the Redevelopment Agency for such a sum of not less than ten (10) percent of the aggregate sum of the bid, which check or bond and the monies represented thereby shall be held by the Redevelopment Agency as a guarantee that the bidder, if awarded the contract, will in good faith enter into such contract and furnish the required bonds. • The bidder agrees that, in case of his refusal or failure to execute said contract and give -lo- • 0 • INSTRUCTION TO BIDDERS Securing Documents Plans, Specifications and other contract documents will be available for examination without charge and copies may be secured in accordance with the "Notice Inviting Bids". Examination of Plans, Specifications and Site of Work The bidder is required to examine the site of work, the Proposal, the Plans and the Specifications, Special Provisions, and the Standard Specifications for Public Works Construction, 1985 Edition including all supplements, very carefully. He shall satisfy himself as to the character, quality and quantities of the work to be performed, the materials to be furnished and the requirements of the Contract Documents. The plans for the work show conditions as they are believed to exist, but it is not to be inferred that all the conditions as shown thereon are actually existent, nor shall the Redevelopment Agency or any of its officers or agents be liable for any loss sustained by the Contractor as a result of any variance between conditions shown on the plans and actual conditions revealed during examination or progress of the work. The submission of a proposal shall be prima facie evidence that the bidder has made such an examination. •Interpretation of Drawings and Documents If any bidder should find discrepancies in, or omissions from the drawings, specifications or other proposed contract documents, or if he should be in doubt as to the true meaning of any part thereof, he shall at once make a written request to the Engineer for correction, clarification or interpretation of the point or points in question. The person submitting such a request shall be responsible for its prompt delivery. In the event that the Engineer receives such a request and it should be found that certain essential information is not clearly and fully set forth, or if the Engineer discovers errors, omissions, or points requiring clarification in the drawings or documents, a written addendum will be mailed to each person to whom a set of contract documents has been delivered. The Redevelopment Agency will not be responsible for any instructions, explanations or interpretations of the documents presented to bidders in any manner other than written addendum. M • 0 0 DESIGNATION OF SUB -CONTRACTORS Submit with Proposal. In compliance with the Provisions of Section 4100-4107 of the Government Code of the State of California as amended, the undersigned certifies that he has used the sub -bids of the fol- lowing listed sub -contractors in making up his bid, and that the sub -contractors listed will be used for the work for which they bid, subject to the approval of the Engineer, and in accordance with the applicable provisions of the Specifications. It is understood and agreed that all those portions of the work called for in the contract documents for which a sub -contractor is not listed will be performed by the undersigned through his forces. If no sub -contractors are listed, all bonds and insurance will be written in the name of the general contractor only. 2. • 3. 4. 5. 6 7 8. • Item of Work Sub -Contractor Address Phone No. BIDDER'S NAME AUTHORIZED SIGNATURE E STATE OF CALIFORNIA County of ) that he is ss. being first duly sworn deposes and says of the party making the foregoing bid; that such bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that such bid is genuine and not collusive or sham; that said 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 any- one else to put in a sham bid, or that any one shall refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with any one to fix the bid price of said bidder or of any other bidder, or to fix the bid price of or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of any one interested in the proposed contract; that all statements contained in such bid are true; and further, that said bidder has not directly or indirectly, submitted his 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 in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to any person or persons as have a partnership or other financial interest with said bidder in this general business. • DATED: SIGNATURE On this the in and day of for said 19_ before me, the undersigned, a Notary Public State, personnally appeared personally known to me/proved to me on the basis of satisfactory evidence, to be the person(s) whose name(s) subscribed to the within instrument, and acknowledged that executed it. WITNESS my hand and official seal. Notary Public in and for said State • -7- • BID ITEM I I - FURNISH AND INSTALL GUARD RAILING • • This bid item shall consist of furnishing and installing the new guard railing to the requirements of OCEMA Standard Plan #403 as shown on the plans and modifyint the existing railing as shown on the plans. PAYMENT The unit price for this item shall include all labor, materials tools and equipment necessary to construct and modify the guard railing as detailed and specified and no additional payment shall be made. BID ITEM 12 - ADJUSTMENT OF MANHOLE FRAMES AND COVER SETS TO GRADE The work for this bid item shall include setting all existing manhole frames and cover sets to grade shall include all labor, materials, tools and equipment and no additional payment shall be made. PAYMENT The unit price bid for adjusting manhole frames and cover sets to grade shall include all labor, materials, tools and equipment and no additional payment shall be made. DS -4 0 J 1 . • PAYMENT LI The unit price per ton for this item shall include all labor, materials, tools and equipment necessary to furnish and construct the aggregate base and no additional payment shall be made. BID ITEM 7 - FURNISH AND INSTALL A.C. PAVING This bid item shall include the furnishing and construction of asphalt concrete for the project. The workmanship and materials for this work shall conform to the requirements of Section 302-5 of the Standard Specifications and to the Orange County EMA Special Provisions for asphalt concrete per Standard Plan #805. PAYMENT The unit price per ton for this item shall include all labor, materials, tools and equipment necessary to furnish and construct the asphalt concrete paving, and no additional payment shall be made. BID ITEM 8 - FURNISH AND INSTALL 60" CHAIN LINK FENCE This bid item shall consist of furnishing and installing 60" chain link fence to the requirements of OCEMA Standard Plan #412. • PAYMENT The unit price per lineal foot for this item shall include all labor, materials, tools and equipment necessary to furnish and install the chain link fence as specified and no additional payment shall be made. BID ITEM 9 - FURNISH AND INSTALL 22' WIDE DOUBLE GATE This bid item shall consist of furnishing and installing 60" chain link double gate 22' wide at the location shown on the plans. PAYMENT The unit price bid for this item shall include all labor materials, tools and equipment necessary to furnish and install the double gate as specified and no additional payment shall be made. BID ITEM 10 - FURNISH AND INSTALL 16' WIDE DOUBLE GATE This bid item shall consist of furnishing and installing 60" chain link double gate 16' wide at the location shown on the plans. PAYMENT The unit price bid for this item shall include all labor materials, tools and equipment necessary to furnish and install the double gate as specified and no additional payment • shall be made. DS -3 0 0 • This bid item shall consist of the work described and shall be in accordance with the provisions of Section 300 of the Standard Specifications and in accordance with the contract documents. PAYMENT The unit price per cubic yard for this item shall include all labor, materials, tools, equipment and incidentals necessary to deposit, place and compact fill as shown on the plans or staked in the field, and not additional compensation shall be made. BID ITEM 4 - IMPORTED FILL Imported fill materials that do not contain rocks greater than six (6) inches in diameter and are free of deleterious matter will be suitable for use as compacted fill. Expansive silt and clay mixtures are not to be used. Fill materials should be placed in six (6) inch thick horizontal lifts, watered or dried as necessary, and compacted with sheeps foot -type equipment to at least ninety percent (90%) relative compaction. Slope surfaces should be backrolled or overfilled and trimmed back in order to achieve a firm compacted surface. This bid item shall consist of the work described and shall be in accordance with the provisions of Section 300 of the Standard Specifications and in accordance with the contract documents. PAYMENT • The unit price per cubic yard for this item shall include all labor, materials, tools, equipment and incidentals necessary to import, deposit, place and compact fill as.shown on the plans or staked in the field, and no additional compensation shall be made. • BID ITEM 5 - GROUTED RIP -RAP Rip -rap shall be used as fill material from Station 0 + 00 to Station 0 + 60. The method to be used for placing rip -rap shall be approved by the Engineer prior to the placement of stone. Rip -rap shall conform to the provisions of OCEMA Standard Plan #809. Rip -rap shall be grouted in place. PAYMENT The unit price per ton for this item shall include all labor, materials, tools equipment and incidentals necessary to import, deposit, place and grout in place rip -rap as shown on the plans or staked in the field and no additional compenstiaon shall be made. BID ITEM 6 FURNISH AND INSTALL CLASS II AGGREGATE BASE This bid item shall include the furnishing and construction of the aggregate base for the project. Aggregate base shall condorm to the Orange County EMA Special Provisions of untreated base materials per Standard Plan #804 and Sections 400-2, 200-2 and 301-2 of the Standard Specifications. DS -2 Cl 0 COMMUNITY REDEVELOPMENT AGENDY • TEMPORARY EXTENSION OF PASEO ADELANTO DETAIL SPECIFICATIONS AND METHOD OF PAYMENT ITEM I - CLEARING AND GRUBBING This bid item shall consist of clearing natural ground surfaces of existing vegetation from the limits of construction. This will include trimming and removal of trees shown on the plans, including all stumps, roots 1 f inches in diameter or larger, and buried logs shall be removed 3 feet below the existing ground surface or subgrade, whichever is deeper. These materials should be disposed of off-site and not incorporated into any fill placements. The work for this bid item shall also include the removal of the existing 4" thick concrete between Station 0 + 00+J- and Station 0 + 15 +J- on the existing slope to receive fill. The work for this bid item shall also include the removal of existing fences and footings as shown on the plans. This work shall be in accordance with the provisions of Section 300 of the Standard Specifications and in accordance with the contract documents. PAYMENT • The lump sum price for this item shall include all labor, materials, tools, equipment, and incidentals necessary to clear and grub, and no additional compensation shall be made. is BID ITEM 2 - UNCLASSIFIED EXCAVATION This bid item shall consist of excavation for the roadway section. Unless otherwise directed by the Engineer, excavated material shall be used as fill. This item will also include the loading, disposing of surplus material, stockpiling and hauling to its final location. PAYMENT The unit price per cubic yard for this item shall include all labor, materials, tools, equipment and incidentals necessary to excavate as shown on the plans or staked in the field and the preparation of subgrade and no additional compensation shall be made. BID ITEM 3 - UNCLASSIFIED FILL This bid item shall consist of depositing, placing and compacting of fill material originating from the project. Fill materials should be placed in six (6) inch thick horizontal lifts, watered or dried as necessary, and compacted with sheeps foot -type equipment to at least ninety percent (90%) relative compaction. Slope surfaces should be backrolled or overfilled and trimmed back in order to achieve a firm compacted surface. DS -1 • SECTION 10 - PERMITS • • 0 9 The Redevelopment Agency will obtain a permit for the work required on the Orange County Flood Control District Property between Station 0+18+/- and Station 5+28+/-. This permit is made a part of these contract documents and the Contractor shall comply with the permit requirements. SP -4 SECTION 6 - PROTECTION OF EXISTING UTILITIES (UNDERGROUND SERVICE • ALERT The Engineer has endeavored to show all existing utilities. The Contractor must, however, take all due precautionary measures to protect all of the existing utilities. The Contractor shall have all utilities located by contacting the responsible agency at least 48 hours prior to commencing any construction work. The Contractor's attention is directed to the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the USA by calling 1-800-422-4133. Other utility phone numbers are noted on Sheet I of the plans. Full compensation for conforming to the requirements of this section shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. SECTION 7 - PROTECTION OF PRIVATE PROPERTY The Contractor must remain within the construction zone to the best of his ability. The Contractor must protect all existing private property. SECTION 8 - CONSTRUCTION ZONE Contractor shall protect property and facilities adjacent to the construction zone, and all property and facilities within the construction zone which are shown on the plans to be • protected. After completion of project, the construction zone shall be clean and in a presentable condition. All public or privately owned improvements and facilities shall be restored to their original condition and location. In the event improvements of facilities are damaged, they shall be replaced with new materials equal to the original. • Nothing herein shall be construed to entitle the Contractor to the exclusive use of any public street, way or parking area during performance of the contract work, and Contractor shall conduct his operations so as not to interfere with the authorized work of utility companies or other agencies in such streets, ways or parking areas. The Contractor shall be responsible for investigating conditions of available public and private roads and of clearances, restrictions and other limitations affecting transportation and ingress and egress to the site of the work. SECTION 9 - PRE -CONSTRUCTION COORDINATION MEETING Prior to the commencement of construction, arrangements will be made for a meeting between the Contractor, the Engineer, and involved utility representatives. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract, review scheduling, discuss construction methods and clarify inspection procedures. The Contractor will be required to submit a complete schedule showing the number of working days required to complete each phase of the project. This schedule shall be approved by the City Engineer prior to the start of construction. SP -3 0 0 • In the event of such termination, all money due the Contractor retained under the terms of this contract shall be forfeited to the Redevelopment Agency; but such forfeiture will not release the Contractor or the sureties from liability or failure to fulfill the contract. Contractor and sureties will be credited with the amount of monies so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operation of the contract and the completion of the work by the Redevelopment Agency as provided above, and the Contractor will be credited with any surplus remaining after all just claims for such completion have been paid." Change 2: Section 8 - Facilities for Agency Personnel Delete this Section. SECTION 2. TERMS DEFINED Whenever in the said Standard Specifications the following terms are used, it is hereby provided that the following City departments or persons shall be intended: AGENCY shall mean City of San Juan Capistrano Community Redevelopment Agency whenever appropriate. BOARD shall mean the Board of Directors of the City of San Juan Capistrano Redevelopment Agency. ENGINEER shall mean City Engineer or other person(s) designated by same. • SECTION 3 - FLOW AND ACCEPTANCE OF WATER Ll Surface or other waters may be encountered at various times during construction. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from surface or other waters and has prepared his bid accordingly. It shall be the sole responsibility of the Contractor to protect his work from danger due to any waters encountered. Should any damage to the work due to surface or other water occur prior to acceptance of the work by the Redevelopment Agency, the Contractor shall repair such damage at his expense. SECTION 4 - WATER Water will be available from the Capistrano Valley Water District. Arrangements for temporary construction water services permit and water service may be made by contacting the Capistrano Valley Water District at 714/493-1515 one week prior to need for service. All water facility construction shall conform to the "Standard Specifications," Capistrano Valley Water District, and 'The Uniform Plumbing Code," 1982 Edition. SECTION 5 - INSURANCE AND OVERHEAD COSTS The Contractor shall receive no direct compensation for insurance and overhead (move -in costs, for example) costs. Accordingly, these costs should be prorated to the appropriate bid items. SP -2 Ll CITY OF SAN JUAN CAPISTRANO Community Redevelopment Agency TEMPORARY EXTENSION OF PASEO ADELANTO SPECIAL PROVISIONS WORK TO BE DONE The work to be done under this contract in general consists of the construction of approximately 1200 feet of 18 foot wide roadway. The work also includes clearing and grubbing, excavation and fill, fencing and other appurtenant work. SECTION 1. STANDARD SPECIFICATIONS The contractor shall perform his work in accordance with the Standard Specifications for Public Works Construction, 1985 Edition, hereinafter referred to as the Standard Specifications. The Contractor shall maintain a copy of this book on the job -site at all times. Unless otherwise specified, errata and supplements to the Standard Specifications shall be part of these specifications. The provisions of the Standard Specifications shall be modified as indicated below: Change 1: Contract Termination • "If at any time, in the opinion of the Public Works Director, Contractor fails to supply suitable equipment, an adequate working force, or material of proper quality, or shall fail in any respect to prosecute any work with the diligence and force specified and intended in and by the terms of the Contract, notice thereof in writing shall be served upon him, and should he neglect or refuse to provide means for satisfactory compliance with the contract, as directed by the Public Works Director, within the time specified in such notice, the Redevelopment Agency in any such case shall have the power to terminate all or any portion of the contract. • Upon receiving notice of such termination, Contractor shall discontinue said work or such parts of it as the Redevelopment Agency may designate. Upon such termination, the Contractor's control shall terminate and thereupon the Board of Directors, or its duly authorized representative, may take possession of all or any part of the Contractor's materials, tools, equipment, appliances, and plant, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for completion thereof; or may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials and purchase the materials contracted for, in such manner as the Redevelopment Agency may deem proper; or the Board of Directors may annul and cancel the contract and re -let the work or any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefor. SP -1 0 Listing of Surety Companies, Continued • Page Six Universal Underwriters Insurance Company Utica Mutual Insurance Company Valley Forge Insurance Company Vigilant Insurance Company West American Insurance Company Weschester Fire Insurance Company The Western Casualty and Surety Company The Western Fire Insurance Company Western Surety Company Westfield Insurance Policy • • 0 u Listing of Surety Companies, Continued Page Five • Prudential Reinsurance Company Ranger Insurance Company The Reinsurance Corporation of New York Reliance Insurance Company Republic Insurance Company Republic Western Insurance Company Royal Indemnity Company Royal Insurance Company of America SAFECO Insurance Company of America St. Paul Fire and Marine Insurance Company St. Paul Mercury Insurance Company Seaboard Surety Company Security Insurance Company Select Insurance Company • Skandia America Reinsurance Corporation South Carolina Insurance Company The Standard Fire Insurance Company State Farm Fire and Casualty Company Transamerica Insurance Company Transamerica Premier Insurance Company Transcontinental Insurance Company Transportation Insurance Company The Travelers Indemnity Company The Travelers Indemnity Company of America The Travelers Indemnity Company Trinity Universal Insurance Company Twin City Fire Insurance Company Unigard Security Insurance Company United Fire & Casualty Company United Pacific Insurance Company United States Fidelity and Guaranty Company • United States Fire Insurance Company 0 0 Listing of Surety Companies, Continued • Page Four Maryland Casualty Company Mead Reinsurance Corporation The Mercantile and General Reinsurance Company of America Michigan Millers Mutual Insurance Company Michigan Mutual Insurance Company Mid -Century Insurance Company The Millers Mutual Fire Insurance Company of Texas Munich American Reinsurance Company National Fire Insurance Company of Hartford National Indemnity Company The National Reinsurance Corporation National Surety Corporation Nationwide Mutual Insurance Company New Hampshire Insurance Company • New York Underwriters Insurance Company Newark Insurance Company North American Reinsurance Corporation The North River Insurance Company North Star Reinsurance Corporation Northbrook Property and Casualty Insurance Company Northwestern Pacific Indemnity Company The Ohio Casualty Insurance Company Ohio Farmers Insurance Company Old Republic Insurance Company Pacific Employers Insurance Company Pacific Indemnity Company Peerless Insurance Company Pennsylvania Manufacturers' Association Insurance Company Phoenix Assurance Company of New York The Phoenix Insurance Company Progressive Casualty Insurance Company • Protective Insurance Company Listing of Surety Companies, Continued • Page Three The Glens Falls Insurance Company Global Surety & Insurance Co. Globe Indemnity Company Grain Dealers Mutual Insurance Company Great American Insurance Company Greater New York Mutual Insurance Company Gulf Insurance Company The Hanover Insurance Company Harco National Insurance Company Harleysville Mutual Insurance Company Hartford Accident and Indemnity Company Hartford Casualty Insurance Company Hartford Fire Insurance Company The Hawaiian Insurance & Guaranty Company Highlands Insurance Company Highlands Underwriters Insurance Company The Home Indemnity Company The Home Insurance Company Houston General Insurance Company INA Reinsurance Company ITT Lyndon Property Insurance Company Imperial Casualty and Indemnity Company Indemnity Insurance Company of America Industrial Indemnity Company Insurance Company of North America Insurance Company of the West Integrity Insurance Company International Insurance Company Iowa National Mutual Insurance Company John Deere Insurance Company Liberty Mutual Insurance Company 0 Lumbermens Mutual Casualty Company .