Loading...
HomeMy WebLinkAboutC-1604 - Alley improvements Balboa Island 1973-74SIA'f 1574 TO: CITY COUNCIL May 28, 1974 CITY COUNCIL AGENDA ITEM NO. H -13 FROM: Public Works Department SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 (C -1604) 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 Alley Improvements - Balboa Island 1973 -74 has been completed to the satisfaction of the Public Works Department. The bid price was: $35,415.25 Amount of unit price items constructed 40,242.81 Amount of change orders (cost included in unit price items) 4,933.20 Total contract cost 40,242.81 Funds for this work are budgeted in the appropriation for the annual Street and Alley Maintenance Program, account No. 02- 3373 -014. During the period construction was under way the Southern California Gas Company replaced its main in an alley adjacent to the project (the alley parallel to South Bay Front between Emerald Avenue and Garnet Avenue). Because of this work the desirability of reconstructing the additional alley was inves- tigated. It was concluded that it would be advantageous to do the additional reconstruction because of the opportunity to obtain a contribution toward the cost from the Gas Company in lieu of its trench patching costs ($521.00), the favorable unit prices established in the contract (approximately 21% less than the Engineer's estimate), and the poor condition of the existing pavement. A change order in the approximate amount of $4,933.20 was issued for the work. (Actual payment was made under the unit price item established in the contract for alley paving.) The design engineering was performed by the Public Works Department. The contractor is Don R. Hess Co. of Long Beach, California. The contract date of completion was June 14, 1974. The work was com- pleted on May 15, 1974. Joseph frks vlin Public Director -GPD: hh //d,31 110 APR g 1974 April 8, 1974 CITY COUNCIL AGENDA ITEM NO. H -2 (c) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 (C -1604) RECOMMENDATION: Adopt a resolution awarding Contract No. 1604 to Don R. Hess Co. for $35,415.25 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 10:30 a.m. on March 26, 1974. Bidder Bid 1. Don R. Hess Co., Long Beach, California $35,415.25 2. Damon Construction Co., Carson, California 37,012.20 3. Markel Cement Contracting Co., Costa Mesa, Calif. 38,060.75 4. R. W. McClellan & Sons Inc., Costa Mesa, Calif. 40,351.10 The low bid is 21.3% less than the engineer's estimate of $45,000.00. Funds have been provided for this project in the Annual Street and Alley Program, budget number 02- 3373 -014. This project provides for reconstruction of five deteriorated alleys on Balboa Island with portland cement concrete surfacing. The Plans and Specifications were prepared by the City. A check of the references supplied indicates that the Don R. Hess Company has satisfactorily performed similar work in Los Angeles and Orange Counties. The estimated date of completion is June 14, 1974. J seph ( Devlin P blic Woks Director JW:hh p,c,° 1 t 1974 March 11, 1974 CITY COUNCIL AGENDA ITEM NO. N-9 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 (CONTRACT NO. 1604) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids for Contract 1604 to be opened on Tuesday, March 26, 1974 at 10:30 a.m. DISCUSSION: This project provides for reconstruction of five deteriorated alleys on Balboa Island with portland cement concrete surfacing. City forces have replaced the concrete sewer mains and laterals in these alleys. The estimated cost of the work is $45,000. Funds are available in Account 02- 3373 -014. Plans have been prepared by the City. The estimated date of completion is June 14, 1974. An exhibit is attached showing the alleys to be reconstructed under this contract. ph Devlin is rks Director JSW:hh Att. i R 0 0 0 W � �. G•-ZO`J 4r � 4-ZO3 Q� i=S07 - 9- $✓ 25 t 3A7 -71 0 J 1 tt�o c CQ a v r, CQ S6 Ih� Wi 4 v Jj r W Vii? v0 a �-boi r W Vii? v0 I 00TICE LEGAL f1f11 . CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hail, Newport Beach, California, until 10:30 a.m. on the 26th day of March, 1974, at which time they will be opened and read, for performing work as follows: ALLEY IMPROVEMENTS __ BALBOA :ISLAND 1973 -74 CONTRACT NO, 1604 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 con- taining 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 Presi- dent and Secretary or Assistant Secretary area required and the Corporate Seal shall be affixed to all documents requir- ing signatures. in the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification In the proposal. One set of plans and contract documents, including special provisions,may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 8'70_9871. The City has adopted Standard Special Provisions and Stand- ard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City, The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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, classifi- cation, or type of workman or mechanic needed to execute the contract and has set forth these items in. Resolution No. 8090 adopted September 10, 1973. 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. LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH CALIFOR`- Pabllsh: March 14, 1974, -in the Newport Harbor Enslgti. 0 4 June 179 1974 Don R. ~less Ompany P. 0. Box 8007 Long Beach, CA 90806 Subject: Surety Pacific Employers Tnsurence Compatsy Bond No. M- 164,298 Project Alley Improvements - Balboa Isla Contract No.: 1604 The City Council cos May 28, 1974 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bands 35 days after Notice of Completion has been filed. Notice of CaVletion was filed with the Orange County PAKxwdsr cn May 30, 1974 in Bodo 7.1157 page 578. Please notify your surety cmpany that bonds may be released 35 days after recording date. isune Lagios, CHC city Cleric LL:swk cc: Public Works Daparbnent RECORDING REQUESTED 3078 BY AND MAIL TO City of Newport Beach FREE City Hall C3 3300 W. Newport Blvd. Newport Beach, CA NOTICE OF COMPLETION PUBLIC WORKS 9K 11 157PG 578 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 30 1974 1, WYLIE CARLYLE, Coua[y Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 15, 1974 the Public Works project consisting of Alley Improvements 1973 -74 for Balboa Island on which Don R_ Hass Crnmi any was the contractor, and Pacific E=loyers Tnsuran CnMpan;z was the surety, was completed. V ERI FI C AT LON I, the undersigned, say: CITY OF NEWPORT BEACH c /4korks Direc I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 29, 1974 at Newport Beach, California. VERIFICATION OF I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 28, 1974 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct, Executed on May 29, 1974 at Newport Beach, California. 0 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: v 24 _ 1974 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of POLley Impn,. a onts 1971-7e fhr B &Ibpa Island Contract No. 1x04 on which n.,,, R HARs (1yPany was the Contractor and p80 i fin E=1g:AMrS 7nm manro (`n. was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. Date May 13, 1974 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1604 Project Alley IgpXpygyM= - : ppa Islangd, 1973 -74 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Don R. Bess Oo, Address: 1. k-. �-ox 8007, L4Ag Heads, ,A 90808 Amount: Effective Date: Resolution No. 9233 Laura Lagios LL:dg Att. cc: Finance Department Q i 0 0 April 30, 1974 . TO: CITY CLERK FROM: Public Works Department SUBJECT: ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 Attached are three copies of the subject contract documents. Please have executed on behalf of the City., retain your copy and the insurance certificates, and return th ing copies to our department. Yjhn . Wol ter t Engineer JSW:h Att. CONTRACT NO. 1604 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND A 1973 -74 SUBMITTED BY: Don R. Hess Co. Contractor P. 0. Box 8007 CITY CLERK Long Beach, CA 90808 City Zip Code Approved by the City Council this 11th day of March 1974. 421 0211 Phone ura Lagios, City Cler $35,415.25 Total Bid Price ✓ R f Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 26 day of March , 19 74, at which time they will be opened and read, for performing work as follows: ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� ae Corporate Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) I Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y the out ern Ca i ornia apters o t e erican 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seg.), the City Council of the City.of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 r Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as "submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids.. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract. with necessary bonds within ten (10) days, not including Saturday, Sunday and federal. Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 206518 Classification C -8 C -12 Accompanying this proposal is 10% Bid Bond Cash, Certified Check, Cas er 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. 421.0211 Phone Number 3 -26 -74 Date Don R. Hess Co. ;Bidder's Name S/ Don R. Hess, Owner (SEAL) uthorized- Signature Authorized Signature Individual Type of Orgam zati on (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: None i i DESIGNATION OF SUB - CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub: contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer, Item of Work Sub - contractor Address 1. Engineering Vic Case Signal Hill 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Don R. Hess Co: Bidder's Name S/ Don R. Hess Authorized ignature Individual Type of rganizat on (Individual, Co- partnership or Corp) P. 0. Box -8007 i s FOR AINAL SEE CITY CLERK'S FILE COP Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Don R,,Hess as Principal, and Pacific Employers Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the amount bid Dollars ($ 10% of 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 Alley Improvements - Balboa Island 1973 -74 (Contract No. 1604). 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 25 day of March 19 74 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact March 25, 1974 . Janet M. Wheeler, Notar Public Commission expires ov. > S/ Don R. Hess Principal Pacific Employers Insurance Company Surety By R. J. Marcus ip.: 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 25 day of March , 1974 My commission expires: June 5, 1976 Don R. Hess Co. U Don R. Hess Maurice W. Ramsey Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY. Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. S/ Don R. Hess Si gne i� • • TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 .The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail)_ Person to Contact Telephone No. City of Signal Hill Mr. Baxter, City Mar. City of Downey Mr. Hedricks, City Eng. 861 -0361 City of Bell Mr. Lathrop, City Eno. City of Seal Beach Mr. Cosby, Eng.. Dept. 43lr2527 S/ Don R. Hess Signed Bond No M- 164,298 ` 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 April 8, 1974 has awarded to Don R. Hess Co. hereinafter designated as.the "Principal ", a contract.for -Alley Improvements - Balboa Island 1973 -74 (Contract No. 1604). 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 nnn u_ Hegg Co_ as Principal, hereinafter designated as the Contractor and .. ........ ........... Par -Ifir RmployerR Insurance Comp�.py as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 25/100 Thirty -Five Thousand Four Hundred Fifteen and Dollars ($ , said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any .kind or for amounts.due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties:will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee:, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. I Bond No. M- 164,298 Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California, And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11 th- day of April , 19 .74 Premium included in charge with performance Executed in triplicate Approved as to form: 1 y TtTo rney This bond was approved by the City Council of the City of Newport Beach by motion on -2 Date Attest: City Clerk Tnn D up-- r„_ / _ (Seat) may; oex4 -a— / (Seal) (Seal) ontrattor . Ingersoll, Seal) - -Iit -fact f STATE OF CALIFORNIA COUNT OF ............... LOS --- A.NGELES............. ..... ss. Onthis ...... ................. ....._... ......._........u.-- Lh......... day of 19..74......, before me ............................... ._ .................. ......... .MAURICE..�!1�.RAMS EY ............... ____ ......... . ....._............ ... ........ ., a Notary Public, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared ..................... .. ..........John...�......In�erso 11._..._.............................._............ ....._......................... known to me to be the Attorney -in -Fact of Pacific Employers Insurance Company, the Corporation a� c MAJ Pi `: E b ` P ^ Ey that executed the within instrument and also known to me to be the person who executed the within `3 t NOT4RP Ndci instrument on behalf of the Corporation therein named and acknowledged to me that such Corpora- : 4 r, �. "yv,�' W:KrrI'M. OF. Wt hr! tion executed the same. _. LOS Fl sj0;1 A Y 1 .- P,=yaCommission Ex�i; es June 5, ,15 i'6 qa PEB 124 No Public in and for the State of California, County of- ._..._S. •ond No. M- 164,298 Page.10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 8, 1974 has awarded to Don R. Hess Co. hereinafter designated as the "Principal ", a contract for Alley Improvements - Balboa Island 1973 -74 (Contract No. 1604). 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, Dan R. Hess Co. as Principal, hereinafter designated as the "Contractor ", and _P.,4f4r Rmpin *ern TTanrAnrP rCapany As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 25/100-- - Thiit�r TivcTh ^nann'] Fn..r Tl.nArnri F-I f-aan and Dollars ($ 3S,G75_25 ), 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. I ::. Bond No M-164,298 page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11 rh- day of _AD.ii , 19_-2A- Premium: $ 266.00 for the term of one year. Executed in triplicate Approved as to form: City Attorney (Seal) Contractor (Seal) Pa rifir F.mA>oygr Tnaurance Co== (Seal) n- - C. Ingersoll, ���SeaT ) ;• t STATE OF CALIFORNIA ��++ 7t ���+ ( couNTY op .......... .......... LQS --- t' 1.1.Y.1]UM.._._......) ss. On this ---- ............. ........... ,...... MAURE�k .. Agri1......-. ....- __.__.._._.........__...., 19.74- ._., before me a Notary Public, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared J.ahn..C.— Ingerso11 known to me to be the Attorneydn -Fact of Pacific Employers Insurance Company, the Corporation that executed the within instrument and also known to me to be the person who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corpora. tion executed the same. PEB 124 Notary tublic in and for the Stare of California, County h Oe� N' iVl tlb (l t i My Commission Expires June i;, 16'76 J.ahn..C.— Ingerso11 known to me to be the Attorneydn -Fact of Pacific Employers Insurance Company, the Corporation that executed the within instrument and also known to me to be the person who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corpora. tion executed the same. PEB 124 Notary tublic in and for the Stare of California, County Pa9e 12 CONTRACT THIS AGREEMENT, made and entered into this day of 19 by and between the CITY OF NEWPORT BEACH, California, hereinafter deggnated as the City, party of the first part, and Don R. Hess Co. hereinafter designated as the Contractor, - party of the setond.part. WITNESSETH: That the parties hereto do mutually; agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Alley Improvements - Balboa Island 1973 -74 (Contract "o.,1604) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish:at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor,.tools. and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be.encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses.incurred . by,or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City-' -and for well and faithfully completing the work and the whole thereof, in the manne 'shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in,full compensation therefore the lump sum price, or if the bid is.on the 'unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case i ay 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. t 6 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: Approved as to form: CITY OF NEWPORT BEACH, CALIFORNIA By- yor Lail AV 4/s SS contractor /) (SEAL) By- .e�l�� 1tle Bys e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 1604 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 16210 Construct 6" thick P.C.C. alley pave- Sq. Feet ment. @ One Dollars and Fifty -eight Cents $ 1.58 $-Z5.2611.80 Per Sq. Foot 2. 4 Construct 6" thick P.C.C. alley Each approach over native soil @ Four Hundred Seventy -Four Dollars and No Cents $ 474.00 $ 1,896.00 Per Each 3. 1355 Construct 8" thick P.C.C. Sq. Feet street paving @ Two Dollars and Fift -nine Cents $ 2.59 $ 3,509.45 Per Sq. Foot 4 7 0 f • T 1540 Sq. Feet 175 Sq. Feet 86 Linear Feet 730 Sq. Feet 160 Sq. Feet i I u-1 UraVnir 1 iv11 UNIT PRICE WRITTEN IN WORDS Construct 4" thick P.C.C. garage approach in alley areas. @ One Dollars and Sixty -three Cents Per Sq. Foot Construct 4" thick P.C.C. side- walk. @ One Dollars and . Sixty -eight Cents Per Sq. Foot Construct 6" type "B" curb. @ Four Dollars and Eighty -five Cents Per Linear Foot Construct 4" thick A.C. garage approaches in alley areas. @ One Dollars and' Forty -three Cents Per Square Foot Construct variable thickness A.C. feather join. @ No Dollars and eighty -three Cents Per Square Foot TOTAL PRICE WRITTEN IN WORDS: Thirty Five Thousand Four Hundred Fifteen Dollars and Twenty -five Cents CONTRACTOR'S LICENSE N0. 206518 TELEPHONE NUMBER 421 -0211 3 -26 -1974 Date (AUtnorized Signa P_0_ Box 8007. Lona Beach, CA 90808 Don R. Hess Co. (Bidder's Name CONTRACTOR'S ADD{ PR2of2 UNIT TOT L PRICE PRICE ;.x,. $ 1.63 $ 2,510.20 $ 1.68 $ 294.00 $ 4.85 $ 417.10 $ 1.43 $ 1.043.90 $ .83 $ 132.80 $ 35,415.25 INDEX TO SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 3 1. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . 3 2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . . 3 3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Adjustment of Various Walks, Landings, Fence Supports, etc., . . . . 4 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . . . . . . 5 7. Protection of Existing Property Line Monuments . . . . . . . . . . . 5 8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . . . . . 5 • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 I. SCOPE OF WORK The work to be done under this contract consists of constructing portland cement con- crete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and struc- tures to grade, and other incidental items of work. Also included is street recon- struction at the ends of various alleys. The work is located in various alleys on Balboa Island. The contract requires completion of all work in accordance with these Special Provisions: the City's Standard Special Provisions, the plans (Drawing No. A- 5068 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are Standard Specifications for Public Works Construction, 1973 Edition. Copies may be puree a�— from Building News, Inc., 3055 Overland venue, Los Angeles, California 90034, Tele- phone: (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. III. COMPLETION AND SCHEDULE OF WORK The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed in the Balboa Island alleys by June 14, 1974. 2. Portland cement concrete garage approach and sidewalk sections shall be placed separately from portland cement concrete alley pavement. 3. Tw elve (12) consecutive calendar days will be allowed for removals and to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. The alley approach shall be considered to include the adjacent portion of the street pavement to be reconstructed. 4. Ten (10) additional calendar days (for a total not to exceed twenty -two (22) con- secutive calendar days) will be allowed to construct the 4 -inch thick Portland cement concrete garage approach or sidewalk sections; the 4 -inch thick asphalt concrete paving and patchings and the variable thickness asphalt concrete feather. It is recommended that the portland cement concrete garage approaches and sidewalks be constructed prior to the construction of the alley and approaches. IV • • SP2of5 5. Due to the existing one -way traffic pattern in the streets on Balboa Island, no two parallel alleys may be in any stage of construction or curing at any one time. In summary, the above requirements mean that the contractor will be allowed a maxi- mum of twenty -two (22) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curing time for new portland cement concrete improvements. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 22 consecutive calendar days from the day it is first closed to such use. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100 per day ( including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by June 14, 1974. The intent of this section of the Special Provisions is to emphasize to the contractor the improtance of prosecuting the alley construction in an orderly, pre - planned con- tinuous fashion so as to minimize the time an alley is closed to vehicular traffic. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours; but it must be restored to two -way traffic at the end of each working day and on weekends and holidays. NOTIFICATION TO RESIDENTS The city will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the city and the contractor shall insert the applicable dates at the time he dis- tributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explana- tory letter. This letter will also be prepared by the city and distributed by the contractor. VI. EXISTING UTILITIES The contractor shall with Section 5 of the the Plans. Prior to sible for requesting investigate and protect all existing utilities in conformance Standard Specifications. Known utilities are indicated on performing construction work, the contractor shall be respon- each utility company to locate its facilities. • SP 3 of 5 Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The con- tractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the Plans. VII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys including construction staking shall be under the super- vision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked 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 there- for. VIII. WATER The contractor shall make his own provisions for obtaining and applying water neces- sary to perform his work. If the contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchase by contact- ing the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX. PAYMENT All incidental items of work not separately provided for in the proposal shall be included in the various items of work, and no additional payment will be allowed. X. CONSTRUCTION DETAI Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the subgrade in conformance with Section 301 of the city's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be con- sidered as included in the unit prices paid for the corresponding or associated items of new work. 2. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: (C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. • SP4of5 In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section III of these Special Provisions, the con- tractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provi- sions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flowline. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right - of -way shall be deeply scored at the right -of -way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 120 -L. Street joints shall be constructed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD - 119 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -117 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be 6 feet unless otherwise indicated on the plans or directed by the engineer. 4. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of Portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Vari- able height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. 5. Asphalt Comcrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications. A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. 0 Adjustment of Utility Boxes, Manholes, Etc. to Grade 0 SP 5 of 5 All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, ad- justment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. No separate compensation will be allowed for this work. Protection of Existing Property Line Monuments Many property lines are designated Special care shall be taken during Any monuments removed or dislocated the contractor at his expense. 8. Flow Diversion Around Manholes by "iron pipe and tag" as shown on the plans. removal not to disturb the pipe location. during construction shall be restored by The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing portland cement concrete alley pavement and no additional compensation will be allowed. CERTIFICATE OF INSURANCE TO: City of Newport Beach Name and Address of Insured: Public Works Department Don R. Hess DBA: Don R. Hess Company 3300 Newport Blvd. P.O. Box 8007 Newport Beach, California 92660 Long Beach, California 90808 KIND OF POLICY COMPANY AND POLICY LIMITS OF LIABILITY Bodily Injury Property Damaq POLICY NO. PERIOD A — Workmen's CC 20 309085378 Elf. 4/1%74 Provided by Workmen's Compensation Law State of Nil Compensation Argonaut Exp, 4/1/75 California B — Comprehensive Ell. Each person S Each accident S Liability (1) Automobile Exp. Each accident S Eff, Each person S Each accident S (2) General Exp. Each accident S Aggregate S Aggregate S Eff. Each person S Each accident S (3) General- Exp. Each accident S Automobile Aggregate $ Aggregate S Ell. Exp. Elf. Exp. Ell. Exp. REMARKS: LOCATION: NOTICE OF CANCELLATION: It is the intention of the company(ies) that in the event of cancellation of the policy or policies, ten (10) days written notice of such cancellation will be given to you at the address stated above. - (See reverse side for additional provisions) This is to cgrtjfy overa e,under the above, licies. KINDLER, LAUCCI & DAY insurance Mr This certifica a of nei affirmatively or negatively amends, extends or alters the 1545 WILSHIRE BLVD., LOS ANGELES, CALIF. 90017 coverage afforded by the policy /ies indicated in this certificate. Dated By I CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1604 Project Description: Alley Improvements - Balboa Island 1973 -74 Aetna Casualty and Surety Company and This is to certify that the Yosemite Insurance Company (Name of insurance Company) has issued to Don R. Hess Company, Don R. ame o Hess DBA: Insure 2303 E. Artesia Blvd. / P.O. Box 8007, Lon . "Beach, California (Address of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed* until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. *in a manner which adversely affects the interest of the City of Newport Beach. Coverage Policy No, Po ity'Tenh Limits of iAbility —Tach Occurance Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protective $1,000,000 Products 500,000 Contractu COMPREHENSIVE LIAB. 3AL 179872C AFrom: 811173 $300,000 Bodily. :njury . Protectiv( , Combined Single $1nn_nnn Prnn p 000 Prop Products Limit Bodily Injury To: 8/1/74 Each — �ggf}gg,Contractui or Property Damage From: 8/1/73 FYrpcc linhilifli YXI 102031 Tn- 241 /74 Up To $1,000,000 Thp Aggranata in Each Occurrence and eYrQSS of Primary T This policy includes at least the following coverage�mits a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. X( rXiOY&() 4i( dtYN (�Xi�td(id6XXII(X(D(t>4Qi(Df3(k Name of Agency or Broker: Kindler. Laucci & Day Address of Agency Countersigned by: it ) it Effective date of this endorsement: April 8, , 19 74 , Endorsement No. 4 in i DON R HESS CO. G' (NRRAL ENGINMMING C.ONTRACTORa P.O. BO% 8007 LONG CA. 90608 I am a,a:.re of and ;ill =a.nly with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Work- men's Compenz; tion or to undertake self - insurance before commencing MY of the work. l� ■num��� 1 H :711 Gal L 4L �tlull� rn C3D. , m JA 0 CL, cn = A, 2 -1 fl N 1 H :711 L 4L rn C3D. , m -1 fl N a 0 0 CONTRACT NO. 1604 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND Approved by the City Council this 11th day of March 1974. ura Lagios, City Cler 1973 -74 SUBMITTED BY: pba Co Contractor Address -0 9 op'0a City Zip Code i C) Phone Total Bid Price 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 26 day of March , 1974, at which time they will be opened and read, for performing work as follows: ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope.containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he CCo_rpora�te Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) W"A The City has adopted the Standard ?e_ Ci_ffii (1973 Edition) as prepareTby the�our e Public Works Association and the Assocfat may be obtained from Building News, In &,- California 90034, (213) 870 -9871. Page la caiitornia Lnapters of the American d General Contractors of America. Copies 3055 Overland Avenue, Los Angeles, The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds,.the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance.Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the.corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. [ SIf3 Classification C- C —a A A-,-) cc this proposal is 6 / n , , Cashier's Check 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.i 4 � 11) hone Number Date :Bidd(SEAL) lQltJYLQir _ Authorize Signature Authorized gignature �� Type Organization (Individual, Corporation, or Co- Partnership) List below names of Pres.ident, Secretary, Treasurer and Manager if a corporation. and names of all co- partners if a co- partnership: n 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 2.. 3. 4. 5. 6. 1. 8. 9. 10. 11. 12. Sub- contractor Address der shame AuthorlZed Signature Type O ype o Organization (Individual, Co- partnership or Corp) Z u Ah PACIFIC EMPLOYERS INSURANCE COMPANY A MEMBER OF PACIFIC EMPLOYERS GROUP OF INSURANCE COMPANIES NOME OFFICE - LOS ANGELES. CALIFORNIA BID BOND Bond No. M- 148,109 KNOW ALL MEN BY THESE PRESENTS: That Don R. Hess (hereinafter wiled the PrincipaQ as Principal, and the PACIFIC EMPLOYERS INSURANCE COMPANY, a corporation created and existing under the laws of the State of California, with its principal office in the City of Los Angeles, California (hereinafter called the Surety) as Surety, are held and firmly bound unto Cit'ynf Newport Beach (hereinafter called the Obligee], in the full and just sum of Ten Percent of the amount bid Dollars ($ 7D% of hi r3 t, good and lawful money of the United States of America, to the payment of which sum of money wall and trey to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 25 th. ,nay of_ March A.D., 19—z�—_ THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award to the Principal for Crnt-raot # 1604, A11p;z Trnprnvemantc Ral na TQI Atd 1971-1974 according to the terms of the proposal or bid mode by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with the PACIFIC EMPLOYERS INSURANCE COMPANY, as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. In Testimony Whereof, the Principal and Surety have mused these presents to be duly signed and sealed. WITNESS: (Sea) By: (Seal) (Seal) (If Individual or Firm) ATTEST: — (Seal) Principal (It Corporation) � 11 1 PA4QF C EMPrYERS l SU NCE COMPANY BY- i - R. J. arcus Attorney -In -Fact STATE OF CALIFORNIA u. COUNTY OF T.00 A>gP1 PR f On this 25 th. day of March 19-1-4— before me Janet M. Wheeler a Notary PubSc, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared IIININIumpinIRNIImll go 173n.-III _ R J Mnyp- LO OFFICIAL SEF AL known to me to be the Attorney -in -Fact of Pacific Employers Insurance Company, the Corporation yn?� JANET M. 'WHEELER 3 that executed the within instrumentand also known to me to be the person who executed the within NOTARY PCOLIC CALIFORNIA instrument an behalf of the Corporation therein gamed and acknowledged to, qe 1 of such C)rf ora- "ryJ° PRINCi PAL OFFICE IN lion executed the same. /✓ �r LOS ANGELES COUNTY 2 �/ My Commission Expires Nov. 7, 1976 2 Notary Public in and fo "A .tai,��7 IFS11NMSISSSS11MIi11111sONIS11LS11111L11M111LFW e State of California, Count f Los Angeles tea —isi . § 7 ■, ©�|■, k\/k k c /k\ C Q & § � § § # | k p 2 § § 2 § ( B 0 ' Q � k � � ( . § 7 ■, ©�|■, k\/k k c /k\ C Q & § � § § # | KNOW ALL MEN BY THESE PRESENTS, That we, - as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and.Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 — Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) rincipal Surety By 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 thi s day of My commission expires: i 4 4 v�ct�.1liL JGnL' MAURICE W. RAMSEY NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES. COUNTY My Commission Expires June 5, 1976 0 DON R HESS CO December 31, 1973 FINANCIAL STATEMENTS STATEMENT OF FINANCIAL POSITION STATEMENT OF INCOME AND EXPENSES 10 The above enumerated statements were prepared from information supplied y by you and were not audited by us. Therefore, I do not express an opinion on them. A statement of changes in financial position has not been presented, as required by generally accepted accounting principles. 3/2/74 LEE H. WfRKERELD -CLfl REnCE L. KOOX, ACCOUNTANT AND AU VITO R, 3726-A ATLANTIC AVENUE. LONG BEACH. CALIF OR NIA PON P. HE.S5 CO, VALANCE SHEET AS OF DEC- 31i 1973 ASSETS CUPirN -T ASSETS 1010 3 CAe a 9N: T - ATgD 10400 CASH I". EANK 11000 <.rC, :• T3 �FCEIV4i..LF. 1160,0 F MPL('YE E ALVA.$CFS 13001) UFP_js17S 1310ii L'Er'!iSTTS IN9URF. ;CE T f; TAL CU Pqk E1,T AS.cc TS F1xED ARSETE 154 ^i; F IPr I T t RE A FIXT 1560U NIACHI %jFRY 15800 A;1TT'S d Ti<UCK 3 17800 P9rVTS >IF!t, FFJF P PRFCIATION WET FIX6) AbSLTS 7T HF;� A;9E f5 18400 CMKiTRACTS P4CKLrl G Tt:TAL nTHE,4 ASSETS 199U') SUSPEN'SF, 2633 TOTAL ASSET`' 252.34 %yG��n cRC 200.58' li "Ue� cf 47,995.98 780.00 79.00 11012.50 493.63 2Ep620.80 1`�s 185.94 33*378.01- 23800.00 49,919.24 * 10,922936 * 2,800.00 * 12s514.76- 51A 126.84 x LEE H. V.AKEFIELD ACCOUNTANCY ff1PPbRATI5N PREPARED WITw °IUT AIMI T JFIr) ACC "UHT ANCY r"PPHR A TT ON! PREPARFrI WTTW %1IT AUfiI T.__....� b`1N P. HESS Cti. INCPnf STATEMENT PLkI`JP ENDINQ DEC. 31p 1973 CURRENT PERIOD PCT, YEAR TO DATE PCT. 91 INC5 I IF 32]uU 6ATd tiff SALE "+F ASSETS TPTnL ;,IT EP JF<CHMF 0lHF.R FXi F."t:Sc 95100 ",TS(: !c)(PEhbE TPTAL oTHF.. txPL"jSE NE T INCF"+E. 73.00- .1 73.00 -s •1 81251.25 r 12.8 11000.00 .4 1,000.00 + .4 52.85 .0 52.86 4 •0 37188 ° -42 * 17.0 2633 LFF H. M. AKi:'F TFIf) AfCMUNTAb:CY rill PHRAT T tin! PQP PAOCn WT TU.auT .mTT c STATEMENT OF FINANCIAL RESPONSIBILITY. The undersigned submits herewith a statement of his financial responsibility. JV • Signed 0 e 1= 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 EYIG 1 naev 1 _ice/ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 1604 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 16210 Construct 6" thick P.C.C. alley pave - Sq. Feet ment. @ d�4q_'.c CZLC60i2. Dollars and Cents $ Per Sq. F of "'- 2. 4 Construct 6" thick P.C.C. alley Each approach over native soil @ .SOU tAuy1LDY'ti°_&Vp,Hllars ✓' / �oUv- anck A 'id (0011 4.0--& nd Cents $-4-140c' $ 1489600 Per Each 3. 1355 Construct B" thick P.C.C. Sq. Feet street paving Dollars i and Cents $ f $ o — 4 5b Per Sq. Foot' TEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 4. 1540 Construct 4" thick P.C.C. garage Sq. Feet approach in alley areas. PR2of2 UNIT TOT L PRICE PRICE @ Dollars / and (03 ik�U Cents $� Per Sq. Foot T 5. 175 Construct 4" thick P.C.C. side - Sq. Feet walk. @ Dollars / and ` r� ix -rm C7, )G.In i Cents $ 1 Per Sq. Foot % 6. 86 Construct 6" type "B" curb. Linear Feet @ OUr CQyC -A9_3 Dollars j and 8� Cents $ 4 Per Linear Too t x $` SIOZo $ 41 1IL0 7. 730 Construct 4" thick A.C. garage Sq. Feet approaches in alley areas. @ &W_ CO3Cup� Dollars JZoe_Tv 1Y�fee 6Dx�S and' Cents Per Square Foot T- 8. 160 Construct variable thickness A.C. Sq. Feet feather join. @ h(j Dollars and Cents $ , p Per Square Fobt TOTAL PRICE WRITTEN IN WORDS: Tfli S.ii /(/lil.6ciscnc✓ Fod o.l� .�r�.a�T/J Tan . Dollars and -��,� 4 ;)r a Cents CONTRACTOR'S LICENSE NO. c) L TELEPHONE NUMBER 4a 1 02 I i 3 -26 -7y Date er"s 6e �5S 6 ✓35 �1 ►� S CONTRACTOR'S ADDRESS P01190x040 % Lvn4 6604-4 94AOB ^ 0 0 I N D E X TO SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 3 1. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . 3 2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . . 3 3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Adjustment of Various Walks, Landings, Fence Supports, etc.. . . . . 4 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . . . . . . 5 7. Protection of Existing Property Line Monuments . . . . . . . . . . . 5 8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . . . . . 5 • CITY OF NEWPORT BEACH SPlofS • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1973 -74 CONTRACT NO. 1604 I. SCOPE OF WORK The work to be done under this contract consists of constructing portland cement con- crete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and struc- tures to grade, and other incidental items of work. Also included is street recon- struction at the ends of various alleys. The work is located in various alleys on Balboa Island. The contract requires completion of all work in accordance with these Special Provisions: the City's Standard Special Provisions, the plans (Drawing No. A- 5068 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purc ad— from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Tele- phone: (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. III. COMPLETION AND SCHEDULE OF WORK The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed in the Balboa Island alleys by June 14, 1974. 2. Portland cement concrete garage approach and sidewalk sections shall be placed separately from Portland cement concrete alley pavement. 3. Tw elve (12) consecutive calendar days will be allowed for removals and to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. The alley approach shall be considered to include the adjacent portion of the street pavement to be reconstructed. 4. Ten (10) additional calendar days (for a total not to exceed twenty -two (22) con- secutive calendar days) will be allowed to construct the 4 -inch thick portland cement concrete garage approach or sidewalk sections; the 4 -inch thick asphalt concrete paving and patchings and the variable thickness asphalt concrete feather. It is recommended that the portland cement concrete garage approaches and sidewalks be constructed prior to the construction of the alley and approaches. • • SP 2 of 5 5. Due to the existing one -way traffic pattern in the streets on Balboa Island, no two parallel alleys may be in any stage of construction or curing at any one time. In summary, the above requirements mean that the contractor will be allowed a maxi- mum of twenty -two (22) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curing time for new portland cement concrete improvements. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 22 consecutive calendar days from the day it is first closed to such use. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100 per day ( including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by June 14, 1974. The intent of this section of the Special Provisions is to emphasize to the contractor the improtance of prosecuting the alley construction in an orderly, pre - planned con- tinuous fashion so as to minimize the time an alley is closed to vehicular traffic. IV. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours; but it must be restored to two -way traffic at the end of each working day and on weekends and holidays. V. NOTIFICATION TO RESIDENTS The city will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the city and the contractor shall insert the applicable dates at the time he dis- tributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explana- tory letter. This letter will also be prepared by the city and distributed by the contractor. VI. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the contractor shall be respon- sible for requesting each utility company to locate its facilities. • • SP3of5 Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The con- tractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the Plans. VII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys including construction staking shall be under the super- vision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked 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 there- for. VIII. WATER The contractor shall make his own provisions for obtaining and applying water neces- sary to perform his work. If the contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchase by contact- ing the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX. PAYMENT All incidental items of work not separately provided for in the proposal shall be included in the various items of work, and no additional payment will be allowed. X. CONSTRUCTION DETAILS Pavement Removal, Excavation, and Subqrade Preparation Existing Portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the subgrade in conformance with Section 301 of the city's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be con- sidered as included in the unit prices paid for the corresponding or associated items of new work. 2. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: (C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. • • SP 4 of 5 In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section III of these Special Provisions, the con- tractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provi- sions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flowline. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right - of -way shall be deeply scored at the right -of -way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 120 -L. Street joints shall be constructed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD - 119 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -117 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be 6 feet unless otherwise indicated on the plans or directed by the engineer. 4. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Vari- able height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications, A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. SP5of5 Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of Portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, ad- justment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. No separate compensation will be allowed for this work. Protection of Existing Property Line Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during construction shall be restored by the contractor at his expense. 8. Flow Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing portland cement concrete alley pavement and no additional compensation will be allowed. RESOLUTION NO. APR B 194 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR "+ ALLEY IMPROVEMENTS, BALBOA ISLAND 1973 -1974 CONTRACT NO. 1604 WHEREAS, pursuant to the notice inviting bids for work in connection with the reconstruction of five deteriorated alleys on Balboa Island, 1973 -74, in accordance with the plans and specifications heretofore adopted, bids were received on the 26th day of March, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Don R. Hess Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Don R. Hess Company for the work in the amount of $35,415.25 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 8th day of April , 1974. Mayor ATTEST; City Clerk DON/bc 4/2/74