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