Loading...
HomeMy WebLinkAboutC-1694 - Street resurfacing, Irvine Avenue, Westcliff to SantiagoTO: CITY COUNCIL FROM: Public Works Department June 23, 1975 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF STREET RESURFACING, IRVINE AVENUE, WESTCLIFF DRIVE TO SANTIAGO DRIVE (C -1694) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the resurfacing of Irvine Avenue, Westcliff Drive to Santiago Drive has been completed to the satisfaction of the Public Works Department. The bid price was $48,460.00 Amount of unit price items constructed 50,610.58 Amount of change orders 1,337.00 Total contract cost 51,947.58 Funds were budgeted in the General Fund, Street and Alley Account. Subsequent to the opening of the bids, it was decided to construct a left -turn pocket at the intersection of Irvine Avenue and Holiday Road. A change order was issued to cover the construction of the curb and gutter in- cluded in this work. The additional paving required was included in the cost of the unit price items. The design engineering was performed by the Public Works Department. The contractor is R. J. Noble Company of Santa Ana, California. The contract date of completion was May 14, 1975. The work was sub- stantially completed by that date. Joseph T. evlin Public W ks Director GPD:jd C!T f N;4 iikW ?QaT ki::F. H TO: CITY COUNCIL FROM: Public Works Department r, March 10, 1975 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: STREET RESURFACING - IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE (C -1694) RFr.iMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on April 1, 1975. DISCUSSION: This project provides for asphaltic concrete overlay and patching on Irvine Avenue from Westcliff Drive to Santiago Drive. The work is part of the continuing street maintenance program and will pro- vide adequate structural sections for present and future traffic demands. The plans were prepared by the City. The estimated date of completion is May 16, 1975. The estimated cost of the work is $63,000.00. Funds have been provided for this work in the annual Street and Alley Program, Account No. 02- 3374 -014. ep T. Devlin lic o ks Director 4W:hh iQ- 67,16 6 6_�_l APR 14 1975 By the CITY CUUNCIL CITY OF NRWPORT BEACH TO: CITY COUNCIL FROM: Public Works Department April 14, 1975 CITY COUNCIL AGENDA ITEM NO. H -2 b SUBJECT: STREET RESURFACING - IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE (C -1694) RECOMMENDATION: Adopt a resolution awarding Contract No. 1694 to R. J. Noble Co. for $48,460, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Seven bids were received and opened in the office-of the City Clerk at 10:30 A.M. on April 1, 1975. Bidder Amount R. J. Noble Co.; Orange $48,460.00 Sully- Miller Contracting Co.; Orange 48,977.50 John W. Tiedemann Co.; Whittier 49,706.50 E. L. White Co. Inc.; Orange 49,724.00 Griffith Company; Irvine 55,840.00 Lorenz Construction Inc.; Orange 57,750.00 R. W. McClellan & Sons, Inc.; Santa Ana 58,080.00 The low bid is 22.6% less than the engineer's estimate of $63,000. Funds have been provided for this project in the annual Street and Alley Program, Budget Number 02- 3374 -014. This project provides for asphaltic concrete overlay and patching on Irvine Avenue from Westcliff Drive to Santiago Drive, approximately 1.2 miles. The work is part of the continuing street maintenance program and will provide adequate structural sections for present and future traffic demands. The low bidder has satisfactorily performed similar work for the City in the past. The estimated date of completion is May 16, 1975. The plans and specifications were prepared by the Public Works Department. Joseph T. evlin Public Wo s Director JW:jd RESOLUTION NO. .. APR14 1975 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR By the CITY COUVCILIMPROVEMENTS IN CONNECTION WITH STREET RESURFAC- CITY OF Niwmn BEAQING - IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE, CONTRACT NO. 1694 f,/ z Y ) WHEREAS, pursuant to the notice inviting bids for improvements in connection with street resurfacing, Irvine Avenue from Westcliff Drive to Santiago Drive, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of April, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is R. J. Noble Co.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of R. J. Noble Co. for the work in the amount of $48,460.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf Hof the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 14th day of April , 1975. Mayor ATTEST: City Clerk DDO /bc 4/10/75 LE"L NOTICE LEGAL NOTICE CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the offs- of the City Clerk, City Hall, Newport Beach, Califor:.,,, until 10:30 A.M. on the 1st day of April, 1975, at which time they will be opened and read, for performing work as follows: STREET RESURFACING IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE CONTRACT NO. 1694 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, exe- cuted, 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures, In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening, The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 (Prop- erty - Liability). , In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 at seq.), the City Council of the City of Newport Beach has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 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, CALIFORNIA Publish: March 13, 1975, in the Newport Harbor, Ensfgn. 7 l� July 14, 1975 R. J. Noble C P. 0. Box 620 Orange, .::A 92666 Subject: Surety : '_eatherby Insurance Cow Bonds No. : 015707 Project : Street Resurfacing of Irvine Avenue Westcliff Drive to Santiago Drive Contract No: 1694 The City Council on June 23, 1975 accepted the work of subject project and authorized the City Cleric to file a Notice of Cmpletion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on June 26, 1975 in Book No. 11441, Page 1978. Please notify your surety am w7 that bonds may be released 35 days after reoard ng date. Doris M. George Deputy City Clerk swk cc: Public Works Department RECORCING REQUESTtD BY PLEASE RETURN TO: LAURA LACIOS, CITY CLERK CITY OF NE ATCRT BEACH 3300 NF:; ":]»T EOULEEVARD NEWPORT BEACH, CALIF. 92660 29530 EXEMPT C9 NOTICE OF COMPLETION PUBLIC WORKS Q BX 1144 1 PC 1978 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 5 Pas' 11 AA JUN 261975 L YlYLRE CARLYLE, County Reoordu To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Street Resi Drive to Santiago Drive, C -1694 on which R. J. was the contractor, and Lea5 was the surety, was completed. V ERI FI CA I, the undersigned, say: CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 24, 1975 I, the undersigned, E at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on June 23, 1975 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 June 24, 1975 at Newport Beach, California. 6 V" T Cy' co '0 f CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: ,hate 24. 1975 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting Of Street Romwf ng _ Twine A1BELiks Contract No. Of! which R. J. Noble CMMX was the Contractor and 1"theity Ina mince CgAmmv was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. a Date May 90 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1694 Project St-M t Rsstsfe03ne — I to Sett&W Attached is signed copy of subject contract for transmittal to the contractor. end . Con tractor• K. J'. YJobjs Address: P. 0. 90K 620 - Orw4ev G 92666 Amount: $ 4469460.00 Effective Date: Mesh 10v 1.974 Resolution No. f4&6 LL:dg Att. cc: Finance Department (ri Laura Lagios Aw CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STREET RESURFACING IRVINE AVENUE ' WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 CONTRACT NO. 1694 Approved by the City Council this 10th day of March, 1975. p�c1Cr✓ ' Laura Lagios, City, erk 0 CITY CLERK SUBMITTED BY: R. J. NOBLE COMPANY mtractor P. 0. Box 620 Address Orange, CA 92666 City Zip 637 -1550 Phone $48,460.00 Total Price Bid I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE 1n7A 7c CONTRACT NO. 1694 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 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 here- by proposes to furnish all materials and do all the work required to complete Contract No. 1694 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: NO. AND UNIT IT PRICE WRITTEN IN 1. 3000 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack coat. @ Eleven Dollars and Ninety -eight Cents $ 11.98 $ 35,940.00 Per Ton 2. 550 Remove existing and construct 6" Tons Type III- B- AR4000 asphaltic concrete base course @ Seventeen Dollars and Forty Cents $ 17.40 $ g 570..00 Per Ton 3. 15 Adjust sewer and storm drain Each manholes to finished grade. @ Ninety Dollars and Nn Cents $ g0.00 $ 1_ 53 0"00 Per Each PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 32 Adjust water valve, sewer cleanout, Each survey monument and water meter boxes to finished grade. @ Fifty Dollars and No Cents $ 50.00 $ 1,600.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Forty -Fight Thrnjcand Four Hundred Sixty Dollars and An Cents $ 48,460.00 We 1 1975 Date R. J. NOBLE COMPANY Bid er s Name v ns ut orized Signature Vice President CONTRACTOR'S LICENSE NO. A- 121736 TELEPHONE NUMBER 637 -1550 CONTRACTOR'S ADDRESS P Q_ Rny 62n. nranqp- CA q2666 • • 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 lst day of April , 1975 , at which time they will be opened and read, for performing work as follows: STREET RESURFACING IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE CONTRACT NO. 1694 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 the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard 1, ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern Cat ornta Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Prcvisions 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). l 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. A- 121735 Classification A Accompanying this proposal is dde Bon Cas Certt to d C ec ,, Cashier's Check or on 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 637 -1550 Phone Nu e April 1. 1975 Date R. NBE- COMPANY Bid er s Name (SEAL) ut ortze ignature - Vice President Aut orize tgnature - Secretary Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Paul H. Cleary President Neil R. Evans Vice President John P_ Odpr Secretary Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 4. 5. 6. 7. 9. 10. 11. 12. R. J. NOBLE COMPANY Bidder's ame S /Neil R. Evans Authorized ignature ice- rest ent Corporation Type of Organization (Individual, Co- partnership or Corp.) P. 0. Box 620 .7—T ... FOR IGINAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL_MEN BY THESE PRESENTS, That we, R. J. NOBLE COMPANY as Principal, and Leatherby Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the amount of the accompanying bid in --- - - - - -- 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 Street Resurfacing Irvine Avenue - Westcliff Drive to Santiago Drive (C- 1694). 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 1st day of April 19 .75 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) 4/1/75 J. E. Jernigan, Notary Public Commission expires July 21, 1975 R J NOBLE COMPANY Principal Leatherby Insurance Company Surety Title 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 agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever 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 this 1st day of April , 19 75. My commission expires: nrt. 94- 1Q76 S/�J,illiam Timotarver Notahy Cry u65ic FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. The R. J. Noble Company is qualified to bid a thirteen million dollar State of California project. S /Neil R. Evans, Vice President Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1973 County of Orange Keith Hart 834 -3488 1973 City of Tustin Bob Lendenker 544 -8890 1974 City of Irvine Andy Andersen 644 -3011 1974 City of Villa Park Roy Stevenson 998 -1500 S /Neil R. Evans, Vice President Signed 0 • Page 8 LABOR AND MATERIAL BOND BOND NO. B- 015707 PREMIUM INCLUDED IN PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That EXECUTED IN DUPLICATE. WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted has awarded to R. J. NOBLE COMPANY hereinafter designated as the "Principal ", a contract for Street Resurfacing Irvine e,i.miia Westcliff Drive to Santiaqo Drive (C- 1694). 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.bon'd.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 R .1_ NnRIF rnMPANY as Principal, hereinafter designated as the Contractor and LEATHERBY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWENTY -FOUR THOUSAND TWO HUNDRED THIRTY AND NO /100 - -Dat }yam ($ 24,230.00 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee;, to be fixed by the Court.as required by the Provisions of Section 4204 of the Government Code of the State of California. • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to:the work the specifications accompanying the same shall in any wise bond, and it does hereby waive.notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17th day of APRIL; , 1975 _. R. J. NOBLE COMPANY (Seal) �2 (Seal) (Seal) ontractor LEATNERRY INSURANCE COMPANY (Seal) (Seal) _ W. W. JELKS, ATTORNEY-in-FACT (Seal)` Approved as ;ZL City Atil6rney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk - - ,.. a State of CALIF. t' County of ORANGE } �� On APRIL 17, 1975 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared W. W. JELKS known to me to be Attorney-in-Fa" of LEATHERBY INSURANCE COMPANY, the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the mid corporation, and he duly acknowledged to me that such corporation executed the same. wXXl�71111iASITnnl WkZO FFICIAL SE am�gflCMM mr my hand and affixed mY of5uel �. day �[td year stated in this certificate above. OFFICIAL SEAL J. E. JERNIGAN JTA I IUBLI —CALIFORNIA MCI = \ 3I / ORAncE COUNTY - Notary Pub ` J A Mv�Lpmmission Expires July 21, 1975 lifl � �YnTl, llllllllllllllllllllllllllllllll „11, 1111111„ IIII, IIIIIIIIIIIII ,IIIIII,111111111111111111 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 BOND NO. B- 015707 PREMIUM: $291.00 EXECUTED IN DUPLICATE WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 14, 1975 has awarded to R. J. NOBLE hereinafter designated as the "Principal ", a contract for Street Resurfacing Irvine Avenue, Westcliff Drive to Santiago Drive (C -1694) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, R_ .I- NDRLE COMPANY as Principal, hereinafter designated as the "Contractor ", and LEATHERBY INSURANCE COMPANY, As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EORTY_FIGHT THOUSAND FOUR HUNDRED SIXTY AND NO /100 Dollars ($ 48,460.00 ) said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. • •t . • 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 17th day of APRIL , 1975 . NOBLE COMPANY 0 � (Seal) Contractor (Seal) W. W. JELKS, A ORNEY -in -FACT ,(Seal) urety Approved as to farm: _4 ty ttorney State Of CALIF . County of ORANGE r.: On APRIL 17, 1975 before me, a Norary Public in and for said County and State, "siding therein, duly commissioned and sworn, personally appeared W. W. JELKS known to me to be Attorney -in -Fact of LEATI-ERBY INSURANCE COMPANY, the corporation described in and that executed the within and foregoing imtrummt, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged m me that such corporation executed the same. IN ,^tw"ERE .n. .I n. n " "w "A' my hand and afZed my otfcial CY�RF'1V�1 YWD1 .(lay year ssarsd in this cettifiva above. J. E. JERNIGAN NO'ARY PUBLIC- CALIFORNIA f my t ' ExpirN%RAa�IP -L OFFICE IN _._ _ -_ ORANGE E6- UNTY ��at/Public. x My Commission Expires July 21, 1975 k FOR1Wg9"I...nnmummnwi...... nmummuunnonnnnlinuninunmmuuuuh Page 12 CONTRACT THIS AGREEMENT, made and entered into this Zfr day of /V,.-? y , 19-7.6, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and R. J. NOBLE COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH> That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Street Resurfacing Irvine Avenue, Westcliff Drive to Santiago Drive (C -1694) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and`Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City,"and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ,.and does hereby employ the said Contractor to provide the materials and to do the work. according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders. Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. r 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. Approved as to form_ I CITY OF NEWPORT_.BEACH, CALIFORNIA By: I Maybf 6!� R. J. NOBLE COWIPAWY. . i c�:c ..'�, ;.; •: .;• (. .:. c�.�'v. _ . r. � t i `"..a`.r�.$��.�c;�.�si'tid"�_.. f. .. .._. __- .�,...»..�n�- ...... .e � �'.a.Y-rs.. _ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO 1n1 lP CONTRACT NO. 1694 INDEX TO SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION OF RESIDENTS AND BUSINESSES . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 3 A. Asphaltic Concrete Patching . . . . . . . . . . . . . . . . 3 B. Street Reconstruction . . . . . . . . . . . . . . . . . . 3 C. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . 4 D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . 4 • • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 CONTRACT NO. 1694 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, material and services necessary to complete asphaltic con- crete resurfacing and reconstruction as shown on the plans, complete in place, including all necessary appurtenant work. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. R- 5257 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Speci- fications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions 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 OF WORK The contractor shall complete all work on the contract within 30 consecutive calendar days after award of contract by the City Council. The contractor shall submit a construction schedule in accordance with Sec- tion 6 -1 of the Standard Specifications and the requirements of this section for review and approval. IV. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. ?,� • ., SP 2 of 4 V. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specification. Adequate barricades shall be used to insure public safety and to prevent track- ing of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of tack coat. Work shall progress in such a manner that one lane in each direction shall remain open to vehicular traffic at all times. The contractor shall furnish temporary "NO PARKING" signs and post the streets to be resurfaced twenty -four (24) hours in advance of his resurfacing operations. The signs shall be made of white or buff card stock with a minimum weight of 120 pounds. Signs shall have minimum dimensions of 15 inches wide and 18 inches high. The signs shall be lettered in red except for the date of work and shall conform to the dimensions shown below: TEMPORARYZ2" NO PARKING =3" TOW AWAY ZONE =II12 6 A.M. TO 6 P.M.==iIi2' C.V.C. 22652 B-S3 /4 NEWPORT BEACH POLICE DEPT.=% WRlXuxam Z 374 644 - 3711 The contractor shall insert in black the date of work for the street or alley to be posted. A copy of the required sign is on file for inspection at the Public Works Department. VI. NOTIFICATION OF RESIDENTS AND BUSINESSES Written notices prepared by the City shall be distributed to the affected resi- dents and businesses by the contractor 36 to 48 hours in advance of the resur- facing. The notices shall alert the abutting residents and businesses of the temporary inaccessibility to their property, stating when the work will start and approximately when the street will be restored to normal vehicular use. „�, • • SP 3 of 4 A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the distributed schedule. The City will prepare the written renotification explain- ing the cause for delay and stating the new schedule. VII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. VIII. CONSTRUCTION DETAILS A. Asphaltic Concrete Patching City forces will complete the minor asphaltic concrete patching prior to the overlaying operations. B. Street Reconstruction 1. Limits of Reconstruction The contractor shall reconstruct a portion of Irvine Avenue to the limits shown on the plans. 2. Pavement Removal, Excavation, and Subgrade Preparation All pavement to be removed and all material to be excavated from the street area down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location accept- able to all cognizant agencies. Subgrade preparation shall be in conformance with Section 301 of the Standard Specifications. 3. Asohalt Concrete Base Course a. Definition Base course is defined as that area between final compacted sub - grade and the existing street grade. The base course shall consist of two lifts, each with a compacted thickness of 3 inches. b. Asphaltic Concrete The asphaltic concrete to be furnished and placed for the base course shall be Type III -B -AR -4000 in conformance with Section 400 -4 of the City's Standard Specifications. c. Placement The asphaltic concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. K' . • SP 4 of 4 I C. Asphaltic Concrete Overlay 1. Limits of A.C. Overlay The asphaltic concrete overlay shall be placed to the limits and thickness as shown on the plans. 2. Pavement Markers Prior to placing the A.C. overlay the contractor shall remove all pavement markers. 3. Asphaltic Concrete The asphaltic concrete to be furnished and placed for the overlay shall be Type III -C2 -AR 4000 in conformance with Section 400 -4 of the Standard Specifications. 4. Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. D. Utility Adjustment to Grade All sewer and storm drain manholes, water valve boxes, sewer cleanouts, water meter boxes and survey monument boxes shall be adjusted to finished asphaltic concrete surfacing grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facili- ties. Although these facilities are to be adjusted to finished grade by the respective utility, the contractor shall be required to mark their location on the finished pavement surface. CITY OF NEWPORT BEACH CERTIFIA OF INSURANCE FOR CONTRACT WORFOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1694 . MODIFICATIONS TO THIS CERTIFICATE ARE N T ACCEPTABLE Project Description: Street Resurfacing Irvine Avenue - Westcliff Drive to Santiago Drive This is to certify that the Leatherby Insurance Com an (Name o nsurance ompany has issued to R. J. Noble Com an (Name o nsure af 15505 Lincoln Avenue, Orange, California 92669 (Address of nsure 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. Coverage Policy No. Policy Term Limits of L a i it Each Occurrence Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protectil $1,000,000 Products $ 500,000 Contracti SHOW C )MPLETE INFORKATION BELOW Policy No. COMPREHENSIVE LIAR. CLO10774- Combined Single Limit Bodily Injury 15070 & ULO10774- From: 7 /1/74 $�. 5...00-;ZO.O�O.�Protecti $i,000,00Products or Property Damage 19015 To: Cc n ti nu o s$ 500,000 $5 00 , 0 OContract Each Occurrence This policy includes at least the following coverages: 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. Marine or Aviation (when applicable). Name of Agency or Broker: Leatherby Insurance Service ,e ial ) re ial Address of Agency or Broker: 1400 North Harbor Blvd., Fullerton, Calif. 92635 Telephone No. (714) 879 -8903 Countersigned by: Effective date of this endorsement: April 18, 1975 , Endorsement No. 4fi w iCITY OF NEWPORT BEACH - LICENSE DIVISI• 3300 NEWPORT BLVD. BLDG. PERMIT # JOB ADDRESS: Resurface Tryine Avenue GENERAL CONTRACTOR OR OWNER: City of Newport Beach SWIMMING POOL CONTRACTOR: R. J. Noble ADDRESS OF POOL OR GENERAL CONTRACTOR: P. 0. Box 620 Orange. Ca. 92666 To Owner /Builder or CONTRACTOR: Please return to the Newport Beach License Division a complete list of all sub- contractors, services, or individuals working on this job site, other than lawful employees. This list should be received by License Division prior to your requesting any final inspections. SUB - CONTRACTOR TRADE OR SERVICE, ETC, ADDRESS OFFICE USE ONLY Acoustics treatment NONE Air Conditioning NONE Asphalt pavinjx NONE Building supply Deliv. Co. NONE Cabinets Carpentry finish NONE Carpentry rough NQNF Carpeting NONE Chimney Construction clean up NONE Concrete gutter and curbs NONE Concrete mixing Co. NONE Concrete walks NONE Concrete foundation NnNF Doors fire NONE Doors ara e Doors (sliding) NONE Doors (plaster Board) NONE Electrical contractor. Excavating Fencing Floors (hardwood) NQNF Floors linoleum or the NONE Glazing ONE Grading bldg. site NONE Heating Insulation NONE Landscaping NONE Lathing NONE Marble NONE Market fixtures NQNF Masonry ISUB-CONTRACTOR • TRADE OR SERVICE, ETC, ADDRESS OFFICE USE ONLY Millwork NONE Painting Paperhanjting NONE Parking lot sealcoating NONE Parking lot striDDine Plastering Plumbin Refrigeration NONE Roofing cover NONE Sewer contractor NQNF Sheet metal NONE Shower pans NONE Signs NONE Sink and table tops WnNF Sprinklers (fire) NONE Sprinklers lawn NONE Steel misc. ornamental iron NONE Steel reinforcing Steel structure NONE Streets and drives NONP Streetlights NONE Terrazzo NQNF Tile ceramics etc. NONE Toilet partitions NQNF Weatherstrip NONE Welding NONE Window cleaning NONE Other NONE Other NONE Other NONE Other NONE Thank you for your cooperation. We realize not all of the above categories apply to every job. The list has been compiled to assist you in completing this form. It will be kept on file for the convenience of the OWNER, BUILDER AND CITY STAFF, ( 2) May 5, 1975 TO: CITY CLERK FROM: Public Works Department SUBJECT: STREET RESURFACING IRVINE AVENUE- WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 (CONTRACT NO. 1694) Attached are three copies of the subject contract documents together with the insurance certificates. Please have them executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining two copies to this department. S A)4ul�-ey- John S. Wolter Project Engineer JSW:h Attachments r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STREET RESURFACING i IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 CONTRACT NO. 1694 SUBMITTED BY: Contr for � r.�B•�L Ca a b AddresF D /.,az2Q e de V2� City Zip Approved by the City Council this 10th day of March, 1975. Phone Laura Lagios, City, erk Total Price Bid 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 1st day of April I , 1975 , at which time they will be opened and read, for performing work as follows: STREET RESURFACING IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE CONTRACT NO. 1694 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 Corporate Seal shall be affixed to all documents requiring signatures. In the case of a'Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 0 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 Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $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). 1 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. ,A- �aiy.2s� Classification /I Accompanying this proposal i , certrtiea unecK, casnier•s 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. lo3'y— /.7.� o Phone Nu er Date Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Wzyj (G✓ • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. % r Bidder's Name �iAuthori g l�C�ir��edl�r.L urLi76TC�C9ti Type cff Organlzation (Individual, Co- partnership or Corp.) Address e therby Leatherby Insurance Company Adminiatrafive Home Cfnce Ornp8nieS 1400 North Harbor Blvd. • Fullerton, California 92635 (213) 691 -0718 • (714) 879 -8903 THE PREMIUM FOR THIS BID BOND IS INCLUDED IN THE MASTER BID BOND CHARGE. BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, R. J. NOBLE COMPANY as Principal, and the LEATHERBY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New York, and authorized to do business in the State of CALIFORNIA as Surety, are held and firmly bound unto the CITY OF NEWPORT BEACH as obligee, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID IN------ -- - --- DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: STREET RESURFACING ON IRVINE AVENUE FROM WEST CLIFF TO SANTIAGO. according to the terms of the proposal or bid made 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 LEATHERBY 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. Signed. Sealed and Dated this T st day o{ APRT I ig 75 _ 4 �e Form 11d91 - Contract - Bid Bond R. J. NOBLE COMPANY Principal LEATHERBY INSURANCE COMPANY By GEORGE WYE Attorney -in -fact r S< of CALIF. t coanty of ORANGE f °; On APRIL 1, 1975 before me, a Notary Public in and for Wd County and Stara, reeid7mill therein, duly commissioned aad sworn, personally appeared GEORGE L. WYE known ro nse to be Attormeyin•Pacr of LEATHERBY INSURANCE COMPANY, the corporation described in and dmt a:ecuted the within and foregoing instrument, and knowm to me to be the person who erecured the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation arawted the sense. i IN ,��pl, e11j,� yp��„ µ y,y� my hand and affisad my o6xial 6 stm ed in dtis artifieaw show. OFFICIAL SEAL f J. E. JERNIGAN My &9§ ftY PUBLICCALIFO?NIA UF"Ut IN Pvbhc ORANGE COUNTY FO �}yyCornmission Expires July 21 1975 € maummnruwiwvwwwue. my � $. 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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) A Title Principal Surety 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 agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever 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. 0 Awl 0_ Subscribed and sworn to before me this-_ _day 1977 of APrjt L- , My commission expires: OFFICIAL SEAL WM=KM TIMOTHY CARVER OMNOE - CALJFOFWM MI�OfwnMlen Bm6w Oa 241976 f Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 7/L�, S2 !?BLS y �a Zv lscl c2� z« v rA� i g'�G i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. f i new • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 CONTRACT NO. 1694 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 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 here- by proposes to furnish all materials and do all the work required to complete Contract No. 1694 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: TEM QUANTITY NO. AND UNIT UNIT ITEM DESCRIPTION PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 1. 3000 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack coat. @�,,(�� tti: Dollars and 4TL1 &J r Liub k Cents $ i,, 6/1 Per Tojy 2. 550 Remove existing and construct 6" Tons Type III- B- AR4000 asphaltic concrete base course @ Dollars and r. Cents $ in. 'SL' $ 57[:. V Per on. 3. 15 Adjust sewer and storm drain Each manholes to finished grade. @ i, r he ; Dol l ars and o )'l r Cents $ 90 oc. $ i, 350. Per Each 4. 32 Each • PR2of2 UNIT PRICE WRITTEN IN WORDS Adjust water valve, sewer cleanout, survey monument and water meter boxes to finished grade. @ Dollars and YZL' Cents Per Each TOTAL PRICE WRITTEN IN WORDS: f Dollars i and n c Cents ' C. J. 1 6- Da e UNIT TOTAL PRICE PRICE $ !2 Al O o oc CONTRACTOR'S LICENSE NO. y� /7.3_i� TELEPHONE NUMBER CONTRACTOR'S ADDRESS (/1/1g 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE 1974 -75 CONTRACT NO. 1694 INDEX TO SPECIAL PROVISIONS - � t Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . I . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION OF RESIDENTS AND BUSINESSES . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 3 A. Asphaltic Concrete Patching . . . . . . . . . . . . . . . . 3 B. Street Reconstruction . . . . . . . . . . . . . . . . . . 3 C. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . 4 D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . 4 - � t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET RESURFACING IRVINE AVENUE WESTCLIFF DRIVE TO SANTIAGO DRIVE CONTRACT NO. 1694 I. SCOPE OF WORK SP 1 of 4 The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, material and services necessary to complete asphaltic con - crete resurfacing and reconstruction as shown on the plans, complete in place, including all necessary appurtenant work. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. R- 5257 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard S Speci- fications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions 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 OF WORK The contractor shall complete all work on the contract within 30 consecutive calendar days after award of contract by the City Council. The contractor shall submit a construction schedule in accordance with Sec- tion 6 -1 of the Standard Specifications and the requirements of this section for review and approval. IV. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. • • SP2of4 V. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specification. Adequate barricades shall be used to insure public safety and to prevent track- ing of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of tack coat. Work shall progress in such a manner that one lane in each direction shall remain open to vehicular traffic at all times. The contractor shall furnish temporary "NO PARKING" signs and post the streets to be resurfaced twenty -four (24) hours in advance of his resurfacing operations. The signs shall be made of white or buff card stock with a minimum weight of 120 pounds. Signs shall have minimum dimensions of 15 inches wide and 18 inches high. The signs shall be lettered in red except for the date of work and shall conform to the dimensions shown below: TEMPORARY =2" NO PARKING =3" TOW AWAY ZONE =Ili2 6A.M. TO 6RM.==li2 ' C.V.C. 22652 B- -1=3/4 NEWPORT BEACH POLICE DEPT.—T-3/4 673- 2 2 1 123/4 The contractor shall insert in black the date of work for the street or alley to be posted. A copy of the required sign is on file for inspection at the Public Works Department. VI. NOTIFICATION OF RESIDENTS AND BUSINESSES Written notices prepared by the City shall be distributed to the affected resi- dents and businesses by the contractor 36 to 48 hours in advance of the resur- facing. The notices shall alert the abutting residents and businesses of the temporary inaccessibility to their property, stating when the work will start and approximately when the street will be restored to normal vehicular use. • • SP3of4 A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the distributed schedule. The City will prepare the written renotification explain- ing the cause for delay and stating the new schedule. VII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. VIII. CONSTRUCTION DETAILS A. Asphaltic Concrete Patching City forces will complete the minor asphaltic concrete patching prior to the overlaying operations. B. Street Reconstruction 1. Limits of Reconstruction The contractor shall reconstruct a portion of Irvine Avenue to the limits shown on the plans. 2. Pavement Removal, Excavation, and Subgrade Preparation All pavement to be removed and all material to be excavated from the street area down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location accept- able to all cognizant agencies. Subgrade preparation shall be in conformance with Section 301 of the Standard Specifications. 3. Asphalt Concrete Base Course a. Definition Base course is defined as that area between final compacted sub - grade and the existing street grade. The base course shall consist of two lifts, each with a compacted thickness of 3 inches. b. Asphaltic Concrete The asphaltic concrete to be furnished and placed for the base course shall be Type III -B -AR -4000 in conformance with Section 400 -4 of the City's Standard Specifications. c. Placement The asphaltic concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. • • • SP4of4 C. Asphaltic Concrete Overlay 1. Limits of A.C. Overlav The asphaltic concrete overlay shall be placed to the limits and thickness as shown on the plans. 2. Pavement Markers Prior to placing the A.C. overlay the contractor shall remove all pavement markers. 3. Asphaltic Concrete The asphaltic concrete to be furnished and placed for the overlay shall be Type III -C2 -AR 4000 in conformance with Section 400 -4 of the Standard Specifications. 4. Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. D. Utility Adjustment to Grade All sewer and storm drain manholes, water valve boxes, sewer cleanouts, water meter boxes and survey monument boxes shall be adjusted to finished asphaltic concrete surfacing grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facili- ties. Although these facilities are to be adjusted to finished grade by the respective utility, the contractor shall be required to mark their location on the finished pavement surface. RESOLUTION NO. g q ; n A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH STREET RESURFAC- ING - IRVINE AVENUE FROM WESTCLIFF DRIVE TO SANTIAGO DRIVE, CONTRACT NO. 1694 WHEREAS, pursuant to the notice inviting bids for improvements in connection with street resurfacing, Irvine Avenue from Westcliff Drive to Santiago Drive, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of April, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is R. J. Noble Co.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of R. J. Noble Co. for the work in the amount of $48,460.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 14th day of April , 1975. Mayor ATTEST: DDO /bc 4/10/75