Loading...
HomeMy WebLinkAboutC-2143 - Intersection Improvements at Irvine Avenue & Cliff DriveT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 August 25, 1980 Dunlop Concrete Construction 23882 Lagarto Mission Viejo, CA 92691 Subject: Surety: Balboa Insurance Company Bond No.: L05- 050082 Project: Intersection Improvements, Irvine Ave. at Cliff Drive Contract No.: C -2143 The City Council on July 28, 1980, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bond 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on August 11, 1980 in Book No. 13696, Page No. 1512. Please notify your surety company that the bond may be released 35 days after recording date. DORIS GEORGE City Clerk DG:bf cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RFc gFQUes 'yoj G • PLEASE RETURN TO Qy CITY CLERK CITY OF NEhcI QRT BEFACH inn NEWPORT 501JLEVArn NFVw!,nRT nF"CR CALIF. 020,2 11949 EXEMPT C3 NOTICE OF COMPLETION PUBLIC WORKS 0 BK 13696po 1512 RECORDED IN OFFICIAL RECORD$ OF ORANGE COUNTY, CA), -'. tii.o o ' 11 AM AUG 11 LEE A. WANCH, Coy ry wa:c: ci►r 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 27, 1980 the Public Works project consisting of Intersection jzpravemnts at rvine Ave Cliff Drive on which ILmlop Omc -rete rim.,;}nirFinn was the contractor, and State Farm Fire and Casualty ( =anrcprtific-atp of Tncnrnnrm was the surety, was completed. ( Policy No. 90 0059525) VERIFICATION I, the undersigned, say: CITY F NEWPORT BEACH i/Lt��iYVti+ r Public torks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 29, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 28, 1980 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 July 29, 1980 at Newport Beach, California. City Clerk T'Sl ERK AU C Z 5 1940 cm OF J. M July 29, 1980 9 0 CITY OF NEWPORT BEACH Lee A. Branch County Pecoxder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: OFFICE OF THE CITY CLERK (114) 64& -2251 Attached for recordation is Notice of Completion of Public Woxks project consisting of intersection InwrovemPnts at Irvine Ave. _ _and Cliff Drive Contract No. 2143 on which Dunlop Concrete Construction was the Contractor and Certificate of Insures was the Surety. Please record and return to us. r ✓ wry truly yours. Doris George City Clextc City of Newport Beach DG:bf encl. City Hall. • 3300 Newport Boulevatd, Newport Beach, California 92663 JUL 2 8 1980 July 28, 1980 CITY By Mw CITY COUNCiL ITEM NOUNCILH 12NDA CITY W H WPM! KiWH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF IRVINE AVENUE /CLIFF DRIVE INTERSECTION IMPROVEMENTS (C -2143) RECOhM1ENDATIONS: 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 Irvine Avenue /Cliff Drive Intersection Improvements has been completed to the satisfaction of the Public Works Department. The bid price was: $ 20,734.00 Amount of unit price items constructed 20,734.00 Amount of change orders: 1,052.00 Total Contract Cost: 21,786.00 Funds were budgeted in the General Fund. One change order was issued providing for trimming the existing gutter edge to a straight line, and for removal and replacement of a two -foot strip of existing pavement to obtain a smooth transition. The Contractor is Dunlop Concrete Construction of Mission Viejo, California. The contract date of completion was June 27, 1980. The work was completed on that date. Benjamin B. Nolan Public Works Director GPD:do � t1EV(/PpRT CITY OF NEWPORT BEACH cq<i OR Date ,lye 12, 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2743 Project InterseCtign ifmtrn=Kta. r. drA w09 mg mss xie Attached is signed copy of subject contract for transmittal to the contractor Contractor: Dunlop COWret:e Oonstruction Address: 23882 Iagarbo, 1485icn Viejo, Q1 92691 Amount: $ 20,734.00 Effective Date: J1ate 11, 1980 Resolution No. 9770 A" Doris Geo e Att. cc: Finance Department M City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CERTIFICATE OF INSURANCE I This is to certify that M STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois ohm ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois has in force for EUGENE DAY DUHLOP CONCRETE COiTSTRUCTION Name of Policyholder 23822 LA- GARTO, MISSION VIEJO, CALIF. 92691 Address of Policyholder location of operations LLOYD F. ELLIOTT, Agent 7926 La Palma Buena Park, CA 90620 Phone: Bus. 714527 -6897 INTERSECTION I MPROV MEiWS, IRVINE AVENUE AT CLIFF DRIVE the following coverages for the periods and limits indicated below. POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY (Off, /exp,) n �'� -J r✓ omprehensive U C p to O 0 00595 General Liability —3_140 ❑ Duel Limits for: BODILY INJURY Manufacturers' and Each Occurrence $ ❑ Contractors' Liability Aggregate $ ❑Owners', Landlords and PROPERTY DAMAGE Tenants' Liability Each Occurrence $ The above insurance Aggregate' S 429 Includes ❑Excludes eincudes E] Excludes Includes ❑Excludes )Q Combined Single Limit for: BODILY INJURY AND PRODUCTS - OANERS'OR CONTRACTORS' CONTRACTUAL PROPERTY DAMAGE COMPLETED OPERATIONS PROTECTIVE LIABILITY LIABILITY Each Occurrence $1,0000000.00 POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD $1,000,000.00 Jeff. /axp.l Aggregate CONTRACTUAL LIABILITY LIMITS ❑Watercraft Ilf different than above) BODILY INJURY Liability Each Occurrence $ ❑ PROPERTY DAMAGE Each Occurrence $ ❑ Aggregate $ 90 0, {99586 Workmen's Compensation �p CoveregeA 6 -1 -60 t0 Coverage STATUTORY ntimployer's Liability a.�.3_8e 1,70 OOO Coverage $ r - Coverage B 'Aggregate not applicable if Owners', Landlords' and Tenants' Liability Insurance excludes structural alterations, new construction or demolition THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. IT IS AGn =ED PRAT IT IS THE I T EVTIIJId OF T:iE CO FAilpf T--1 PROVIDE 30 Dina uRITTE9 NOTICE PRIOR T;, THE C.d- 71JELLA'TI).:? OF OR REDUCTIM OF COVE'FrUE Ir! iliE FOLIC, DESIGiTATED lid ZHIS CERTIFICATE. IN F6 -994.3 NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED (Contract # 21'4.3) CITY OP iTE1PORT 3 EACH 3300 _ :.F' icT BLVD. arEly -FORT 3EACH, CALIF. 92663 J 5 -12 -30 Date g gnat of Kuth.ozed Re Presentative Ap'ent Title CITY OF NEWPORT BEACH Contract No. 2143 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 0 0 TO: CITY CLERK June 9, 1980 FROM: Public Works Department SUBJECT: INTERSECTION IMPROVEMENTS, IRVINE AVENUE AT CLIFF DRIVE Attached are three copies of the subject contract documents and insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. Kenneth L. Perry Project Manager KLP: jd �- I CONTRACT NO. 2143 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE Approved by the City Council on this 10th day of arch, 1980. oris George, C ty C erk SUBMITTED BY: .D.4O IQ�UCF!/� �Q NSTh4ChCnJ Contractor 23UA zo Ao Address SS /a,J bt Jo 92 /.gz City zip $30 -7y5'i Telephone 4, 7.35/ Total �5 id Price Page 1 - CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 16th day of �A ri1�, 19Q, at which time they will be opened and read, for perf�ovming work as follows: ws: INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility 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 theCo�r orate Seal shall be affixed to all documents re— q— u ng signatures. In the case of a ar>s tnershl�p, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned withjn 2 weeks after the bid opening. (cont.) 6 0 Page la The City as adopted the Standard Specifications for Public Works Construction (1976 Ldition) as prepared by the outhern California Chapters of the American Public Works Association and the Associated General Contractor$ 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 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by f�e City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per then 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. A copy of said determination 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 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 _ ...; a 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. 2g97,Zo Classification C -8 Accompanying this proposal i , , cas m er-s LnecK or in an amount not less than 10 percent of the total bid price. SJi" i' I The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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. $'30- W-0 Phone Number 9 — /G- Sc� % e J &Ndd CVVCA -j, C..t 0 Q Biaaer s ame (SEAL) H u tF ori� 3 g A nature Authorized Signature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor 1. RION,E Address 2. T Own >nN Own 6"QkArc.s�e Saw r old T JFiK�k 3. &.4 AauQ e. eamc..r 6 m hi&Tflmr ej-e4J- 4. 5. /Yo1Ua uct &21""Vq .ta AIN" 6. 7. 8. 9. 10. 11. 12 ai_441� nature 1A4101tt u a.Q Type of Organization (Individual, Co- partnership or Corp.) a38a� �4a� dress • 0 15 Of EC_ K ' /.SS%ED 70 C /Teage 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we an as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact) ) m Title ncipa rety ktji ..Page 5 .1 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'depos"itory,.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 r. 19 70. My commission expires: 1901y1 - .Cdi 9f Notary Public ................ ______. OFFICIAL SEAL KAY K. COLLINSKE NOTARY PU3LIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expires June 22, 1982 ................ ..... I -. , ��L- x1'.m::'�.-�sv.xS- .�..:u'@'..�. :v. .. ,s,3�tr�`.�.le�t �x�.ax�r��4''ak2 ., ai:_.�v.�,: '�3..t`.. �:r� s � ..'".. �_.,. Page 6 STATLMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. M 0 E Page 7 _ The undersigned submits herewith a stateWfft of the work of similar character to . that proposed herein which he has performed and successfully completed. Year Completed -.For WhomTerformed (Detail) Person to Contact Telephone No. i ce h. +dY W fouCI&* CI MIr—e( 6., ci{ +iw Jtkch ek� Sir+c 19ZX ai gne� • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen • The undersigned declares that he has carefully examined the location of t the Notice Inviting Bids, has examined the Plans and Special Provisions, to furnish all labor, materials, equipment, transportation, and services required to complete Contract No. 2143 in accordance with City of Newport R- 5387 -S, the City's Standard Specifications, Standard Special Provisions these Special Provisions; and that he will take in full payment therefor prices for each item, complete in place, to wit: PR 1 of 2 V he work, has read and hereby agrees to do all the work Beach Drawing and Drawings, and the following unit ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE L.S. Sawcut, remove and dispose of existing pavement; compact native materials; furnish and install P.V.C. conduit; provide traffic control; and furnish all miscellaneous materials, services, labor and transportation; for the lump sum of: y +uc- �[�ocsaUd mac huud.ed �r Y//,v Dollars ✓ and Cents L.S. Construct rolled curb, for the lump sum price of: ei9hf huwdee� cue /ue Dollars and Cents $ L.S. Construct 6" thick P.C.C. pavement over compacted native materials, for the lump sum price of: 42)yht-- ihoWS9,J4 0#04 Seoe�j tj Seuer 1 Dollars and Cents $ 679ZZ __ 0 11 I tm quiAN I I I T 1 1 tm Ut Jl UV I IUN 40. AND UNIT ITEM PRICE WRITTEN IN WORDS 4 Lump Sum Furnish and install 2 -3/8 " thick inter- locking paving stones, including sand bedding, for the lump sum price of: SIX- %%orSa�� SeuPw Awid,.od Six Dollars and Cents TOTAL PRICE WRITTEN IN WORDS CONTRACTOR'S LICENSE NO. 2897j- DATE /{%e l6� /980 TELEPHONE NO. S3o -7YO CONTRACTOR'S ADDRESS Dollars and Cents TOTAL PR 2 of 2 $ .......... $-0r`— . -- dba Bidder's Name 6_21"'q TAuthorized Signature) —� it 9.wl • • f. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR INTERSECTION IMPROVEMENTS -- IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 Paqe I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . 2 VII. NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . 3 VIII. EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . 3 IX. PROTECTION OF EXISTING CENTERLINE MONUMENT . . . . . . . 3 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . 3 XII. INTERLOCKING PAVING STONES . . . . . . . . . . . . . . . 3 S P l o f 4 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PR0U-ISI0NS FOR INTERSECTION IMPROVEMENTS -- IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 I. SCOPE OF WORK The work to be done under this contract consists of replacing existing asphalt concrete pavement in the intersection of Irvine Avenue and Cliff Drive with a planting area surrounded by rolled curb and portland cement concrete pavement. A portion of the Portland cement concrete pavement will be depressed, with a layer of red prefabricated interlocking paving stones bedded in sand constructed over the depressed area. The Contractor will be responsible for maintaining detours during the construction period. The Contractor may close the entire intersection to traffic for a period not to exceed 15 continuous calendar days. The Contractor will not be required to install permanent traffic striping or permanent traffic signs after construction has been completed. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5387 -S), the City's Standard Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction 1976 Edition), including supp ements to date, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. . II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 45 consecutive calendar days after the issuance of a notice to proceed by the City, and as specified in Section 6 of the Standard Specifications. The Contractor shall submit a construction schedule which shall be approved by the Engineer prior to the start of any work. All construction shall be done during normal workdays. No construction shall be done on weekend or holidays unless approved 24 hours in advance by the Public Works Department. III. PAYMENT The lump sum price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. . SP2of4 t,. IV. TRAFFIC CONTROL AND ACCESS A. General The Contractor shall provide traffic..- introl and access in accordance with the traffic control plan; with Secill 7 -10 of the Standard Specifications as modified herein, and with the Standards contained in the Work Area Traffic Control Handbook, published by Building News, Inc. Vehicular and pedestrian access shall be maintained to Ensign School and residences adjacent to the project area, except where necessary conditions preclude such access for reasonable periods of time as determined by the Engineer. Irvine Avenue and Cliff Drive both carry two -way traffic. One lane of Traffic shall be maintained in each direction at all times on each street except that between the hours of 9:00 A.M. and 2:30 P.M. on Mondays through Fridays, traffic may be reduced to a single lane if flagmen are provided. Notwithstanding the paragraph above, the Contractor may close the entire intersection to traffic for a period not to exceed fifteen (15) continuous calendar days in order to construct the improvement. The Contractor shall place and maintain detour signs and lighted barricades at his own expense during the time the intersection is closed. The detour signs and lighted barricades shall be placed as shown on the plan in order to allow local traffic to reach their homes and the public to reach the parking lot at Ensign Middle School. Where any restrictions herein mentioned necessitate the temporary prohibi- tion of parking on affected streets during construction, the Contractor shall furnish, install, and maintain in -place "No Parking Anytime" signs (similar to State Standard Sign R -38) indicating the limits of tow away. Signs shall be installed at locations not more than 150 feet apart, and shall be posted and the City notified a minimum of 48 hours in advance of the need for enforcement. PERMITS Before disposing of amy demolition or removals at any sanitary landfill site in Orange County, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit. VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the City. • � SP 3 of 4 VII. NOTICES TO RESIDENTS ' The City will send 'a preliminary notice to all residents of the area affected by this project. The above notice will be prepared by th4=i ty. VIII. EXISTING UTILITIES AND STRUCTURES Construction of the items in this contract will cause work to be performed under and very near existing water, sewer, storm drain, gas, electrical, telphone, and television lines. The Contractor shall investigate, locate, and protect all existing utilities in conformance with Section 5 of the Standard Specifications. He shall protect in place and be responsible for, at his own expense, any damage to existing utilities encountered during construction. IX. PROTECTION OF EXISTING CENTERLINE MONUMENT Every effort shall be made by the Contractor to protect the existing center line monument in the center of the intersection. Should the monument be disturbed, it shall be restored by the Contractor at his expense and no separate compensation will be made. X. WATER The Contractor shall make his own arrangements for water. City water is available from fire hydrants at no cost for the water used. Before water from fire hydrants is used, the Contractor must secure a hydrant meter from the Utilities Department. A refundable deposit of $500 is required to guarantee the return of the meter. XI. SURFACE AND GROUNDWATER CONTROL Surface and ground or other waters may be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accor- dingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. XII. INTERLOCKING PAVING STONES A. Materials Interlocking concrete paving stones shall be "Stockholm" pattern red inter- locking concrete paving stones as manufactured by Muller Supply Co., 424 S. Main Street, Lodi, California 95240, or equal as approved by the Public Works Department in writing. The Sand bedding course shall be clean washed sand with 100% passing a No. 4 sieve and a maximum of 3% passing a No. 200 sieve. This is commonly known as plaster sand. • SP 4 of 4 B. Installation The paving stones shall be 1, in the standard interlocking pattern as shown on the plans. It is f, ant thair the joint lines be straight. String lines shall be used to hold p4 rn lines true. Cutting of paving stones must be done with a masonry saw. Paving stones require edge restraint to secure the edge stones and to retain the sand bedding course. Edge stones abutting straight restraining edges must be cut stones at least half a stone in`width with the flat portion abutting the straight retaining.-edge. Paving stones shall be installed tight and level on the undisturbed sand bedding course. Plaster sand shall then be spread over the installed paving stones so that it may be vibrated into the joints between the stones. A roller vibrator or plate vibrator shall be used to compact the paving stones and to vibrate the sand into the joints between the stones. Extra sand should be used to ensure that the joints are filled to the top of the stones. Extra sand should then be removed and the completed paving stone installation washed down. SAMPLE CITY OF NEWPORT BEACH Contract No. Spec i al 1Endorseme"�*. In ron;ideration of the premi`� `~ 'this endorsement is attached to and made a Part of all policies insuring the Pty of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in #*.- policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of`'��Beach, its officers and employees as additional insureds in the policies descri & -below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City if Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. PAvides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES _ ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective 19 , when signed by an Authorized Representative of the compan es a fording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By (Authorized Representative) _ IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 Mine 25, 1980 • . • CITY OF NEWPORT BEACH Dunlop Concrete Construction 23882 Lagarto Mission Viejo, CA 92691 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: City of Newport Beach, Contract No. 2143 . Intersection improvements, Irvine Ave. at Cliff Drive Enclosed is your cashiers check in amount of $2,100.00 for bid bond on above subject. Doris George City Clexk DG:bf encl. City Hall -, 3300 Newport Boulevard, Newport Beach, California 92663 i i I� O 0 16033252 SECURITY PACIFIC NATIONAL BANK oATE�RIL 15 1980 MISSION VIEJO OFFICE 164 ' 24696 CHRISANTA DRIVE, MISSION VIEJO. CA 92691. 1220 PAY TO THE ORDER OF CITY OF NEWPORT 100.00* S P N 0 -12.100A All? 00CFS NATURE u•.16033252u0 ':L220000431:0139-5 u' R J CITY CLERK CONTRACT NO. 2143 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE Approved by the City Council on this 10th day of March, 1980. /A i ris George, City Cler SUBMITTED BY: DUNLOP CONCRETE CONSTRUCTION Contractor 23822 Address Lagarto Mission Vie.io 92691 City Zip 9 e ep one 120 ' Tota B d Price r. -. Et" • 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 2:30 P.M. (as determined by telephone time signal) on the 16th day of AA rte_, 1988, at which time they will be opened and read, for perming work as fPollllows: INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 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 a fir porate Seal sha 1 be affixed to al documents requiring signatures. In the case of a _ artnershTp_T 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.) 11 0 Page la The City has adopted the Standard Specifications" for Public Works Construction (1976 Ldition) as prepared by the Southern ' Califomia Chapters of t e merican 1suB is Works Association and the Associated General Contractors of Amerita. 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 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by t�e City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations 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. A copy of said determination 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 -7981 in- clusive).' The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 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. 289720 Classification C -8 Accompanying this proposal is C C 6033252 Amt- 2 100.00 as erti ie ec as er s ec or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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. 830 -7459 Phone Number 41680 Date DUNLOP CONCRETE CONSTRUCTION Bidder's Name (SEAL) S /Richard Dunlop aa,d a uthorized Signature Authorized Signature Individual 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: 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. NONE 2. I own my own concrete saw, dump truck,tractor, and have a concrete 3. and masonry crew. 4. 5. 'barricades - Advance Warning Service 417 A S. Cypress St. 6. 7. 8. 9. 10. 11. 12. CONCRE DUNLOP i e s ame S /Richard Dunlop Authorized Signature V" Individual Type of Organization (Individual, Co- partnership or Corp.) 23822 Lagarto Mission Viejo. CA 92691 dress NOT APPLICABLO CONTRACTOR SUBMITTED CASHIERS &CK IN AMOUNT OF $2,100.00 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we an Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual., it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact 0 Ti tle Principal Surety NON - COLLUSION AFFIDAVIT Page 5-. 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 kin& 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. i a 0 I I a JE- FOR ORIGINAL SEE CITY CLERK'S LE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file.with City Clerk 11 E l 0 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. 1975-76;77,7ft -79_Rn Standard Concre.te.Material Co. on Doty 957 -6531 (driveway aprons replaced at plants- paving - concrete., foundations for equipment, renlacement.nf roncrete damaged by:their trucks. etc.) been doing concrete patios and masonry work for residences since 1973. 1976 -80 Brion Jeanettes & Assoc.. Architects Brion Jeanette. 645 -5854 house foundations and Brion Jeanettes new office building Also submitted.preliminary costs to Brion Jeanette and City of Newport for this project in December. 1979. � � i ___. �:_, Page 8 LABOR AND MATERIAL BOND Bond No: L05- 050082 KNOW ALL MEN BY THESE PRESENTS, That Premium included in Performance Bond WHEREAS, the City Council.of the City of Newport Beach, State of California, by motion adopted April 28, 1980 has awarded to DUNLOP CONCRETE CONSTRUCTION hereinafter designated as the "Principal ", a contract for INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE in the City o;f Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth': NOW, THEREFORE, We Dunlop Concrete Construction as Principal, and Balboa Insurance company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars ($ 2o.734.00 ___), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, ,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and`.Material Bond Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And 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 contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23ra day of May 1980 Approved as to form: City torney al) Name of Contractor Princip 0-0-1- -A6U Authorize Signatur and Tit e Authorized ignature and Title Bathna I12miran- Co dy (Seal) Name of Surety ^ Addr of Su ty gnature an itlel9f Author! zed-Agent-,---., Becky L. Yost Attorney In Fact. .. Ca ress o I gent 714- 634 -2I26 Telephone No. of Agent ! � :� �- -- ,; �� - . _ �; ; .: ,_ ._ �. } .. .....�._ , ... _. , . u�.._.. STATE OF Cal ifornia / + / ss: County of Orange / On this 23rd day of before me Pat Beals a Notary Public in and for the said County of Orange State of —_ California residing therein, duly commissioned and sworn, personally appeared Becky L. Yost known to me to be the Attorney -in -Fact of the Balboa Ins xecuted the within instrument, and acknowledged to me that he subs ame o t eF �� nsur Company thereto and his own name as Attornev -in -Fact. PAT BEALS rprnnr auaLIc - cAurowan PRWCwra COMM nr Owr� COUNTY Notary Public in and for the County of Ur CNWAebn Em. May & 1984 iLoozzarts b_b Orange State of California PERFORMANCE BOND KNOW ALL MEN V THESE PRESENTS, That Page 10, Bond No3 L05- 050082 Prem: $622.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 28. 1980 has awarded to DUNLOP CONCRETE CONSTRUCTION hereinafter designated as the "Principal ", a contract for INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, rn,nza -p rnnaratP ennstructi n as Principal, and Balboa Insurance Company l as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Thousand Seven Hundred Thirty Four &,N01100 Dollars ($20,734.00 said sum being equal to 100% of the estimated.amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if.the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, 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. And 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 to the specifications_ accompanying the same shall in any wise affect its obligations.on this bond, and it does hereby waive notice 9 9 V' 1 Y �s'sf•.' ., .a,•:- .a.�.. _...,ci:L_ —�e � x�.;"�ir' _ _ ._ _ _ -_c -.mac of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principaloand Surety above named, on the 23rd day of May 19 Approv as to form: VCTty Attorney Dunlop Concrete Construction_ _ _(Seal) Name of Contractor (Principal) (2&ct Q&10 +Ottrvu, Authorized Signatu an it e Authorized Signature and Title Balboa Insurance Company (Seal) Name of Surety nuuress aurety .J Y• Si ature and Me of thorize ; Agent _ = : B6ckN L.,Yos Att rney In Fact'„ 1717 S. State College BI'vd. #275, Anaheim, Ca. ddress of Agent 714- 634 -2126 Telephone No. of Agent 9 I i� STATE OF Cal i£ornia l ) ss: County of Orange ) On this 23rd day of May l9-8-0— before me Pat Beals a Notary Public in and for the said County of Orange State of Cali £orni a _ residing therein, duly commissioned and sworn, personally appeared Becky L. Yost known to me to be the Attorney -in -Fact of the Balboa I t executed the within instrument, and acknowledged to me that he s s Le name of [Naon ns ce Company thereto and his own name as A ttorney -in -Fact. PAT B - CAU ravwr eue� c. c�uwuen 'ice P rsz PNe1CIPAL 0iF1CH IN OR'��n' Notary Public in and for the County of My radon Ew Mel' 8, 1984 1L002ZR776 b -b Orange State of Cali fornia 9 BALBOA INSURANCE COMPANY 620 NEWPORT CENTER DRIVE, NEWPORT BEACH. CALIFORNIA 92660 - 433 r POWER OF ATTORNEY VALID GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and appoint BECKY L. YOST of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute acknowledge and deliver CONTRACT BONDS (S.B.A. Guarantee Agreement) - $200,000.00; LICENSE 8 PERMIT BONDS - $50,000.00; MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $50,000.00; COURT BONDS - $50.000.00: FIDUCIARY BONDS - $50.000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31, 1980" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s }in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. 'Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof Balboa Insurance Company has caused these presents to be signed by it Vice President and its corporate seal to be hereto affixed this Incorporated By —._ 6 State of California Feb. , 1948 County of Orange Senior day of c On this 22nd IF(�PNia ebruary A.D., 19 80 before me personally came William Palgutt to me known, who, being by me duly sworn, did depose and say, that he resides in Mission Viejo, California that he is Senior Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; aand, that he signed � /his name thereto by like order. No ICIAL SEAL �/// c, 2 (, Y A. FORREST �� Notary Public BLIC- CALIFORNIA AL OFFICE IN GE COUNTY Aug. 22, 1983 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation" GIVEN under by hand and the seal of said , Company, at Newport Beach, California, this day of 19_rY0 . THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. /.D �- — 0YO 6 8 Secretary B2.E{p2 Page 12 CONTRACT THIS AGREEMENT, made and entered into this jl day of 19, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and DUNLOP CONCRETE CONSTRUCTION, 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 INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 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 therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 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.. CITY OF NEWPORT BEACH, CALIFORNIA /, By: ' t ''e'601 Z` _ mayor Pro Tan IV 14. cc-'.4 ca-4, ntractor (SEAL) By: �4 c4p Ca Approved as to fo City Attorney _ Title Title 0 • . PR oft CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INTERSECTION IMPROVEMENTS IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen The undersigned declares that he has carefully examined the location of t the Notice Inviting Bids, has examined. the Plans and Special Provisions, to furnish all labor, materials, equipment, transportation, and services required to complete Contract No. 2143 in accordance with City of Newport R- 5387 -S, the City's Standard Specifications, Standard Special Provisions these Special Provisions; and that he will take in full payment therefor prices for each item, complete in place, to wit: he work, has read and hereby agrees to do all the work Beach Drawing and Drawings, and the following unit ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE L.S. Sawcut, remove and dispose of existing pavement; compact native materials; furnish and install P.V.C. conduit; provide traffic control; and furnish all miscellaneous materials, services, labor and transportation; for the lump sum of: Five thousand one hundred thirty -nine Dollars and nn Cents L.S. Construct rolled curb, fo Eight hundred twelve no L.S. Construct 6" thick P.C.C. native materials, for the the lump sum price of: Dollars and Cents pavement over compacted lump sum price of: Eight thousand and seventy-seven Dollars and nn Cents 11 $ 812.00 • • PR 2 of 2 D UNIT ITEM PRICE WRITTEN IN WO 4 Lump Sum Furnish and install 2 -3/8 " thick inter- locking paving stones, including sand bedding, for the lump sum price of: PRICE Six thousand seven hundred six Dollars and no Cents $ 6,706.00 TOTAL PRICE WRITTEN IN WORDS Twenty thniisand seven hundred thirty four Dollars and nn Cents TOTAL $20.734.00 CONTRACTOR'S LICENSE NO. �gg72p DATE April lfi_ 1980 DUNLOP CONCRETE CONSTRUCTION _ W Bidders Name) 6a4atJ TELEPHO NE NO. 830 -7459 S Richard Dunlo C)4_jy_ uthorized Signature CONTRACTOR'S ADDRESS 23822 Lagarto Mission Vieio CA 92691 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR INTERSECTION IMPROVEMENTS -- IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . 2 VII. NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . 3 VIII. EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . . 3 IX. PROTECTION OF EXISTING CENTERLINE MONUMENT . . . . . . . 3 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . 3 XII. INTERLOCKING PAVING STONES . . . . . . . . . . . . . . . 3 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR INTERSECTION IMPROVEMENTS -- IRVINE AVENUE AT CLIFF DRIVE CONTRACT NO. 2143 I. SCOPE OF WORK SP 1 of 4 The work to be done under this contract consists of replacing existing asphalt concrete pavement in the intersection of Irvine Avenue and Cliff Drive with a planting area surrounded by rolled curb and portland cement concrete pavement. A portion of the Portland cement concrete pavement will be depressed, with a layer of red prefabricated interlocking paving stones bedded in sand constructed over the depressed area. The Contractor will be responsible for maintaining detours during the construction period. The Contractor may close the entire intersection to traffic for a period not to exceed 15 continuous calendar days. The Contractor will not be required to install permanent traffic striping or permanent traffic signs after construction has been completed. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5387 -S), the City's Standard Provisions and Standard Drawings, and the City's Standard Specifications (Standard S ecifications for Public Works Construction 1976 Edition), including supp ements to date, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on this contract within 45 consecutive calendar days after the issuance of a notice to proceed by the City, and as specified in Section 6 of the Standard Specifications. The Contractor shall submit a construction schedule which shall be approved by the Engineer prior to the start of any work. All construction shall be done during normal workdays. No construction shall be done on weekend or holidays unless approved 24 hours in advance by the Public Works Department. III. PAYMENT The lump sum price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. • SP2of4 IV. TRAFFIC CONTROL AND ACCESS A. General The Contractor shall provide traffic control and access in accordance with the traffic control plan; with Section 7 -10 of the Standard Specifications as modified herein, and with the Standards contained in the Work Area Traffic Control Handbook, published by Building News, Inc. Vehicular and pedestrian access shall be maintained to Ensign School and residences adjacent to the project area, except where necessary conditions preclude such access for reasonable periods of time as determined by the Engineer. Irvine Avenue and Cliff Drive both carry two -way traffic. One lane of Traffic shall be maintained in each direction at all times on each street except that between the hours of 9:00 A.M. and 2:30 P.M. on Mondays through Fridays, traffic may be reduced to a single lane if flagmen are provided. Notwithstanding the paragraph above, the Contractor may close the entire intersection to traffic for a period not to exceed fifteen (15) continuous calendar days in order to construct the improvement. The Contractor shall place and maintain detour signs and lighted barricades at his own expense during the time the intersection is closed. The detour signs and lighted barricades shall be placed as shown on the plan in order to allow local traffic to reach their homes and the public to reach the parking lot at Ensign Middle School. Where any restrictions herein mentioned necessitate the temporary prohibi- tion of parking on affected streets during construction, the Contractor shall furnish, install, and maintain in -place "No Parking Anytime" signs (similar to State Standard Sign R -38) indicating the limits of tow away. Signs shall be installed at locations not more than 150 feet apart, and shall be posted and the City notified a minimum of 48 hours in advance of the need for enforcement. V. PERMITS Before disposing of amy demolition or removals at any sanitary landfill site in Orange County, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit. VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the City. VII Phil • SP 3 of 4 NOTICES TO RESIDENTS The City will send a preliminary notice to all residents of the area affected by this project. The above notice will be prepared by the City. EXISTING UTILITIES AND STRUCTURES Construction of the item in this contract will cause work to be performed under and very near existing water, sewer, storm drain, gas, electrical, telphone, and television lines. The Contractor shall investigate, locate, and protect all existing utilities in conformance with Section 5 of the Standard Specifications. He shall protect in place and be responsible for, at his own expense, any damage to existing utilities encountered during construction. IX. PROTECTION OF EXISTING CENTERLINE MONUMENT Every effort shall be made by the Contractor to protect the existing center line monument in the center of the intersection. Should the monument be disturbed, it shall be restored by the Contractor at his expense and no separate compensation will be made. FOORKE t The Contractor shall make his own arrangements for water. City water is available from fire hydrants at no cost for the water used. Before water from fire hydrants is used, the Contractor must secure a hydrant meter from the Utilities Department. A refundable deposit of $500 is required to guarantee the return of the meter. XI. SURFACE AND GROUNDWATER CONTROL Surface and ground or other waters may be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accor- dingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. XII. INTERLOCKING PAVING STONES A. Materials Interlocking concrete paving stones shall be "Stockholm" pattern red inter- locking concrete paving stones as manufactured by Muller Supply Co., 424 S. Main Street, Lodi, California 95240, or equal as approved by the Public Works Department in writing. The Sand bedding course shall be clean washed sand with 100% passing a No. 4 sieve and a maximum of 3% passing a No. 200 sieve. This is commonly known as plaster sand. " • SP 4 of 4 B. Installation The paving stones shall be laid in the standard interlocking pattern as shown on the plans. It is important that the joint lines be straight. String lines shall be used to hold pattern lines true. Cutting of paving stones must be done with a masonry saw. Paving stones require edge restraint to secure the edge stones and to retain the sand bedding course. Edge stones abutting straight restraining edges must be cut stones at least half a stone in width with the flat portion abutting the straight retaining edge. Paving stones shall be installed hand tight and level on the undisturbed sand bedding course. Plaster sand shall then be spread over the installed paving stones so that it may be vibrated into the joints between the stones. A roller vibrator or plate vibrator shall be used to compact the paving stones and to vibrate the sand into the joints between the stones. Extra sand should be used to ensure that the joints are filled to the top of the stones. Extra sand should then be removed and the completed paving stone installation washed down. SAMPLE CITY OF NEWPORT BEACH Contract No. Special Endorsement No. in consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shalt be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (comionly referred to as "xcu" hazards). A, indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. PrIvides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affordin g coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By (Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.F. - 3/79 THE NEWP(W ENSIGN PROOF OF PUBLICATION 12015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice; of which the annexed is a printed copy (set in type not smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: Published Mar.12,1980 ................. . .................... .... ............ I ... ......... I...... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California,ibis 12 dayofMar. 1980 Signature "ME NEW11(W ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. Ibis spa*or the County Clerk's Filing Stamp A Notice Proof of Publication of Contract No. 2143 CITYOPtewPOaTaEAClb WoNgIDWYKA eftriso 3= MIUM BIDE wW b t..dt.d of tb .W. d th. Car ct d6 cit --a,8; N.wwn amaa Qttamd.. . t30:: -- l (.. daw.®b d by t l.pbme as.: dpmamlh.lalh d be ,la9fa,. whYB vm. th.} .®g. b awed .d.. Pa dria p k AW . ,IaVINEAVBNUEATCtBr COMMACT140:2143 && m m b .obmitM m Ets 1..P.t.1 Him.tlaand wXh th. ao W aat dwumb n®rn.a. by tb eabae. Would D.Pmm.et. Th. ddlli mg mer. C €E,'tJ{ 13 1980 0. CITY OF 'OPT BEACN �( CALIF. ' PROOF OF PUBLICATION Each w.a a atd. t TA tulle d th. &H b.t o w w&W .ftto"shallbds"I madoid m tb wtdd. d W. mnbpa® th. .I d, ii..atw4 aad nttamt U th. pf p..d mR .. APtopml yaty P. T. A.Im1 AbilaT ad Etrp.tl.... 7'hw. dxm.mbtbdibaebd with W. dqw, t .d tub. d ar ptto. .la.bo m b.h.a d tb holm. ra om- po.b a W.dP.slmmda-pnddmt m Vim P"Mmt and SK.* P a A,tb1m18,rntmTSw mtpdr .dtbe .. Cotpmms s.al . �a 8 d to e dpootmb myublap Mg. 1. the . d a PedumMA tb. dp..tm. bid N. Wit W b a ..V btsgeb d . No 61N wW b awPld Gam a aoa• 9 IMddm in d Ib Btwla.d'od' Cods. Tb oo.fmlm 4W .- 'tat. , bb Ita.p. .embr sd abdBtotlmbW m Oa � d l.o• , a. pd aootr.d Z!, obWi�il1b� 8. pwhl�, Osp.btmt City Ndt N.wwt 11 s Wdw.i0. d m and b Ilosa..d a b.al.ta it b tsaoMSd tbot tb Pin. ad emb.cl doommb b towd whbb3wwI a9.thhb1dopabp Th. Caf br dawd th. at.odd 9*9w am b Pgbuc W.A. Cm tba.'tlm (IWe ruw u pt p.md bi �A.IhtNls{hiL 0 • Th. cft m..drnrd wd.i ep.d.l ft .wl r OW 01..d.W Du�1ga i tll..i 1u....i�bh': a11Y PeW ieq by.ed*1 i aeil' dA du s A d alvd rd "O ftr N..ph Hb. adwW 8y tb. Cj d" kam bn .& Thb bd by W. .1, N.wpmt B.eab. TW. kam r• W. eeb .ed� as wU& dr wvk - ..rJtaadl,dutl .bd by all Lobo. 0.d. a Il.atl ap 7W pry �ww..tlar;�l b oy.d m1 a sV bM. and b vdw Mf hr P.bWb.. March 12, low m The W.panEtigo. NR1K /L-i APR ?,� IC,GO By the CITY COUNCIL TO: CITY COUNCIL FROM: Public Works Department • April 28, 1980 CITY COUNCIL AGENDA ITEM N0. H-2(b) SUBJECT: IRVINE AVENUE -CLIFF DRIVE INTERSECTION IMPROVEMENTS (CONTRACT 2143) RECOMMENDATION: Adopt a resolution awarding Contract No. 2143 to Dunlop Concrete Construction, Mission Viejo, in the amount of $20,734, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 2:30 P.M. on April 16, 1980, the City Clerk opened and read five bids for the subject project: Bidder Amount 1. Dunlop Concrete Construction, $20,734.00 Mission Viejo 2. Coxco, Inc., Orange $26,650.00 3. Fleming Engineering, Cerritos $27,095.00 4. Hondo Company, Santa Ana $28,500.50 5. T. J. Crosby, Santa Ana $29,845.00 The low bid is 3.7% above the engineer's estimate of $20,000 (prepared after completion of the plans); and 80% above the original estimate of $11,500. The higher cost is partly caused by the need to place the prefabricated paving stones over a layer of Portland cement concrete pavement. The plans and specifications were prepared by the Public Works Department based on a design furnished by the Heights -Haven Traffic Committee. The estimated date of completion is June 15, 1980. The low bidder is a properly licensed concrete contractor. The project consists of a circular planting area 14 feet in diameter surrounded by a 6- inch -high rolled curb, a circle of Portland cement concrete pavement 50 feet in diameter, and a border of red interlocking paving stones. Conduits are provided for water and electrical service to the planter. No landscaping is included in this contract. The location of the project is shown on the attached sketch of the complete Newport Heights -Cliff Haven "Traffic Solution Plan." 0 0 April 28, 1480 Subject: Irvine Avenue -Cliff Drive Intersection Improvements (Contract 2143) Page 2 In reviewing the construction sequence involving excavation, placement of the concrete base and borders, and placement of the precast concrete paving blocks, it became apparent that maintaining traffic through the intersection during construction would be extremely difficult; therefore, total closure of the intersection for 15 calendar days has been provided for in the specifica- tions. This offers the advantages of reduced total construction time and re- duced cost. The disadvantage is the need to detour traffic via alternate routes. Concern has been expressed that drivers might be tempted to turn left short of the island. Traffic striping plus "Keep Right" signs in the island will keep traffic to the right. Construction of the traffic island and the moving of traffic toward the outside of the street will result in the loss of some on- street parking space and the elimination of the left -turn pocket on Cliff Drive for traffic turning north onto Irvine Avenue. An exhibit showing the proposed traffic striping plan will be on display in the Council Chamber. In view of the substantial increase in costs, the Council may wish to reconsider the over -all program. A list of the locations and original estimated costs for the Phase I program is attached for reference. pa�, Benjamin B. Nolan Public Works Director KLP:jd Att ha i p T_ Q t t� [ a YY b F " c�i • c �i. [ o �© u O O „a NEWPORT HEIGHTS - CLIFF HAVEN TRAFFIC SOLUTION PLAN "ESTIMATED COSTS" CMAY 1979) Circular Landscaped Islands Santa Ana & Clay $ 12,500 Santa Ana & Beacon $ 12,500 Santa Ana & Cliff Drive $ 20,000 Riverside Drive at Cliff Drive $ 15,000 Cliff Drive & Irvine Avenue $ 11,500 Cliff Drive & St. Andrews $ 12,500 Cliff Drive & Signal $_12,500 $ 94,500 Pavine Bands Catalina Street $ 2,750 Riverside Drive near Stuft Noodle Restaurant $ 4,000 Riverside Drive at Cliff Drive $ 4,000 Tustin Near Ocean View s 3,000 Kings Road & Cliff Drive $ 4,500 $ 18,250 Total Circular Landscaped Islands and Paving Bands . . . . . . . . . . . . $112,750 Total Request . . . . . . . . . . . . . . $115,000 RESOLUTION NO. 9 -t7 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO DUNLOP CONCRETE CONSTRUCTION IN CONNECTION WITH THE IRVINE AVENUE /CLIFF DRIVE INTERSEC- TION IMPROVEMENTS (C -2143) WHEREAS, pursuant to the notice inviting bids for work in connection with the Irvine Avenue /Cliff Drive inter- section improvements, in connection with the plans and speci- fications heretofore adopted, bids were received on the 16th day of April, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is DUNLOP CONCRETE CONSTRUCTION, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of DUNLOP CONCRETE CONSTRUCTION in the amount of $20,734.00 be accepted, and that the contract for the described work be awarded to said bidder; and 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 day of Mayor ATTEST: City Clerk 1980. HRC /kv 4/22/80 I __ ;AR 1..0 SRO By me CITi OF t!'WP%T TO: CITY COUNCIL FROM: Public Works Department L March 10, 1980 CITY COUNCIL AGENDA ITEM NO. H -13 SUBJECT: IRVINE AVENUE -CLIFF DRIVE INTERSECTION IMPROVEMENTS (CONTRACT NO. 2143) RECOMMENDATIONS: Approve the plans and specifications. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on April 16, 1980. DISCUSSION: On June 25, 1979, the City Council approved a two -year program of constructing intersection improvements at 12 intersections in Cliff Haven and Newport Heights, and appropriated $115,000 for the program. The project at the intersection of Irvine Avenue with Cliff Drive is the first intersection to be improved under the program, and is considered to be a pilot project. The loca- tion is shown on the attached sketch. The project consists of a circular planting area 14 feet in diameter surrounded by a 6- inch -high rolled curb, a circle of portland cement concrete pavement 50 feet in diameter, and a border of red interlocking paving stones. Conduits are provided for water and electrical service to the planter. No landscaping is included in this contract. In reviewing the construction sequence involving excavation, place- ment of the concrete base and borders, and placement of the precast concrete paving blocks, it has become apparent that maintaining traffic through the inter- section during construction will be extremely difficult; therefore, total closure of the intersection for 15 calendar days has been suggested. This would offer the advantages of reduced total construction time and reduced cost. The disad- vantage is the need to detour traffic via alternate routes. The Heights -Haven Traffic Committee and the Cliff Haven Community Association have discussed traffic control during construction, coming to the conclusion that it would be the better plan to close the intersection during construction. The specifications have been written to permit the intersection to be closed for 15 calendar days. The plans and specifications were prepared by the Public Works Depart- ment based on a design furnished by the Heights -Haven Traffic Committee. The estimated cost of the project is $20,000. The estimated date of completion is June 15, 1980. %C March 10, 1980 Subject: Irvine Avenue -Cliff Drive Intersection Improvements (Contract No. 2143) Page 2 Concern has been expressed that drivers might be tempted to turn left short of the island. Traffic striping plus "Keep Right" signs in the island will keep traffic to the right. Construction of the traffic island and the moving of traffic toward the outside of the street will result in the loss of some on- street parking spaces and the elimination of the left -turn pocket on Cliff Drive for traffic turning north onto Irvine Avenue. An exhibit showing the proposed traffic striping plan will be on dis- play in the Council Chamber. (rv, �Z4 Benjamin B. Nolan Public Works Director KLP:jd Att. VN, -tT �a COPE p2t�, €w,�a S'tod f-I-P IST MEW pcRt eAkY z %A F TICC 0 I f. ' Loc.A.Ttow of PROJ�GT 'L- � ` '�: QRo ne.a.o x+rw O: o T L.NOSrAR c vr[A •Ln AAL L[NT ^! WM A_�` n��sJt, eN *rwoss s� A�h