Loading...
HomeMy WebLinkAboutC-1524 - Jamboree Road widening, south bound lanes, Ford Road to San Joaquin Hillsj v 1 j IQi' TO: CITY COUNCIL FROM: Public Works Department a+ September 10, 1973 City Council Agenda Item No. H -9 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD WIDENING, SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD (C- 1:524) 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 widening of the southbound lanes of Jamboree Road between Ford Road and San Joaquin Hills Road has been completed to the satisfaction of the Public Works Department. The bid price was: $33,393.90 Amount of unit price items constructed 33,845.74 Amount of change orders None Total contract cost 33,845.74 Amount budgeted in the Gas Tax Fund: 40,000.00 (Account No. 19- 3319 -078) The design engineering was performed by the Public Works Department. The contractor is Patco, Inc., of Corona del Mar, California. The contract date of completion was August 24, 1973. All work was com- pleted on August 24, 1973. eph T. evlin lic Wo s Director jfd .• ` /`� Sri 7� JUN 251973 By fhe CITY COUNCIL CITY AF wevsxn'wv.T 46ACH TO: CITY COUNCIL June 25, 1973 CITY COUNCIL AGENDA ITEM N0. H -2 (c) FROM: Public Works Department SUBJECT: JAMBOREE ROAD WIDENING, SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD (C -1524) RECOMMENDATIONS: Adopt a resolution awarding Contract No. 1524 to Patco for $33,393.90 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Six bids were received and opened in the office of the City Clerk at 11:00 a.m. on June 12, 1973. ff II , AMOUNT ALTERNATE ITLTERNATE B Patco; Corona del Mar *$33,393.90 *$34,335.90 E. L. White Co.; Orange 36,498.22 34,487.32 Donn 0. Michaels; Newport Beach 34,775.00 36,474.00 Sully- Miller Construction Co.; Orange 35,410.00 35,735.00 R. W. McClellan; Costa Mesa 35,619.00 37,152.20 Wilco Construction Co.; Whittier 45,567.50 45,617.50 *The contract amount shown is a corrected value based on unit prices written in words. Patco was also the low bidder prior to making the correction. Alternate A provides for an asphaltic concrete /aggregate base structural section; and Alternate B provides for a full depth asphaltic concrete structural section. The recommendation for award is based on Alternate A. The low bid is 4.9% less than the engineers estimate of $35,100.00. Funds have been provided for this project in the State Gas Tax Fund (2106), budget number 19- 3319 -078. This project provides for the widening of approximately 1000 feet of the southbound lanes of Jamboree Road and the improvement of storm drain facilities into Big Canyon. This work will complete the widening of the southbound lanes on Jamboree Road between Ford Road and San Joaquin Hills Road. June 25, 1973 Subject: Jamboree Road Widening, Southbound Lanes Between Ford Road and San Joaquin Hills Road (C -1524) Page 2. The low bidder has satisfactorily performed similar work for the City in the past. The estimated date of completion is August 17, 1973. l ' eph T. Devlin lic ks Director :hh 1/5 bL; r v 29 1973 TO: CITY COUNCIL FROM: Public Works Department 41 May 29, 1973 CITY COUNCIL AGENDA ITEM N0. H -12 SUBJECT: JAMBOREE ROAD WIDENING OF THE SOUTH BOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD (CONTRACT 1524) RECOMMENDATIONS: 1. Approve the plans and specifications for Jamboree Road widening of the south bound lanes between Ford Road and San Joaquin Hills Road. 2. Authorize the City Clerk to advertise for bids for Contract 1524 to be opened on Tuesday, June 12, 1973 at 11:00 A.M. DISCUSSION: This project provides for the widening of approximately 1000 ft. of the south bound lanes of Jamboree Road and the improvement of storm drain facilities into Big Canyon. This work will complete the widening of the south bound lanes on Jamboree Road between Ford Road and San Joaquin Hills Road. The plans were prepared by the City. The estimated date of com- pletion is August 10, 1973. The estimated cost of the work is $35,100.00. Funds have been provided for this work in the State Gas Tax Fund (2106), Budget Number 19- 3319 -078. eph `f. Devlin lic W ks Director hh i6�0 NOTICE TO Stop N (Public Body or ce lilt . .i Y•Cg^'p� .DEC 1 u 1973 COPIES SENT TO: F] Mayor Manager A!torney Prime Contractor: Patco -612 Orchid- Corona Del Mar Calif. Subcontractor (if any) Owner or Public Body: City of Newport Beach Improvement known as location between Ford Rd & San Joaquin Hills Rd in the City of Newport Beach County of Orange State of California. OWL ROCK PRODUCTS CO. "claimant," a Corporation (Corporation/PartnershiplSole Proprietorship) furnished certain labor and /or materials used in that certain work of improvement situated in the City of Newport Beach , County of Orange State of California, known as: (name and address of project or improvement) location between Ford Rd. & San Joaquin Hills Rd.—Newport BeacF That the said claimant sold and delivered to: Patco (Subcon tractor /Con tractor /Owner - Builder) erecting or constructing said work of improvement or a portion thereof, the aforesaid labor and/or materials being, to wit: (describe material and labor in detail) Total value of material /labor agreed to be furnished .......... S $1830.23 Total value of material /labor actually furnished is ..............................S 1,830.23 Credit for materials returned, if any ...... ... ..................... .........S -0- Amount paid on account, if an S -0- Amount due after all just credits and offsets .. ............................... S 1,830.23 AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of S I - 830.23 , as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond is; nor attached. (No bond required on public jobs) (islis not) Date 6 December 1973 Name of Claimant: OWL ROCK PRODUCTS CO. Verification for Partnership or Sole Ownership STATE OF CALIFORNIA 1 COUNTY OF T SS. (Claimant or Representative) being first duly sworn deposes and says that—he is (Owner, Partner or Agent) of (Firm Name) named as claimant in the foregoing claim; that—he has read said claim and knows the contents thereof, and that the facts therein stated are true. X (Signature of Affront) Subscribed and sworn to before me this- day of ` RECEIVFn ',� ruous WORKS DEC10 ?973® Notary Stamp CITY OF Stamp j\ NEWPOP,T SEAM, CALIF. \ l M` COMMIssion Expires Original of above notice received this - BMOCA FORMA (REV. 1 711 rm Name) By- CrPAt Manager (Official Capacity) Verification for Corporation STATE OF CALIFORNIA COUNTY OF SS. Los Angeles ) D.E. Sutton (Claimant or Representative) being first duly sworn deposes and says that—he is Credit Manager (Official Capacity) of OWL ROCK PRODUCTS CO. (Exact Corporate Name) the corporation that executed the foregoing claim; that _he makes this verification on behalf of said corpora- tion; that as read said claim and knows the con- tents theree a facts therein stated are true. X D; gn° eoVe%nager Subscribed and sworn to before me this 6th day of ,_December 19 73 -- -` 0----OFFICIAL SEAL Notary Karen Lee Schulbr NOTARY PUBLIC - CALMORIMA Stamp PRINCIPAL 0"M IN LOS ANOELLS COUNTY My Commission Expires June 8, 1975 day of 19_ CALIFOR A PRELIMINARY 'OTICE IN ACCORDAE WITH SECTION 3097 AND 3098, CALIFORNIAWIL CODE THIS IS NOT A LIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR YOU ARE HEREBY NOTIFIED THAT .. . r L E CONSTRUCTION LENDER or Reputed Construction Lender, if any. N D � E R .L FOLD HERE S Owl Rock Products Co. (name of person or firm furnishing labor, services, equipment or material) 5435 Peck Rd. (address of peRbn or firm furnishing labor, services, Arcadia. Calif. 92625 equipment or material) has furnished or will furnish labor, services, equipment or materials of the following general description: J eady_Mixed Concrete and /or (general descrption of the labor, services, equipment or Sand & Gravel material furnished or to be furnished) for the building, structure or other work of improvement OWNER or PUBLICAGENCY Por Reputed Owner (on public work) (on private work) City of Newport Beach 3300 Newport Blvd. Newport Beach, Calif. Construction loan no. fit known) I Patco FOLD HERE ORIGINAL CONTRACTOR or Reputed Contractor, if any L _ locatedat: Ford Rd. & San Joaquin Hills (address or description of job site Rd - Newport Beach sufficient for identification) The name of the person or firm who contracted for the purchase of such labor, services, equipment or material is: Patco (name and address of person or firm) 428' Orchid Corona Del Mar, Calif. 92625 An estimate of the total price of the labor, services, equipment or materials furnished or to be furnished is: $ 10,000.00 (Dollar amount must be furnished to construction lender - Optional as to owner or contractor) Trust Funds to which Supplemental Fringe Benefits are Payable. (name) (address) (name) (address) (name) (address) (name) (address) (Material men not required to furnish the above) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. Dated: Jul 30, 1973 (signd�e/ Intlel D. E. ✓ ✓✓1 Sutton, Credit Manager Telephone Number 1 ) This form INo. 594 Revised) distributed through BUILDING MATERIAL DEALERS CREDIT ASSOCIATION - 1213) 382 -7151 Deah Pat: PCease be advised that the undeuigned ha6 entmd into an aguement with Patco wlueh is thought to be su,, <,Siaient to eau6e ub to netease the Stop Notice in u 6 menee. We hereby tetecue the City oS Newpmt Beach §non, any 4e6pon6ibitity bnptied in the Stop Notice. Because the city i6 not ab4e to .issue joint checks, it i6 a pact o$ the aSone- mentioned anneement with Patco that aU monies owed to the undmigned 6hate be paid not tatet than October 26, 1973. Sin ett • ��/ /spy ���1/ geA E. Tatson Vice President The unde6igned, a representative o5 Patco ha6 read this ,Same: �? 2ettek and ackno(w2edge6p baie QUT 11 197„ ............................... N 4'S SENT T0: Lj �s,:,•u;er '� Pub4c Nuh= Director �� 19nnn' �Iirecloc ❑ Cormeil�t 0 �'-k G. L. KELLAR, INC. CEMENT CONTRACTOR 962 WANDA ROAD ORANGE, CALIFORNIA Phone 531 -5547 OctobeA 16, 1973 City o5 Newportt Beach Finance Division 3300 :Vewpa:t BQvd. Vewpont Beach, Cati.S. Att: Pat Conley Subject: Retea6e o% Stop Notice on that certtain Imptovement at San Joaquin E Jambotee, Newport Beach. Deah Pat: PCease be advised that the undeuigned ha6 entmd into an aguement with Patco wlueh is thought to be su,, <,Siaient to eau6e ub to netease the Stop Notice in u 6 menee. We hereby tetecue the City oS Newpmt Beach §non, any 4e6pon6ibitity bnptied in the Stop Notice. Because the city i6 not ab4e to .issue joint checks, it i6 a pact o$ the aSone- mentioned anneement with Patco that aU monies owed to the undmigned 6hate be paid not tatet than October 26, 1973. Sin ett • ��/ /spy ���1/ geA E. Tatson Vice President The unde6igned, a representative o5 Patco ha6 read this ,Same: �? 2ettek and ackno(w2edge6p baie QUT 11 197„ ............................... N 4'S SENT T0: Lj �s,:,•u;er '� Pub4c Nuh= Director �� 19nnn' �Iirecloc ❑ Cormeil�t STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS TO: Ttea6uten 04 City 04 ,iJerupott Beach (Name of owner, construction lender or public officer) HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, G. L. Ke a?L,_InC 4882 BoE6a Aveune, W abnioteh, Cati jo nia 4PA93 (Name and address) has furnished or has agreed to furnish Conch ete Labot _ , (labor, services, equipment, materials) of the following kind Catch 3a6,r n6 (general description of labor, services, equipment or materials) to or for Patco for the work improvement, located at, or known as: (nam of person to or for whom furnished) San Joaquin £ Jamboree, 1J6v9o1Lt Beach (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 4 085.00 The amount in value of that already done or furnished by claimant is $1. 000 00 Claimant has been paid the sum of $_1.000.00 , and there remains due and unpaid the sum of $3.085.00 plus interest thereon at the rate of per cent per annum from YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST, Dated: —_ 7 ' I game of Claimant Address of Claimant STATE OF CALIFORNIA t ss. COUNTY OF yhange )) and says: That The is the person(s) who signed the foregoing Stop Notice; that .—he has read the same and to be true of h rs own knowledge, except as to any matters or things that may therein be stated on In as to those matters and things the believes them to be true. /J Date 1313 COPIES SENT T0: ❑ 1Lnnr Li.' I•u blio Worku pirevtor fawlhY 'pV °. ° intents thereof 5111 and belief and Subscribed and sworn to before me this ay o OeLolw, 197 i = T50N o __71 Notary Public and in and for said State 1977 •o.�v <o :.•': ay. .JJ.: .0000rr o- >ooa N.. STOP NOTICE WOLCOTTY FORM 89I 119v. 2.75 V�y 7bb standard form coven most umaa Pmblema in the field indicated. Before yon s/yo< seW !t, fiD m N DLRb, and make changes ProAer to your transaction. Comult a lawyer if you doubt We forms fit. fm roar Varpm. September 28, 1973 Patco 612 Orchid Corona del Mar, CA 92625 Subject: Surety: Hartford AccidsM and Indemnity Company Bonds No.: 3.9855 83 Project: Jambo}ee Road Widening, Southbound Lane$ Betweia +Ford Road and San Joaquin Hills Road Contract No. s 1524 The City Council on September 10, 1973 accepted the work of subject project and authorised 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 September 12, 1973, in Book No. 10895, Page 680. Please notify your surety company that bonds may be released 35 days after recording date. Doris George Deputy City Clerk dg cc: Public Works Department RECORDING REQUESTED BY AND MAIL TO • City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92660 Laura Lagios, City Clerk 835? FREE C8 NOTICE OF COMPLETION PUBLIC WORKS 0 BK 1 O895P6 680 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. SE 12 1973 J. WYLIE CARLYLE, Co arty Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 24, 1973 the Public Works project consisting of Jamboree Road Widening, Southbound Lanes Between Ford Road and San Joaquin Hills Road (C -1524) on which Patco was the contractor, and Hartford Accident and Indemnity Company was the surety, was completed. CITY OF NEWPORT BEACH orks Direc I, the undersigned, say: 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 September 11, 1973 at Newport Beach, California. VERIFICATION I, the undersigned, say: TY I am the City Clerk of the City of Newport Beach; the City Council of said City on September 10. 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 September 11, 1973 at Newport Beach, California. 9 0 CITY OF NEWPORT BEACH CALIFORNIA Date: September 11, 1973 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Yx. 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 1Videnixt , Southbound Lanes Between Ford .[load an San Joaquin ':ills road jC- 152 =') Contract No. 1524 on which Pa`c ; was the Contractor and Hartford Accident and Indemnity CompaWs the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: dB Encl. r 0 /66o Date July 12, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1524 Project Jamboree I Ford Road and San Joaquin Hills Road Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Patco Address: 612 Orchid, Corona del Mar, CA 52625 Alternate A $33,393.90 Amount: $ Alternate B $34,335.90 Effective Date: July 10, 1973 Resolution No. 8017 aL Laura Lagios LL-dg Att. cc: Finance Department Q 0 TO: CITY CLERK FROM: Public Works Department L7 July 10, 1973 SUBJECT: JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD - CONTRACT 1524 Attached are four 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 department. 'rnS. lter gineer hh Att. CERTIFICATE INSURANCE ISSUED, III BEHALF OF TRANSAMERICA INSURANCE COMPANY INSURANCE COMPANY - CHER llIIIE H. ROBERTSON INSURANCE P.O. BOX 156 CORONA DEL MAR, CALIFORNIA Name of Insured and addressr Name ale address for whom Certificate of Insurance is Issued: Frank Mobus & John R. Brennan DBA: City of Newport Beach Patco 3300 W. Newport Blvd. 612 Orchid Avenue Newport Beach, California Corona del Mar, California This is to critify that the Company designated above has issued to the Insured named herein the policies listed.below, and such policies apply with respect to the hazards and for the coverages and limits of liabil. ity Indicated by specific entry herein, subject to all the terms, conditions and exclusions in such policies. The Company agrees to give 10 days written notice to the holder of this Certificate of Insurance in the event of cancellation of any policy or coverage listed above. Date: 7 -6 -73 . c..Nn. OF 202.2.A -5.64 :I By �a �1 COVERAGES AND LIMITS OF LIABILITY TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION Bodily Injury Liability Property Damage Liability DATE DATE each person each occident each accident aggregate General Liability — Premises — Operations 6435623 8 -1 -72 8 -1 -73 $500 ,BBB $ 500 ,BOB s 100 ,BBB $500 Ow Elevators S ,000 S ,DOO $ 'GOO $ xxxX Independent Contractors -1 -73 $500 -GOD $ 500 moo $ 100 X0 $500 ,ow Products — Completed IF 500. ODD $ 500 •coD f 100 AD $500 ADD" Aggregate: $ ,000 XXXX XXXX Operations Contractual — as described 'below $ 5QO ODD $ ,000 $ 100 DOD $500 ON Aggregate Protective 6435623 -7- 8 -1- 3 500 500 500 000 Automobile Liability — Owned Automobiles $ ,ODD $ 500 MOD S 100 DOD XXXX Hired Automobiles $ Opp S ,000 $ ,OOD XXXX Non -owned Automobiles $ ,ODD $ ,Opp ¢ ,ODD XXXX Automobile Physical Damage — Comprehensive 9 Fire,Lightning & Transportation i Theft $ Collision or Upset Actual Value Len $ Deductible Loss Payable to: WorkmeWs Compensation WC 6038270 -1 -72 - 8 -1 -73 Compensation — statutory and Employers Liability WC 6457185 8 -1 -74 Description and Location of Operations, Automobiles Covered, Contracts, Additional Insureds, etc,: ONTRACT: Jamboree Road Widening Southbound Lanes between Ford Road & San Joaquin Hills Rd. DDITIONAL INSURED NAMED ON POLICY FOR LIABILITY COVERAGE: "CITY OF NEWPORT BEACH, NEWPORT BEACH, CALIFORNIA" "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." The Company agrees to give 10 days written notice to the holder of this Certificate of Insurance in the event of cancellation of any policy or coverage listed above. Date: 7 -6 -73 . c..Nn. OF 202.2.A -5.64 :I By �a �1 �.. ,� r ,. :�,...: . ... h �I _:, C� �; .. ... h �I C� ... . .� � � .i. _.. - . . . _. . .� . n I .� Ill •N 1.a , • Uf TRANSAMERICA INSURANCE COMPANY INSURANCE COMPANY of Frank Mobus & John R. Brennan DBA: Patco 612 Orchid Avenue Corona del Mar, California P.O. BOX 156 CORONA DEL MAR, CALIFORNIA Rams and address for whom Certificate of Insurance Is issued: City of Newport Beach 3300 W. Newport Blvd. Newport Beach, California This is to certify that the Company designated above has issued to the Insured named herein the policies listed below and such policies apply with respect to the hazards and for the coverages and limits of liabil. ity indicated by specific entry herein, subject to all the terms, conditions and exclusions in such policies. COVERAGES AND LIMITS OF LIABILITY EFFECTIVE EXPIRATION TYPE OF INSURANCE POLICY NUMBER Bodily Injury Liability Properly Damage Liability DATE DATE -- each person I each accident I each accident aggregate General Liability — Premises — Operations 6435623 8 -1 -72 8 -1 -73 $ 500 ,000 = 500 ,000 $ 100 ,000 $500 ,000 Elevators $ ,000 IF ,000 1 $ ,000 $ XXXX Independent Contractors !8-1-72 —1 -73 $500 ,000 $500 .000 s 100 .000 5500 ,000 Products — Completed $ 500 ,000 $ 500 ,000 s 1 QQ ,000 $500 ,000 Operations FQ�5�73 R -1 -77 R -1 -73 Aggregate: $ 000 xxxz XxXx i Contractual — as described below 623 8 -1 -72 8-1-7 11 500 000 1 $ 000 S 000 $500 .000 nnrnnntn Prn+0rti%fA AAIRA91 R -1 -77 1 R -1 -74 1 Fnn I I ;nn _nnn Automobile Liability — Owned Automobiles 1 9-1-72 _ _ $ ' ,000 $ ,000 $ ,000 xxxz Mired Automobiles $ ,000 $ ,000 Xxxx Non Owned Automobiles 1 $ 0001 $ ,000 $ pool XXXX Automobile Physical Damage — Comprehensive $ Fire.Lightning 6 transportation $ Theft $ Collision or Upset Actual Value Less j Deductible Loss Payable to: Workmen's Compensation and Employers Liability 6038270 1 -72 6457185 -1 -73 1 -73 1 -74 Description and Location of Operations. Automobiles Covered. Contracts, Additional Insureds. etc.: ONTRACT: Jamboree Road Widening Southbound Lanes between Ford Road & San Joaquin Hills Rd. DDITIONAL INSURED NAMED ON POLICY FOR LIABILITY COVERAGE: "CITY OF NEWPORT BEACH, NEWPORT BEACH, CALIFORNIA" "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." The Company agrees to give 10 Faye written notice to the holder of this Certificate of insurance in the event of cancellation of any policy or coverage list" above. Date: 7-6-73 alp, iiii-A"-VA 3.w SKMAedm C A I A- I A A 0 term TRANSA INSURANCE COMPANY In ran om ary By Aut tzed Repreaenta l YOOnaY eYeYlaYlMe ins"Ohae .— N11111, o ell. 1" W / /nl LoYIMY 4.1. eie.M . e1n1K w CITY CLERK CONTRACT NO. 1524 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD Approved by the City Council this 29th day of May 1973. SUBMITTED BY; PATCO Contractor 612 Orchid Address Corona del Mar, CA 92625 City Zip Code 833 -3930 P one p - Alternate A $34T442r99. .$33;393.90.. Alternate B $3&3854.99 $34,335.90 au a agios, y erc _ Total d 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 11:00 A.M. on the 12 day of June 1973 , at which time they wi 1 be opened and read, for performing work as follows: JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 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 a_n t e _or oorrattee Seal shall be mixed to a 1 ocuments requiring signatures. In the case of a arl rtnership 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.) . Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements as prepared by the Southern California C apters 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 I 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. 269458 Classification C -12, C,32 Accompanying this proposal is 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. 833 -3930 Phone Number June 12, 1973 ate PATCO :Bidders Name S/ Frank H. Mobus, II or re Partnership 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: John R. Brennan Frank H. Mobus, III 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. None 2.. 3. 4. a A PATCO Bidder's Name H (Individual, re T-a TO _n hip or Corp) C tVORIGINAL SEE CITY CLERK'S FILEOPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, PATCO as Principal, and Hartford Accident and Indemnity Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten per cent of the amount bid in Dollars ($ 10% amt.bid ), 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 Widening Southbound Lanes between Ford Road and San Joaquin Hills Road in the City •ofVNewport 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 12th day of June 19 73 Corporate Seal (If Corporation) PATCO Principal (Attach acknowledgement of Attorney -in -Fact) June 12, 1973 Roberta C. Soltz, Notary Public Commission expires Nov. 27, 1976 i Hartford Accident and Indemnity Company Surety By S/ Charles F. Wilson tle Attorney -in -fact 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 7th day of June 19 73 My commission explires: May 18, 1976 S/ Gene H. Robertson Notary Public i s c PATCO -FRANK H. MOBUS III PALANCE SHEET AS AT DECEMB�R31, 19'j2 A S S E T S CURRENT ASSETS: Cash On Hand and In Bank $ 11,087.34 Accounts Receivable- Construction 27,846.12 Accounts Receivable - Others 299.50 Inventory 500.00 Deposits 1C 0 TOTAL CURRENT ASSETS FIXED ASSETS: Building - Office Automotive Equipment Machinery & Equipment Office Furniture & Equip. TOTAL FIXED ASSETS REAL PROPERTY Residence PERSONAL PROPERTY Furniture, Appliances. & Other Household 4ssets COST DEPRECIATION 12, 0.00 2,3,1. " 9,177.47 7,999.16 2,567.50 1,925.64 1,46o.3 414.23 $ 26 085.32 $_12,695-51 T 0 T A L A S S E T S A B I L I T I E S A N D '."N'�' LlAb1L1T1L5: 4ccounts Payable Payroll Taxes Accrued Workman's Compensation Insurance Notes Payable -Bank Mortgage Payable - Current Portion Loan Payable - Current Portion TOTAL CURRENT LIABILITIES C A P I T A L $ 39.892.9E NET VALUE 10,518-52 1,183.31 c.41. 8c. 1,046.12 $ 13,389.81 35,120.00 5,000.00 $ 93,402.77 $ 13,299.4o 672.77 Accrued 4:63.91 7,000.00 3,144.00 480.00 $ 25,060.08 LONG TERM LIABILITIES: Mortgage Payable - Long Tern Portion Loan Payable - Long Term Portion TOTAL LONG TERM LIABILITIES CAPITAL- Frank H. Mobus III= Capital Earned Surplus - Year Ended December 31, 1972 Less: Frank H. Mobus III - Drawing Account NET 'WORTH - As at December 31, 1972 $ 35,042.16 3.520.00 $ 13,220.68 27,827.76 11 267.91 38,562.16 29.730.53 T 0 T A L L I A B 1 L I T I E S A N D C A P I T A L$ 93,1102-77 FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The..undersigned submits herewith a statement of his financial responsibility. Attached Page 7 . i 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. 1970 Newport Beach 1973 City of Anaheim Don Deacon 533 -5321 Bond No. 398 55 83 Executed indruplicate Wemium $263.00 /term Page.8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 25, 1973 has awarded to PATCO hereinafter designated as the "Principal ", a contract for Jamboree Road Widening Southbound Lanes between Ford Road and San Joaquin Hills Road - CONTRACT NO. 1524 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We PAT(:o as Principal, hereinafter designated as the Contractor and 14jjrj-jpe d A id :+c & . ..... ............... Tndpmni ty rnm Any as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Thirty-five thousand fiftX four and 90/100 Dollars ($ 35,;054490---= - - - - -- ) 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 vill 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. I 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 received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,, extension of time, alterations or additions to the terms of the contractor 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 5th day of July , 19 73 , Seal) (Seal) (Seal) 'Zont actor eal ) z CHa— Accident &. rniiemnti Sft*any ved as /0 "r � Charles �dilsonorney -in - fact Ass Y t or This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk ........... } \��\N\ \� . \� �� � \\ \��\....... . ... \ \ \ \\ � } \ \\ 0 :/ \ rt / \ Z5 0 E i m 0 PI PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Bo6No. 398 55 83 Page. 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1973 has awarded to PATCO hereinafter designated as the "Principal ", a contract for Jamboree Road Widening Southbound Lanes between Ford Road and San Joaquin Hills Road - CONTRACT NO. 1524 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, ppTCn as Principal, hereinafter designated as the "Contractor ", and As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Thirty-five thousand and fifty -four and 90,OPollars ($35.054.90- - - - -). 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. 71 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 Princi al and Surety above named, on the 5th day of July 19 73 . •i(Seal) (Seal) Z /7 t (Seal) on ractor A roved as to form: Ass •-E City ney Hartford Accident and .IEbdeMnity Rq@>Pl | f ){ \� \ : ) y( » ( ® ` :E / ,)@ } / tri } \ �o . : 2i rt $\; : } \�) \ ƒ � \ \\ } }\ : } { :� ±2 m�nr0 : ) }) � \\ $\; : 10 M( \ }\ \ (;\ � }% >® i ( r E,M / f /(}:� % - () }}�/ } / cc �2 : :(D :; / \ ) \ j j m o ] n :o » k \ $ ® / : ® 0 CONTRACT 0 Page. 12 THIS AGREEMENT, made and entered into this loci; day of JTu/, Y , 19Z3_9 by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and PATCO hereinafter designated as the Contractor, party of the second part. WITNESSETH2 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 Widening Southbound Lanes between Ford Road and San Joaquin Hills Road CONTRACT N0. 1524 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 ta�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 ih 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. L 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. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA By° Z OZZ ty Clerk ,71 Contractor Approved as to CONTRACT NO. 1524 • CITY OF NEWPORT BEACH CONTRACT DOCUMENTS 1111 JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD PROPOSAL To the Honorable City Council City,of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 . Gentlemen: PR 1 of 4 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. 1524 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: 1. 1 Construct C.I. #1, Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =14') complete in place. Eleven Hundred Ninety- @ Five Dollars and No Cents Per Each 2. 1 Construct C.I. #2 Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =21') complete in place. f7 -3[d4 $ 1195.00 $ 1195.00 @ One Thousand Fifty Dollars and 1050.00.. 1050.00.. No Cents $ 47. 6948.. $ 176040 Per Each 3. 1 Construct C.I. #3 Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =16') complete in place. @ One Thousand Four Hundred DOI I ars and Nn Cents $ 1400.00 $ IMO O: Pier Each • 0 PR2of4 ITEM QUANTITY- ITEM DES NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 64 Construct 15" storm drain A.C.P. Linear Feet 1500D (class II) complete in place. @ Thirteen Dollars and Forty Cents $ 13.40 $ 857.60 Per inear oot 5. 19 Construct 24" storm drain A.C.P. Linear Feet 2000 D (class III) complete in place. @ Thirty Dollars and 30.20 523.80 Twenty Cents $ 3i =29 $ 692TOO Per Linear Foot 6. 7,650 Construct 4" thick Portland Square Feet cement concrete sidewalk per City of Newport Beach Std.- 110-L complete in place. @ No Dollars and $ix y -five Cents $ 0.65 $ 4972.50 Per Square Foot 7. 975 Construct 8" Type "A" Portland Linear Feet cement concrete curb and gutter per City of Newport Beach Std.- 105-L complete in place. Three Dollars and No Cents $ 3.00. $ 2925.00 Per Linear Foot 8. 40 Construct variable thickness Tons asphaltic concrete finish course over existing A.C. as shown on the plans complete in place. @ Eleven Dollars and No Cents $ 11.00 . $ 440.00 Per Ton PR3of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Hand work existing slope to the Sum adjacent slope profile as shown on the plan complete in place. @ Two Thousand Dollars and No Cents $ 2000_00 $ 2000.00 Lump Sum 10. Lump Construct sacked concrete Sum retaining wall and splash pad as shown on the plans complete in place. @Two Thousand Two Hundred Dollars and No Cents $ 2200.00 $ 2200.00 Lump Sum 11. 180 Construct l;" thick asphaltic Tons concrete finish course over A.C. base course complete in place. @ Eleven Dollars and No Cents $ 11.00. $ 1980.00 er on 12. 300 Construct 212" thick asphaltic Tons concrete base course over (Alternate A) aggregate base complete in place. @ Eleven Dollars and No Cents $ 11.00 $ 3300.00 Per Ton 13. 1,750 Construct 15" of aggregate Tons base over compacted subgrade (Alternate A) complete in place. @ Six Dollars and No Cents $ 4.00 $ 10.500.00 Per Ton PR4of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 1,260 Construct 10," thick asphaltic Tons concrete base course over com- (Alternate B) pacted subgrade complete in place. June 12, 1973 Date @ Eleven Dollars and Seventy Cents $ ll.70 $ 14,742.00 Per Ton ALTERNATE "A" BID Total Price Written in Words: (Bid Items 1 through 13, excluding Bid Item 14) Thirty -Three Thousand Three @ Hundred Ninety -Three Dollars and Ninety Cents Total Price Written in Words ALTERNATE "B" BID Total Price Written in Words: (Bid Items 1 through 11 and 14; excluding Bid Items 12 and 13) Thirty -Four Thousand Three @ Hundred Thirty -Five Dollars and Ninetv Cents Total Price Written in Words .33,393.90. $ 34-5413.99 34,335.90 $ 35,96499 CONTRACTOR'S LICENSE NO. 269458 TELEPHONE NUMBER 833 -3930 CONTRACTOR'S ADDRESS 612 Orchid, Corona del Mar, CA 92625 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PIFOVISIONS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 SECTION PAGE I. Scope of Work . . . . . . . . . . . . . I . . . . . . . . . . . 1 II. Award of Contract . ... . . . . . . . . . . . . . . . . . . 1 III. Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. Completion of Work . . . . . . . . . . . . . . . . . . . . . 1 V. Payment . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. Construction Survey Staking . . . . . . . . . . . . . . . . 2 VII. Protection of Existing Property Corners . . . . . . . . . . 2 VIII. Traffic Control . . . . . . . . . . . . . . . . . . . . . . 2 IX. Protection of Existing Utilities . . . . . . . . . . . . . . 2 X. Water ........................... 2 XI. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . 2 XII. Construction Details . . . . . . . . . . . . . . . . . . . . 3 A) Street Improvements . . . . . . . . . . . . . . . . . . 3 1) Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . . . . . . . . . . . . . . . 3 2) Aggregate Base . . . . . . . . . . . . . . . . . . . 3 3) Asphalt Concrete . . . . . . . . . . . . . . 4) Thick Lift Asphalt Concrete Pavement (Alternate B) 3 a) General . . . . . . . . . . . . . . . . . . . . 3 b) Definition . . . . . . . . . . . . . . . . . . . 3 (1) Base Course . . . . . . . . . . . . . . . . 3 (2) Surface Course . . . . . . . . . . . . . . 3 c) Asphalt Concrete . . . . . . . . . . . . . . . . 3 & 4 �z INDEX - CONTRACT NO. 1524 - CONTINUED SECTION PAGE XII. Construction Details - Continued 5) Portland Cement Concrete Improvements . . . . . . . . . 5 a) General . . . . . . . . . . . . . . ... . . . . . 5 b) Curb and Gutter . . . . . . . . . . . . . . . . . 5 6) Adjustment of Utility Boxes, Manholes, Etc., to Grade 5 7) Handwork of Existing Slopes . . . . . . . . . . . . . 5 B). Storm Drain Improvements . . . . . . . . . . . . . . . . . 5 1) General . . . . . . . . . . . . * * * 5 2) Storm.Drain Pipe, Curb Inlets, an p6 3) Bracing Excavations . . . . . . . . . . . . . . . . . . 6 4) Sacked Concrete . . . . . . . . . . . . . . . . . . . 6 • SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 I. SCOPE OF WORK The work to be done under this contract consists of widening approximately 1000' of the southbound lanes of Jamboree Road; constructing curb, gutter and sidewalk along the west side of Jamboree Road; constructing storm drain and catch basins on the west side of Jamboree Road; and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawing No. R- 5219 -S); the City's Standard Drawings and Specifications; and, where applicable, the California Standard Specifications, January, 1973. The City's Standard S ' ecifications are the Standard S ecifications for Public Works Construction, 9 0 ditton wit 971 and 1 u en6 s. Copies may be purchased from Building News, Inc., 3055 Ov__erTa_nd venue, LOS Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Depart- ment at a cost of $2.00. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. AWARD OF CONTRACT All contractors shall submit bids for both Alternate "A" and Alternate "B ". The City reserves the right to award the contract for either alternate regardless of which alternate results in the lowest total bid. III. PERMITS The City will be responsible for obtaining any permits required by the State in conjunction with the recent coastline initiative passed by the voters on November 7, 1972. All fees will be waived by the City except that the contractor must have a valid City business license prior to starting work. IV. COMPLETION OF THE WORK The contractor shall complete all work on the contract within 45 consecutive calendar days after receiving notification of award of contract. i PAYMENT SP2of6 Payment for incidental items of work, not separately provided for in the proposal shall be included in the price bid for other related items of work. Payment for curb, gutter and sidewalk shall be per Section 303 -5.9 of the Standard Specifications. VI. CONSTRUCTION SURVEY STAKING Field surveys for 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 ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. VII. 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 compensa- tion will be made. VIII. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. One southbound lane on Jamboree Road shall remain open at all times, and the contractor shall schedule his operations so that both existing southbound lanes can be opened to traffic on week ends, holidays, and by 3:30 p.m. on work days. IX. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company 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, cable T.V., telephone, and electrical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construc- tion. HIM. 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 purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. XI. 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 what- soever. Any such defects shall be repaired at the contractor's expense. i w U 0 0 SP3of6 XII. CONSTRUCTION DETAILS: A) STREET IMPROVEMENTS 1) PAVEMENT REMOVAL, EXCAVATION AND SUBGRADE PREPARATION All existing and temporary pavement to be removed and all material to be excavated from both trench and street areas down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. 2) AGGREGATE BASE Aggregate base shall conform to the requirements for Processed Natural Material in Section 400 -2.3 of the Standard Specifications. 3) ASPHALT CONCRETE Asphalt concrete shall conform to the requirements of Section 400 -4 of the Standard Specifications and of the type specified on the Plans. 4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) a) General It is the intent of this specification to insure a fully complete job in accordance with standards of quality of material and work- manship for asphalt concrete (deep lift) construction. b) Definition (1) Base Course - Base course is defined as that area between final compacted subgrade up to 1 1/2" below finish street grade. The base course shall consist of two or more layers; the maximum compacted thickness of each layer shall not exceed 5 112 ". (2) Surface Course - Surface course is defined as that area between the final compacted base course and finish grade. The surface course shall have a compacted thickness of 1 1/2" unless the Engineer directs otherwise. c) Asphalt Concrete (1) The asphalt concrete to be furnished and placed for the base course shall be III -B1 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. The asphalt concrete to be furnished and placed for the surface course shall be III -C2 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. (2) The full -depth (thick lift) asphalt concrete street pave- ment section shall be placed in layers; the first base course layer shall have a compacted thickness of 5 1/2 ", the second base course layer shall have a compacted thick- ness of 5 ", and the surface course shall have a compacted 0 SP4of6 4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) - Continued c) (2) -Continued thickness of 1 112" unless Engineer directs otherwise. Placement of the asphalt concrete layers shall be accomplished in accordance with Section 302 -5.4 of the City Standard Specifications. (3) Prime coat will not be required on the prepared sub - grade. The tack coat in conformance with Subsection 302 -5.3 of the City Standard Specifications shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. (4) The Contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and 39 -5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer. Special attention is directed to the construction of longitudinal joints as specified in the eighth paragraph of Section 39 -6.01. (5) The following compaction procedures will be required for the base course, unless the Engineer directs other- wise: Initial rolling shall proceed directly behind the spreader and shall consist of two complete coverages of the asphalt mixture, and shall be performed with a 2 -axle steel -tired tandem roller. Such rollers shall weigh not more than 10 tons. A motor grader shall trim and shape the layer imme- diately after completion of initial rolling. Additional material may be end dumped as required to fill low areas. Additional rolling shall proceed directly behind the motor grader and shall consist of four complete coverages with a pneumatic roller as specified in the Standard Specifications or allowed by the Engineer. Such rollers shall not weigh less than 12 tons. A complete coverage will be 2 passes of the roller in the same roller width. Rolling shall commence at the center of the pass and work toward the edges. (6) The intent of these specifications is to have all break- down and additional rolling performed while the mixture is sufficiently hot to facilitate satisfactory compaction. The Engineer will, therefore, vary paving rates as necessary or require additional compaction equipment, in order to insure adequate compaction of a hot mixture. SP5of6 5) PORTLAND CEMENT CONCRETE IMPROVEMENTS a) General Portland cement concrete furnished for curb, gutter and sidewalk shall be Class 564 -C -3000 per Subsection 303 -5 and as per 1972 amendment of the Standard Specifications. b) Curb and Gutter The unit price bid for Type "A" portland cement concrete curb and gutter shall exclude curb inlet lengths and in- clude the removal of 25' of existing curb and gutter. 6) ADJUSTMENT OF UTILITY BOXES, MANHOLES, ETC. TO GRADE All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility box or vault shall be adjusted to finished grade prior to placement of portland cement concrete sidewalk or pavement. In asphaltic concrete pavement areas adjustments to finished grade shall be made after placement of the pavement. No separate compensation will be made for this work. 7) HANDWORK OF EXISTING SLOPES The existing slope shall be restored to the adjacent slope profiles at the locations as shown on the plans. Materials utilized for this work may be taken from the roadway excavation and mechanically hand tamped to 90% minimum relative compaction. All cost for this work shall be included in the lump sum price bid. B) STORM DRAIN IMPROVEMENTS 1) General Existing storm drain pipe to be abandoned in place shall be filled with sand and the ends concrete or brick and mortar plugged in accordance with Subsection 306 -3.1 of the Standard Specifications. Storm drain bedding shall conform to Class 2B per City of Newport Beach Std.- 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications, except that water densified backfill including jetting as specified in Subsection 306 -1.8.2 will not be permitted. All native materials excavated from the storm drain trench and associated structures not utilized as backfill will become the property of the contractor and shall be hauled and disposed of away from the job site as it is excavated. 2) Storm Drain Pipe, Curb Inlets, and Appurtenances SP6of6 Storm drain pipe and fittings shall be Johns- Manville "Transite" pipe of the size and class as shown on the plans. Curb inlets shall be modified Type OL -A (with 3" gutter depression) constructed in accordance with City of Newport Beach Std. -305 -L and to the sizes as shown on the plans. The unit price bid for each curb inlet shall be in accordance with Subsection 306 -2.3.8 of the Standard Specifications. 3) Braciwg 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 5 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 estab- lished by the State Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. 4) Sacked Concrete Sacked concrete shall be placed to the limits as shown on the plans. The method of placement and the materials used shall conform to Sections 72 -3.02 and 72 -3.03 of the California Standard Specifications. The cost of constructing sacked concrete retaining walls and splash pad shall be included in the lump sum price bid. ze �a L RESOLUTION NO. 8 0 17 • A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE WIDENING OF SOUTHBOUND LANES OF JAMBOREE ROAD BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD AND IMPROVEMENT OF STORM DRAIN FACILITIES INTO BIG CANYON, Contract No. 1524 WHEREAS, pursuant to the notice inviting bids for work in connection with widening of southbound lanes of Jamboree Road between Ford Road and San Joaquin Hills Roads and improvement of storm drain facilities into Big Canyon, in accordance with the plans and specifications heretofore adopted, bids were received on the 12th day of June, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Patco; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Patco for the work in the amount of $33,393.90 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 25th day of June, 1973. ATTEST: City Clerk Mayor DON:sh 6/20/73 ft CONTRACT N0, 1524 CITY OF NEWP�ORT BEACH � V 5' �^�r. CONTRACT DOCUMENTS FOR 0 JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD. Approved by the City Council this 29th day of May 1973. [—aura Lagios, City e . SUBMITTED BY; ontractor Z VGPI'H /O ress City Z I P Tore 0033 -3930 • Page I 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 11:00 A.M. on the 12 day of June 19 73 , at which time they wi I be opened and read, for performing work as foll ows: JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 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 SSeccretta an ary or Assistant Secretary are required t e Cor orate Seal shall be affixed to all Mocuments requiring signatures. In the case of a artnersh�p 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.) • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as-prepared by the Southern Californi'a-'C apters 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 g, 1. 1 . 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 fox the registration of Contractors, License No. Z6 9 5�si9 Classification (-/ SLLt�_� Z Accompanying this proposal is 4KO , Lasnier•s LnecK 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. 833 -3�a Phone Number Date U eD (SEAL) V Authorized Signature l s4Gt ff 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: J o,v,v I cep 0 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. /y6N 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.. Bidder's Name Authorized ignature Type of rgan zat on (Individual, Co- partnership or Corp) I . Page 4 Bond No. 398 08 71 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, PATCO as Principal, and Hartford Accident and Indemnity Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten per cent of the amount bid in Dollars ($ 10 7.amt bid ), 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 Widening, South bound lanes between Ford Road and San Joaquin Hills Road 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 12th . day of June 1973 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) HARTFORD ACcibENT AND INbE&TY COMPANY 888 Nodb Main St.,. Santa Ana, Calif. 92702 Ti PATCO rincipa% J% BY: �iitCr 9 // ' �ffi+4 71V Hartford Accident and Indemnity Company Surettyy.� / BY �< k\ (/ \ \ \\\ = S }\ �0M :01 Bo / / }( \ i3r)a 0 0 0�® \ } \0 za - /n 1 ~ 0 } / CL CL -0'\ \ £:\ }} n m° \: [l }o :R :0 ;$ \ � :! � :\ �\ :ƒ ) 0 c 2 q 0 hi / , § \ tTl 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, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 7 fh day of rumx—_. 19—Z-3. My commission expRres: it OFFICIAL SFAL RORETSON f p j CS; :3E COUNTY, g My Commission Expires May 18, 1976 FF ........................ ............................... d �. • , • i r 4 PATCO -FRANK H. MOBUS III BALANCE SHEET AS AT DECEMBER31, 1972 A S S E T S CURRENT ASSETS: Cash On Hand and In Bank Accounts Receivable- Construction Accounts Receivable- Others Inventory Deposits TOTAL CURRENT ASSETS FIXED ASSETS: Building - Office Automotive Equipment Machinery & Equipment Office Furniture & Equip TOTAL FIXED ASSETS REAL PROPERTY Residence PERSONAL PROPERTY Furniture, Appliances. & Other Household *ssets COST DEPRECIATION T127M0.00 2,371.1 97177.47 7,999.16 2,567.50 1,925.64 1__6460,3 414.23 $ 26.0 5.32 $ 12 $ 11,087.34 27,846.12 299.50 500.00 1(C. -0 $ 39,892.96 NET VALUE 10,518-52 1,183.31 c.41.80 1,046.12 $ 13,389.81 T O T A L A S S E T S L I A B I L I T I E S A N D C A P I T A L CURRENT LIABILITIES: 4ccount3 Payable $ 13,299.40 Payroll Taxc:s Accrued 672.77 Workman's Compensation Insurance Accrued 46)3.91 Notes Payable -Bank 7,000.00 Mortgage Payable - Current Portion 3,144.00 Loin Payable - Current Portion 480.00 TOTAL CURRENT LIABILITIES LONG TERM LIABILITIES: Mortgage Payable - Long Term Portion $ 35,042.16 Loan Payable - Long Term Portion 3,520.00 TOTAL LONG TERM LIABILITIES CAPITAL• Frank H. Mobus III- Capital $ 13,220.68 Earned Surplus - Year Ended December 31, 1972 27,827.76 $ 41,04b.44 Less: Frank H. Mobus III - Drawing Account 11.267.91 NET WORTH - As at December 31, 1972 35,120.00 5,000.00 $ 93,402.77 $ 25,060.08 38,562.16 29,780.53 TOTAL L A.BI L TI ES AND CA PI TA L$ 93,402.77 Page '6 ''STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his.finaricial responsibility. �f 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 /7 75 r r`e iii= 111Y11 vf1i -7 Z16-k 4&4,90)V S33 °S3z/ ,.._ CONTRACT NO. 1524 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD PROPOSAL To the Honorable City Council City.of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 4 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. 1524 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: PRICE WRITTEN IN 1. 1 Construct C.I. #1, Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =14') complete in pl ce. «�N / //(Al'P @ A'V'"tX -F /U6 Dollars and A/O Cents Per Each 2. 1 Construct C.I. #2 Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =21') complete in place. 6100 TfleLi -C- A) '9 Dollars and d Cents Per Each PRICE PRI 8 !/ 1.soo 8 J/ 9soo XW v /'i l >> / 0 Cc 0* /O 6 met $ / 7f 000 8 f7Ld, N 3. 1 Construct C.I. #3 Type OL -A curb Each inlet per City of Newport Beach Std.- 305- L(L =16') complete in place. oN� 7"f/egs��iNo @ FddR yy✓„�RF, � Dollars and /VO Cents $_ Per Each - 0 0 PR2of4 ITEM QUANTITY— T NO. AND UNIT UNIT PRICE WRITTEN IN.WORDS PRICE PRICE 4. 64 Construct 15" storm drain A.C.P. Linear.Feet 1500D (class II) complete in place. @ RTj�: AJ Dollars f and R f O rii Cents $ /3, f�() $ O s, �Q Per Linear Foot 5. 19 Construct 24" storm drain A.C.P. Linear Feet 2000 D (class III) complete in r w `/1 -5 +7 7 place. @ /1jTY Dollars and % vt/�'R� Y / Cents $ 3/• LO $ S92.8a Per Linear Fro t 6. 7,650 Construct 4" thick Portland Square Feet cement concrete sidewalk per City of Newport Beach Std.- 110-L complete in place. @ /kU Dollars and SU r' - L dl Cents $ .CSC $4(#7Z,sU Per Square Foot 7. 975 Construct 8" Type "A" Portland Linear Feet cement concrete curb and gutter per City of Newport Beach Std.- 105-L complete in place. @ Dollars and Cents $ ✓,00 $ a995" 0 Per Linear Foo 8. 40 Construct variable thickness Tons asphaltic concrete finish course over existing A.C. as shown on the plans complete in place. @ Dollars and '06) Cents $ //, Q U $ q 0 dd Per Ton i • PR3of4 ITEM QUANTITY TOTAL ITEM NO. AND UNIT UNIT PRICE WRITTEN -IN WORDS PRICE PRICE 9. Lump Hand work existing slope to the Sum adjacent slope profile as shown on the plan complete in place. @ ZWO F1,0 ysgiYv Dollars L s� i and Cents Cents $ 2000, 00 $ 7,40&440. 0&1 Lump um 10. Lump Construct sacked concrete Sum retaining wall and splash pad as shown on the plans complete in place. @TW- ZQ wo)) Q!lsAol1ars G, S h/ and /vv Cents $ 2-2-00,00 $ L?-0600 Lump um 11. 180 Construct 11-2" thick asphaltic Tons concrete finish course over A.C. base course complete in place. @fir /p�1Fcz�J /f1Pej -P 6 /,4&Z�Z o11ars and Cents $ $ Per Ton 12. 300 Construct 2�2" thick asphaltic Tons concrete base course over (Alternate A) aggregate base complete in place. @ /rteVGd Dollars r %110 Cents $ 11.00 $ 3340,ov Per Ion 13. 1,750 Construct 15" of aggregate Tons base over compacted subgrade (Alternate A) complete in place. S/ @ �( Dollars d and /94 Cents $ �'06 g /0500,06 Per Ton PR4of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 1,260 Construct 1012" thick asphaltic Tons concrete base course over com- (Alternate B) pacted subgrade complete in place. @ LLe 11,e Al Dollars �E and y/.: V 7V Cents $ $19(76?, dd Per Ton ALTERNATE "A" BID Total Price Written in Words: (Bid Items 1 through 13, excluding Bid Item 14) %NlKTY—/'r� oH2 ii.ngS.�Nn/ �a� (7 ,VR/DR,ro /wOCUCDollars and Allof rY Cents Total Price Written in Words ALTERNATE "B" BID Total Price Written in Words: $ 3({ol1Z.90 (Bid Items 1 through 11 and 14; excluding Bid Items 12 and 13) jvj 4141113 7_wjd7 Y"F,VG jyoKS4A'jkFrr -Fay2 Dollars 34�3,3b and /,//*,E! Y Cents $3fOS5( 90 Total Price Written in Words civaf, l2,/975 Date T CONTRACTOR'S LICENSE NO.24 1 4 i b CONTRACTOR'S ADDRESS (o / L 1,f (Bidders Name :5 Signature TELEPHONE NUMBER 00-33 0 0 I SECTION I. II. III. IV. V. VI. VII. VIII. IX. X. 0 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . Award of Contract . . . . . . . . . . . . . . . . . . . . . Permits. . . . . . . . . . . . . . . . . . . . . . . . . . . Completion of Work . . . . . . . . . . . . . . . . . Payment . . . . . . . . . . . . . . . . . . . . . . . . . . Construction Survey Staking . . . . . . . . . . . . . . . . Protection of Existing Property Corners . . . . . . . . . . Traffic Control . . . . . . . . . . . . . . . . . . . . . . Protection of Existing Utilities . . . . . . . . . . . . . . Water........................... XI. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . XII. Construction Details . . . . . . . . . . . . . . . . . . . . A) Street Improvements . . . . . . . . . . . . . . . . . . 1) Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . . . . . . . . . . . . . . . 2) Aggregate Base . . . . . . . . . . . . . . . . . 3) Asphalt Concrete . . . 4) Thick Lift Asphalt Concrete Pavement (Alternate B) a) General . . . . . . . . . . . . . . . . . . . . b) Definition . . . . . . . . . . . . . . . . . . . (1) Base Course . . . . . . . . . . . . . . . . (2) Surface Course . . . . . . . . . . . . . . c) Asphalt Concrete . . . . . . . . . . . . . . . . i. PAGE 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 3 &4 6 INDEX - CONTRACT NO. 1.524 - CONTINUED SECTION XII. Construction Details - Continued PAGE 5) Portland Cement Concrete Improvements . . . . . . . . . 5 a) General . . . . . . . . . . . . . . . . . . . 5 b) Curb and Gutter . . . . . . . . . . . . . . . . . 5 6) Adjustment of Utility Boxes, Manholes, Etc., to Grade 5 7) Handwork of Existing Slopes . . . . . . . . . . . . . . 5 B) Storm Drain Improvements . . . . . . . . . . . . . . . . . 5 1) General . . . . 5 2) Storm Drain Pipe, Curb Inlets, and Appurtenances 6 3) Bracing Excavations . . . . . . . . . . . . . . . . . . 6 4) Sacked Concrete . . . . . . . . . . . . . . . . . . 6 ii. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1524 I. SCOPE OF WORK SP 1 of 6 The work to be done under this contract consists of widening approximately 1000' of the southbound lanes of Jamboree Road; constructing curb, gutter and sidewalk along the west side of Jamboree Road; constructing storm drain and catch basins on the west side of Jamboree Road; and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawing No. R- 5219 -S); the City's Standard Drawings and Specifications; and, where applicable, the California Standard Specifications, January, 1973. The City's Standard S ecifications are the Standard S ecifications for Public Works Construction, 9 0 E ition w t 971 and 1 u ements. Copies may be purchased from Building News, Inc., 3055 GverTand Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Depart- ment at a cost of $2.00. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. AWARD OF CONTRACT All contractors shall submit bids for both Alternate "A" and Alternate "B ". The City reserves the right to award the contract for either alternate regardless of which alternate results in the lowest total bid. III. PERMITS The City will be responsible for obtaining any permits required by the State in conjunction with the recent coastline initiative passed by the voters on November 7, 1972. All fees will be waived by the City except that the contractor must have a valid City business license prior to starting work. IV. COMPLETION OF THE WORK The contractor shall complete all work on the contract within 45 consecutive calendar days after receiving notification of award of contract. V. PAYMENT -� SP2of6 Payment for incidental items of work, not separately provided for in the proposal shall be included in the price bid for other related items of work. Payment for curb, gutter and sidewalk shall be per Section 303 -5.9 of the Standard Specifications. VI. CONSTRUCTION SURVEY STAKING Field surveys for 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 ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. VII. 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 compensa- tion will be made. VIII. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section-7-10 of the Standard Specifications. One southbound lane on Jamboree Road shall remain open at all times, and the contractor shall schedule his operations so that both existing southbound lanes can be opened to traffic on week ends, holidays, and by 3:30 p.m. on work days. IX. PROTECTION OF EXISTING UTILITIES X. Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company 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, cable T.V., telephone, and electrical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construc- tion. 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 purchases by contacting the City's Utility Superintendent, Mr. Tan Phillips, at (714) 673 -2110, extension 267. XI. 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 what- soever. Any such defects shall be repaired at the contractor's expense. SP3of6 XII. CONSTRUCTION DETAILS: A) STREET IMPROVEMENTS 1) PAVEMENT REMOVAL, EXCAVATION AND SUBGRADE PREPARATION All existing and temporary pavement to be removed and all material to be excavated from both trench and street areas down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. 2) AGGREGATE BASE Aggregate base shall conform to the requirements for Processed Natural Material in Section 400 -2.3 of the Standard Specifications. 3) ASPHALT CONCRETE Asphalt concrete shall conform to the requirements of Section 400 -4 of the Standard Specifications and of the type specified on the Plans. 4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) a) General It is the intent of this specification to insure a fully complete job in accordance with standards of quality of material and work- manship for asphalt concrete (deep lift) construction. b) Definition (1) Base Course - Base course is defined as that area between fin-' aT'compacted subgrade up to 1 1/2" below finish street grade. The base course shall consist of two or more layers; the maximum compacted thickness of each layer shall not exceed 5 1/2 ". (2) Surface Course - Surface course is defined as that area between the final compacted base course and .finish grade. The surface course shall have a compacted thickness of 1 1/2" unless the Engineer directs otherwise. c) Asphalt Concrete (1) The asphalt concrete to be furnished and placed for the base course shall be III -B1 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. The asphalt concrete to be furnished and placed for the surface course shall be III -C2 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. (2) The full -depth (thick lift) asphalt concrete street pave- ment section shall be placed in layers; the first base course layer shall have a compacted thickness of 5 1/2 ", the second base course layer shall have a compacted thick- ness of 5 ", and the surface course shall have a compacted -0 SP4of6 4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) - Continued c) (2) - Continued thickness of 1 1/2" unless Engineer directs otherwise. Placement of the asphalt concrete layers shall be accomplished in accordance with Section 302 -5.4 of the City Standard Specifications. (3) Prime coat will not be required on the prepared sub - grade. The tack coat in conformance with Subsection 302 -5.3 of the City Standard Specifications shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. (4) The Contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and 39 -5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer. Special attention is directed to the construction of longitudinal joints as specified in the eighth paragraph of Section 39 -6.01. (5) The following compaction procedures will be required for the base course, unless the Engineer directs other- wise: Initial rolling shall proceed directly behind the spreader and shall consist of two complete coverages of the asphalt mixture, and shall be performed with a 2 -axle steel -tired tandem roller. Such rollers shall weigh not more than 10 tons. A motor grader shall trim and shape the layer imme- diately after completion of initial rolling. Additional material may be end dumped as required to fill low areas. Additional rolling shall proceed directly behind the motor grader and shall consist of four complete coverages with a pneumatic roller as specified in the Standard Specifications or allowed by the Engineer. Such rollers shall not weigh less than 12 tons. A complete coverage will be 2 passes of the roller in the same roller width. Rolling shall commence at the center of the pass and work toward the edges. (6) The intent of these specifications is to have all break- down and additional rolling performed while the mixture is sufficiently hot to facilitate satisfactory compaction. The Engineer will, therefore, vary paving rates as necessary or require additional compaction equipment, in order to insure adequate compaction of a hot mixture. 5) PORTLAND CEMENT CONCRETE IMPROVEMENTS a) General SP5of6 Portland cement concrete furnished for curb, gutter and sidewalk shall be Class 564 -C -3000 per Subsection 303 -5 and as per 1972 amendment of the Standard Specifications. b) Curb and Gutter The unit price bid for Type "A" Portland cement concrete curb and gutter shall exclude curb inlet lengths and in- clude the removal of 25' of existing curb and gutter. 6) ADJUSTMENT Of UTILITY BOXES, MANHOLES, ETC. TO GRADE All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility box or vault shall be adjusted to finished grade prior to placement of Portland cement concrete sidewalk or pavement. In asphaltic concrete pavement areas adjustments to finished grade shall be made after placement of the pavement. No separate compensation will be made for this work. 7) HANDWORK OF EXISTING SLOPES The existing slope shall be restored to the adjacent slope profiles at the locations as shown on the plans. Materials utilized for this work may be taken from the roadway excavation and mechanically hand tamped to 90% minimum relative compaction. All cost for this work shall be included in the lump sum price bid. B) STORM DRAIN IMPROVEMENTS 1) General Existing storm drain pipe to be abandoned in place shall be filled with sand and the ends concrete or brick and mortar plugged in accordance with Subsection 306 -3.1 of the Standard Specifications. Storm drain bedding shall conform to Class 2B per City of Newport Beach Std.- 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications, except that water densified backfill including jetting as specified in Subsection 306 -1.8.2 will not be permitted. All native materials excavated from the storm drain trench and associated structures not utilized as backfill will become the property of the contractor and shall be hauled and disposed of away from the job site as it is excavated. 2) Storm Drain Pipe, Curb Inlets, and Appurtenances SP6of6 Storm drain pipe and fittings shall be Johns - Manville "Transite" pipe of the size and class as shown on the plans. Curb inlets shall be modified Type OL -A (with 3" gutter depression) constructed in accordance with City of Newport Beach Std. -305 -L and to the sizes as shown on the plans. The unit price bid for each curb inlet shall be in accordance with Subsection 306 -2.3.8 of the Standard Specifications. 3) 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 5 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 estab- lished by the State Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. 4) Sacked Concrete Sacked concrete shall be placed to the limits as shown on the plans. The method of placement and the materials used shall conform to Sections 72 -3.02 and 72 -3.03 of the California Standard Specifications. The cost of constructing sacked concrete retaining walls and splash pad shall be included in the lump sum price bid. C W