Loading...
HomeMy WebLinkAboutC-1495 - Jamboree Road median paving islands 5, 6, & 7Gc 4 �i ay 7 1973 By thq CITY COUNCIL TO: CITY COUNCIL FROM: Public Works Department CITY COUNCIL AGENDA ITEM NO. H -9 May 7, 1973 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD MEDIAN PAVING, ISLANDS 5, 6, and 7 (C -1495) 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 paving of median islands 5, 6, and 7 on Jamboree Road has been completed to the satisfaction of the Public Works Department. The bid price was: $ 18,900.00 Amount of unit price items constructed 18,900.00 Amount of change orders: None Total Contract Cost: 18,900.00 Amount budgeted in Account No. 19- 3320 -079: 20,000.00 Design was by the Public Works and Parks, Beaches, and Recreations Departments. The contractor is Donn 0. Michaels of Newport Beach, California. The contract date of completion was March 28, 1973. The contractor was delayed by inclement weather with all work being completed by April 18, 1973. y�oseph f. Devlin Rublic Wo s Director C�D: jfd L11 FEB 2 G 1973 February 26, 1973 sy the CITY COUNCIL CITY COUNCIL AGENDA �"ITY Ric ►ems±!wP -f qr_,AC-i ITEM NO. H -2 (e) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN PAVING: ISLANDS 5, 6 and 7 (CONTRACT 1495) RECOMMENDATIONS: Adopt a resolution awarding the contract to Donn 0. Michaels, general engineering contractor of Newport Beach for $18,900.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 2:00 P.M. on February 13, 1973. Bidder Amount Donn 0. Michaels, Newport Beach $18,900.00 Markel Cement Contracting, Inc., Costa Mesa 19,986.00 Sully- Miller Contracting Co., Orange 22,638.00 The low bid is 5.5% lower than the engineer's estimate of $20,000. Funds for the project are available in Gas Tax Budget Account No. 19- 3320 -079. This project provides for construction of decorative paving and asphalt concrete removal on portions of three traffic islands on Jamboree Road between Ford Road and North Eastbluff Drive. The low bidder has performed acceptable work for the City in the past. The plans were prepared by the City. The estimated date of comple- tion is March 30, 1973. lin Director .. IV JAN z z 1973 py the Ci i f COUNCIL TO: CITY COUNCIL FROM: Public Works Department January 22, 1973 SUBJECT: JAMBOREE ROAD MEDIAN PAVING,; ISLANDS 5, 6, and 7 (Contract 1495) RECOMMENDATIONS: DISCUSSION: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:00 P.M. February 13, 1973. This project provides for construction of decorative paving and asphalt concrete removal on portions of three traffic islands on Jamboree Road between Ford Road and North Eastbluff Drive. The estimated cost of the work is $20,000.00. Funds are avail- able in Gas Tax budget appropriation 19- 3320 -079. The plans were prepared by the City. The estimated date of comple- tion is March 30, 1973. dosephI T. Devlin ublic Wo. ks Director SW:hh . , j 9 0 May 22, 1973 Donn 0. Michaels P. 0. Box 1871 Newport Beach, CA 92663 Subject: Surety :.Surety Comparry of the Pacific Bonds No. : 90,075 and 90,125 Project: Jamboree Road Median Pacing, Islands 5, 6 and 7 Contract No.: 1495 The City Council on May 7, 1973 acotpted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on May 9, in Book 10667, Page 546. Please notify your surety company that bonds may be released 35 days after reoording date. Doris M. George Deputy City Clerk rm:swk cc: Public Works Department RECORDING REQUESTED BY AND MAIL TO City of Newport Beach City Clerk 3300 Newport Blvd. Newport Beach, CA 92660 10228 __._ FREE C8 NOTICE OF COMPLETION PUBLIC WORKS L{ I0681 x546 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 9 1973 J. WYLIE CARLYL E, Csl:sty Reeerder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 18, 1973 the Public Works project consisting of Jamboree Road Median Paving, Islands 5, 6 & 7 rn_iaori on which Donn O. Michaels was the contractor, and Surety Company of the Pacific was the surety, was completed. VERIFICATI I, the undersigned, say: CITY OF NEWPORT BEACH 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 May 8, 1973 at Newport Beach, California. VERIFICATION I, the undersigned, say: a I am the City Clerk of the City of Newport Beach; the City Council of said City on May 7, 1973 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 May 8, 1973 at Newport Beach, California. 4i, c� Wiz, / I.. 0 • CITY OF NEWPORT BEACH CALIFORNIA Date: May S, 1973 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Jamboree Road Median Paving, Islands 5, 6 & 7 Contract No. 1495 on which Donn O. Michaels was the Contractor and Surety Company of the Pacific was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL:dg Encl. 0 4w Date April 6, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1495 Project J016 ree Poad Median Paving, lslanda 5, 6 E 7 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: DOOM C• �'I.chaals Address: P. _:ax 1871, :Jewport Beach, CA 92663 Amount: $ Effective Date: Resolution No, 18,900.00 4-5 -73 7941 Laura Lagios LL-dg Att. cc: Finance Department [] 0 LEGRAND NSURANCE COLINSELORS 1505 EAST 17TH STREET, SUITE 102 SANTA ANA, CALIFORNIA 92701 (714) 547 -7666 Date: March 5, 1973 Mr. John S. Wolter, Project Engineer To: City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, California Re: Donn 0. Michaels Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No. 1495) Certificates of Insurance Gentlemen: ( ) Original policy enclosed ( ) Memorandum policy enclosed ( ) The original of this policy has been sent to the Mortgagee ( ) Enclosed endorsement forms a part of your policy and should he attached to your copy without fail ( ) Invoice enclosed ( ) Authorization letter enclosed ( ) .Anniversary, billing, please check values and advise if any change required. (X3t) The enclosed Certificates of Insurance evidence the required insurance coverage both for workmen's compensation and public liability for the subject Insured as respects the subject Job. I believe you will find all in compliance with your requirements. Should there be any questions please let me know. Very truly vours. LEGRAND INSURANCE COUNSELORS 1 liv:Hal Nordwal HN:bg cc: Mr. Donn 0. Michaels INSURANCE COMPANY OF NORTH AMERICA AND " ® PACIfIClPLOYERS GROUP OF INSURANCE O&PANIES 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.) this is to (gertifq to 1 CITY OF NEWPORT BEACH City Hall 3300 W. Newport Boulevard Newport Beach, California COMPANY CODES ❑2 ALLIED INSURANCE CO. ❑3 PACIFIC EMPLOYERS INDEMNITY CO. [] PACIFIC EMPLOYERS INSURANCE CO. INSURANCE COMPANY J 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 0, MICHAELS of Insured— P. 0, Box 1871, Newport Beach, California covering in accordance with the terms thereof, at the following location(s): Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No. 1495) �- TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's 4 -1 -72 to Statutory Statutory W. C. Compensation& © ® NWC 207318 4 -1 -73 $ 100,000. One Accident and Employers' Liability Aggregate Disease (b) General Liability Premises--Operations (including "In- cidental Contracts" as defined below) $ Each Person > 5 Elevators S❑ Accident — r Independent Contractors El E] $ Each �❑ Occurrence 0 ° Completed Operations /Products m Contractual, (Specific type as de- ❑ $ Aggregate -- Completed scribed in footnote below) Operations /Products Premises - Operations, (Including ,❑ Accident u "Incidental Contracts" as defined ❑ ❑ $ Each 1❑ Occurrence below) E E o Elevators $ Aggregate — Prem. /Oyer. Independent Contractors El El $ Aggregate— Protective 2 Completed Operations /Products $ Aggregate— Completed Operations /Products Contractual, (Specific type as de- scribed in footnote below) $ Aggregate--Contractual (e) Automobile Liability Owned Automobiles El El $ Each Person Hired Automobiles ❑ ent S Ac cid- § Each Non -owned Automobiles — � U Occurrence — — — :v Owned Automobiles El El y❑ Accident �P °q Hired Automobiles $ Each 1❑ Occurrence l °O Non owned Automobiles (d) It is hereby understood and ag eed t at the policy to which this certificate refers may not be cancelled, materially changed, nor t e policy allo ed to lapse Until ten (10) days after receipt by the City Clerk of the ity o Newport Beac , City Hall, iewport Beach, California, of registered w Contractual 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 Partv: Dated (if applicable): — Contract No. (if any): Description (or Job): Definitions: " Irewental contract" means any written (1) lease of premises (2) easement agreement, except in connection with construction or demolitlun 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 m intenance �ayr�eement. It is the intention of the company that in the event of cancelation of the LEGUND INS UICHNCE (COOUNSE(j�,QRS policy or policies by the company, ten (10) days' written notice of such C. D. Legrand )- yC.Qe„/j(�y��'/ 01 cancelation will be given to you at the address stated above. Authorized Representative LC -1389a 7/72 PRINTED IN U.S.A. I. ORIGINAL GU 6715 ♦ • ! (Ed. 2 -68) CERTIFICATE OF INSURANCE This is to Certify, that policies in the name of KIND OF ' DONN 0, MICHAELS POLICY LIMITS OF LIABILITY NAMED INSURED P. 0, Box 1871 PERIOD THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR and Newport Beach, California NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE ADDRESS NIL COMPENSATION AFFORDED BY ANY POLICY DESCRIBED HEREIN. L- J are in force at the date hereof, as follows: COMPREHENSIVE GENERAL Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No. 1495) — KIND OF POLICY POLICY LIMITS OF LIABILITY INSURANCE NUMBER PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S Eff. Compensattion r Law--State of NIL COMPENSATION Exp. COMPREHENSIVE GENERAL Eff. $ ,. _ 000 Each person $ 000 Each occurrence LIABILITY Exp. $ -; �'� 000 Each occurrence $ 000 Aggregate $ 000 Aggregate MANUFACTURERS' AND Eff. $ 000 Each person $ ic 000 Each occurrence CONTRACTORS' LIABILITY Exp. $ 000 Each occurrence $ 000 Aggregate OWNERS', LANDLORDS' Eff. $ 000 Each person $ 000 Each occurrence AND TENANTS' LIABILITY Exp. $ 000 Each occurrence $ c 000 Aggregate CONTRACTUAL Eff. $ . 000 Each person $ , 000 Each occurrence LIABILITY _ Exp. $ ,000 Each occurrence $ 5 c � � ,000 Aggregate AUTOMOBILE LIABILITY �$ ❑ Owned Automobiles Eff. , 000 Each person ( $ 000 Each accident ❑ Hired Automobiles Exp. �$ 000 Each accident 1j1 ❑ Non -Owned Automobiles COMPREHENSIVE AUTO- Eff . $ 000 Each person $ 000 Each occurrence MOBILE LIABILITY Exp. $ 000 Each occurrence OTHER: Comprehensive Eff. - - A Combined ing a Limit tor General Liability 110779 Exp. 5 -18 -74 Bodily Injury and /or Property) Damage. 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 Ix�xnc] tG�ddBAS�akIYaYpl4��F1riPA�AQ3�TrY ,AGSaWM7§TFSK�XAie`ciFd7di�ri xacamc�satwxTFddJmL�xat�T�cTtxD�TCasa €�af���xJ�t;�Ty. The naming of the City of Newport Beach, its officers and employees, as Additional Insureds shall not netigate any right the City of Newport Beach, its officers and employees, would have had as a claimant if not so named. Gib =R`Ar4ry4F{� ifE 7Fo`filE PrOeM 74�$ i�idfi REV�E�RSE SIDE FO ANCELLATION CLAUSE Dated: March 5, 1973 Name of HARBOR INSURANCE COMPANY Company: i A THORIZ REPRESENTATIVE CERTIFICATE ISSUED TO: LEGRAND INSURANCE COUNSELORS 1 CITY OF NEWPORT BEACH NAME City Hall and 3300 W. Newport Boulevard ADDRESS Newport Beach, California CANCELLATION CLAUSE It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. E LEGRANO NSURANCE COUNSELORS 1505 EAST 17TH STREET, SUITE 102 SANTA ANA, CALIFORNIA 92701 (714) 547 -7666 Date: March 9, 1973 Mr. John S. Wolter, Project Engineer To: City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, California Re: Donn 0. Michaels Certificate of Insurance Jamboree Road Median Paving Islands 5, 6, and 7 (Contract No. 1495) Gentlemen: ( ) Original policy enclosed ( ) Memorandum policy enclosed ( ) The original of this policy has been sent to the Mortgagee ( ) Enclosed endorsement forms a part of your policy and should be attached to your copy without fail ( ) Invoice enclosed ( ) Authorization letter enclosed ( ) Anniversary billing, please check values and advise if any change required. (g) In accordance with your telephone request, enclosed is the Certificate of Insurance for our captioned insured evidencing excess liability insurance coverage as respects your interest in the subject job. I believe you will now find all in order, should there be any questions please let me know, Very Iruly yours. LEGRAND INSURANCE COUNSELORS Rv: Hal Nordwaft HN:bg cc: Donn 0. Michaels - ecNAlinsurance • IV. V. CERTIFICATE OF INSURANCE • The Policy identified below by a policy number is in force on the date of Certificate Issuance. Insurance s 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 will make all reasonable 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, California NAME AND ADDRESS OF CERTIFICATE HOLDER i City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, California L— DATE OF CERTIFICATE ISSUANCE: March 5, 1973 Authorized Representative' Legrand Insurance Counselors JOB: Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No, 1495) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE HOLDER TYPE OF INSURANCE IS DESIGNATED BELOW COVERAGES LIMIIS Ut LIABILITY ! 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 $ $ t [ Comprehensive General Liability 1 Bodily Injury Liability $ $ $ G Owners', Landlords' and Tenants' Liability Property Damage Liability $ $ Manufacturers' and Contractors' Liability Bodily Injury and Property $ $ Owner's and Contractor's Protective Liability Damage Liability Combined 'Beauticians' Malpractice Liability Bod fly Injury Liability 'Property Damage Liability $ $ i $ I $ TIC r ] Workmen's Compensation I A. Statutory Statutory Locations: Employers' Liability B. Bodily Injury $ } I�— M Umbrella Excess Third Party Liability The Excess Insurer's Limit of Liability is (Complete one) Extensions (a) $ in excess of a Retained Limit Pro oclfactsGf Completed Ope rat iong 1 000, 000. 00 Blan et ontra ctual (b) Up to yJi_ _ m excess of it Retained Limit Owners & Contractors Pro- " and in excess of various underlying Insurer's Limits of Liability } each Accident See Reverse Side for Additional Insured and Cancellation Clause. 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. I. II. j III. Policy Number ❑ ❑ ❑ Policy Expiration IV. V. RDU 805-96-92 I MI• Policy Number ❑ I © 4/01/73 ❑ Policy Expiration Continental Casualty Company z Transportation Insurance Company \. G- 32343 -G 6 National Fife Insurance Company of Hartford American Casualty Company of Reading, Pa. FT Transcontinental Insurance Company Valley Forge Insurance Company 1J ADDITIONAL INSURED CLAUSE: 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, its officers and employees, as Additional Insureds shall not netigate any right the City of Newport Beach, its officers and employees, would have had as a claimant if not so named. NCELLATION CLAUSE: It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed., nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. N i TO: CITY CLERK FROM: Public Works Department March 15, 1973 SUBJECT: JAMBOREE ROAD MEDIAN PAVING ISLANDS 5, 6 AND 7 CONTRACT NO. 1495 Attached are four copies ?f the subject contract documents. Please have executed on behalf o the City, retain your copy and the insur- ance certificates, and return the remaining copies to our department. John S. Wolter /Project Engineer JSW:hh Att. • • CONTRACT NO. 1495 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD MEDIAN PAVING Approved by the City Council this day of 1973. Laura Lagios, City Clerk ISLANDS 5, 6, AND 7 SUBMITTED BY: Donn 0. Michaels ontractor P. 0. Box 1871 ddress CITY CLERK Newport Beach, CA 92663 City Zip Code 540 -1125 Phone $18,900.00 Total Bid Price • • 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 2:00 P.M. on the 13 day of February 1973 , at which time they will be opened and read, for performing work as follows: JAMBOREE ROAD MEDIAN PAVING; ISLANDS 5, 6 and 7. CONTRACT NO. 1495 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-Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, 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.) • 0 Page 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 SpE,�ial Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. n accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seg.), 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 'ity 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 n 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 works 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, Cashier's 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 -11.25 Phone Number Feb. 13, 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, P.C.C. Median Pavement Francis Sullivan Santa Monica 2.. 3. 4. 7 8. 9. 10. 11. Donn 0. Michaels Bidder's ame S /Donn 0. Michaels Authorized Signature Individual Type of rgan zation (Individual, Co- partnership or Corp) P. 0. Box 1871 - Newport Beach 56411 f._ Tess FOR FINAL SEE CITY CLERK'S FILE COI* Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond No. 90,075 KNOW ALL MEN BY THESE PRESENTS, That we, DONN 0. MICHAELS _ _ as Principal, and SURETY COMPANY OF THE PACIFIC , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID 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 JAMBOREE ROAD MEDIAN PAVING (ISLANDS 5, 6, & 7) (CONTR. 1495) in the City of Newport Beach, is accepted by the City Counci'p 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 13 day of FEBRUARY 19.73 Corporate Seal (If Corporation) DONN 0. MICHAELS rincipal By: S/ Donn 0. Michaels (Attach acknowledgement of Attorney -in -Fact) SURETY COMPANY OF THE PACIFIC ure y B : S/ .Francis G. Jarvis, Jr. Attorney in Fact. Acknowledged b Mar A. Jenn o ary u is Feb. 13, 1973 f 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 12 day of Feb. 19 73 My commission expires: Aug. 12, 1973 S/ DONN 0. MICHAELS S/ Mary A. Jenny Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility. Has been submitted with prior bids. S/ .DONN 0. MICHAELS Signed 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 Anaheim (Katella Ave.) City Engineer 1972 City of Rolling Hills Estates (Silver Spur Rd.) City Manager of Engineers (Prado Dam) L.A. District Engineer 1972 City of Palos Verdes Estates (P.V.Drive West) City Engineer 1972 County of Los Angeles (Glendora) L.A. Co. Road Dept. 1972 City of Placentia (Bradford Ave.) City Engineer 1972 Corps of Engineers (Prado Dam) L.A. District Engineer 1972 City of Palos Verdes Estates (P.V.Drive West) City Engineer 1972 City of Downey (Third Street) City Engineer 1972 City of Downey (Florence Avenue) City Engineer 1972 City of Laguna Beach (Park Avenue) City Engineer S/ Donn 0. Michaels Signed • Executed in Four (4) Page B Counterparts; LABOR AND MATERIAL BOND No. 900125 Premium included to that KNOW ALL MEN BY THESE PRESENTS, That simrm On performence bond WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted February 26, 1973 has awarded to Donn 0. Michaels hereinafter designated as the "Principal ", a contract for Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No. 1495) 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. MICHAELS as Principal, hereinafter designated as the Contractor and SURETY COMPANY OF THE PACIFIC as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of * *NINE THOUSAND FOUR HUNDRED FIFTY AND NO /100 - - - -- Dollars ($ 9;450.00 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 12th day of March , 1973. DONN, 0 MICHAELS (Seal) By: Lub (Seal) (Seal) ontractor SURETY COMPANY OF E PACIFIC (Seal) ..- (Seal) F. E. Legramd Attorney -in -Fact ;:(Sea l): Approved a two form: yam i)�-sr City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: e City Clerk �3 �O •5 „fin •nom -,nm •vimm D " > J O G 0 ❑o nx w R p b p SC O^ y O 7 RF"K SR o nw. O R S cs�m C S 3 v7, m nR "" c Spy co 0 7 7 0.n£ ^ G O O O j 7 � = S b' R R . T 7' 7 R es W z 0 -o c c n' w 7 0. O S n O G 7 `G 7 a W, 7 y 7 ti S I w I V IW C' O R R n Y CD ti S T � Q os oz • • Executed in Four (4) Counterparts Page 10 Bond No. 90,125 PERFORMANCE BOND Premium: $95.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 26, 1973 has awarded to Donn 0. Michaels hereinafter designated as the "Principal ", a contract for Jamboree Road Median Paving Islands 5, 6, and 7 (Contract No. 1495) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, DONN 0. MICHAELS as Principal, hereinafter designated as the "Contractor ", and SURETY COMPANY.OF THE PACIFIC As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of * *EIGHTEEN THOUSAND NINE HUNDRED AND NO /100 - - - - - -- Dollars ($ 16,900.00 ) 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. t 0 0 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 instrument has been duly executed by the Principal and Surety above named, on the 12th day of MARCH , 19 73. ApaLroved as to +form: l City Attorney DONN 0. MICHAEL ..(Seal) BY: (Seal) (Seal) Contractor SURETY COMPA PACIFTC (Seal) g • (Seal) F. E. Legran� _ _ _{3ea1� urety ..*o o O s 3 � e n z� za ♦ ?.ozz�0 v n r r n♦ �cv�rnP - L ii ♦ Z P � a 0 >e �' :POP♦ n 0 C 0 r., ❑o nF moo � x — O n ^ O ry f9 � R CdR asc, R ° Y o E 3^Tm� 7 � � C m c n R •• x C O n c G R O C C- 0 G S R � Ryv o = T S =• S S � N R w 2 O -v C 1 G O K S n c d c H e A 7 H O `e en � o O n o ry- � O _ m z N y rF S d c 3 a Z S r V W c c e'e R 0 CONTRACT THIS AGREEMENT, made and entered into this ra 0 Page 12 day of 19 ZJ—, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Donn 0. 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 Jamboree Road Median Paving Islands 5, 6 and 7 (Contract No. 1495) 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 City; 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. 0 0 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. CITY OF NEWPORT BEACH, CALIFORNIA C'. t. By: Z V l wrw. ;`. mayor C�� F w NAP ATTEST: o ontractor By- 1la ZVVJ/G -X_ Title By- Title Approved as to form: 0 CITY OF NEWPORT BEACH PROPOSAL FOR JAMBOREE ROAD MEDIAN PAVING ISLANDS 5, 6 AND 7 CONTRACT NO. 1495 To The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: • PR 1 of 1 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. 1495 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Prepare sub -grade and construct 4 inch thick portland cement concrete cobble- stone median pavement complete in place as shown on the plans. Sixteen thousand Dollars and no Cents $ 16,000.00 $ 16,000.00 Lump Sum 2. Lump Sum Remove 2 -inch± thick asphalt concrete or 3 -inch ± thick portland cement concrete median paving @ Two thousand nine hundred Dollars and no Cents $ 2,900.00 $ 2,900.00 TOTAL PRICE WRITTEN IN WORDS:, Eiohteen thousand nine hundred no Dollars and DONN 0. MICHAELS Bidders Name Feb. 13, 1973 S/ Donn 0. Michaels Date Authorized Signature CONTRACTOR'S LICENSE N0. 260701 TELEPHONE NUMBER 540 -1125 CONTRACTOR'S ADDRESS P. 0. Box 1871, Newport Beach, Calif. 92663 $ 18,900.00 • I. SCOPE OF WORK 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN PAVING ISLANDS 5, 6, AND 7 CONTRACT NO. 1495 SP 1 or 2 The work to be done under this contract consists of the removal of existing 3 "± P.C.C. and 2 "t A.C. median paving and the construction of portland cement concrete "cobblestone" median paving on Jamboree Road Islands 5, 6, and 7 northerly from Ford Road -South Eastbluff Drive to North Eastbluff Drive. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan (P- 5054 -S) and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the Standard Specifications for Public Works Construction (1972 Edition). II. COMPLETION OF WORK The Contractor must complete all work on the contract within 30 calendar days after notification of award of the contract by the City. III. FEES All fees will be waived by the City except that the contractor must have a valid City business license prior to the start of work. IV. TRAFFIC CONTROL Traffic on Jamboree Road may be restricted to one 12 -foot wide lane in each direction between 8:30 a.m, and 3:30 p.m., Monday through Friday, during con- struction. No construction will be allowed on Saturdays or Sundays. V. PAYMENT Payment for all incidental related items of work must be included in the lump sum prices bid for each type of work and no additional compensation will be made. VI. WATER The Contractor will make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor wishes to use available City water, it will be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. • • SP2of2 VII. CONSTRUCTION DETAILS 1. Portland Cement Concrete "Cobblestone" Pavement Portland cement concrete used in the cobblestone pavement shall be 564 -C -3000. Colored Hardener shall be terra cotta (A -29) "lithochrome color hardener" as manufactured by L. M. Scofield Company, Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Colorwax curing and finishing compound shall be terra cotta "lithochrome colorway" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Final color appearance shall be uniform throughout, the entire surface area. All surfaces that are not uniform in color and surface texture will be re- jected, and must be removed, and reconstructed at the contractor's expense. Imprinting of the concrete shall be done in such a manner as to duplicate the existing cobblestone pavement in place on Jamboree Road medians between Pacific Coast Highway and Ford Road. Weakened plane joints and expansion joints shall be constructed per applicable portions of City of Newport Beach Std.- 103 -L. 2. Quantities The estimated quantities to be constructed are approximately 9280 sq.ft. of portland cement concrete cobblestone pavement and the removal of approximately 31,600 sq.ft. of existing 2 "± asphaltic concrete and 3 "± portland cement concrete median pavement. These quantities were determined by field measure- ments and are approximate only. 7t shall be the contractor's responsibility to ascertain the work quantities and to perform the work within the limits as shown on the plans. 3. Coordination of Work The contractor shall arrange his work to allow the City's Parks, Beaches and Recreation Department personnel one day to install p.v.c. conduit in the medians after removal of the existing asphalt pavement and prior to the construction of the portland cement concrete cobblestone pavement. 4. Protection of Existing Water Lines, Control Wires, Signal Wiring and Conduits The contractors attention is called to the existence of p.v.c. conduit contain- ing electrical control wires under portions of the work area as shown on the plans. Signal wiring and conduits near the signalized median noses are not shown on the plans and shall be protected in place. Extreme caution should be used in working near these facilities. Any damage to these facilities shall be repaired to the satisfaction of the engineer at the contractor's expense. 0 0 RESOLUTION N0. 7 9`} 1 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR PAVIDiG ISLANDS NOS. 5, 6 AND 7 ON JAMBOREE ROAD MEDIAN TO DONN 0. MICHAELS, CONTRACT NO. C -1495 WHEREAS, pursuant to the notice inviting bids for work in connection with the paving of Islands Nos. 5, 6, and 7 on Jamboree Road median, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of February, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Donn 0. Michaels; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Donn 0. Michaels for the work in the amount of $18,900.00 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 26th day of February, 1973. Mayor ATTEST: Citv C 2/2 /73 CONTRACT NO. 1495 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD MEDIAN PAVING Approved by the City Council this day of 1973. Laura Lagios, City Clerk ISLANDS 5, 6, AND 7 SUBMITTED BY: ontractor Address City Zip Code Phone Total Bid Price 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 2:00 P,M. on the 13 _ day of February , 1973 , at which time they will be opened and read, for performing work as follows: JAMBOREE ROAD MEDIAN PAVING; ISLANDS 5, 6 and 7. CONTRACT NO. 1495 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 td he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, 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.) lJ • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements as prepare 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 works 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. Classification �¢ Accompanying this proposal is , , cas m er•s cnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 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. Phone Number F;9IA; x,73 ate .vo ,G1r�io�zS B der s Nam (SEAL) A Jill) u horize Signature Authorized Signature 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: 0 DESIGNATION OF SUB- CONTRACTORS Page 3 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 �co.C/�ZY.4/�i�✓�2/�.1T .L,�.�iCis' 3Grlu✓.¢,ci �✓11�.�dD<fi� . - 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.. I I lY�•t�.I/O.,t1 /PJL4bZS ���ader s Name Authorized Signature Type organization (Individual, Co- partnership or Corp) Page 4 Bond No. 90,075 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, DONN 0. MICHAELS as Principal, and SURETY COMPANY OF THE PACIFIC as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID 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 JAMBOREE ROAD MEDIAN PAVING (ISLANDS 5, 6, & 7) (CONTR 1495) in the City.of Newport Beach, is accepted by the City Counci} 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 .13th day of FEBRUARY , 19 73 Corporate Seal (If Corporation) 4 (Attach acknowledgement of Attorney -in -Fact) DONN . MICHAELS rinci By: LI) 11 LULL SURETY CO ACI Surety Jar r. - Attorney -in- ct Witty RAC k% #fie / �} �� / ! § i { \ }\ \ \ \\ / \ \\ [ § {( \ \�\ � \\ c \ \ _ ® \ /\ g/ / \ 0 0 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, arty of the proceeds of the contracts sought y this bid. Subscribed and sworn to before me by this I day of 193 . My commission expires: MARY A. JENNY reF NOTARY PUBLIC•CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY OffICIAL SEAL MY Cemmi.ripn Ezpin. Pup• 13, 1973 ONOOOO0000P000000000000000� D ary F is Page 6 STATEMENT U FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his. financial responsibility. ,44P5 X20 SI.fQ 1f /%%fib !vl W Ai?--G!/L -010 S t Signed TECHNICAL ABILITY AND EXPERIENCE REFERENCES • Page 7 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 �1�3 uyG�,4y,�X�7,L1 �T�111 -� �in%�✓.vmz / ' a �`�.o �x•�,r6iye� �.o,�sic� �,�,u 1 G,o �rsr.�cl�.� / J zilgned 0 To The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares the Notice Inviting Bids, to furnish all materials accordance with the Plans following unit prices for ITEM OUANTITY 0 CITY OF NEWPORT BEACH PROPOSAL FOR JAMBOREE ROAD MEDIAN PAVING ISLANDS 5, 6 AND 7 CONTRACT NO. 1495 PR 1 of 1 that he has carefully examined the location of the work, has read has examined the Plans and Special Provisions, and hereby proposes and do all the work required to complete Contract No. 1495 in and Specifications, and will take in full payment therefor the the Work, complete in place, to wit: ITEM DESCRIPTION Lump Sum Prepare sub -grade and construct 4 inch thick portland cement concrete cobble- stone median pavement complete in place as shown on the plans. UNIT TOTAL @ Dollars and Cents $ /�2'Y 45, $ lov Lump Sum Lump Sum Remove 2 -inch± thick asphalt concrete or 3 -inch ± thick portland cement concrete median paving S @ Tlf /E»7JL'ri5.4d0.!/ /!/L�/�GI//O /1 Dollars and Cents $ Lump Sum TOTAL PRICE WRITTEN IN WORDS:. Date CONTRACTOR'S LICENSE Do 11 a rs and Cents B'dder s Name Aut orized Signature TELEPHONE NUMBER _-3;Ve> , //..25� CONTRACTOR'S ADDRESS 4fj/ 4/tT.c'.�JG /r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN PAVING_ ISLANDS 5. 6. AND 7 CONTRACT NO. 1495 I. SCOPE OF WORK SP 1 or 2 The work to be done under this contract consists of the removal of existing 3 "1 P.C.C. and 2 "t A.C. median paving and the construction of portland cement concrete "cobblestone" median paving on Jamboree Road Islands 5, 6, and 7 northerly from Ford Road -South Eastbluff Drive to North Eastbluff Drive. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan (P- 5054 -S) and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the Standard Specifications for Public Works Construction (1972 Edition). II. COMPLETION OF WORK The Contractor must complete all work on the contract within 30 calendar days after notification of award of the contract by the City. III. FEES All fees will be waived by the City except that the contractor must have a valid City business license prior to the start of work. IV. TRAFFIC CONTROL Traffic on Jamboree Road may be restricted to one 12 -foot wide lane in each direction between 8:30 a.m. and 3 :30 p.m., Monday through Friday, during con- struction. No construction will be allowed on Saturdays or Sundays. V. PAYMENT Payment for all incidental related items of work must be included in the lump sum prices bid for each type of work and no additional compensation will be made. VI. WATER The Contractor will make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor wishes to use available City water, it will be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. 0 VII. CONSTRUCTION DETAILS 1. Portland Cement Concrete "Cobblestone" Pavement • SP2of2 Portland cement concrete used in the cobblestone pavement shall be 564 -C -3000. Colored Hardener shall be terra cotta (A -29) "lithochrome color hardener" as manufactured by L. M. Scofield Company, Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Colorwax curing and finishing compound shall be terra cotta "lithochrome colorway" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Final color appearance shall be uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be re- jected, and must be removed, and reconstructed at the contractor's expense. Imprinting of the concrete shall be done in such a manner as to duplicate the existing cobblestone pavement in place on Jamboree Road medians between Pacific Coast Highway and Ford Road. Weakened plane joints and expansion joints shall be constructed per applicable portions of City of Newport Beach Std.- 103 -L. 2. Quantities The estimated quantities to be constructed are approximately 9280 sq.ft, of Portland cement concrete cobblestone pavement and the removal of approximately 31,600 sq.ft. of existing 2 "± asphaltic concrete and 3 "± portland cement concrete median pavement. These quantities were determined by field measure- ments and are approximate only. It shall be the contractor's responsibility to ascertain the work quantities end to perform the work within the limits as shown on the plans. 3. Coordination of Work The contractor shall arrange his work to allow the City's Parks, Beaches and Recreation Department personnel one day to install p.v.c. conduit in the medians after removal of the existing asphalt pavement and prior to the construction of the portland cement concrete cobblestone pavement. 4. Protection of Existinq Water Lines, Control Wires, Signal Wiring and Conduits The contractors attention is called to the existence of p.v.c. conduit contain- ing electrical control wires under portions of the work area as shown on the plans. Signal wiring and conduits near the signalized median noses are not shown on the plans and shall be protected in place. Extreme caution should be used in working near these facilities. Any damage to these facilities shall be repaired to the satisfaction of the engineer at the contractor's expense. 'W', O --1 rrl Iii a I .) I Cd -1. z Ip q VA> k n 93 --1 rrl Iii a I .) I