Loading...
HomeMy WebLinkAboutC-1755 - Pacific Coast Highway Bike Trail from Jamboree Road to Avocado AvenueBy ;�!L C i`� ; y; :4dl+ AT @::ACFI TO: CITY COUNCIL FROM: Public Works Department November 24, 1975 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF PACIFIC COAST HIGHWAY BICYCLE TRAIL, JAMBOREE ROAD TO AVOCADO AVENUE (C -1755) 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 construction of the Pacific Coast Highway Bicycle Trail from Jamboree Road to Avocado Avenue has been completed to the satisfaction of the Public Works Department. The bid price was $16,129.05 Amount of unit price items constructed 15,471.47 Amount of change orders None Total contract cost 15,471.47 Financing of the project was 50% from the City General Fund and 50% County Bike Trail Funds. The design engineering was performed by the Public Works Depart - ment. The contractor is Certified General Engineering Contractors of Orange, California. The contract date of completion was November 1, 1975. The work was completed on that date. eph T n&Vlin lic s Director D: jd RESOLUTION NO.8 59 8, A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT IN CONNECTION WITH THE COAST HIGHWAY BICYCLE TRAIL FROM JAMBOREE ROAD TO AVOCADO AVENUE, CONTRACT NO. 1755 WHEREAS, pursuant to the notice inviting bids for work in connection with the Coast Highway.Bicycle Trail from Jamboree Road to Avocado Avenue, in the City of Newport Beach, in. accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of September, 1975 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Certified General Engineering Contractors, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Certified General Engineering Contractors, Inc. for the work in the amount of $16,129.05 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 22nd day of September, 1975. ATTEST: City Clerk DDO:yz 9/16/75 , I TO: CITY COUNCIL FROM: Public Works Department September 22, 1975 CITY COUNCIL AGENDA ITEM NO. H -2(a) SUBJECT: COAST HIGHWAY BICYCLE TRAIL FROM JAMBOREE ROAD TO AVOCADO AVENUE (C -1155) RECOMMENDATIONS: Adopt a resolution awarding Contract No. 1755 to Certified General Engineering Contractors Inc. of Orange for $16,129.05 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Eight bids for Contract No. 1755 were received and opened in the office of the City Clerk at 2:00 P.M. September 15, 1975. Bid results were as follows: 1. Certified General Engineering Contractors, Inc., Orange $16,129.05 2. Lewis Paving, Inc., Costa Mesa $19,759.50 3. Sully- Miller Contracting Co., Orange $20,331.00 4. Griffith Co., Irvine $21,470.00 5. R. W. McClellan & Son Inc., Santa Ana $22,758.60 6. John W. Tiedemann Co., Whittier $22,929.70 7. Poulsom- Crowley Co., Garden Grove $24,831.00 8. R. J. Noble, Orange $41,871.05 The engineer's estimate for the contract was $23,000. Certified General Engineering Contractors Inc. has not previously worked for the City. A check of references supplied indicates that the firm and its subcontractors are qualified to perform the work required by this contract. This project provides for the construction of approximately one mile of a 10 -foot wide asphalt bicycle trail on the southerly side of Coast Highway between Jamboree Road and Avocado Avenue. The trail will be constructed in the area which is now planted with ice plants. An effort will be made to leave a 4- to 5 -foot wide strip of ice plants between the bike trail and the roadway. At several locations existing trees and bushes will have to be extensively pruned to provide room for the trail. This trail is a backbone route on the City's Master Plan of Bikeways and is also on County and State plans. The Citizens Bikeway Advisory Committee has reviewed and recommended this project. October 14, 1975 Subject: Coast Highway Bicycle Trail from Jamboree Road to Avocado Avenue (C -1755) Page 2 A State Encroachment Permit (May 27, 1975) and a Coastal Zone Permit (August 11, 1975) have been obtained for the project. 50% of the project will be funded from the General Fund Account for Master Plan Bikeway and 50% will be funded from County bike trail funds. The plans were prepared by the City. The Council approved the plans and specifications and authorized the City Clerk to advertise for bids at the meeting of August 25, 1975. The estimated date of completion for this project is November 1, 1975. �pseph%T. Devlin Public Works Director pLW:jd a LEGAL NOTICE- LEGAL NOTME CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of'the City Clerk, City Hall, Newport Beach, California, until 2:00 p.m, on the 15th day of September, 1975, at which time they will be opened and read, for performing work as fol- lows: BICYCLE TRAIL - COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE CONTRACT NO. 1755 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 deensed 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 et 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 1170 -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 CfTY OF NEWPORT BEACH, CALIFORNIA WT14TJSH: Aug. 28, 1975, in the Newport Harbor Ensign. ),�,r , - a C kVr �yyr,sM&�+F}F R�.Ci`E TO: CITY COUNCIL FROM: Public Works Department August 25, 1975 CITY COUNCIL AGENDA ITEM NO. H -11 SUBJECT: COAST HIGHWAY BICYCLE TRAIL FROM JAMBOREE ROAD TO AVOCADO AVENUE (C -1755) RECOMMENDATION: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids for Contract No. 1755 to be opened on Monday, September 15, 1975 at 2:00 P.M. DISCUSSION: This project provides for the construction of approximately one mile of a 10 -foot wide asphalt bicycle trail on the southerly side of Coast Highway between Jamboree Road and Avocado Avenue. The trail will be con- structed in the area which is now planted with ice plants An effort will be made to leave a 4 to 5 -foot wide strip of ice plants between the bike trail and the roadway. At several locations existing trees and bushes will have to be extensively pruned to provide room for the trail. This trail is a backbone route on the City's Master Plan of Bikeways and is also on County and State plans. A State Encroachment Permit (May 27, 1975) and a Coastal Zone Permit (August 11, 1975) have been obtained for the project. The estimated cost for the work is $23,000. Fifty percent of the project will be funded from the General Fund Account for the construction of Master Plan bicycle facilities, and 50% will be funded from County bike trail funds. • � GAL • /`� Joseph T. Devlin, Public Works Director By: Benjamin B. Nolan, City Engineer DLW:hh December 12, 1975 er Certified General axiinearl" cmftmctors, Tw- 10952 Glen Robin rAm P. O. Box 226 orange, CA 92666 Subject: Surety mmuranoe ftupwW of North Merim Bonds No. Not nuntmoad - Project Bicycle TMU - 0MMt MOMY from Jadxww Famd to !moo.,- Contract No. 1755 Aft City Council on Noveimber 24► 1975 aceepted the work of subject project and authorized the 'City Mark to file a Yptice of Comple- tion and to relemem the b*& 35 days after Notice of Ompletion has been filed. Notice of Coupletim was filed with the Orange c0oufty Rmoovdw on Novedmr 26, 1975 in Back 11581, Pap 58. Please notify Your surety Oorqmmy that bonds may be released 35 days after recording date. isurm. rAgios, Cw City Clark LL: seek enc. PLEASE RZTURN TO, fPE ECOJ? I N LAURA LAC':'OS, CITY CLERK QUESTED BY CITY CF P;_''n'fC:;.' PEACH 3300 NEI' PO -T BOULEVARD NEWPORT LEACH, CALIF, 92660 32332 EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 11551 P6 58 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CA',!FORNIA 5 mini 1 P M NOV 26 1975 J. WYLIE CARLYLE, CoustY Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 1, 1975 the Public Works project consisting of Bicycle Trail on Pacific Coast Highway, Jamboree Road to Avocado Avenue on which Certified General Engineering Contractors, Inc. was the contractor, and Insurance Conpany of North America was the surety, was completed. CITY OF NEWPORT BEACH e Director V ERIFICAT I, the undersigned, say: v 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 one r 2y, 1975 at Newport Beach, California. VERIFICATION TY CLERK F I, the undersigned, say: �J I am the City Clerk of the City of Newport Beach; the City Council of said City on Noveber 24, 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 November 25, 1975 at Newport Beach, California. 6z 2r" rN T _ Y CD i l;j Z ` Y` Cv11 CITY OF NEWPORT BEACH a CALIFORNIA City Hall C74 F01k 3300 W. Newport Blvd Area Code 714 673 -2110 Date: rk=mz tw 25, 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 pA..,0. gy.,,jl „„ 2ygd fjc 0=Mt Ajgt*W' Jaentraww ijesri to Aarr+atln Aarex�w Contract No. 17KS on which OestifW GM=al 8yaineexing OM— was the Contractor ttaObms, 1W. and app pMMW of j%g*gM@Kkq was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. 0 0 �w- .. .. TO: Public Works Department FROM: City Clerk SUBJECT: Contract No, 1755 Project 81 la Trail - Coast 8i hra lrm Jamboree to Avocado Avenue. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Cart Mad General Engineering Contractors, Inc. Address: 10952 Glen RoUn Lane (mailings P. O. soot 226) Orange. CA 92660 Orange, CA 92666 Amount: $ 16,129.05 Effective Date: September 30, 1975 Resolution No. 5598 Laura Lagios LL: dg Att. cc: Finance Department k ' September'30, 1975 TO: CITY CLERK FROM: Public Works Department, SUBJECT: BICYCLE TRAIL COAST HIGHWAY FROM JAMBOREE'ROAD TO AVOCADO AVENUE (CONTRACT NO. 17551..... Attached are four copi'. of the subject contract documents as well as the insurance certificates',*.4.Please have the contract documents executed on behalf of the City, retain your -copy and'the insurance certifi- cates, a turn the remaining copies to this department for distribution. Thank you. Don Webb Project Manager DW:h Attachments m ..scsi �i:a .,�._.." .rs2.. _ ...daz"aae:..a �_......... .�.):.. •.:.,c.o�,..- ,.vae,.,..e...:r#e �ri: �im�" sw�a �"^ ._... H CITY OF NEWPORT BEACH CERTIFIVE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Project #1755 Bisycie Trail —Coast Highway from Jamboree Road to Avocado Ave. This is to certify that the G Name of Insurance ompany has issued to Certified General Engineering Contractors Name of Insured P. 0. Box 226, Orange, Calif. 92666 (Address of Insured 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 r 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 Comprehensive General Liability SHOW erm Policy No. 2/22/75 to 76)77762569 2/22/76 4PLETE INFORIATION BELOW Policy No. Each Uccurrence (Minimum: $500,000) COMPREHENSIVE LIAB. (76)7776256 Combined Single From: �oropeytyniSemyage Limit Bodily Injury or Property Damage To: 2/22/76 $1,000,000. Each Occurrence This policy includes at least the following coverages: (Minimum: $ 500,000 Protective $1,000,000 Products $ 500,000 Contractual) $ 500,000 Protective $1,000.000 Products $ 500.000 Contractual 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 Subcontracto cD d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when appl4- cable).- f. Personal Injury Hazards. g. Broad Form Property Damage. l h. Marine or Aviation (when applicable). Name of Agency or Broker: Paul Muench Co. Z Address of Agency or Broker: 150 No. Feldner Rd., orange, Cat f.:; 92668 Telephone No Countersigne Effective date of this endorsement: Sept. 24 , 19 75_, Endorsement No. CCHUBB /PACIFI ff NDEMNITY GROUP 100 William Street 3200 Wilshire Boulevard CHUBS New York, N.Y. 10038 Los Angeles, Calif. 90010 ODERTIFICATE OF INSURANCE Name and address of party to whom this certificate is issued Certificate No. City of Newport Beach _FEDERAL INSURANCE CO. _GREAT NORTHERN INSURANCE CO. c/o City Clerk 3300 Newport Blvd, X PACIFIC INDEMNITY CO. — VIGILANT INSURANCE CO. Newport Beach, CA. 92660 —SUN INSURANCE OFFICE LTD. Name 8 Address Insured Name & Address Producer Certified General Engineering Contractors Paul Muench Co. P. 0. Box 226 P. 0. Box 799 Orange, Calif. 92666 Orange, Calif. 92666 This is to certify that the Company indicated by X has issued to the Named Insured insurance affording such coverages as are In- dicated by a specific (X) entry in the Coverage column subject to the terms, conditions, and exclusions of the policy0es) and that such insurance is in force as of (date) If the policy(ies) is cancelled or changed in such manner as to affect this certificate the Companywifl-Pf to ti1qt9to whom this certificate Is issued, at the address shown above,48 days notice of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Compan r Authorized ReOresentative Form 21101 (Rev. 5-72) L-6880 (75M) �ua� I, TYPE OF POLICY Coverage POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY Standard Workmen's Compensation s re' LIabR x 72 34 Eli. Exp. 12/18/75 StatuWry —In conformance with the Comps Bon Law of the state of General Llabillty— BODILY INJURY Premises - Operations Eff. Exp. ; Each Person ; Each Occurrence S Aggregate-Products- Compl. Oper. �; Each Person ; Each Occurrence $ Each Occurrence ; Agg.- Prem.Oper. ; Aggregalle-Protectiva ; Aggregate-Products- Compl. Oper. ; Each Occurrence ; Aggregate Escalators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual* Blanket Contractual General LlebBity— PROPERTY DAMAGE Premises -Operations Escalators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual* Blanket Contractual Automobile LlabllBy -- BODILY INJURY Owned Automobiles Eff. Exp. I ; Each Person ; Each Occurrence ; Each Occurrence Hired Automobiles Non -owned Automobiles Automobile LlabllBy— PROPERTY DAMAGE Owned Automobiles A Hired Automobiles Non-owned Automobiles Coverage Is provided for liability assumed by the Named Insured for the contract between the Named Insured and dated as provided in the contractual liability coverage part attached to the Polley. Project #1755 Bicycle Trail - Coast Highway from Jamboree Rd, to Avacodo Ave. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. If the policy(ies) is cancelled or changed in such manner as to affect this certificate the Companywifl-Pf to ti1qt9to whom this certificate Is issued, at the address shown above,48 days notice of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Compan r Authorized ReOresentative Form 21101 (Rev. 5-72) L-6880 (75M) �ua� I, CCHUBB /PACIFIONDEMNITY GROUP 100 William Street 3200 Wilshire Boulevard o 41.119 a New York, N.Y. 10038 Los Angeles, Calif. 90010 Name and address of party to whom this certificate is issued city of saw" slew-}! go% City Clerk *040" •lvd. pie t ksweb► CA. Name & Address Insured i SPERTIFICATE OF INSURANCE Certificate No. — FEDERAL INSURANCE CO. _GREAT NORTHERN INSURANCE CO. X PACIFIC INDEMNITY CO. _VIGILANT INSURANCE CO. —SUN INSURANCE OFFICE LTD. Certified Gumm i 6gtttworins CentrlwC>Derw P. 6. alert t6i Areagae taltf. 966 Name & Address Producer Mai 1A Co. P. i. %K 799 Otw0 0 Calif. 9" This is to certify that the Company indicated by X has issued to the Named Insured insurance affording such coverages as are in- dicated by a specific (X) entry in the Coverage column subject to the terms, conditions, and exclusions of the policy(ies) and that such insurance is in force as of (date) If the policy(les) is cancelled or changed in such manner as to affect this certificate, the Company wMlmajVto th parry, to whom this certificate is issued, at the address shown above,1*days notice of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Company <; r,>. f, Authorized Representative Form 21101 (Rev. 5-72) L-6680 (75M) ~y�.� TYPE OF POLICY Cannella POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY Standard Workmen's Compensation 8 b re' Llatillity 7234 Eff. Exp. 1?/1 Statutory --In conformance with the Componse tlon Law of the State of General LIablill ODILY INJURY Premises - Operations Eff. Exp. S Each Person $ Each Occurrence i Aggregate-Products- Compl. Oper. $ Each Person j Each Occurrence $ Each Occurrence $ Agg: Prem. Oper. $ Aggregate-ProtectIva $ Aggregate-Producte- Compl. Oper. $ Each Occurrence r Agg re ate Escalators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual' Blanket Contractual General Liability— PROPERTY DAMAGE Premises - Operations Escalators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual' Blanket Contractual Automobile LIablltty— BODILY INJURY Owned Automobiles Eff. Exp. 1 $ Each Person f`S $ Each Occurrence S Each Occurrence Hired Automobiles Non-owned Automobiles Automobile LIabRit — PROPERTY DAMAGE Owned Automobiles Hired Automobiles Non-owned Automobiles ' Coverage Is provided for liability assumed by the Named Insured for the contract between the Named Insured and yy�.�g *` dated ♦ Coat provided In the contractual liability coverage part attached to the policy. l�e�t ra M i1"Cle Tnit - Coat 1Fi� frtrle JaAOM VA. to Am, THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. - If the policy(les) is cancelled or changed in such manner as to affect this certificate, the Company wMlmajVto th parry, to whom this certificate is issued, at the address shown above,1*days notice of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Company <; r,>. f, Authorized Representative Form 21101 (Rev. 5-72) L-6680 (75M) ~y�.� C 45HUBB/PACI 100 William Street crluas New York, N.Y. 10038 _MNITY GROUP 3200 Wilshire Boulevard Los Angeles, Calif. 90010 Name and address of party to whom this certificate is issued City of Notion Beach alo Clty Clark 3M Nowliort Blvd. 11116"rt Beach, CA. 92660 Name & Address Insured _FEDERAL INSURANCE CO. X PACIFIC INDEMNITY CO. —SUN INSURANCE OFFICE LTD. Cortif[ad general [nglneerhy Contractors P. 0. Boat 226 Orange, Calif. 92666 $CERTIFICATE OF INSURANCE Certificate No. _GREAT NORTHERN INSURANCE CO. _VIGILANT INSURANCE CO. Name 8 Address Producer Fowl Nwneh Co. P. 0, 1" 799 Orange, Calif. 92666 This is to certify that the Company indicated by X has Issued to the Named Insured insurance affording such coverages as are In- dicated by a specific (X) entry in the Coverage column subject to the terms, conditions, and exclusions of the policy(ies) and that such insurance is in force as of (date) If the policy(les) Is cancelled or changed in such manner as to affect this certificate, the Company yRrm Y to th pa to whom this certificate Is Issued, at the address shown above,�days notice of any such change or cancellation, This certificate shall not be valid unless signed by an authorized representative of the Compnn Authorized Representative Fam 21101 (Rev. 5.72) L -0880 (75M) �i.� TYPE OF POLICY Coverage PqLIQY NUMBER POLICY PER109 LIMITS OF LIABILITY Standard Worlanen's Compensation i n' Uabll 7( ]2 Eff. Ex . l 2�8 Stsgdory —In conformance with Na Componab UDn Law of the State of General UablRry— BODILY INJURY Premises - Operations Eff. Exp. S Each Person S Each Occurrence S Aggregate-Products- Compt. Oper. $ Each Person $ Each Occurrence $ Each Occurrence $ Agg: Prem. Oper. $ Aggregate-Protective $ Aggregate-Products Compl. Oper. $ Each Occurrence $ Aggregate Escalators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual' Blanket Contractual General Uab11Ry— PROPERTY DAMAGE Premises - Operations Escalators Independent Contractors Products- Completed Operations Incidental Contractual Specified Contractual* Blanket Contractual Automobile Uabllity— BODILY INJURY Owned Automobiles Eff. Exp. $ Each Person $ Each Occurrence S Each Occurrence Hired Automobiles Non-owned Automobiles Automobile LIabli ty— PROPERTY DAMAGE Owned Automobiles Hired Automobiles Non-owned Automobiles Coverage Is provided for liability assumed by the Named Insured for the contract between the Named Insured and dated as provided In the contractual liability coverage part attached to the Polley. Pmjact 1AM Bicycle Trail - Coast Highway from Awtthoroo ltd. to Avacido Ave. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. If the policy(les) Is cancelled or changed in such manner as to affect this certificate, the Company yRrm Y to th pa to whom this certificate Is Issued, at the address shown above,�days notice of any such change or cancellation, This certificate shall not be valid unless signed by an authorized representative of the Compnn Authorized Representative Fam 21101 (Rev. 5.72) L -0880 (75M) �i.� Approved by the City Council this 25th day of August 1975. Laura L'agios, City Cler CONTRACT NO. 1755 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BICYCLE TRAIL COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE SUBMITTED BY: CITY CLERK Certified General Engineering Contractors, Inc. Contractor 10952 Glen Robin Lane Address Orange, California 92669 City Zip 532 -1422 Phone $16,129.05 Total Bid Price ! PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BICYCLE TRAIL COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVE CONTRACT NO. 1755 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans (Drawing No. R- 5261 -S) and hereby proposes to furnish all labor, materials, equipment, transportation and services to do all the work required to complete Contract No. 1755 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 1. 790 Construct 4" P.C.C. over 4" sand or Square Feet rock base sidewalk per CNB Dwg.- Std. -110 -L @ One Dollars and forty Cents $ 1.40 $ 1,106.00 Per Square Foot 4140 Construct Type III -C3 -AR -4000 Linear Feet asphaltic concrete 3" thick x 10' wide over weed killer and compacted subgrade including necessary fill and grading to level trail and removal of exist- ing plant material. @ Two Dollars and ninety -two Cents $ 2.92 $ 12,088.80 Per Linear Foot 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 1 240 Construct 4" P.C.C. over 4" sand or Square Feet rock base curb access ramp per CNB Dwg -Std.- 129 -L, including necessary removals @ One Dollars and ninety Cents $ 1.90 Per Square Foot 4. 420 Construct Type "D" P.C.C. curb Linear Feet per CNB Dwg.- Std. -106 -L 5. Q 7 11 15 Each 13 Each 100 Linear Feet 75 Linear Feet @ Two Dollars and seventy Cents $ 2.70 Per Linear Foot Install flexible guide markers - Eecolite "Autopost" or approved equal $ 456.00 $ 1,134.00 @ Thirty -two Dollars and no Cents $ 32.00 $ 480.00 Per Each Install Type "L" Guide Markers @ Seventeen Dollars and twenty -five Cents $ Per Each Construct post and rail fence per detail on plan @ Four Dollars and no Cents $ Per Linear Foot Construct Type "E" A.C. curb per CNB Dwg.- Std. -106 -L 17.25 $ 4.00 $ 224.25 400.00 @ Three Dollars and twenty Cents $ 3.20 $ 240.00 Per Linear Foot TOTAL PRICE WRITTEN IN WORDS: Sixteen thousand one hundred twenty -nine Dollars and five Cents $ 16,129.05 a PR3of3 I Engineering Contractors, Inc. 9115/1975 S/ Dwi ht L. Porter Date Authorized Signature S/ Richard ee Po er CONTRACTOR'S LICENSE NO. 258176 TELEPHONE NUMBER 532 -1422 CONTRACTOR'S ADDRESS 10952 Glen Robin Lane, Orange, CA 92669 F— L FoM 1P (dc .731 • 18.25 /. E EI'l E D STATE OF CALIFORNIA ORA -ool- 18.08/ 775 E- 778486 DEPARTMENT OF TRANSPORTATION NO ------- _`._._._.. .. 7UifC WDAKS -� JUN 1 19751 = y�+iPORT BEACHH, NCROACHMENT PERMIT CALIF. To City of Newport Pubic Works 3300 W. Newport Newport Beach, Beach Boulevard CA 92660 Permittee Los Angeles California -day -- 27 s--------------------- 19- - - --75 In compliance with your request of____ ____ ____ ______ reh 14, I9- 75..and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this faun andlor attached hereto. PERMISSION IS HEREBY GRANTED TO place a l0' wide x 31' thick asphalt pathway on the southerly side of Pacific Coast Highway, ORA -001- 18.08/18.25, between Jamboree Road and 510' westerly of Avocado Avenue. Also place an 81 wide x 3" thick asphalt path on the northerly side of Coast Hwy. from Bayside Drive to the Upper Bay Bridge, as shown on the attached plan, R- 5263 -S. All north and southbound lanes along Coast Highway shall be open to traffic between the hours of 7:00 A.M. and 7:00 P.M. between the periods of June 13 and September 5, 1975. If the permittee desires to close one lane in either direction during the above period, the lane closure and work shall be performed at night between the hours of 7:00 P.M. and 7:00 A.M., Sunday through Thursday nights only. Lane closure shall be accomplished by placing pedestal type delineators and lighted cones at 201 centers and on a 30:1 ratio taper. The necessary construction and detour signs shall be furnished and erected by the permittee. The work shall not interfere with the Southern California Edison Co. and Pacific Telephone and Telegraph Co. project covered under (Continued) This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. This permit shall be void unless the work herein contemplated shall have been completed before _ September 51 -_19 75 AS:mh DEPARTMENT OF TRANSPORTATION cc LBCH HTB PERUZZI HUSEBY -Info. NAKAGAWA ;r, qY.�:- , I �T O' nct Director o r ns fion I I • STArF, Or CALIFORNIA M1EI' \K IMH\T UI TRANSPORTATION RIDER To be attached lo and wade a part of ORA- 001 - 18,08/18,25 RJrinttxptaF7tdt76i6 /Encroachment Permit No._775 -E- 778486 To City of Newport Beach Public Works Department 3300 W. Newport Blvd. Newport Beach, CA 92660 L J Complying with your request of.. -_. _._. August 18, 1975 - - --- - - ------- -- -- -- - -. --------- . ....... .... we are hereby amending above numbered permit as follows: Date of completion extended to - - January 15, 1976 Location: Southerly side of Pacific Coast Hwy, between Jamboree Rd. and 510' westerly of Avocado Ave. Also northerly side of Coast Hwy. from Bayside Dr. to the Upper Bay Bridge. Except as amended, all other terns and provisions of the original permit shall remain in effect. This rider must be attached to the original permit. Dated at- .....Los Angeles., Calif., . August 22, 1975 ...... . .. ... .. .. .... AS :mh DEPARTMENT OF TKANSPORTATION cc LBCH HTB PERUZZI HUSEBY -Info. NAKAGAWA JORDAN 'W OND By Pormi/ h.'ngikerr A. SUMPTER.. ASSIST. ... .... ......,.w ,.,, ,u.. A ... City of Newport Beach -2- 775 -E- 778486 Permit Nos. 774 -U- 781386 and 774 -U- 781904, which is scheduled to start in mid -June 1975. The P.C.C. sidewalk south of Jamboree Road shall be constructed over 4" of sand or rock base including the access ramps at Jamboree Road and Avocado Avenue. The bicycle pathway shall not be constructed over any signal pull boxes, cable T.V. vaults or utility manholes. The portion between Bayside Drive and existing Upper Newport Bay Bridge will be removed when the new bridge is built. The permittee shall landscape the area between the shoulder and the trail. Also, the City shall maintain the bicycle trail after it is built at no expense to the State. To prevent ponding in area of proposed Type "D "curb, adequate opening in curb shall be provided. All drainage ditches and inlets and outlet areas of existing culverts shall be maintained in an operating condition. The successful bidder shall take out a $500 2 -year Bond and apply for a construction Rider to perform this work. Permittee shall arrange for a pre - construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. The traffic signal system /s will be maintained by State forces. Care should be exercised in avoiding existing signal and lighting conduits at these intersection /s. In event of conflict with the existing traffic signal and lighting system /s, where no electrical work is authorized in the permit call the Signal Maintenance Laboratory at (213) 723 -1373. If it is necessary to disturb the traffic signal equipment, or if any damage to the equipment is incurred, all work or repairs will be the responsibility of the Permittee and at no cost to the State. Protection of the Traffic Signal Equipment as shown on the attached study plans is a part of this permit and should be transmitted to the Permittee as stated in Circular Letter 70 -104, Senate Bill 960. Special attention is directed to General Provisions 2, 3, 5 and 6 on this form. The attached ROADSIDE IMPROVEMENTS, SIGNAL, CONES and SUBSTRUCTURES sheets are part of this permit. MAINTENANCE - PERMITS . • SPECIAL PROVISIONS (ROADSIDE IMPROVEMENTS) TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 775 -E- 778486 I. INSPECTION REQUIREMENTS It is imperative that the permittee notify the following State Inspector at least 48 hours prior to starting any work under this permit. State Inspector: D. PERUZZI phone 714- 639 -6851 A.M. - or if no answer phone between 8:00 a.m. and 4:00 p.m. All inspection costs incurred incidental to this work shall be borne by the permittee. All work shall be performed during the working hours regularly assigned to Department of Transportation employees. II. CONSTRUCTION REQUIREMENTS Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Division of Highways Standard Specifications dated Jan. 1973 and the following special provisions: (Only items pertaining to the applicable construction work will apply.) A. Sidewalk shall be constructed with Class "A" Portland Cement Concrete four (4) inches in depth except at commercial driveways where six (6) inch depths respectively, will be required. Back edge of sidewalk shall be placed on the right -of -way line. The finished grade of sidewalk shall have a cross fall of 1/4 inch per foot. Concrete shall be scored in accordance with the Standard Specifications or so that scoring will match adjoining existing concrete. B. P. C. C. sidewalk shall be constructed using a minimum of 4" of Class A P. C. C. over 4" of pea gravel or sand subbase and soil sterilant consisting of 25% sodium - clorate per gallon of water ap- plied at the rate of one fourth gallon per square yard. The 4" of sand subbase may be waived provided the native soil has a sand equivalent value of 20,% as determined by California Test Method 217F or as determined by the State Highway Representative. C. Concrete curbs and gutters shall be constructed to authorized plan rades or, in conformance with existing curb for alignment and grade. State Standard type curb and gutter is required.) Grade and align- ment of portions of curb - returns lying outside the Division of High- ways right of way must have the approval of the city or county involved. Prior to the construction of new curbs, the permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to loca- tions back of the proposed curb, also continuation of curb line within the following limits: Fifty (50) feet back from beginning of 7 -MP -17 (OVER) Sep 74 rte.! r -_ �ANCu S 3CTAL +S AND CO\'DIT'ONS (S u;- i UC'1 UHES TO BE ATTACHED AND MADE A PART OF IN ROACfi I.iN7£ PERMIT NO. 775-E- 778486 A. Inspection Requirements 1. It is imperative that the Permittee notify the State Inspector at least 48 hours prior to starting any work under this permit. State Inspector D. PERUZZI Phone 714- 639 -6851 between A. M. - or if no answer phone between 8:00 AM a,-,d 4:00 P i. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless o`her•„ise specified on the face of the permit. 3. All work shall be performed or, weekdays during the normal working hours (7:30/4:00) of the Le ?t. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailee. and authorized on the face of this permit, all work shall be done in accordance with the Dept. of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: A minimum of ALL lanes shall be provided for traffic in each direction. In addition, minimum clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation_ and the traveled way shall be maintained. Provision shall be made fo., barricades, lights, and flagman to adequately protect the traveling public during construction operations in accordance with the "Manual of Warnina Rign:s, Lights and Davices . °.or Use in Performance of Work upon flighwa;s ". ;&n necessary fo;r _public safety, flagmen shall be on duty twenty -folar ;lours a day at no expense to the State. When the permit authorizea installation by the open -cut method, not more than one lane of the highway pavement, shall be open -cut at any one time. After the pipe is placed in the opran section, the trench is to be backfilled in accordance with speclficat ons, permsnent repairs mace to the surfacing and that portion opened ;o traffic before tha pavement is cut for the neat section.. 2. COUSTRUCTION _U11 l :.mss :''IvtiTS: Unless otherwise authorized, pipes and conduits shall be Installed in a manner to provide a minl;irx -a clearance of 42- inches between the top of pipe and surface P.C.C. pavement shall be scored to a clepth of 1i inches by means of a concrete saw to provide a Neat and straight pavement break along 'both sides of trench; also, provide an unfractured pavement joint and rigid bonding of pavement replacement patch. A.C. pavement s_iall by scored as required above for P.C.C. pavement except where in the opinlon cf Lhe State Inspecto-• the pav�ma..at :ias been out neat and straighi; along botdi sides of trench to provide an unfractured and level pavement Joint for bondinng ex_' -sting pavement and replacement patch. 7 -SAP ' - 1 -3 JUL 74 Rev (over) of curb construct& and one hundred and fiff(150) feet beyond the end of curb construction for safe traffic movement. Removal or re- location of surface obstrtctions shall be done without expense to the State. D. Sections of existing concrete curbs and sidewalks to be removed shall be cut on the nearest score marks beyond the limits of removal. This concrete shall be removed to full depth and disposed of outside the State right of way. Unless a neat cut is made without damage to re- maining concrete, additional concrete shall be removed to the next score line, using a concrete saw if considered necessary by the State Inspector. E. (1) Concrete driveways shall be constructed in.accordance with the attached Regulations for Standard Driveways. (2) Concrete driveway shall be located to provide not less than 2 feet of full- height curb between permittee's property line and driveway. In those cases where the lot line does not intersect the highway right - of -way line at 900, the extension of the property line within the State right of way for purposes of determining driveway locations, shall be on a line at right angles to the curb or edge of traveled way and passing through permittee's lot corner. F. Temporary driveways when authorized shall be constructed with Asphalt surfacing to a depth of not less than three (3) inches. The edge of driveway shall be not less than five (5) feet from permittee's side property line when curbs are not constructed. "- iveways shall be constructed at right angles to and shall join exist- ing surfacing. Radius of flared sections placed between edges of pavement and driveway shall not exceed ten (10) feet, unless a larger radius is authorized on face of permit. Finished grade of surfacing placed between traveled way and curb shall conform to existing shoulder grade. This construction shall not interfere with the existing drainage in any way. The permittee understands and agrees that asphalt- concrete surface driveways are temporary; at such time as concrete sidewalks are con- structed, asphalt- concrete surface driveways shall be replaced with standard driveways of Portland Cement Concrete. All driveways shall be constructed over 6 inches of aggregate base. G. Roof drains, when authorized, must be restricted in use for the exclu- sive purpose of draining rain water from the roof of permittee's building and /or paved parking lot. Roof drains if used for any other purpose, such as draining waste water or domestic supply water onto the highway, will be summarily plugged at curb face outlet by State forces. Drains shall be installed at right angles to the curb line. Removal and replacement of concrete curb and sidewalk sections for the installation of roof drains shall be done in accordance with provisions of Paragraph "C" above. H. Roadside landscaping, when authorized, shall conform with requirements given, on t e face of the permit and /or the State's Landscaping Regulations. 7 -MP -17 (back) Sep 74 MAINTENANCE - PERMITS SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 775 -E- 778486 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISION OF HIGHWAYS' SIGNAL LABORATORY AT 213-723-1373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. Di•, . F.., ILLUMINATED TRAFFIC CONES ATTACHED TO AND MADE A PART OF PERMIT NO. 775— E-778486 Illuminated traffic cones shall conform to the following provisions: Illuminated traffic cones shall be furnished, placed and main- tained at the locations specified by the Department of Trans- portation's representative in the field at no expense to the State. Cones shall be made of highly pigmented, translucent, fluo- rescent, red - orange, polyvinyl chloride. The cones shall be a minimum of 28 inches high with a base at least 14 inches square. The cones shall be illuminated by setting each cone over an operating lighting unit placed directly on the pavement. The lighting unit shall consist of a 6 -volt, dry cell battery and a 3 -watt lamp. The battery shall be of sufficient capacity to operate the lamp at full brilliancy for a minimum of 8 hours and shall be provided with a polarized receptacle on top which will accommodate a lamp socket and lamp. Reflectorized tape with a pressure sensitive adhesive shall be placed over the top of the battery to reflect the light upward prior to insert- ing the lamp socket and lamp. The lighting unit shall be weatherproof and shall have maximum dimensions of 3" x 3" x 611 . There shall be a minimum of two batteries in good working order for each cone at the job site at the start of each working night. Permittee shall replace batteries in the lighting units, when, in the opinion of the Inspector, the brilliancy of the lamps becomes inadequate. Illuminated traffic cones damaged from any cause during the progress of the work shall be immediately repaired or replaced by the permittee at his expense. All work shall conform to the "Manual of Warning Signs, Lights, and Devices For Use In Performance of Work Upon Highways ". 7 MP -618 Sept 73 Rev 0 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:00 P.M. *ft on the 15th day of Sept mbe , 1975 , at which time they will be opened and read, for performing work as follows: BICYCLE TRAIL - COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE CONTRACT NO. 1755 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 arls tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard S' ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the erican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et 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 E 0 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. 258176 Classification A & B Accompanying this proposal is 'Bond (Cash, Certified C ec ,, Cashier's Check or Bon 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. 532 -1422 Phone Number 9/15/1975 Certified eral Engin ring Contractors, Inc. —T S/ Dwi L �r, V. Pres. {SEAS) ut ori;re e �`�/ S/ Rich r'£I Secretary - Aut orized Signature Corporation Bid er s a e 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: President Tom Anderson V. Pres. & Manager Dwight Porter Treasurer Willa Porter Secretary Richard Porter 0 0 0 0 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. Concrete. Perma -Curb Orange, Calif. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Certified General En ineerin Contractors, Inc. Bid er ame S/ Dwight L. Porter " S/ Richard Lee Porter Authorize Signature ' Corporation Type of Organization (Individual, Co- partnership or Corp.) 10952 Glen Robin Lane Orange. Calif. 92669 Address FOR ORIGINAL SEE CITY CLERK'S FILE.COPY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, Certified General Engineering Contractors, Inc. , as Principal, and Insurance Company of North America , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Amount Bid Dollars ($ 10% ), 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 Bicycle Trail - CoastHighway from Jamboree Road to Avocado Avenue (Contract No. 1755) 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 9 day of September 19 75 Corporate Seal (If Corporation) CERTIFIED GENERAL ENGINEERING CONTRACTORS, INC. Principal n „ , (Attach acl(howled ement of Attorney- in- Fact) g 9, 1975 Bernard J. Connelly, Notary Public ommission expires Aug. 1U, 1977 — ffl V INSURANCE.COMPANY OF NORTH AMERICA Surety By S/ Armand Durante Title Attorney -in -Fact 0 0 Page 5 14ON- 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 day of 19 My commission expires: CERTIFIED GENERAL ENGI Notary Public ..FOR FINAL SEE CITY CLERK'S FILE COPD Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. S/ Dwi ht.L. Porter Signe i l , • • 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. 1975 County of Orange Gordon Lindert 834 -3117 1975 U. S. Navy Lt. Keane 725 - 4602. 1975 City of La Habra Mr. Norbasch 5 6- 7 ' 1975 County of Orange Paul Ricker 834 -3456 I S/ Dwight.L. Porter �gne • • Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted September.22, 1975 has awarded to Certified General Engineering Contractors;'Inc. hereinafter designated as the "Principal ", a contract for construction of Bicycle Trail - Coast Highway from Jamboree Road to Avocado Avenue (Contract No. 1755) in the City of Newport Beach, in strict conformity with the Drawings and Specifications . and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond.with said.contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender., or other supplies or teams used in, upon, for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: as Suretyy, are Meld firmly bound unto the City of Newport Beach, in the sum of ��fiiLY- /l2accSAUU Skt4/Fl440, °✓` in Dollars ($ QO6,6. o ) 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. 6 • _ Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,. extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instr ent has been duly exe ite b the Principal and Surety above named, on the o7 4/ day of �,rr (Sea l� (Seall ConvT,?-% +GTU2S /nlG. (Seal) ontractor This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ate City clerk (seal) (Seal) N STATE OF CALIFORNIA SS. COUNTY OF--!range ))) On this 24th- day of September in the year 1975 before me Mary Jo Hesketh , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Armand Durante known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his • L' F�12 SEflI as L n 'e as • / s '10 HESKETH Notar Public' or the State of California • QFAtdre OUNIY ,Y My i� si5(i expir 1p ii 22, 7978 + �.wcesy ua•aaoa.a�: ... .. _._- .yreoe• Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 22, 1975 has awarded to Certified General Engineering Contractors, Inc. hereinafter designated as the "Principal ", a contract for construction of Bicycle Trail - Coast Highway from Jamboree Road to Avocado Avenue (Contract No. 1755) 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, Cr-iz-rir-jrb GEric- -rii +c r=NCii%1L-7r- -J2iNC CONTRHCTO2S ♦/�/CO2Oc I 9-r as Principal, hereinafter designated as the "Contractor ", and � : ; As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of % �y,�liis!��.��T.�:.?- •t9'ollars T� 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. 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 d executed by the Principal and Surety above named, on the a e/ day of 19 I Gt3 21 (Seal-Y' ... � -(Seal)' CE�,,rir� �EiV , -fZ AL L- NGiN, °,E RANG .- 2ric o - c o Th" (Seal). ontrac or r. 1 ,steer c,;�s (seal} —fur y STATE OF CALIFORNIA SS. COUNTY OF Orange On this 24th. day of SeDtember in the year 1975 before me —Marv. Jo Mesketh , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Armand Durante known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the IVS�((R&IQMPANY OF NORTH AMERICA thereto as surety and his 0 r4ttsf tuNjeasA*rney -in -Fact. QV _U e d a,.,,,.. ,,'�..c earl =or•,�; � .�/.� /GC�✓t3 Notar Public of the state of California • ORANGE COUNTY c MY V$r}rFriteaPdA"l!4E shl -Wril 22, 1979 .•eee>teeseeeooeo•eeee +eeeee•e� . t 4 • • Page 12 CONTRACT THIS AGREEMENT, made and entered into this 3071Y day of 197-5, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Certified General Engineering Contractors, Inc. 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 Bicycle Trail - Coast Highway from Jamboree Road to Avocado Avenue (Contract No. 1755) 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 rray 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. 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. nnrrr_ -A 1 Cf411N CITY OF NEWPORTT BEACH, CALIFORNIA By: ordYor cE�TIFi�u C.r_-Nr'RAG C- N�inLC��nrc; coni'rr r Olt NcoR iY�rii(j ,on ac or = { (,SEAL) ay: f1ZFF -NT' gan MAa( at 17 'title .s CC ,6 7- Y to Approved by the City Council this 25th day of August 1975. d aura Lagios, City Cler CONTRACT NO. 1755 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BICYCLE TRAIL COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE SUBMITTED BY: I (V r:7 P-,q CNG /NErv6 G O NT R ABC I N Contractor /rq 5 2 GLEN 20611V L t3/yL= Address (: �R/,g N�,1= 7 c»ctF 9 ,) (0 (�9 City Zip 532- 142.x_ Phone Total Biome - s Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:00 P.M. &Xk on the 15th day of Se tembe , 1975 , at which time they-will be opened and read, for performing work as follows: BICYCLE TRAIL - COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE CONTRACT NO. 1755 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and tie corporate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, 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.) 9 1 Page la The City has adopted the Standard ecifications for Public Works Construction (1973 Edition) as prepare y t e SS, 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). 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. 41S,3 f 7 (� Classification Q aAj �. Accompanying this proposal is �3 0 N j (Cash, Certified C ec ,, Cashier's Check or i 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. 532- /422 Phone Nu er 9 �� �g- Date 0EIZTI F i1;—:D GEN&iZ_o1c ErYC�t1JEEaPinl� L'OK an Vfq i n A/ Type of Organization i— (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: PR CS 1Dr- -ALT U, PQ ESA 1214 NA6/sR TReASURER Sl`c 2aTfiXV To 11A /d N 0 C2 .SO n/ DW /A -r Po2rt%IZ W1cC4 L R ► c )J /4 R D p©t27rc/2 _ :�, ;� ''�" -� �'= :, _ s_ -__ � - _ ' � : _ -_ J l �� N \C =/ _ 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. C0NcR1 =Tr F_IIRa)A - 0 K R_ ©RAZVC/ /`� ClG 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. (1 F2T1 F/ D EIY jZ13 G., E/YS/*Z F5f5 AIG ui� name ut orize3- Signatu 2, CG2poRraTiQ Type of Organization (Individual, Co- partnership or Corp.) hog -s- L GL / -N R0 $I N LANs ' ORA/YeF . C/-t //= 9Z��q Address 0 • Proposal or Bid Bond INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA ]know all men by tbege Preoentg, That we, as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and ex- isting under the laws of the Commonwealth of Pennsylvania, having its principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA as obligee, in the penal sum of 10% OF AMOUNT BID DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 9th day of SEPTEMBER A. D. 19 75 WHEREAS, the said principal is herewith submitting proposal for PROJECT x/1755, CONSTRUCTION OF BICYCLE TRAIL, COAST HIGHWAY FROM JAMBOREE ROAD TO AVOCADO AVENUE. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful perfor- mance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or pro- ceedings in equity brought or to be brought against the Surety to 'recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. $910 91267 PRINTED IN U.S.A. CERTIFIED GENERAL CONTRACTORS, INC. V, i_�RF- r v m r M 2 0 0 02 ci �z 40 n 0-� �d FL E z ro 0 m 0 ro 0 2 r ro 0 ro 0 t/D r• 0 �v O O Z v r ' I !ATE OF CALIFORNIA COUNTY OF U•i;�t �; SS. - - On this day of� «c"t in the year before mega -� <�a Notary Public in and for the STATE OF CALIFORNIA personally ap ared known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own narzrQ Mfe j� .44ton fAct. ° e ♦s♦♦♦♦♦♦♦ ♦o♦♦ ♦ riF PCIPI SFAI_ CONNEL j I NOI, i, � ,q j,, C, IUe ORNW%ry public in and for the tate of California Il ♦ �"�.- < ",A. OFFICE IN SS 726e Print«I In U.S.A.: OR COUNTY ♦ My Commission Expires Aug, 10. 1077 3 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 nc;- ay of S F P"r > 19 7 5-_ . My commission expires: n.F a-r r j= i F_ p BEN F_R AL E:,f r 11V EC6P/IJ6 Notary Public I i Page b 1 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed f 1 .Certified Gen'l Engr Contractors, Inc BALANCE SHEET • • July 31, 1975 ASSETS CURRENT ASSETS Cash $ 12,060.83 Accounts Rec. - Trade 120046.44 Notes Receivable - Officer 70500.00 ',York in Process 50000.00 Prepaid Expenses .00 TOTAL CURRENT ASSETS $ 36,607.27 Prepared Without Audit Accumulated Cost Less j Cost Depreciation Depreciation PROPERTY AND EQUIP ?LENT Machinery F, Equipment $ 20750.00 $ 854.00- $ 1,896.00 Furniture f, Fixtures 2,973.00 817.00- $ 2,156.00 TOTALS $ 5,723.00 $ 10671.00 - TOTAL PROPERTY AND EQUIPMENT $ 4,052.00 OTHER ASSETS Deposits 900.00 TOTAL OTITER ASSETS 900.00 TOTAL ASSETS $ 41,559.27 LIABILITIES F, CAPITAL CURRENT LIABILITIES Accounts Pay. - Trade 70735.99 Payroll Taxes Payable 564.47 TOTAL CURRENT LIABILITIES $ 8,300.46 LONG TERM DEBT Contracts Payable 97.00 Loans from Officers 250000.00 TOTAL LONG TERM DEBTS 250097.00 TOTAL LIABILITIES $ 330397.46 CAPITAL CAPITAL STOCK Common Stock $ 25,000.00 Retained Earnings 16,838.19- TOTAL CAPITAL 80161.81 TOTAL LIAR. $ CAPITAL $ 410559.27 Prepared Without Audit 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 1l7 Z 7 197s GOVnn-Y nFQpgN6E PA o& RIcKi =iz 2;; Z/ -B S-& 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BICYCLE TRAIL COAST HIGHWAY FROM JAMBOREE ROAD TFAVOCADO AVENUE CONTRACT NO. 1755 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans (Drawing No. R- 5261 -S) and hereby proposes to furnish all labor, materials, equipment, transportation and services to do all the work required to complete Contract No. 1755 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 790 Construct 4" P.C.C. over 4" sand or Square Feet rock base sidewalk per CNB Dwg.- Std. -110 -L @ C tV i_ u C n 0- Dol l ars and �= c /Z -r y Cents $ /. O $_1106. Oo Per Square Foot 2. 4140 Construct Type III -C3 -AR -4000 Linear Feet asphaltic concrete 3" thick x 10' wide over weed killer and compacted subgrade including necessary fill and grading to level trail and removal of exist- ing plant material. @ TLtJo Dollars and &/N r 7)' —? GVO Cents $,�. � $ / �Q,'.. &n Per Linear Foot • ,` • • PR 2 of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT OTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 1 240 Construct 4" P.C.C. over 4" sand or Square Feet rock base curb access ramp per CNB Dwg- Std.- 129 -L, including necessary removals 4 5. 91 7. IM @ h/ L Dollars and 1✓ / /V �ET L,--, Cents Per Square Foot 420 Construct Type "D" P.C.C. curb Linear Feet per CNB Dwg.- Std. -106 -L s. @ Dollars and Cents $7p $ 3',66 Per Linear Foot 15 Install flexible guide markers - Each Eecolite "Autopost" or approved equal @ T1-I 11 ITT `; - I W o Doll ars and /li C Cents $ 3 2, c n Per Each 13 Install Type "L" Guide Markers Each @ 3 L= V E IY T o ` rv' Dollars and i_ i�; i Y l= / 1',2- _ Cents $ l l • $ , `%e 5 Per Eac 100 Construct post and rail fence Linear Feet per detail on plan @ I- o U K_ Dol 1 ars and Cents $ q • c: c $ C O , c Per Linear Foot 75 Construct,Type "E" A.C. curb per Linear Feet CNB Dwg.- Std. -106 -L @ T I-I IZ i= 1= Dollars and o T Lk) EN T Cents $ 3., Lc C. — Per Linear Foot TOTAL PRICE WRITTEN IN WORDS: QLVL' NUN��l ED TG�L /VTI� -N /NL= Dol l ars and Cents $ /4-;� C?. s'� q/ 1.s �7 5 Date • PR3of3 Cl (ZTl ICI C D 6 EN Elz R [- F/YG /�vl °ti 2/ c Bidders Name CONTRACTOR'S LICENSE NO. a.Sa' 176 TELEPHONE NUMBER 6 :,� =-�- j 4 Z CONTRACTOR'S ADDRESS 1 O qS 26 L. 0 /N/,E to RR IYroE 172(a & i FOZ4 iP (dc .�a� • • 18, �5 on-ool- 18.08/ E�E19ED STATE OF CALIFORNIA 775-E-778486 DEPARTMENT OF TRANSPORTATION No.- ....... ............. IU ifC WORKS jUr; 1 1975> = CITY OF NCROACHMENT PERMIT NEWPORT BEACH, CALIF. To City of Newport Beach Los Angeles California Pubic Works 3300 W. Newport Boulevard Newport Beach, CA 92660 May__ 27,_______________._19____75 Permittee _ In compliance with your request of..__. ------- ___Mareh 14, __ 19.75__and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this form andf or attached hereto. PERMISSION IS HEREBY GRANTED TO place a 10' wide x 3" thick asphalt pathway on the southerly side of Pacific Coast Highway, ORA -001- 18,o8/18.25, between Jamboree Road and 5101 westerly of Avocado Avenue. Also place an 8' wide x 3" thick asphalt path on the northerly side of Coast Hwy. from Bayside Drive to the Upper Bay Bridge, as shown on the attached plan, R- 5263 -S. All north and southbound lanes along Coast Highway shall be open to traffic between the hours of 7:00 A.M. and 7:00 P.M. between the periods of June 13 and September 5, 1975. If the permittee desires to close one lane in either direction during the above period, the lane closure and work shall be performed at night between the hours of 7:00 P.M. and 7:00 A.M., Sunday through Thursday nights only. Lane closure shall be accomplished by placing pedestal type delineators and lighted cones at 20' centers and on a 30:1 ratio taper. The necessary construction and detour signs shall be furnished and erected by the permittee. The work shall not interfere with the Southern California Edison Co. and Pacific Telephone and Telegraph Co, project covered under (Continued) This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. This permit shall be void unless the work herein contemplated shall have been completed September 5, 75 before _.... .... ..... - 19 AS:mh DEPARTMENT OF TRANSPORTATION cc LBCH HTB PERUZZI HUSEBY -Info . NAKAGAWA J / /� /��j Diyf�ric�t/D�i�mctnr o(iTr�s t�ion I 1- ., SL \f[ OF CA11FORNIA ` DFPAR I'NWNT OI I RANSPORT:\TION RIDER To be attached to and wade a part of oRA- 001 - 18.08/18.25 ZKO"pfdfr]09"IEncroachment Permit No-77577977T78486- ------ r To City of Newport Beach Public Works Department 3300 W. Newport Blvd. Newport Beach, CA 92660 L J Complying with your reauest of.. - ........ August 18, 1975 - ----- ----------------------- ---- - -- - - - -- we are hereby amending above numbered permit as follows: Date of completion extended to . .,_....January 15, 1976 Location: Southerly side of Pacific Coast Hwy. between Jamboree Rd. and 510' westerly of Avocado Ave. Also northerly side of Coast Hwy. from Bayside Dr. to the Upper Bay Bridge. Except as amended, all other terns and provisions of the original permit shall remain in effect. This rider must be attached to the original permit. Dated at....... Los Angeles,. Calif., . August 22, 1975 AS:mh cc LBCH HTB PERUZZI HUSEBY -Info. NAKAGAWA JORDAN DEPARTNIEN -1 OF TRANSPORTATION W 0ND By r..... A. SUMPTER, ASSIST. HM -P8 L➢J, ezr un nru.aw r -n auy osr • City of Newport Beach -2- 775 -E- 778486 Permit Nos. 774 -U- 781386 and 774 -U- 781904, which is scheduled to start in mid -June 1975. The P.C.C. sidewalk south of Jamboree Road shall be constructed over 4" of sand or rock base including the access ramps at Jamboree Road and Avocado Avenue. The bicycle pathway shall not be constructed over any signal pull boxes, cable T.V. vaults or utility manholes. The portion between Bayside Drive and existing Upper Newport Bay Bridge will be removed when the new bridge is built. The permittee shall landscape the area between the shoulder and the trail. Also, the City shall maintain the bicycle trail after it is built at no expense to the State. To prevent ponding in area of proposed Type "D "curb, adequate opening in curb shall be provided. All drainage ditches and inlets and outlet areas of existing culverts shall be maintained in an operating condition. The successful bidder shall take out a $500 2 -year Bond and apply for a construction Rider to perform this work. Permittee shall arrange for a pre - construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. The traffic signal system /s will be maintained by State forces. Care should be exercised in avoiding existing signal and lighting conduits at these intersection /s. In event of conflict with the existing traffic signal and lighting system /s, where no electrical work is authorized in the permit call the Signal Maintenance Laboratory at (213) 723 -1373. If it is necessary to disturb the traffic signal equipment, or if any damage to the equipment is incurred, all work or repairs will be the responsibility of the Permittee and at no cost to the State. Protection of the Traffic Signal Equipment as shown on the attached study plans is a part of this permit and should be transmitted to the Permittee as stated in Circular Letter 70 -104, Senate Bill 960. Special attention is directed to General Provisions 2, 3, 5 and 6 on this form. The attached ROADSIDE IMPROVEMENTS, SIGNAL, CONES and SUBSTRUCTURES sheets are part of this permit. MAINTENANCE - PERMITS • 0 SPECIAL PROVISIONS (ROADSIDE IMPROVEMENTS) TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 775 -E- 778486 I. It is imperative that the permittee notify the following State Inspector at least 48 hours prior to starting any work under this permit. State Inspector: D. PERUZZI phone 714- 639 -6851 A.M. - or if no answer phone between 8:00 a.m, and 4 :00 p.m. All inspection costs incurred incidental to this work shall be borne by the permittee. All work shall be performed during the working hours regularly assigned to Department of Transportation employees. II. CONSTRUCTION REQUIREMENTS Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Division of Highways Standard Specifications dated Jan. 1973 and the following special provisions: (Only items pertaining to the applicable construction work will apply.) A. Sidewalk shall be constructed with Class "A" Portland Cement Concrete four (4) inches in depth except at commercial driveways where six (6) inch depths respectively, will be required. Back edge of sidewalk shall be placed on the right -of -way line. The finished grade of sidewalk shall have a cross fall of 1/4 inch per foot. Concrete shall be scored in accordance with the Standard Specifications or so that scoring will match adjoining existing concrete. B. P. C. C. sidewalk shall be constructed using a minimum of 4" of Class A P. C. C. over 4" of pea gravel or sand subbase and soil sterilant consisting of 25% sodium - clorate per gallon of water ap- plied at the rate of one fourth gallon per square yard. The 4" of sand subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Test Method 217F or as determined by the State Highway Representative. C. Concrete curbs and gutters shall be constructed to authorized plan rades or, in conformance with existing curb for alignment and grade. State Standard type curb and gutter is required.) Grade and align- ment of portions of curb - returns lying outside the Division of High- ways right of way must have the approval of the city or county involved. Prior to the construction of new curbs, the permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to loca- tions back of the proposed curb, also continuation of curb line within the following limits: Fifty (50) feet back from beginning of 7-MP-17 (OVER) Sep 74 • p' A NTENANCE • S CI AL. ERivS AND CO'DITIONTS (SUBSTRUCTURES) • TO BE ATTACHED AND MADE A PART OF NCROACHMEEiN PERMIT NO. 775 -E- 778486 A. Inspection Requirement,: 1. It is imperative that the Permittee notify the State Inspector at least 48 hours prior to starting any work under this permit. State Inspector D. PERUZZI Phone 714- 639 -6851 between or. if no answer phone between :00 AM and 4:00 ?M: 2. All inspection costs incurred incidental to this work shall be borne by the Permittee u,-less other` /1J= specified on the face of the permit. 3. All work shall be performed or. weekdays during the normal working hours (7-30/4-00) of the De ?t. of Transportation's inspector unless other times are specifically authorizer.. B. Specifications Unless otherwise detailec' and authorized on the face of this permit, all work shall be done in accordanc.= with the Dept, of Transportation Standard Speci- fications dat�:d January 1973 tc the satisfaction of the State representative and the following api�alal provisions: 1. SAFETY AND ^1RA FIG COINT'ZOL: A minimum of ALL lanes shall be provided for traffic in each direction. In addition, minimum clearance of taro feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made fo-• barricades, lights, and flagman to adequately protect the traveling public during construc ion operations in accordance with the "Manual of darning Signo, Tights and Davices ''or Use in Performance of Work upo FIighwa -Is When necessary for ;�ubiic sa: °et,y, flagmen shall be on duty twenty -fotar 'hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than one lane of the highway pave:mant :.hall be oper. -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with spicIficaiIons, permanent repairs mace to the surfacing and that portion opened co traffic before the pavement is cut for the next section. 2. CO ?JSTRUCTTON(il::i :')u iTS: Unless otherwise authorized, pipes and conduits s:iall be installed in a manner to provide a minim.im clearance of 42- inches between the top of pipe and surface P.C.C. pavement shall be sacred to a clepth of 1i inches by means of a concrete saw to provide a :.peat and straight pavement break along 'ooth sides of trench; also, provide an vnfr_c'tured pavement joint and riCld bonding of pavement replacement patch. A.C. pavement s`iail be scorc-d as required above for P.C.C. pavement except where in the opinion of the State Inspector the paveme-.at has been cut neat and straight along both sides of trench to provide an un ractured and level pavement jroi_:t for bondir:3 t-xj.sting pavement and replacement patch. 7 -MP- 1 -3 JUL 74 Rev (over) of curb construcon and one hundred and fifO (150) feet beyond the end of curb construction for safe traffic movement. Removal or re- location of surface obstructions shall be done without expense to the State. D. Sections of existing concrete curbs and sidewalks to be removed shall be cut on the nearest score marks beyond the lim is of removal. This concrete shall be removed to full depth and disposed of outside the State right of way. Unless a neat out is made without damage to re- maining concrete, additional concrete shall be removed to the next score line, using a concrete saw if considered necessary by the State Inspector. E. (1) Concrete driveways shall be constructed in.accordance with the attached Regulations for Standard Driveways. (2) Concrete driveway shall be located to provide not less than 2 feet of full- height curb between permittee's property line and driveway. In those cases where the lot line does not intersect the highway right - of -way line at 900, the extension of the property line within the State right of way for purposes of determining driveway locations, shall be on a line at right angles to the curb or edge of traveled way and passing through permittee's lot corner. F. Temporary driveways when authorized shall be constructed with Asphalt surfacing to a depth of not less than three (3) inches. The edge of driveway shall be not less than five (5) feet from permittee's side property line when curbs are not constructed. Triveways shall be constructed at right angles to and shall join exist- ing surfacing. Radius of flared sections placed between edges of pavement and driveway shall not exceed ten (10) feet, unless a larger radius is authorized on face of permit. Finished grade of surfacing placed between traveled way and curb shall conform to existing shoulder grade. This construction shall not interfere with the existing drainage in any way. The permittee understands and agrees that asphalt- concrete surface driveways are temporary; at such time as concrete sidewalks are con- structed, asphalt- concrete surface driveways shall be replaced with standard driveways of Portland Cement Concrete. All driveways shall be constructed over 6 inches of aggregate base. G. Roof drains, when authorized, must be restricted in use for the exclu- sive purpose of draining rain water from the roof of permittee's building and /or paved parking lot. Roof drains if used for any other purpose, such as draining waste water or domestic supply water onto the highway, will be summarily plugged at curb face outlet by State forces. Drains shall be installed at right angles to the curb line. Removal and replacement of concrete curb and sidewalk sections for the installation of roof drains shall be done in accordance with provisions of Paragraph "C" above. H. Roadside landscaping, when authorized, shall conform with requirements given, on the face of the permit and /or the State's Landscaping Regulations. 7 -MP -17 (back) Sep 74 MAINTENANCE - PERMITS SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 775 -E- 778486 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISION OF HIGHWAYS' SIGNAL LABORATORY AT 213 -723 -1373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. 0 ILLUhIINATED TRAFFIC CONS ATTACHED TO AND M°DE A PART OF PERMIT NO. 775 -E- 778486 Illuminated traffic cones shall conform to the following provisions: Illuminated traffic cones shall be furnished, placed and main- tained at the locations specified by the Department of Trans - portation's representative in the field at no expense to the State. Cones shall be made of highly pigmented, translucent, fluo- rescent, red - orange, polyvinyl chloride. The cones shall be a minimum of 28 inches high with a base at least 14 inches square. The cones shall be illuminated by setting each cone over an operating lighting unit placed directly on the pavement. The lighting unit shall consist of a 6 -volt, dry cell battery and a 3 -watt lamp. The battery shall be of sufficient capacity to operate the lamp at full brilliancy for a minimum of 8 hours and shall be provided with a polarized receptacle on top which will accommodate a lamp socket and lamp. Reflectorized tape with a pressure sensitive adhesive shall be placed over the top of the battery to reflect the light upward prior to insert- ing the lamp socket and lamp. The lighting unit shall be weatherproof and shall have maximum dimensions of 3" x 3" x 611 . There shall be a minimum of two batteries in good working order for each cone at the job site at the start of each working night. Permittee shall replace batteries in the lighting units, when, in the opinion of the Inspector, the brilliancy of the lamps becomes inadequate. Illuminated traffic cones damaged from any cause during the progress of the work shall be immediately repaired or replaced by the permittee at his expense. All work shall conform to the "Manual of Warning Signs, Lights, and Devices For Use In Performance of Work Upon Highways'+. 7 MP -618 Sept 73 Rev h � > ! / �C � l � �� 1 133 ---- � J 1 �'t% -�, � �- � J� � /° �� 0 RESOLUTION NO.(9 5 ') '3 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT IN CONNECTION WITH THE COAST HIGHWAY BICYCLE TRAIL FROM JAMBOREE ROAD TO AVOCADO AVENUE, CONTRACT NO. 1755 WHEREAS, pursuant to the notice inviting bids for work in connection with the Coast Highway Bicycle Trail from Jamboree Road to Avocado Avenue, in the City of Newport Beach, in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of September, 1975 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Certified General Engineering Contractors, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Certified General Engineering Contractors, Inc. for the work in the amount of $16,129.05 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. ATTEST: City Clerk ADOPTED this 22nd day of September, 1975. yor DDC:yz 9/16/75