Loading...
HomeMy WebLinkAboutC-1413(B) - Street and Storm Drain Improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street, and Villa Wayr jAAR 2 5 1974 TO: CITY COUNCIL FROM: Public Works Department March 25, 1974 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY (C -1413) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the improvement of Lafayette Avenue, Lido Park Drive, and 31st Street has been completed to the satisfaction of the Public Works Department. The bid price was $132,977.40 Amount of unit price items constructed 127,669.55 Amount of change orders 11,964.66 Total contract cost 139,634.21 Seven change orders were issued: 1. Provided for installation of approximately 400 feet of 6 -inch water main in Lido Park Drive. $5,892.00. 2. Provided for changing the driveways at the Cannery Restaurant off -site parking lot. $963.75. 3. Provided for installation of additional valves in the existing water main on Lido Park Drive. $664.67. 4. Provided for relocation of the existing water main to clear the new storm drain. $1,335.81. 5. Provided for an increase in the street light unit price due to reducing the total number of lights by 50 %. $946.00. 6. Provided for the removal of additional quantities of exist- ing asphalt and concrete pavement. $1,008.00. a I March 25, 1974 Subject: Acceptance of Street Lafayette Avenue, etc Page 2 and Storm Drain Improvements for . (C -1413) 7. Provided for paving miscellaneous areas between the edge of the new improvements and existing paved areas. $1,154.43. Financing of the project was as follows: General Fund $ 99,158.76 Water Fund 6,556.67 Adjacent property owners 33,918.78 Total $139,634.21 The design engineering was performed by Raub, Bein, Frost and Associates of Newport Beach and by the Public Works Department staff. The contractor is Donn 0. Michaels of Newport Beach, California. The contract date of completion was November 21, 1974. The con- tractor was delayed in starting until October 8, 1973, due to the unavaila- bility of storm drain pipe. He was further delayed due to the time involved in constructing the additional water facilities. The paving was completed on December 12, 1973. All work was completed by January 22, 1974. 'oseph . f evlin ublic Wor s Director GPD:jd J TO: CITY COUNCIL FROM: Public Works Department September 10, 1973 CITY COUNCIL AGENDA ITEM NO. H -2 (d) SUBJECT: STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY - COMBINED PROJECT (C -1413) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Donn 0. Michaels, General Engineering Contractor, for the base bid plus Additive Bid Item No. 1 in the total amount of $134,177.40 and authoriz- ing the Mayor and City Clerk to execute the contract. 2. Approve a budget amendment transferring $38,000 from the annual Street and Alley Program to the project appropriation. Five bids were received and opened in the office of the City Clerk at 10:00 a.m. on August 28, 1973. Additive Bidder Base Bid Bid No.l* Total Donn 0. Michaels, Newport Beach $132,977.40 $1,200.00 $134,177.40 E. L. White Co. Inc., Orange 138,826.57 660.00 139,486.57 Sully- Miller Contracting Co., Orange 156,675.25 6,300.00 162,975.25 R.W. McClellan & Sons, Inc., Costa Mesa 158,970.90 900.00 159,870.90 Griffith Company, Santa Ana 168,434.50 6,000.00 174,434.50 Engineer's Estimate 107,884.00 300.00 108,184.00 *Additive Bid Item No. 1 is for a rock salt finish for portions of the new sidewalk, the use of which was approved by the Council on August 27, 1973. The unit price bid for this work is $0.20 per square foot. The base low bid is 23.3% higher than the base engineer's estimate of $107,884. The difference is attributable to continuing cost inflation and shortages of labor and materials, as well as the apparent underestimated difficulty of construction in this congested area. Funds in the amount of $102,578.25 are provided for this project in Account No. 02- 3397 -032 of the current budget. A budget amendment transferring $38,000 has been prepared for Council consideration if the subject contract is awarded. The amount includes an allowance of $6,400 for materials testing and contingencies. There are sufficient unencumbered funds in the Street and Alley Program to provide for the budget amendment. Of the total cost, approximately $38,400 is being financed by property owner contributions. Cooperative financing agreements with the Cannery Restau- rant and the Lido Condominiums (Swan Constructors) have been previously approved. September 10, 1973 Subject: Street and Storm Drain Improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street, and Villa Way - Combined Project (C -1413) Page 2. An environmental impact report for this project was approved by the Planning Commission on December 21, 1972. A coastal zone permit was approved by the South Coast Regional Conservation Commission on July 9, 1973. Donn 0. Michaels has performed work for the City, having recently completed the paving of the Jamboree Road median. His work was of excellent quality. Plans were prepared by the firm of Raub, Bein,Frost & Associates and by the City. The estimated date of completion is November 21, 1973. / J`pseph T. vl i n Pybl i c r s Director � :hh August 20, 1973 TO: CITY CLERK FROM: Public Works Department SUBJECT: Agreement for Improvement of Portions of Lafayette Avenue, Lido Park Drive, and 31st Street - Swan Constructors, Inc. Attached are the original and two copies of the subject agree- ment. Each has been executed by Swan Constructors, Inc., and approved as to form by the Assistant City Attorney. The City Council adopted Resolution No. 8066 on August 13, 1973, authorizing execution of this agreement by the City. Please have this agreement executed and return two copies to me, one of which I will send to Swan Constructors, Inc. Al Beinge 4' s ner Project Engineer AB:hh Att. August 29, 1973 Al, attached are two fully executed copies of subject agreetment for transmittal. �iwLs'C� City Clerk a i 1973 3y be CIT`:.' COUNCIL TO: CITY COUNCIL 13 1977 August 13, 1973 CITY COUNCIL AGENDA ITEM N0. G -4 FROM: Public Works Department SUBJECT: STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY - COMBINED PROJECT (C -1413) RECOMMENDATIONS: Adopt a resolution authorizing the Mayor and City Clerk to execute an agreement with Swan Constructors, Inc., for their share of the cost of street improve- ments within the subject project. 2. Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at 10:00 a.m. August 28, 1973. DISCUSSION: The agreement with Swan Constructors, Inc. provides for their fulfilling certain conditions of approval for Use Permit No. 1482 with regard to street improvements on Lafayette Avenue and Lido Park Drive as shown on the attached exhibit. The combined project will provide for reconstruction of portions of the streets; construction of new and reconstruction of existing curb, gutter, and sidewalk adjacent to those streets; and construction of new sections of the storm drain system. In addition to improvements to be borne by Swan Constructors, Inc. and Western Canners, Ltd., (agreement approved by the Council on November 20, 1972) other property owners adjacent to the project who do not now have curb and gutter or sidewalk were offered the opportunity to have these improvements constructed at their expense. In line with Council policy regarding Street and Sidewalk Improvements (L -5), they were asked to either: a). Voluntarily pay their share of construction funds, or b). Agree to finance their share of construction funds through the City over a three year period. Of the 13 property owners involved, 8 have verbally agreed to the improvements subject to review of the contractor's bid prices, 4 have not responded, and one is opposed. is y 3 a August 13, 1973 Subject: Street and Storm Drain Improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street, and Villa Way - Combined Project (C -1413) Page 2. After the contract is awarded, new improvements adjacent to those properties whose owners are not willing to bear the expense will be deleted from the plans and replaced with an asphaltic concrete berm constructed at the City's expense. The total estimated cost of the work excluding engineering is $107,884. The property owner share is estimated to be approximately $40,000. Funds in the amount of $103,000 are provided in the 1973 -74 budget for this project. If required, a budget amendment will be presented for Council consideration at the time of award of the contract. The addi- tional funds, if needed, will come from property owner contributions and /or the street and alley program appropriation. The plans were prepared by the firm of Raub, Bein, Frost and Associates and by the City. The estimated date of completion is November 21, 1973. eph F.) Devlin lic Wrks Director Att. hh y ... Y - p a�EY 3a. o k 3157- 577 32ND AC. ,C1077 5T. / 4ccEV 3420 30 TN 7�/ 0� /f NEW G Ey G, SNK., oir�YE - 4.�apaa cU- s / ER�y P,20 P do 0 y� o 0� �v y/ PO y t fi ttl P T\ m� N t .. . 5G.4LE: /" = /00 L £6ENO 4.PE.4. O� STREET " /MPROVEMENTS ff'111,n61 .4AeE 5W4N5 RE6iQ e6la L/TY. CITY OF NEWPORT BEACH II PUBLIC WORKS DEPARTMENT FX1'/e/T O/V 1-,IF4YE7-7-&=- ,4V"=% L /OD �<JRK OR., AMO ::?I .S7' 5T. DRAWN H• /. ///ry���/. ?4TE _���7 - /C" /G APPROVED - 46s17. '`� PU9LIC NORKS DIRECTOR R.E. NO. 12806 DRAWING NO. NOV 20 1972 By +he CITY COUNCIL CITY e+F fdE"w"Wr lkr C _. November 20, 1972 G -Z/ TO: CITY COUNCIL FROM: Public Works Department SUBJECT: AGREEMENT FOR THE IMPROVEMENT OF PORTIONS OF LAFAYETTE AVENUE RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute the subject agreement with Western Canners, Ltd. DISCUSSION: The subject agreement provides for fulfilling certain condi- tions of approval for Use Permit No. 1521 for development of the "Cannery" site at the southeast corner of LaFayette Avenue and Lido Park Drive. The agreement requires the developer, Western Canners, Ltd., to bear the cost of the design and construction of the street and storm drain improvements as shown on the attached sketch, and the City agrees to construct the improvements. These improvements are to be included in a project for the improvement of: Lafayette Avenue between 29th Street and 32nd Street; 31st Street between Villa Way and Lafayette Avenue; and Lido Park Drive from Lafayette Avenue to 300 feet easterly of Lafayette Avenue. The design of this project was authorized by the Council on December 27, 1971. Funds for construction of this project are provided in the current budget. Construction is scheduled for next spring. Att. lin Director, I1 PO r• AttEY 34fd- .. . 32"a sr. 14LLEW I A� lP �e i SnrUCTURo ca LEG ENO: /O 41"aep AREA.f 111D /G9TE /MPRGYf_MENTS To QY fXE' -47cRN CITY OF NEWPORT BEACH DRAWN � �' DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR oN LAfAYEY.7.�.::4YC./ L /IJO Pv�2K �►�4/YE� R.E. NO. ..._.... DRAWING NO. R� 500 / _L November 6, 1972 TO: CITY CLERK FROM: Public Works Department SUBJECT: AGREEMENT FOR IMPROVEMENT OF PORTIONS OF LJAFAYETTE AVENUE, LIDO PARK DRIVE AND 31st STREET C_/V/31 Attached are three copies of the subject agreement. Each copy has been executed by Western Canners, Ltd. The Public Works Department will prepare a Council memo for Council consideration during their November 20, 1972 meeting. Our recommenda- tion will be that the City execute the agreement. If execution is approved, please return two copies to me. Bill Dye �T Project Engineer BD:hh Att. DEC 27 1971 December 27, 1971 TO: CITY COUNCIL By the CITY COUNCIL YCGACH FROM: Public Works DepartnQVTV OIL w d-3C) SUBJECT: ENGINEERING SERVICES AGREEMENT FOR THE DESIGN OF STREET, STORM DRAIN, AND SEWER IMPROVEMENTS ON LAFAYETTE AVENUE, VILLA WAY, AND LIDO PARK DRIVE (C -1413) RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute an engineering services agreement with Raub, Bein, Frost and Associates for the design of the subject improvements. DISCUSSION: On December 13, 1971 the Council authorized the staff to obtain a proposal from Raub, Bein, Frost and Associates for providing engineering services to design and prepare plans and specifications for the subject improvements. The major services to be provided by the Engineer are: 1. Perform a preliminary investigation of the overall project. 2. Perform field topographic surveys to supplement field data already compiled by the city. 3. Prepare detailed plans and specifications for the proposed improvements. 4. Prepare quantity and cost estimates. The firm of Raub, Bein, Frost and Associates is well qualified and has satis- factorily performed similar work in the past for the city. Compensation is based on standard hourly rates with a specified maximum fee of $13,500.00. Sufficient funds are available in the annual street and alley reconstruction and maintenance program to provide for the city's share of engineering and construction cost. A sketch showing the proposed project area is attached. l J seph Devlin Plblic o ks Director ,TSB /l dg Att. 4 32 ND ST. 32N ST. Ve� Pc2oPO5E0 070.2" 315T ST. O P20PC15ED 5 p?R2 v/ INLET � GONNFCT0.2 PIPE • � _' /,(1L�TS .fr• GONNE'GTaR {! � T /D.4L - PlP S $ Q STA(JGT(/RE 3prH ST pl10P05�D BuSE"r-'Q� 1 tu P�'o pD5 E0 STOGY EXiSn 2 . ' 1411-6T.ra 6s'GOWiWFC72 '? SYS/EM - 29 TN ST. w (L 28 TH. ST. . LSD V t _ SNap�� AaEa D,OAIAI 6A 5 G�Do PA,¢,e po/.? V,6- T5 ON LAFAY�TlE AYE, V144A p 17- .11A 11 January 3, 1971 TO: CITY CLERK FROM: Public Works Department SUBJECT: IMPROVEMENT OF LAFAYETTE AVENUE, VILLA WAY, AND LIDO PARK DRIVE CONTRACT NO. 1413 - CONTRACT FOR ENGINEERING SERVICES Attached for execution by the city are three copies of the subject contract. Please return the executed copies to me for distribution. William B. Dye Project Engineer WBD /bg Att. D F r l 3 1971 December 13, 1971 T0: CITY COUNCIL By the CITY COUNCIL FROM: Public Works Department CITY ar. NF;w*iaar BEACH SUBJECT: ENGINEERING SERVICES FOR STREET, STORM DRAIN, AND SEWER IMPROVEMENTS ON LAFAYETTE AVENUE, VILLA WAY, AND LIDO PARK DRIVE: AND PROPOSED COOPERATIVE FINANCING AGREEMENT. RECOMMENDATIONS: 1. Authorize the staff to obtain a engineering services.from Raub, Consulting Engineers. proposal for providing the subject Bein, and Frost Associates, 2. Authorize the staff to initiate negotiation of a cooperative financing agreement for construction of street improvements with the developers of the Lido Condominium Apartments and the Cannery Restaurant. DISCUSSION: Included in the current budget is an appropriation for the annual street and alley reconstruction and maintenance program. Because of the deteriorated condition of the existing pavement and current development planned in the area, it is proposed to include street reconstruction and improvement work in the Lafayette Avenue - Lido Park Drive - Villa Way area in the current year's program. The work contemplated would include pavement reconstruction, sewer reconstruction, and storm drain improvements. In addition to the above work, the Lido Condominium Apartment development and the Cannery Restaurant development are obligated to construct curb, sidewalk, and street lighting adjacent to their properties. It is proposed to combine the city's work and the developer's work in a single contract to be administered by the city. A cooperative financing agreement would be negotiated to set forth financial responsibilities. Significant economies should result from this approach. The engineering firm of Raub, Bein, Frost and Associates has been retained by both of the developers to perform engineering services for the work which is their responsibility. In order to simplify and expedite the preparation of the plans it is recommended that the same firm be retained by the city. The engineering costs would be distributed between the developers and the city on a pro -rata basis. If the above recommendations are approved it is hoped to have the engineer- ing services agreement ready for Council consideration at the meeting of January 10, 1972. A sketch is attached for information showing the proposed project area. eph T Devlin lic W�r s Director /ldg Att. 32 ND 1� S T. 1 PROPOSED STO,2.y /�c/GET� iii 13��ST ST. 57-0121x1 0.2W -rc- -/l ✓4 11 / 32 NO ST, NX41 -j ,2 C) TN ST. Al, cr IV 710,14, 7-,qOC7 G/tG6 ST. op 0 57' 28 TH. mol Gov A GTo S T. //V,,pp 0 VEMENTS ON 577— TiE AVER V& ,4 p A, CA yr--- 0 0 April 11, 1974 Dam 0. Michaels P. 0. Boot 1871 Newport Beach, CA 92663 Subject: Surety : Covenant Mutual Insurance Company Bonds No. : 000148 Project : Street Inprovem ots on Lafayette, Lido Park, Villa Way, 28th, 30th and 31st Streets Contract No.: 1413 The City Council an ? 25 accepted the work of subject project and authorized the City Cleric to file a Notice of Completion and to release the bonds 36 days after Notice of Completion Liar been filed. Notice of Complatim was filed with the Orange County Recorder on March 279 19740 in Book 111049 Page 233. Please notify your surety oanpany that bonds may be released 35 days after recording date. Laura Lagios, CMC City Clark IL:awk cc: Public Works Department RECORDING REQUESTED BY AND MAIL TO Iaura Lagios, City Clerk 3300 Newport Blvd, Newport Beach, CA 92660 22843 BK 11104PG 233 FREE NOTICE OF COMPLETION C8 PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CAUFO:2NIA 9:05 A.M. MAR 27 1974 J. WYLIE CARLYLE, CwotY ;recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 22, 1974 the Public Works project consisting of Street improvemnts on Lafayette, Lido Park, Villa Way, 29th, 30th and 31st Street on which Donn 0. Michaels was the contractor, and Covenant Mutual Insurance Cowany was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH i '1 Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 26, 1974 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on March 25, 1974 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on r.,rannh ?R� 1g74 at Newport Beach, California. U� to A CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Street Jzp=y=nta on Lafayette- Udp R'rkq Villa Way, 29th. 30th and 31st Street Contract No. 1413 on which Dann 0. Michaels was the Contractor and [errant Ml,tual Tnsunian a Company was the surety. Please record and return to us. Vera truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. 0 TO: Public Works Department FROM: City Clerk 0 Date October 2. 1973 SUBJECT: Contract No. 1413 Project _ Stnmt an Stnrm nbmin T n fnr i f tt Avenue, Lido Patio Drive, 31st Street, 30th Street, ?9th Street and Villa Way are two copies Attached ift signed fd= of subject contract for transmittal to the contractor. Contractor: TIM n Mint 1a Address: P. 0. Box 1871 Newport Beach CA 92663 Amount: $ 132,977.40 Effective Date: }9 } as Resolution No. 9na2 Laura Lagios LL: dg Att. cc: Finance Department Q 0 TO: CITY CLERK f September 26, 1973 FROM: Public Works Department SUBJECT: STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY - CONTRACT NO. 1413 Attached are three copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our depart- ment. Al Beingessne�?' Project Engineer G1i Att. LEGRANO NSLIRANCE CCXJPQSELCIRS 1505 EAST 17TH STREET, SUITE 102 SANTA ANA, CALIFORNIA 92701 (714) 547 -7666 I)ale: September 17, 1973 CITY OF NEWPORT BEACH To: 3300 West Newport Boulevard Newport Beach, California 92660 Attention: Al Beingessner, Project Engineer Re: DONN O, MICHAELS, Insured Certificate of Insurance - Contract No. Gentlemen: ( } Original policy enclosed ( ) Memorandum policy enclosed 1413 Street & Storm Drain Improvements ( ) The original of this policy has been sent to the Mortgagee ( ) Enclosed endorsement forms apart of your policy and should he attached to your copy without fail - ( ) Invoice enclosed ( ) Authorization letter enclosed ( ) Anniversary billing, please check value., and advise if any change required. kcx) Per your requirements, please find enclosed evidence of Workmen's Compen- sation, Comprehensive General Liability and Excess Liability insurance as carried by our captioned insured, as respects your interest in the above job. We trust you will find same in order, however, please contact us if we can be of further assistance in this respect. N'en truly vours. IYF RAND INRURANNCEe�COUNSELORS C P liy: uD `" "41) C. D. Legrand " :my encl: (3) cc: Donn O. Michaels A. E. BEIKESSi ER S E P 19 197'-; i L 4 r� 94is is to emifg to 1 INSURANCE COMPANY OF NORTH AMERICA AND PACIF14PPLOYERS GROUP OF INSURANCE•MPANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) CITY OF NEWPORT BEACH 3300 West Newport Boulevard, Newport Beach, California 92660 COMPANY CODES Q ALLIED INSURANCE CO. PEG Q3 PACIFIC EMPLOYERS INDEMNITY CO. ff PACIFIC EMPLOYERS INSURANCE CO. L. Attention: Al Beingessner, Project Engineer J O INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by "X" below, have been issued to: Name and Address Donn O. Michaels of Insured— P. O, Box 1871, Newport Beach, California covering in accordance with the terms thereof, at the following location(s): Street and Storm Drain Improvements for Lafayette Avenue Lido Park Drive, 31st Street, 30th Street, 29th Street and Villa Way Contract No- 141.1 TYPE Of POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS Of LIABILITY (a) Standard Workmen's Statutory c. Compensation III Q 9❑ WC269935 4/01/73 to en $100, 000. One Accident and 000 One A rtY Employers' Liability 4/01/74 , Aggregate Disease (b) General Liability Premises---Operations (including ")n- ❑ ❑ cidental Contracts" as defined below) $ Each Person 3 Elevators ❑ ❑ S❑ Accident r Independent Contractors ❑ $ Each ?E1 Occurrence Completed Operations/Products ❑ ❑ Contractual, (Specific type as de- ❑ ❑ $ Aggregate -- Completed scribed in footnote below) Operations /Products Premises - Operations, (Including S ❑ Accident "Incidental Contracts" as defined below) El El $ Each "7 ( ❑ Occurrence E o Elevators ❑ ❑ $ Aggregate — Prem. /Oper. 2 Independent Contractors $ Aggregate--Protective g o Completed Operations /Products ❑ ❑ $ Aggregate — Completed u Operations /Products Contractual, (Specific type as de- ❑ ❑ scribed in footnote below) $ Aggregate — Contractual (c) Automobile Liability Owned Automobiles ❑ ❑ $ Each Person ?� b3 Hired Automobiles o ( S❑ Accident 1/ Each $ c m— Non -owned Automobiles _ _ _ _ 1 t ❑ Qtturrence — r„ Owned Automobiles ❑ ❑ S❑ Accident to vo°A Hired Automobiles ❑ ❑ $ Each )❑ Occurrence l Non-owned Automobiles ❑ (d) Contractuaf Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects ❑ a contract / ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and: Name of Other Party: Dated (if applicable): Contract No. (if any): Description (or Job): Definitions: "Incidental contract" means any written (1) lease of premises (2) easement agreement, except in connection with construction or demoliticn operations on or adjacent to a railroad, (3) undertaking to indemnify, a municipality required by municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (5) elevator maintenance agreement. It is the intention of the company that in the event of cancelarion of the LEGRAND INSUR4i E TJNSELO S policy or policies by the company, ten (10) days' written notice of such (/' ICJ .#* cancelatlon will be given to you at the address stated above. ��. .�..'Eg"r dlTtl -- Authorize Representative LC -1389a 3/72 PRINTED IN U.S.A. 1. ORIGINAL IV. V. CNAlinsurance• CERTIFICATE OF INSURANCE • The Policy identified below by a policy number is in force on the date of Certificate Issuance.. Insurance is afforded only with respect to those coverages for which a specific limit of liability has been entered and is subject to all the terms of the Policy having reference thereto including for Umbrella Excess third Party Liability Insurance a provision requiring the. maintenance of underlying insurance or self insurance.: Nothing herein contained shall modify any provision of said Policy. In the event of cancellation of the Policy the Company issuing said Policy willmake all- Teasonable effort to send notice of cancellation to the Certificate Holder at the address shown herein but the Company assumes no responsibility for any mistake or for failure to give such notice. - - NAME AND ADDRESS OF INSURED - Donn O, Michaels P. O. Box 1871 Newport Beach, Calif. NAME AND ADDRESS OF CERTIFICATE HOLDER CITY OF NEWPORT BEACH 3300 West Newport Boulevard Newport Beach, California 92660 Attention: Al Bein essner Project En ine r DATE OF CERTIFICATE ISSUANCE: mber 1 Septe4L 1973 Authorized epresentative�t Legrand Insurance Counselors 1505 E. 17th. St., Suite 102, g J g e J Santa Ana, Calif. 92701 Job Description: Street and Storm Drain Improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street and Villa Way (Contract No, 1413). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER j LIMITS OF LIABILITY TYPE OF INSURANCE IS DESIGNATED BELOW COVERAGES EACH PERSON EACH OCCURRENCE AGGREGATE ❑ Comprehensive Automobile Liability Bodily Injury Liability $ $ ❑ Schedule Automobile Liability Property Damage Liability $ Bodily Injury and Property $ Damage Liability Combined ❑ Protection Against Uninsured Motorists Uninsured Motorists $ $ f ❑ Comprehensive General Liability Rodily Injury Liability $ $ $ . ❑ Owners', Landlords' and Tenants' Liability i Property Damage Liability $ $ ❑ Manufacturers' and Contractors' Liability Bodily Injury and Property $ $ ❑ Owner's and Contractor's Protective Liability Damage Liability Combined Bodily Injury Liability $ $ ❑Beauticians' Malpractice Liability Property Damage Liability $ i $ �❑ is hereby understood an agree t t t e p licy to which his certificate efers may not e cancelled, materially cha receipt by the City Clerk t ged nor the policy city New allowed to 1 Beach, City se until ten (L0 days after of of a rPaiStereel xxrri44en n ' e of art__ all, Newport Bach, Californ� ❑ Workmen's Compensation A. Statutory Statutory Locations: Employers' Liability B. Bodily Injury $ t . Umbrella Excess Third Part y Liability The Excess Insuror's Limit of Liability is (Complete one) Xtensioris — Prody uctS /COmp etem $ _ In excess of a Retained Limit perations, Blanket Contract wners & Contractors Protec al Up to $1,-OD n, nnn� J. OD excess of a Retained Limit and in excess of various underlying Insuror's Limits of Liability f each Accident Complete below, by designating company by number in the box and entering policy number and expiration date in the sections corresponding to the type of insurance indicated above. f' Please see Re Iltse for Additional Insur l'Clause Policy Number fj i 6 Policy Expiration IV. V. RDU 999 4769 VI• Policy Number ® 4/01/76 Policy Expiration L' Continental Casualty Company GP' Transportation Insurance Company G- 32343 -G i 61 National Fire Insurance Company of Hartford © American Casualty Company of Reading, Pa. ❑ 7 Transcontinental Insurance Company Eq] Valley Forge Insurance Company a, ADDITIONAL INSUREICLAUSE: • S It is agreed that coverage afforded by this policy shall also apply to the City of Newport Beach, its officers and employees as Additional Insured while acting in the scope of their duties against all claims arising out of or in connection with the work performed by the Named Insured. The naming of the City of Newport Beach, tis officers and employees, as Additional Insureds shall not netigate any right of the City of Newport Beach, its officers and employees, would have had as a claimant if not so named. i This IS t0 Certify, that policies in the name of F_ NAMED ' DONN O. MICHAELS INSURED and P. O, Box 1871 ADDRESS Newport Beach, California CERTIFICATE OF INSURANCE J 0 GU 7641 (Ed. 1 -7a) THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. Street and %rm Drain Improvements for are in force at the date hereof, ash respects Sob Description: Lafayette Avenue, Lido Park Drive, 31st Street_ 30th StrpA +_ 9.Q +h A +loo+.,,.a ir;tt, urn., En.,., +,- + AT_ 1da11 KIND OF POLICY POLICY V LIMITS INSURANCE NUMBER PERIOD WORKMEN'S COMPENSATION Eff. Workmen's Compensation Ins. STATUTORY Employers' Liability Ins. $ AND EMPLOYERS' LIABILITY Exp. BODILY INJURY PROPERTY DAMAGE COMPREHENSIVE GENERAL 110779 Eff . 5/18/72 $ , 000 Each occurrence $ , 000 Each occurrence LIABILITY Exp. $ 500 ,Dooms CS BI & PTDotig MANUFACTURERS' AND Eff. $ 000 Each occurrence $ 000 Each occurrence CONTRACTORS' LIABILITY Exp. $ 000 Aggregate OWNERS', LANDLORDS' Eff. $ 000 Each occurrence S ODD Each occurrence AND TENANTS' LIABILITY Exp. $ 000 Aggregate, CONTRACTUAL Eff. $ .000 Each occurrence $ , 000 Each occurrence LIABILITY Exp. $ 000 Aggregate AUTOMOBILE LIABILITY ❑ Owned Automobiles Eff. �$ , 000 Each person $ ,000 Each occurrence ❑ Hired Automobiles Exp. $ , 000 Each occurrence ❑ Non-Owned Automobiles COMPREHENSIVE AUTO- Eff. $ 000 Each person $ 000 Each occurrence MOBILE LIABILITY Exp. $ 000 Each occurrence OTHER: It is hereby anderstood and ag 6flad that the policy to which this ertificate refers Ir not be cancelled materially changed,ExAOr the poli y allowed to lapse ntil ten (10) days of recei t by the,C�e k of the Cit off Ne rt Beach, ity,Ha71, Newport Beach, California, AbbfTpIOIVAL INSURNNEID_C... i#in i%ehscaptQyof theirpduti eerformed by the Named Ins mfployees, as Additional Ins n th event of any material change in, or can certificate is issued, but failure to give such notice officers and employees, wou CERTIFICATE ISSUED TO: r Y ar �f a LAUSE: It is ag reed that coverage afforded by this policy shall also Beach, its q fi�ers and empplo�ees^as Additional While a�t- es a ain t o c aims a ism o t o or m connection wi the wCa ure Tie naming of the City og ewport Beach its o tic r and ureds shall not netigate any right of the City of'Newport Beach, its cellation of, said policies, the undersigned company will endeavor to give written notice to the party to whom this shall impose no obligation nor liability upon the, company. ld have had as a claimant if not so named. Dated: September 14, 1973 Name of Company: HARBOR INSURANCE COMPANY Leg nd urance counselors By.. :..........._ .............� �.. -.w. ._._........ .... AUTHORIZED REP SENTATIVE C. D. Legrand NAME CITY OF NEWPORT BEACH ADDRESS 3300 West Newport Boulevard LNewport Beach, California 92660 J Attention: Al Beingessner, Project Engineer �YPAIV 9� 0 0 GENERAL OONN 0. MICHAELS ENGINEERING CONTRACTOR P. 0. Box 1871 NEWPORT BEACH, CALIFORNIA 92663 (714) 540.1125 September 21, 1973 TO WHOM IT MAY CONCEPN: "I am aware of and will comply with Section 3700 of the Labor Cade, requiring every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." l Donn O. Michaels A. E. BEI14GESS14ER SEP 2419'; 0 Approved by the City Council this 13th day of August 1973 CITY CLERK CONTRACT NO. 1413 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY SUBMITTED BY: Donn 0. Michaels Contractor P. 0. Box 1871 ress Newport Beach, CA 92663 City Zip Code 540 -1125 Phone Laura Laglos, City 011erK $132,977.40 ota i Price August 21, 1973 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL AND SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 ADDENDUM NO. 1 Notice to Bidders Please be advised that Additive Bid Item No. 1 (a special rock -salt finish for Portland cement concrete sidewalk) is hereby included as part of Contract No. 1413. This bid item shall be separate from the original proposal, and shall not influence the total amount bid for Items 1 through 28 of the original proposal, upon which the award of contract will be based. All bidders shall submit a bid for Additive Bid Item No. 1, using this page as a supplement to the original proposal. The quantity, description, and prices bid relate only to a special finish for portions of the Portland cement concrete sidewalk to be bid and paid for under Item 9, in lieu of the regular broom finish. The City reserves the right to specify the extent of and exact locations of this special finish, and will inform the contractor of these prior to the construction of the sidewalk. Additive Quantity Unit Total Bid Item and Unit Unit Price Written in Words Price Price 1. 6000 Apply patterned rock salt finish Square Feet to portland cement concrete side- walk, as specified below, in lieu of regular broom finish No Dollars and Twenty Cents $ 0.20 $ 1,200.00 Per Square Foot Specification: Additive Bid Item No. 1. Patterned rock salt finish for portland cement concrete sidewalk shall be achieved as follows: (1) Roughly rectangular sections of sidewalk shall be made by placing transverse weakened plane joints at 10 -foot intervals along the sidewalk, and transverse expansion joints at all BCR's, ECR's, and top of driveway "X's ", as shown on CNB Std.- 110 -L. i (2) The perimeter of each sidewalk section shall be given a 6 -inch wide steel trowel finished edge, free from rock salt finish. (3) After the regular steel trowel finish for sidewalk, the interior of each section shall be sprinkled with medium -small rock salt, which shall be pressed into the concrete with a trowel. When the concrete is completely hardened, the salt shall be washed away by flooding. The intent of this specification is to achieve a geometrically- sectioned rock -salt finish sidewalk, similar to that used in the construction of patios and swimming pool decks. Note: Please sign and show the date of receipt on this addendum and insert a copy with your proposal. Benjamin B. Nolan Assistant Public Works Director BBN:hh Signature and Date of Receipt by Contractor : S/ Donn 0. Michaels Date August 27, 1973 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 PROPOSAL PR of The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1413 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item, complete in place, to wit: 1. 1 Clearing and grubbing. Lump Sum Twenty -seven Thousand Four @ Hundred Dollars and No Cents $ 27,400.00 $ 27,400.00 er LUMP um 2. 1200 Construct 1" thick asphalt concrete Tons (Type III -C3 -85 -100) over 2" thick asphalt concrete (Type III -B2 -85 -100) pavement, including prime coat and tack coat, and variable thickness asphalt concrete feathering (Type III - C3 -85 -100), complete in place. @ Twelve Dollars and No Cents $ 12.00 $ 14,400.00 Per Ton 3. 2400 Construct 4" and 6" thick aggregate Tons base course, complete in place, in- cluding grading and compaction. @ Five Dollars and Nn Cents $ 5.00 $ 12,000.00 Per Ton . • PR2of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1615 Construct 6" thick Portland cement Square Feet concrete pavement over compacted native soil, complete in place. @ No Dollars and Ninety Cents $ 0.90 $ 1,453.50 Per Square Foot 5. 700 Construct 8" Type "A" Portland Linear Feet cement concrete curb and gutter, including transitions from 6" C.F. to 8" C.F., per CNB Std.- 105 -L. @ Three Dollars and Fifty Cents $ 3.50 $ 2,450.00 Per Linear Foot 6. 2144 Construct 6" Type "A" portland Linear Feet cement concrete curb and gutter per CNB Std.- 105 -L. @ Three Dollars and Fifty Cents $ 3.50 $ 7,504.00 Per Linear Foot 7. 114 Construct 6" Type "C" portland Linear Feet cement concrete curb and gutter, modified, including transitions to Type "A ", per CNB Std.- 106 -L. @ Three Dollars and Cents Per inear Foot 376 Construct 6" thick Type "C" port - Square Feet land cement concrete alley approach per CNB Std.- 117 -L. $ 3.50 $ @ No Dollars and Ninety Cents $ 0.90 $ 338.40 le�quare Foot 9. 12,625 Construct 4" thick portland cement Square Feet concrete sidewalk per CNB Std. - 110-L. @ No Dollars and Seventy Cents $ 0.70 $ 8,837.50 Per Square Foot @ Eight Hundred Fifty Dollars and No Cents $850.00 $ 850.00 er Each 14. 1 Construct terminal sewer cleanout Each per CNB Std.- 400 -L, including removal of existing brick sewer manhole, complete in place. @ Two Hundred Dollars and No Cents $200.00 $ 200.00 Per Each 15. 4 Adjust existing sewer manhole or Each storm drain manhole to proper finished grade. @ One Hundred Dollars and No Cents $100.00 $ 400.00 Per Each PR of ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 3500 Construct 6" thick Type "I" portland Square Feet cement concrete commercial driveway approach per CNB Std.- 111 -L. @ No Dollars and Ninety Cents $ 0.90 $ 3,150.00 Per Square Foot 11. 445 Construct 6" Type "E" asphaltic Linear Feet concrete curb per CNB Std.- 106 -L. @ One Dollars and No Cents $ 1.00 $ 445.00 Per Linear Foot 12. 2 Abandon existing sewer manhole Each per Standard Specifications. @ Two Hundred Fifty Dollars and No Cents $250.00 $ 500.00 Per Each 13. 1 Construct reinforced standard pre - Each cast concrete sewer manhole I per CNB Std.- 401 -L, including removal of existing brick sewer manhole, complete in place. @ Eight Hundred Fifty Dollars and No Cents $850.00 $ 850.00 er Each 14. 1 Construct terminal sewer cleanout Each per CNB Std.- 400 -L, including removal of existing brick sewer manhole, complete in place. @ Two Hundred Dollars and No Cents $200.00 $ 200.00 Per Each 15. 4 Adjust existing sewer manhole or Each storm drain manhole to proper finished grade. @ One Hundred Dollars and No Cents $100.00 $ 400.00 Per Each • • PR of ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 17 17 Adjust existing water valve box or Each sewer cleanout to proper finished grade. @ Fifty Dollars and No Cents Per Each 1 Install new Fire Hydrant assembly, Each complete in place ready for opera- tion, per CNB Std.- 500 -L, including removal of existing fire hydrant assembly. @ Twelve Hundred Dollars and No Cents Per Each 18. 40 Relocate existing 8" A.C.P. or Linear Feet C.I.P. water main, complete in place, per CNB Std.- 509 -L. $ 50.00 $ 850.00 $ 1200.00 $ 1,200.00 @ Thirty Dollars and er inear Cents $ 30.00 $x,200.00 oot 19. 1 Construct curb inlet Type OL Each (L =7') per CNB Std.- 306 -L. @ Eight Hundred Fifty Dollars and Cents Per ac 20. 10 Construct curb inlet Type OS Each (L =3'6 ") per CNB Std.- 306 -L. @ Seven Hundred Dollars and No Cents Per Each 21, 1 Construct curb inlet No. 5, Each Type OS (modified) L =3'6 ", per detail and CNB Std.- 306 -L. i 111 1� $ 700.00 $ 7,000.00 @ Twelve Hundred Dollars and 4 N Cents $ 1200.00 $ 1,200.00 Per ac ITEM 22 23 24. 25 92 • PR 5 of 6 565 Construct 18" storm drain A.C.P. Linear Feet (3000 -D /Class IV) complete in place. @ Forty Dollars and No Cents $ 40.00 $ 22,600.00 Per Linear Foot 1 Construct storm drain tidal Each structure per Detail on Sheet No. 3, complete in place, includ- ing installation of City supplied canal gate and appurtenances. @ Four Thousand Dollars and PeAach Cents $ 4,000.00 $ 4,000.00 3 Construct storm drain junction Each structure No. 1, complete in place, per CNB Std. - 310 -L. @ Seven Hundred Fifty Dollars and No Cents Per Each 1 Break into existing storm drain Each manhole and connect new 18" storm drain pipe per Detail on Sheet No. 3, complete in place. $ 750.00 $ 2,250.00 @ Three Hundred Fifty Dollars and No Cents $__L50.00 $ 350.00 Per Each 6 Construct street light standards, Each including all appurtenances per Detail on Sheet No. 2, for complete working system. @ Nine Hundred Dollars and No Cents Per Each 27. 10 Install Standard Surveyors' monu- Each ment per CNB Std.- 124 -L, complete in place. @ Fifty Dollars and No Cents Per Each $ 900.00 $ 5,400.00 $ 50.00 $ 500.00 0 0 PR6of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 350 Construct portland cement concrete Linear Feet pipe bridging per Detail on Sheet No. 3, complete in place. @ Fifteen Dollars and No Cents $ 15.00 $ 5,250.00 Per Linear Foot TOTAL PRICE WRITTEN IN WORDS One Hundred Thirty Two Thousand Nine Hundred Seventy- Dollars $ 132,977.40 even and Forty Cents August 28, 1973 Date DONN 0. I H E S Bidders Name S Donn 0. Mich (Authorized Signature CONTRACTOR'S LICENSE NO. 260701 TELEPHONE NUMBER 540 1125 CONTRACTOR'S ADDRESS P. 0. Box 1871, Newport Beach, CA 92663 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 28th day of August , 19 739 at which time they will be opened and read, for performing work as follows: STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he CCoorPorate Seal sha lobe affixed to all documents re— quiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 3 _� Ws r • iPage la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 260701 Classification A Accompanying this proposal is Bidder's Bond Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 540 1125 Phone Number August 28, 1973 Date DONN 0. MICHAELS Bidder's Name (SEAL) S/ Donn 0. Michaels Authorized Signature Authorized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of .President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed 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 City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Concrete Jezowski & Markel Santa Ana 2.. Underground Card Construction Santa Ana 3. Street Lighting Grissom & Johnson Santa Ana 4. 5. 6. 7. 8. 9. 10. 11. 12. DONN 0. MICHAELS Bidder's Name S Donn 0. Michaels uthor zedSignature Individual Type of rganization (Individual, Co- partnership or Corp) P. 0. Box 1871 Nowport • ress FO&IGINAL SEE CITY CLERK'S FILE �f BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Donn _0. Michael-, General Fi Page 4 as Principal, and Covenant Mutual Insurance Company. of Hartford. Conn. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount Bid in - -- Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Street and Storm Drain Improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street, and Villa Way - Contract No. 1413. all in accordance with the Y 4YgV114V �/1 V�/VJ61• in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 28 day of August , 19 73 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) . August 28, 1873 Mabel F- Gaines, Notary Public Commission Expires March 21, 1977 BY Title S/ Donn 0. Michaels,_ General Engineering__ Principal Contractor COVENANT MUTUAL INSURANCE COMPANY Surety S/ Harnld R- Smith Attorney in Ffyyt Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 28 day of August 19 73 . My commission expires: . Jan. 26, 1977• S/ Donn 0. Michaels S/ C. R. Pennavaria Notary Public FOR ORIGINALSEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Attached Statement for Year Ending. December 31, 1973 S/ Donn 0. Michaels Signed i.., ....v -. xW✓.".S',.a'd......�.a5''.��": okl...f �:cs't�'i�i ��n....,�.. ...e�.�."`,...�. ........d s..s Y__��'i:E.r�i�?i.:�_. ..... Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1973 City of Buena Park ($91,000) City Engineer 1973 ',City of Newport Beach ($18,900) City Engineer 1973 City of Anaheim ($61,000) City Engineer 1 1973 City of Rolling Hills Estates ($27,400). City Manager %1972 C.A. County Road Dept. ($20.000) County Engineer 1972 City of Palos Verdes Estates ($57,000) City Engineer 1972 City of Laguna Beach ($13,000) City Engineer 1972 City of Downey ($41,000) City Engineer 1972 City of Downey ($59,000) City Engineer 1972 City of Westminster $32,000) City Engineer 1972 City of Laguna Beach ($8,000) City Engineer 1 1972 City of Bell _($24,000) City Engineer 1972 L. A.-County Road Dept. ($14,000) County Engineer In Progress City of Laguna Beach ($1.0,000)._ City Engineer Prior to 1970, Vice President & Manager, Sully- Miller. Contracting Company, Orange, California S/ Donn O: Michaels b — 91 neo _... ,.. � �.. � t�n. �....am.5,.•..e. «.,.m..- .s..... C.a_v.. _+a,s�a �s *�t-a'Ya :5e. - ,,... "%a; aXr�E ".., � �"�':�` �N^tF;�af �.: °._:" • Page 8 LABOR AND MATERIAL BOND BOND NO. 000148 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted September 10, 1973 has awarded to Donn 0. Michaels hereinafter designated as the "Principal ", a contract for Street and Storm Drain Improvements - Lafayette Avenue, Lido Park Drive, 31st Street, treet, t treet, and Villa Wav - Contract No. 1413 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract,.providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We DONN 0, MICIHAELS as Principal, hereinafter designated as the Contractor and COVENANT MUTUAL INSURANCE as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIXTY SIX THOUSAND FOUR HUNDRED EIGHTY EIGHT AND 70 /tQQ1ars ($ 661488:70 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION.IS SUCH, that if the person or his subcontractors, 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 other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work . the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change,, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21 day of SEPTEMBER , 1973 i EXECUTED IN TRIPLICATE U91,1"671 •a wow - r This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clerk DO 0. MICR LS (Seal) BY: &AAh (Seal) (Seal) ontractor COVENANT MUTUAL I Seal) BY: �,%� (Seal)- HAROLD R. SMITH, ATTORNFjF- IN -FA4T (Sear) y state of unL iriJRNIA County of LOS ANGELES } ss• On SEPTEMBER W , before me personally came to me known, who being by me duly sworn, did depose and say: that HE IS Attorney(s) -in -Fact of Coven- ant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that HE know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to HIM in accordance with the By -Laws 9fjthe said Corporation, HIS name therE f OFFICIAL SEAL � i MADEL F. GAINES ! NOTARY PUBLIC - CALIFORNIA ! a D PRINCIPAL OFFICE IN ! ~" LOS ANGELES COUNTY grao My Commission Expires March 21, 1977 ♦.ws!lra.a yen.. ' +!!!•.!. ^• 0 Page 10 PERFORMANCE BOND Boon No. 000148 KNOW ALL MEN BY THESE PRESENTS, That PREmIUM $1214.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to September 10, 1973 Donn 0. Michaels hereinafter designated as the "Principal ", a contract for Street and Storm Drain Improvements - Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street and Villa Way - Contract No. 1413 . in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, DONN 0. MICHAELS as Principal, hereinafter designated as the "Contractor ", and COVENANT MUTUAL INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ($ 132.977.40 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we,bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 0 11 Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,-alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this insthument has been duly executed by the Principal and Surety above named, on the 21 day of SEPTEMBER , 1923—. 1 (Seal) Contractor COVENANT MUTLIAI INSIIRANrF r(WANV -(Seal) BY- . ^(Seaj.) EXECUTED IN TRIPLICATE HAROLD R. SMITH, ATTORNEY—ft—FACT: _ (Seai L urety < _ r� Approved as to form: C r\ ss,f ! ty Attorney state of County of LOS h• ;', __:..` $ ss. On of SEPTEMBER , 19 73 before me personally came SMITH to me known, who being by me duly sworn, did depose and say: that HE IS Attorney(s) -in -Fact of Coven- ant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that HE know(s) the seal of s th,�a�.t1 it � 'w`as so affixed by authority ♦ yeaw(WIOf o�>o e•a,sk •��". " OFFICIAL SEAL " d,1!\3EL F. GAINES " NO'I'ANV PUBLIC - CALIFORNIA < PRINCIPAL OFFICE IN pOL ANGELES COUNTY , R "y Ccr•rrls,iun &,gres Marcb 21, 1977 lid Corporation; that the seal affixed to said instrument is such corporate seal; granted to HIM in accordance with the By -Laws q 1 e said Corporation, HIS name thereto 'ke authority. J I (Notary Public) gIWD My Commission expire CONTRACT THIS AGREEMENT, made and entered into this JA' 0 Page 12 day of Pd7y,86R , 1973 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and DONN O. MICHAELS hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Street and Storm Drain Improvements - Lafayette Avenue. Lido Park Drive. 31st Street, 30th Street, 29th Street, and Villa Way - Contract No. 1413 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor-, to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the Cityr and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the.bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials:and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications, and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ro ATTEST: as to form: Assit TY OF NEWPORT BEACH, CALIFORNIA Contractor (SEAL) By- lzjjol By.- eXW1Vk_ Title Title 6 ro ATTEST: as to form: Assit TY OF NEWPORT BEACH, CALIFORNIA Contractor (SEAL) By- lzjjol By.- eXW1Vk_ Title Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PRMISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 SECTION PAGE I. Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Completion of Work . . . . . . . . . . . . . . . . . . . . . . 1 III. Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. Traffic Control and Access . . . . . . . . . . . . . . . . . . 1 V. Prosecution of Work . . . . . . . . . . . . . . . . . . . . . . 2 VI. Changes in Quantities of Work . . . . . . . . . . . . . . . . 2 VII. Notification to Residents and Businesses . . . . . . . . . . . 3 VIII. Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. Construction Survey Staking . . . . . . . . . . . . . . . 3 X. Protection of Existing Property Corners . . . . . . . . . . . 3 XI. Protection of Existing Utilities and Structures . . . . . . . 3 XII. Water . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XIII. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XIV. Clearing and Grubbing . . . . . . . . . . . . . . . . . . . . 4 XV. Excavation, Compacted Fill and Subgrade Preparation . . . . . 5 XVI. Aggregate Base . . . . . . . . . . . . . . . . . . . . . o 5 XVII. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . 5 XVIII. Portland Cement Concrete Improvements . . . . . . . . . . . . 5 A. General . . . . . . . . . . . . . . . . . . . . . . . 5 B. Curb and Gutter . . . . . . . . . . . . . . . . . 5 C. Sidewalk, Drive Approaches, Alley Approaches and Street Pavement . . . . . . . . . . . . . . . . . 5 i. C L INDEX - CONTRACT NO. 1413 - CONTINUED 0 SECTION PAGE XIX. Storm Drain System . . . . . . . . . . . . . . . . . . . . . 6 A. Protection of Existing Improvements . . . . . . . . 6 B. Abandonment of Existing Storm Drains . . . . . . . . 6 C. Storm Drains and Appurtenances . . . . . . . . . . . 6 XX. Relocating Existing Water Mains . . . . . . . . . . . . . . 7 XXI. Fire Hydrant Assemblies . . . . . . . . . . . . . . . . . . . 7 XXII. Adjustment of Manholes, Water Valve Boxes, Etc. to Finished Grade . . . . . . . . . . . . . . . . . . . . . . 7 XXIII. Surveyors Monuments . . . . . . . . . . . . . . . . . . . . . 7 XXIV. Bracing Excavations . . . . . . . . . . . . . . . . . . . . . 7 ii. II III IV • • SP 1 of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Qi13 STREET AND STORM DRAIN IMPROVEMENTS LAFAYETTE AVENUE, LIDO PARK DRIVE., 31ST STREET, 30TH STREET 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 SCOPE OF WORK The work to be done under this Contract consists of reconstructing: Lafayette Avenue from 29th Street to 32nd Street, Lido Park Drive from Lafayette Avenue to 325 feet easterly, 31st Street from Villa Way to Lafayette Avenue, 30th Street from 82.82 feet westerly of to 126.38 feet easterly of Lafayette Avenue, 29th Street from 87.82 feet westerly of to 93.38 feet easterly of Lafayette Avenue, and the intersections of Villa Way with 31st Street and 30th Street; constructing the storm drain system on Lafayette Avenue, Lido Park Drive, 30th Street, 29th Street, and at the intersections of Villa Way with 31st Street and 30th Street; constructing the street light system on Lafayette Avenue, Lida Park Drive, and 31st Street; and other incidental items of work. The contract requires completion of all the work as shown on the Plans (Drawing No. R- 5191 -5) and in accordance with these Special Provisions, the City's Standard Specifications (Standard S ecifications for Public Works Construction, 1970 Edition including 197 and 1972 supp ements the City's Standard Special Provisions and Standard Drawings. The City's Standard Specifications are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City's Standard Drawings and Special Provisions may be obtained at the Public Works Department for a fee of $3. COMPLETION OF WORK The contractor shall complete all the work covered under this contract within 70 consecutive calendar days after notification of award of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifica- tions. PAYMENT Payment for all incidental items of work not separately provided for in the Proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in compliance with Section 7 -10 of the Standard Specifications, supplemented by the following requirements. 0 • SP2of7 (1) At no time shall any street be closed to traffic, except upon specific approval of the Engineer. The contractor shall maintain at all times not less than two 11 -foot traffic lanes (one lane in each direction) on Lido Park Drive, and not less than one 11 -foot traffic lane on Lafayette Ave- nue, Villa Way, 31st, 30th, and 29th Streets. (2) The contractor shall submit to the Engineer for his review prior to the start of any work a written proposed plan showing sign locations and types, detour striping, and all other temporary traffic regulating devices to be used during construction. It is noted that the present traffic flow on Villa Way is one -way southbound and on Lafayette Avenue is one -way north- bound up to 31st Street. PROSECUTION OF WORK All work shall be prosecuted in compliance with Section 6 -2 of the Standard Specifications, supplemented by the following. (1) The work shall be carried on at such places at the project and also in such order of precedence as may be found necessary by the Engineer to expedite the completion of the project and minimize obstruction to nor- mal use of streets and roads. Where work has begun on any portion or designated part of the project, it shall be carried forward to final com- pletion as rapidly as practicable. (2) All operations shall be conducted so as not to interfere unnecessarily with the authorized work of utility companies or other agencies in any public street, alley, way, or parking area. (3) It is anticipated that surface and ground or other waters will be encoun- tered at various times and locations during the work. Investigation of the risks arising from water shall be made and all operations shall be con- ducted in such a manner that storm or other waters may proceed uninter- rupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be per- mitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. The contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the Engineer. VI. CHANGES IN OUANTITIES OF WORK Portions of certain items of work to be performed under this contract will be constructed by or at the option of property owners along the streets to be reconstructed. The City reserves the right to waive the requirements of sub - Section 3 -2.1.1 of the Standard Specifications as applied to the following items and provided below: (5) 8 "C.F. Type "A" P.C.C. Curb and Gutter; (6) 6 "C.F. Type "A" P.C.C. Curb and Gutter; (9) 4" thick P.C.C. Sidewalk; (10) 6" thick P.C.C. Type I Commercial Driveway Approach; and (11) 6 "C.F. Type "E" Asphalt Concrete Curb. • SP3of7 The quantities shown in the Proposal for these items include all lengths and areas shown on the plans. The exact locations and revised quantities for these items will be provided to the contractor prior to construction. No adjustment will be made to the contract unit price for these items even though the quan- tity to be constructed may be reduced by more than 25% of the quantity shown in the proposal. VII. NOTIFICATION TO RESIDENTS AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the contractor. The same notification procedure must be followed by the contractor 3 to 5 hours prior to shutting down of water service to affected residences and businesses. VIII. PERMITS The City will be responsible for obtaining any permits required by the California Coastal Conservation Commission. IX. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction shall be the responsibility of the contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed on all items normally accepted by agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional compensation will be made. X. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corners uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no separate compen- sation will be made. XI. PROTECTION OF EXISTING UTILITIES AND STRUCTURES The contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are shown on the Plans. Prior to performing construction work, the contractor shall be respons- ible for requesting each utility to locate its facilities. Construction of the storm drain and structural sections will cause work to be performed under and very near existing sewer, gas, water, telephone, and electrical lines. The con- tractor shall protect in place and be responsible for any damage to any utilities encountered during construction. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location . ! SP 4 of 7 of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from con- struction of the improvements. The contractor is advised that other contractors or utilities may be installing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. XII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water pur- chases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. XIII. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. XIV. CLEARING AND GRUBBING This item of work shall include the clearing and grubbing of all areas in com- pliance with Section 300 -1 of the Standard Specifications, and shall include, but not be limited to, the following items: (1) Removal of all existing portland cement concrete and asphalt concrete im- provements, as needed, within the street rights -of -way; (2) Removal of existing concrete sidewalks and driveways outside the street rights -of -way, as shown on the plans; (3) Removal of concrete coping from existing bulkhead return walls on Lido Park Drive, as shown on the plans, including cutting of existing reinforcement steel flush with top of existing concrete sheet piles, and placing a one - inch thick minimum.concrete or grout cap on all exposed reinforcing steel; (4) Removal of existing temporary asphalt concrete pavement outside the westerly street right -of -way of Lafayette Avenue between 31st Street and 32nd Street, as shown on the plans; (5) Removal of existing area drains and connector pipes as shown on the plans; (6) Removal of existing guide markers, street barricade, and chain link fence, as shown on the plans; (7) Relocation of existing chain link fence, as shown on the plans, complete in place, in compliance with Sub - sections 304 -3.1 and 304 -3.2 of the Standard Specifications; (8) Construction of new and replacement of existing gutter drains as shown on the plans. SP5of7 Payment for clearing and grubbing shall be at the lump sum price bid for this item. Items to be removed under clearing and grubbing shall become the property of the contractor and shall be disposed of away from the job site, in a manner and at a location acceptable to all cognizant agencies. XV. EXCAVATION, COMPACTED FILL, AND SUBGRADE PREPARATION All material to be excavated from both trench and street areas down to the sub - grade plane shall become the property of the contractor, and shall be disposed of as in Section XIV. The contractor shall prepare the subgrade in conformance with Subsection 301 -1 of the City's Standard Specifications. The costs of excavation, compacted fill, and subgrade preparation for all im- provements within the right -of -way shall be included in the unit prices bid for the construction of asphalt concrete, aggregate base, and portland cement con- crete pavement, and no separate or additional payment will be made therefor. XVI. AGGREGATE BASE Aggregate base shall conform to the requirements for Processed Natural Material in Section 400 -2.3 of the Standard Specifications. XVII. ASPHALT CONCRETE Asphalt concrete shall conform to the requirements of Section 400 -4 of the Standard Specifications, of the types specified on the plans. The unit price bid for constructing the Type "E" curb shall include furnishing the asphalt concrete, tack coat, and all labor, tools and equipment necessary to construct the curb complete in place. XVIII. PORTLAND CEMENT CONCRETE IMPROVEMENTS A. General All portland cement concrete construction shall conform to the requirements of Section 303 of the Standard Specifications, except as modified herein or on the plans. B. Curb and Gutter Payment for constructing Type "A" portland cement concrete curb and gutter shall exclude curb inlet and local depression lengths. C. Sidewalk, Drive Approaches, Alley Approaches, and Street Pavement Payment for constructing portland cement concrete sidewalk and drive approaches shall include those respective areas shown outside the street right -of -way on the plans. All sidewalk and drive approaches that extend beyond the street right -of -way line shall be deeply scored at the right -of -way line. Payment for all sidewalk shall be at the unit price bid per square foot, regardless of the thickness of the sidewalk section. SP6of 7 Sidewalks constructed with a crossfall exceeding 6% shall be given a coarse - hair broom finish applied parallel to the centerline. Payment for furnishing and constructing the aggregate base for drive and alley approaches shall be included in the unit prices bid for these items. Portland cement concrete used for alley approaches and street sections shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. XIX. STORM DRAIN SYSTEM A. Protection of Existing Improvements The contractor is particularly cautioned to protect the existing 12 -inch water main five feet east of the proposed storm drain on Lafayette Avenue. Construction of the storm drain system on Lido Park Drive will cause work to be performed in and near the existing concrete bulkhead at The Rhine. The contractor shall accurately locate and shall protect the existing tie rods adjacent to the proposed tidal structure from any damage during con- struction. During construction of the tidal structure and the 18 -inch storm drain Line "B ", the contractor shall install sufficient bracing against the exist- ing bulkhead to prevent any movement of or damage to the sheet piles and coping. B. Abandonment of Existing Storm Drains The contractor shall abandon in place the existing 12 -inch reinforced concrete pipe and 8 -inch corrugated metal pipe storm drains on Lido Park Drive. Both pipes, the existing openings in the bulkhead, and any voids behind the exist- ing bulkhead at the outlets of the pipes shall be completely filled with a Portland cement and sand slurry mixture. Each cubic yard of the cement -sand slurry mixture shall be composed of one 94 -pound sack of portland cement and an aggregate consisting of rock dust and plaster sands or sands of a similar nature. Placement of the cement -sand slurry mixture shall be done so as not to cause any damage to the existing bulkhead. All costs incurred in the abandonment of the existing storm drains shall be included in the unit prices bid for constructing the storm drain system, and no separate or additional compensation shall be made. Storm Drains and Appurtenances All storm drain pipe shall be 18 -inch asbestos cement pipe (3000 -D /Class IV), constructed in accordance with Section 306 of the Standard Specifications. 0 0 SP7of7 The unit prices bid for storm drain pipes, catch basins, and other structures shall be in accordance with Subsection 306 -2.3.8 of the Standard Specifica- tions. The costs of removing the existing storm drain manholes or junction structures, catchbasins, or connector pipes, as shown on the plans, shall be included in the unit prices bid for other storm drain items, and no separate compensation shall be made. Construction of the storm drain tidal structure shall include installation of the canal gate and all appurten- ances, to be supplied by City and picked up by contractor at City's Corporation yard. XX. RELOCATING EXISTING WATER MAINS Sections of existing water mains to be relocated, as shown on the plans, shall be constructed of new Class 150 asbestos cement pressure pipe of the same diameter (with offsets and joins per Std.- 509 -L), complete in place, in com- pliance with Section 207 -7 of the Standard Specifications. Payment for relocating sections of existing water mains shall be at the unit price bid per linear foot installed, and shall include all couplings, fittings, pipe, bends, removals, thrust blocks, and other incidental items required to put the line into operation. XXI. FIRE HYDRANT ASSEMBLIES The unit price bid for installation of new fire hydrant assemblies shall include removal of the existing fire hydrant assemblies (and delivery to the City yard), and the installation of the new fire hydrants, risers, elbows, ring -tite flanged gate valves, valve box cover and riser, thrust blocks, and pipe (if necessary) required for a complete working assembly, per Std.- 500 -L. XXII. ADJUSTMENT OF MANHOLES, WATER VALVE BOXES, ETC. TO FINISHED GRADE All sewer manholes and storm drain manholes, water valve boxes and sewer clean - outs shall be adjusted to finished grade in a manner similar to that described in Subsection 302 -5.7 of the Standard Specifications. They shall be adjusted to finished grade prior to placement of Portland cement concrete sidewalk or pavement. In asphalt concrete areas, adjustments to finished grade shall be made after placement of the pavement. XXIII. SURVEYORS MONUMENTS The contractor shall install surveyors monuments in conformance with City of Newport Beach Std. -124 -L at locations indicated on the plans, and in accordance with Section 309 of the Standard Specifications. The brass marking plates shall be furnished by the contractor, but the field staking for the installation and the scribing of the markers will be done by the City. XXIV. BRACING EXCAVATIONS In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of California, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches five feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construction Safety Orders, the plan shall be prepared by a Registered Civil or Structural Engineer. v RESOLUTION NO. 8 09 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR STREET AND STORK DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET AND VILLA WAY (COMBINED PROJECT) TO DONN 0. MICHAELS, CONTRACT NO. C -1413 WHEREAS, pursuant to the notice inviting bids for work in connection with street and storm dram _improvements for Lafayette Avenue, Lido Park Drive, 31st Street, 30th Street, 29th Street and Villa Way (Combined Project), in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of August, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Donn O. Michaels, Newport Beach, California; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the base bid of Donn 0. Michaels for the work in the amount of $132,977.40, plus the additive bid of $1,200.00, for a total of $134,177.40, be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 10th day of September , 1973. Mayor ATTEST. City Clerk dr, 9 1/7 s August 21, 1973 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL AND SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 ADDENDUM NO. 1 Notice to Bidders Please be advised that Additive Bid Item No. 1 (a special rock -salt finish for Portland cement concrete sidewalk) is hereby included as part of Contract No. 1413. This bid item shall be separate from the original proposal, and shall not influence the total amount bid for Items 1 through 28 of the original proposal, upon which the award of contract will be based. All bidders shall submit a bid for Additive Bid Item No. 1, using this page as a supplement to the original proposal. The quantity, description, and prices bid relate only to a special finish for portions of the portland cement concrete sidewalk to be bid and paid for under Item 9, in lieu of the regular broom finish. The City reserves the right to specify the extent of and exact locations of this special finish, and will inform the contractor of these prior to the construction of the sidewalk. Additive Quantity Unit Total Bid Item and Unit Unit Price Written in Words Price Price 1. 6000 Apply patterned rock salt finish Square Feet to portland cement concrete side- walk, as specified below, in lieu of regular broom finish @ Dollars and T..Y7iTyiTS Cents Per Square Foot Specification: Additive Bid Item No. 1. Patterned rock salt finish for portland cement concrete sidewalk shall be achieved as follows: (1) Roughly rectangular sections of sidewalk shall be made by placing transverse weakened plane joints at 10 -foot intervals along the sidewalk, and transverse expansion joints at all BCR's, ECR's, and top of driveway "X's ", as shown on CNB Std.- 110 -L. (2) The perimeter of each sidewalk section shall be given a 6 -inch wide steel trowel finished edge, free from rock salt finish. (3) After the regular steel trowel finish for sidewalk, the interior of each section shall be sprinkled with medium -small rock salt, which shall be pressed into the concrete with a trowel. When the concrete is completely hardened, the salt shall be washed away by flooding. The intent of this specification is to achieve a geometrically- sectioned rock -salt finish sidewalk, similar to that used in the construction of patios and swimming pool decks. Note: Please sign and show the date of receipt on this addendum and insert a copy with your proposal. Benjamin B. Nolan Assistant Public Works Director BBN:hh sign ture and Date of Receipt by C ractor Date ��yl.l'Fi73 Approved by the City Council this 13th day of August 1973 Laura Lagios, City Cqjerk • CONTRACT NO. 1413 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET AND VILLA WAY SUBMITTED BY: Contractor Mress City Zip Code P one Total Bfd Price a• Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 28th day of August 19 73, at which time they wi— '15 be opened and read, for performing work as follows: STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non- collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Co Seal be >s shall affixed to all documents requiring signatures. In the case of a tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 11 . Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of, per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Et Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.' The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. .2Gd/ Classification �4_. Accompanying this proposal is /b Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. hone Number :B der s N e (SEAL) Date uthorize Signature Authorized gignature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of.President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: I Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed 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 City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 6. 7. 8. 9. 10. 11. 12. O.Z6lB.11I� -C N aVaer s ame AuthorIzed Signature Auiwlir/ -0.L Type of rganization (Individual, Co- partnership or Corp) ress ""ir._ Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well.and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -fact) Cov COVENANT MUTUAL INSURANCE COMPANY BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A -310 (Feb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, CONTRACTOR Bond No. BID DONN 0. MICHAELS GENERAL ENGINEERING as Principal, hereinafter called the Principal, and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or- ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA as Obligee, hereinafter called the Obligee, in the sum of TEN PER CENT OF THE TOTAL AMOUNT OF THE B ID IN — — — — — — — — — —Dollars � (S C% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for STREET AND STOMA DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE LIDO PARK DRIVE 31ST STREET 30TH STREET 29TH STREET AND VILLA WAY CONTRACT ND. 1413, ALL IN ACCORDANCE WITH THE ATTACHED PROPOSAL. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed day of AUGUST , 19 73 . i DONN 0. MICHAEL$ GENERAL (Seal) ENG NEER ING .0 , TRACTOR Principal E �- Witness BY:1 1.1J��;rt; Title �l COANT MUT}�pL I URANCE COMPANY MABEL GAINES Witness By HAROLD R. SM I TH 9` Attorney -in -Fact state of CALFORNIA l 5s. County of LOS ANGELES J On this— 28 day of AUGUST 19 —73, before me personally came AROLD R. SMITH to me known, who being by me duly sworn, did depose and say: that HE is Aftorney(s) -in -Fact of Coven- ant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that HE know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to HIM in accordance with the By -Laws of f said Corporation, and that HE signed HIS name theret authority. sm � MAB'ELoF GAINS$ i 1 (Notary Public) • u e • ;' NOTARY PUBLIC - CALIFORNIA 9muo � PRINCIPAL OFFICE IN LOS r.NGELES COUNTY a My commission expire My Commission Expires March 21, 1977 4 ae ♦••••eeeova aeseee•••{ee•••. Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sough by this bid. Subscribed and sworn to before me by this day ofU6 /1 191,3. My commission expires: — f 1 -y i o ary u is ea`t=- k��Fa....��.c - n Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his. financial responsibility. Su84 /JTLV .!!i /lam .off Dios igne i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. gne At • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT STREET AND STORM DRAIN IMPROVEMENTS FOR LAFAYETTE AVENUE, LIDO PARK DRIVE, 31ST STREET, 30TH STREET, 29TH STREET, AND VILLA WAY CONTRACT NO. 1413 [291111.9:11 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR of The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1413 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Clearing and grubbing. Lump Sum @ i�JQiryS��7�US9a /� Dollars yXiE/ls�io� A-vz�S and Cents er Lump Sum 2. 1200 Construct 1" thick asphalt concrete Tons (Type III -C3 -85 -100) over 2" thick asphalt concrete (Type III -B2 -85 -100) pavement, including prime coat and tack coat, and variable thickness asphalt concrete feathering (Type III - C3 -85 -100), complete in place. Dol l ars and Cents Per Ton 2400 Construct 4" and 6" thick aggregate Tons base course, complete in place, in- cluding grading and compaction. $ $ Dol 1 ars and Cents $ Se_—' Per Ton PR 2 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1615 Construct 6" thick Portland cement Square Feet concrete pavement over compacted native soil, complete in place. @ Dollars and Cents $ d y° $ /f15 3 5 Per Square Foot 5. 700 Construct 8" Type "A" Portland Linear Feet cement concrete curb and gutter, including transitions from 6" C.F. to 8" C.F., per CNB Std.- 105 -L. @ Dollars and ��vTS Cents $ �?sb °zo Per Linear Foot 6. 2144 Construct 6" Type "A" portland Linear Feet cement concrete curb and gutter per CNB Std.- 105 -L. @ �,/ I Dollars and Gyi.VT� Cents $ Per Linear Foot 7. 114 Construct 6" Type "C" portland Linear Feet cement concrete curb and gutter, modified, including transitions to Type "A ", per CNB Std.- 106 -L. @ ollars and G°�✓fS Cents $ Per Linear Foot 8. 376 Construct 6" thick Type "C" port - Square Feet land cement concrete alley approach per CNB Std.- 117 -L. @ Dollars and Cents Per Square Foot 9. 12,625 Construct 4" thick portland cement Square Feet concrete sidewalk per CNB Std. - 110 -L. @ Dollars and 4Yez'7VC221T� Cents Per Square Foot PR3of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 3500 Construct 6" thick Type "I" portland Square Feet cement concrete commercial driveway approach per CNB Std.- 111 -L. @ Dollars and �7/U/�°vils Cents $ Per Square Foot 11. 445 Construct 6" Type "E" asphaltic Linear Feet concrete curb per CNB Std.- 106 -L. Dollars and Cents $ Per Linear Foot 12. 2 Abandon existing sewer manhole Each per Standard Specifications. @ Dollars and Cents Per Eac 13. 1 Construct reinforced standard pre - Each cast concrete sewer manhole I per CNB Std.- 401 -L, including removal of existing brick sewer manhole, complete in place. @ G7� %f1f�1�liD�G�fvLiI'Dollars and eld Cents $ S.x6 $ Per Each 14. 1 Construct terminal sewer cleanout Each per CNB Std.- 400 -L, including removal of existing brick sewer manhole, complete in place. @ T�iv/illJ��GA�S Dollars and Cents $j°v $ �DGu Per Each 15. 4 Adjust existing sewer manhole or Each storm drain manhole to proper finished grade. @ a�GlJI/�ebL�Jl�?S Dollars and Cents $ fp6 $ -ok:�5`P Per Each PR of ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 17 Adjust existing water valve box or Each sewer cleanout to proper finished grade. Dol 1 ars and Cents $ $ Per Each 17. 1 Install new Fire Hydrant assembly, Each complete in place ready for opera- tion, per CNB Std.- 500 -L, including removal of existing fire hydrant assembly. @ Dollars and Cents $ $ /�D Per Each 18. 40 Relocate existing 8" A.C.P. or Linear Feet C.I.P. water main, complete in place, per CNB Std.- 509 -L. Dollars and Cents $ Per Linear Foot 19. 1 Construct curb inlet Type OL Each (L =7') per CNB Std.- 306 -L. @ G- 7� %✓��lC�/rt Zl r /DG1r�..11�oll ars and Cents Per Each 20. 10 Construct curb inlet Type OS Each (L =3'6 ") per CNB Std.- 306 -L. @ Qdl Vo!% - Dol l ars and Cents Per Each 21. 1 Construct curb inlet No. 5, Each Type OS (modified) L =3'6 ", per detail and CNB Std.- 306 -L. $ dam' O $ @ T�Y� .�/Ga/iJeLXJ1,s Doll ars and Cents $ Per ac ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 565 Construct 18" storm drain A.C.P. Linear Feet (3000 -D /Class IV) complete in place. 23 24. 25. 26 27. PR5of6 @ 4 :01 � Dol l ars and Cents $ Per Linear Foot 1 Construct storm drain tidal Each structure per Detail on Sheet No. 3, complete in place, includ- ing installation of City supplied canal gate and appurtenances. @ Dol 1 ars and Cents $G °� $�pO Per Each 3 Construct storm drain junction Each structure No. 1, complete in place, per CNB Std.- 310 -L. @ S��YG20 /uiO�Y�� /�7yQy�911 ars and Cents $_ ��u Per Each 1 Break into existing storm drain Each manhole and connect new 18" storm drain pipe per Detail on Sheet No. 3, complete in place. @ 01 l ars and Cents Per Each 6 Construct street light standards, Each including all appurtenances per Detail on Sheet No. 2, for complete working system. @ Dol l ars and Cents Per Each 10 Install Standard Surveyors' monu- Each ment per CNB Std.- 124 -L, complete in place. @ Dollars and Cents $ SG°� $ Per Each PR 6 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 350 Linear Feet Construct portland cement concrete pipe bridging per Detail on Sheet No. 3, complete in place. @ Dol l ars and Cents $ Per Linear Foot TOTAL PRICE WRITTEN IN WORDS ,;;W ,41Z 73 Date CONTRACTOR'S LICENSE NO. 0 7l'/ Do l 1 ars and Cents Bidders Name (Authorized Signature TELEPHONE NUMBER t�20 // Z-C, CONTRACTOR' S ADDRESS eA0 f&k p/ /w /3y'77y4/ m G..- Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. MISSION iiiiiiiiiiiiiiiiiiiiiillillillillillillilliill� gn Page '6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. * • Dorm 0. MICHAEL GENERAL ENTGIPEERING CODERACTOR FINANCIAL STAMENT December 31, 1972 ED z z x U W I ff 1 i N N J 0 Llzzl. MAGUIRE & CHUNING CERTIFIED PUBLIC ACCOUNTANTS 12345 VENTURA BLVD., SUITE N STUDIO CITY. CALIFORNIA 91604 985.5125 877 -0677 Donn 0. Michaels General Engineering Contractor 222.9 Alta Vista Drive Newport Beach, California 92060 0 The accompanying balance sheet of Donn 0. Michaels, General Engineering Contractor as of December 31, 1972 and the related statement of income for year then ended were not audited by us and accordingly we do not express 2n opinion on them. J Lizzi, Maguire & Churing April 15, 1973 Studio City, California 0 D01TT 0. MICcL1-'7"S is GEI,iLnkL FNGIt:ET;RI_IG COiTRACTOR Dece=ricer 31, 1972 (Unaudited) AS ^TS CURPZ, -N,r ASSETS Cash in bank 3,993 Accounts receivable - construction contracts 49,981 Prepaid expenses: Insurance $ 1,084 Interest - current portion 276 1,360 TOTAL CURPEIVI ASSETS $55,334 E^UlP'vUTT - at cost Truck w 6,222 Office 994 $$ 7,216 Less accumulated depreciation 1,646 5,570 OT'.r;R ASSETS Prepaid interest - after one year 390 ,6124 LM1 TLITII;'S AND PROPRIETOR'S EQUITY CURREL71 LIABILITIES _'vote payable to bank - unsecured v 1,000 Equipment contract payable - current portion 2,114 Accounts and subcontracts pa.yaole 49,680 Payroll taxes payable 8�0 TOTAL CU4REF'ri LIABILITIES $53,624 LO IG- TE,cBM I2BT Eq_uignent contract payable - due after one year 2,994 PROPRIETOR'S EQUITY Balance - January 1, 1972 p 724 Add net income for the year 24,204 $24,928 Less withdrawals 20,252 4,67 6 >61,2a4 See accompanying notes to financial statements. 0 D s z m «c a y = � TG Sues STATT902 Year Ended December J, 99 ( ndi ) � vex s «37,69 COST OF c:cI « ! Dc e»« . & 37,903 =o o ! 1500 m 9,90! r &T GPERATING. r « KID ADMINISTWIVE eXYUSe Plans, :37»6 Ions and bonds $ y, Payroll taxes 1,319 Supplies and w«: %dk a :ores and taxes w& Insurance A 97 Auto and truck expense 3,778 Depreciation a»6 Business meetings entertainment %:y . Dues and subscriptions yG Office supplies and expenne «1 s m; Professional s !a; m,ya LET PROFIT FROM o R z a 3 24,535 OTUR awe: Interest - � LET z 0 »: qccompanying m»: to financial statements. 0 is Dor ^r 0. rrlc ::rte GEPE., ?L E:`.GIITEE IiG COfEEC ACTOR iwr' ^_rLS TO F' I . "i i'iv .. STA :n.�,"_AITS December 31, 1972 ( Unaud:i tad ) NOTE A - The financial statements include only those accounts and transactions of the proprietorship which relate to the business of Donn 0. Michaels, General Engineering Contractor. No provision has been made for income taxes as the income is includable in the individual income tax return of the proprietor. idOTE 3 - The financial statements have been prepared utilizing the percentage of completion accounting method. (accrual basis) for recording income. For income tax purposes, the completed contract method (cash basis) is used for reporting income. See Note A above.