Loading...
HomeMy WebLinkAboutC-2313 - Lido Isle & Via Lido Street Resurfacing Program, Phase III0 0 August 29, 1984 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 R. J. Noble 15505 E. Lincoln Avenue Orange, CA 92666 Subject: Surety: Ohio Farmers Insurance Co. Bonds No.: 439 510 Project: Lido Isle And Via Lido Resurfacing Program, Phase III Contract 'No , t.0 -2313 A The City Council on July 9, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded. The Notice was recorded with the Orange County Recorder on July 16, 1984, Reference No. 84- 291339. Please notify your surety company to release the bonds. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 �d6p, Please Return To "° City Clerk City of Newport Beach EXEMPT 3300 Newport Blvd. C7 Newport Beach, CA 92663-3884 NOTICE OF COMPLETION NO 1)NIDEUTIN"M PUBLIC WORKS OLI 291339 "UMUED IN OFFICIAL RECORDS ORANGE COUNTY CALIFORNIA -10 oo AM JUL 16'84 `I 'o All Laborers and Material Men and to Every Other Person Interested: COUNTY RECORDER YOU WILL PLEASE TAKE NOTICE that on July 9, 1984 the Public Works project consisting of Lido Isle and Via Lido Street Resurfacing Program, Phase III (C -2313) on which R. J. Noble, 15505 E. Lincoln Ave., Orange, CA 92666 was the cont to`r, and Ohio Farmers Insurance Co., 2112 E. 4th St., Santa Ana, CA 92705 was thr�r&,1�S� completed. ���o 1 't I 1 ilfii\dersigned, say: VERIFICATION CITY OF NEWPORT BEACH Public Works 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 11, 1984 _ .at Newport Beach, California. l 4icWorks 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 9, 1984 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 11, 1984 at Newport Beach, California. City Clerk • 0 }�EWPO CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Mayor Evelyn R. Hart July 11, 1984 Mayor Pro Tern Philip R. Maurer Council Members Lee A. Branch Bill Agee Orange County Recorder John C. Cox Jr. p 0. Box 238 Jackie Heather Ruthelyn Plummer Santa Ana, CA 92702 Donald A. Strauss Dear Mr. Branch: Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Lido Isle and Via Lido Street Resurfacing Program, Phase III, y on which R. J. Noble was the Contractor and Ihio F"armers nsurance Co. was the Surety. 2. West Coast Highway Sewer Main Replacement from 62nd Street to Bitter Point Pump Station, Contract No. 2274 on which John T. Malloy was the Contractor and Transamerica Insurance Co., was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr Attachments (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 E TO: CITY COUNCIL 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 0 91984 APPROVED ED FROM: Public Works Department SVBJECT CtOF (< I Q J VIA .LIDO STREET,$ NG PROGRAM, se iII (02313) RECOMMENDATIONS: July 9, 1984 (� CITY COUNCIL AGENDA ITEM NO. F / :2„ 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 Phase III of the Lido Isle Resurfacing Program has been completed to the satisfaction of the Public Works Department. The bid price was $171,854.00 Amount of unit price items constructed $193,738.39 Amount of change orders $ 1,936.75 Total contract cost $195,675.14 The increase in the amount of unit price items constructed was due primarily to: 1) Additional curb and gutter replacement at the request of the adjacent homeowners; and 2) Extra asphalt concrete required to level the irregularities in the existing pavement. One Change Order in the amount of $1,936.75 was issued to provide the additional pavement removals on Via Opporto adjacent to the new cross gutters. Funds were budgeted in the General Fund, Account Numbers 02- 3397 -206, 02- 3397 -183 and 02- 3383 -015. The design engineering was performed by the Public Works Department. The contractor is R. J. Noble Co. of Orange. The contract date of completion was July 2, 1984. The work w5? mpleted on May 25, 1984. *Benin B. Nolan Public Works Director GPD:kf TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: April 9, 1984 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714( 640 -2251 SUBJECT: Contract No. C -2313 Description of Contract Lido Isle and Via Lido Street Resurfacing Program, Phase III Effective date of Contract April 5, 1984 Authorized by Minute Action, approved on March 26, 1984 Contract with R. J. Noble Address 15505 E. Lincoln Ave. P.O. Box 620 Orange, CA 92666 Amount of Contract $171,854.00 L �L►C.� Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11.00 A.M. on the 14th day of March , 19_g, at which time suds shall be opened and read for LIDO ISLE AND VIA LIDO ST E "SURFACING P PHASE Tit a of Project 3 Contra 231 ct No. $208,000 Engineer's Estimate �0• �z FORS/ Approved by the City Council this 27th day of February, 1984. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilhert Won& at 640 -2281. Project Eng nei er CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III CONTRACT NO. 2313 To the Honorable City Council City of Newport Beach P.O. Box 1768 3300 Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2313 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TURF— NO. AND UNIT UNIT.PRICE WRITTEN IN WORDS PRICE PRICE 1. 14,000 Cold plane existing pavement Square Yards One Dollars and Nine Cents $ 1.09 $ 15,260.00 Per Square Yard 2, 3,300 Construct 1" -thick "Open Graded" Tons asphalt concrete overlay Thirty-one Dollars and Foriiy Cents $ 31.40 $ 103,620.00 Per Ton 3. 72 Adjust water valve, sewer cleanout, Each and monument frames and covers to finished grade One Hundred Five Dollars and No Cents $ 105.00 $ 7.560.00 Per Each • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 73 Adjust storm drain and sewer manhole Each frames and covers to finished grade @ One Hundred Thirty -five Dollars and No Cents $ 135.00 $ 9.855.00 Per Each 5. 1 Adjust water vault frame and cover Each to finished grade Nine Hundred Fifty Dollars and No Cents $ 950.00 $ 950.00 Per Each 6. Lump Sum Traffic striping and pavement markings Four Thousand Three Hundred Twenty Dollars and No Cents $ 4,320.00 Lump Sum 7. 671 Reconstruct P.C.C. "Rolled" curb and Lineal Feet gutter @ Eleven Dollars and Fifty Cents $ 11.5n $ 70716.50 Per Lineal Foot 8. 524 Reconstruct P.C.C. gutter (18 ") Lineal Feet Fight Dollars and N0 Cents $ R_on $ 4,1q? nn Per Lineal Foot T' 9. 1,207 Reconstruct Type "A" P.C.0 curb and Lineal Feet gutter Flaven Dollars and Fifty Cents $ 11.50 $13.880.50 Per Lineal Foot 10. 1 Reconstruct P.C.C. cross gutter Each One Thousand Four Hundred Dollars and No Cents $ 1,40n_00 Per Each 0 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT T T L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 2 Reconstruct P.C.C. alley approach Each (including curb returns) @ Four Hundred Dollars and No Cents $ 400.00 $ 800.00 Per Each 12. 1 Construct P.C.C. cross gutter Each One Thousand Four Hundred Dollars and No Cents $ 1,400.00 $1,400.00 Per Each 13. 3 Reconstruct P.C.C. curb access Each ramp (include sidewalk) Three Hundred Dollars and No Cents $ 300.00 $ 900.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Ong Hundred %PvPnt,y-nnP Thousand Fight Hundred Fifty-four Dollars and No Cents $ 171,854.00 � 637 -50 Bidder' (j]4s Teleph15one Number A- 77773x, A -1 Contractor's License No. & Classification 11: lu'�1 .• S /Neil R. Evans. Vice President Authorized Signature /Title 15505 E. Lincoln Ave.. P.O. Box 620, Orange, Bidder's Address CA 92666 INSTRUCTIONS TO BIDDERS Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations 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 con- tract. 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. A- 12r17�� A -1 Contr s Lic. No. a Classification _March 14. 1984 Date R. J. NOBLE COMPANY Bidder S /Neil R. Evans, Vice President Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Concrete G. L. Kellar Company P. 0. Box 1646 Chino, CA 91710 2. (714) 597 -1162 3. 4. 5. 13 7. 8. 9. 10. 11. 12. klne 'eirwitennorn, ..- �/NPil R_ Fvans, Vica President Authorized Signature /Title 0 0 R.J. NOBLE COMPANY ASPHALT PAVING - ENGINEERING CONTRACTORS 16606 LINCOLN AVENUE - P.O. BOX 620 • ORANGE. CALIFORNIA 92666 • (714) 637.1660 • (213) 626-1026 U .A- 121733 March 28, 1984 SUB - CONTRACTORS FOR CONTRACT NO. 2313 Lido Isle and Via Lido Street Resufacing Program, Phase III G. L. KELLAR COMPANY - Concrete Material & Laborers P. O. Box 1646 Chino, CA. 91710 714 - 597 -1162 CONCRETE BREAKING SAW - Removal of Concrete Curbs & Gutters P. O. Box 15623 Santa Ana, CA. 92705 714 - 558 -7557 J & J MILLING COMPANY 10082 Fremont Street - Cold Planing Montclair, CA. 91763 714 - 622 -6503 ORANGE COUNTY STRIPING SERVICE 183 No. Pixley Orange, CA. 92668 714 - 639 -4550 - Traffic Striping & Pavement Marking R. J. NOBLE COMPANY - Asphalt Overlay, Adjusting Water P. 0. Box 620 Valves & Storm Drains, etc. Orange, CA. 92666 714 -637 -1550 FOR 0• INAL SEE CITY CLERK'S FILE COP BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, R. J. NOBLE COMPANY , as bidder, and OHIO FARMERS INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount of Bid in 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 bidder for the construction of LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III 2313 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1st day of March , 1984. (Attach acknowledgement of Attorney -in -Fact) J. E. Jernigan Notary Public Commission expires Jan. 24, 1988 R. J. NOBLE COMPANY Bidder S /William Timothy Carver, Secretary Authorized Signature /Title OHIO FARMERS INSURANCE COMPANY Surety By S /David A. Bender, Attorney -in -Fact Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. R. J. NOBLE COMPANY Bidder S /Neil R. Evans, Vice President Authorized Signature /Title Subscribed and sworn to before me this 14th day of March 1984 . My commission expires: April 9, 1985 S /M. A. Groskopf Notary Public FORRIGINAL SEE CITY CLERK'S FILE Y Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk. � :�■II��UTci��iI�lu[]:V Authorized Signature /Tit e • 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. 3/84 CITY OF ANAHEIM $67,276 999 -5169 j 2/84 CITY OF ORANGE $12,900 663 -2300 3/84 CITY OF FULLERTON $421,501 738 -6527 2/84 CITY OF YORBA LINDA $20,200 777 -5000 1/84 CITY OF FULLERTON $82,810 738 =6527 3/84 CITY OF SANTA ANA $62,386 834 -4228 2/84 CITY OF HUNTINGTON BEACH $30,754 960 -8899 11/83 CITY.OF YORBA LINDA $31,266 777 -5000 11/83 CITY OF ORANGE $66,469 663 -2300 A. 11/83 CITY OF HUNTINGTON BEACH $59,862 960 -8899 1/84 CITY OF FULLERTON $351,451 738 -6527 11/83 CITY OF BREA $385,360 529 =4951 12/83 CITY OF SANTA ANA $191,431 834 -4228 10/83 CITY OF ORANGE $218,606 663 -2300 9/83 CITY OF GARDEN GROVE $124,715 638 -6623 10/83 CITY OF HUNTINGTON BEACH $314,028 960 -8899 7/83 CITY OF NEWPORT BEACH $397,490 673 -2110 12/83 CITY OF SANTA ANA $38,227 834 -4228 7/83 CITY OF SANTA ANA $167,775 834 -4228 10/83 CITY OF CYPRESS $117,30.5 963 -8321 R. J. NOBLE COMPANY Bidder S /Neil R. Evans, Vice President Quthorized Signature /Title 0 i NOTICE Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Y B D NO. 439 510 Page 9 PREMIUM INCLUDED IN PAYMENT BOND PERFORMANCE BOND. EXECUTED IN FOUR COUNTERPARTS. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City Newport Beach, State of California, by motion adopted March 26 1984 has awarded to R. J. NOBLE COMPANY hereinafter designated as the "Principal ", a contract for LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM PHASE III CONTRACT NO. 2313 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 with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We R. J. NOBLE COMPANY as Principal, and OHIO FARMERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of EIGHTY —FIVE THOUSAND NINE HUNDRED TWENTY —SEVEN Dollars ($85.927.00 ), 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 3250 of the Civil 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 s 1 e f 0 Payment Bond (Continued) 0 Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 loth day of MARCH 1984 R. J. NOBLE COMPANY Name of Contractor (Principal). Autholrized Si ndturle and Title NEIL R. EVANS, VICE P SIDE NT Authorized Signature affid Title WILLIAM TIMOTHY CARVER, SECRETARY A prove as to fo City Attorney \ OHIO FARMERS INSURANCE COMPANY (Seal) Name of Surety a 211Z-NE. FOURTH S ANTA ANA, CA. 92705 Add s f S rety Signa ufe an it a of Authorized gent DAVID A. BENDER, ATTORNEY -in -FACT dress of Agent Te ephone o. of Agent 0 0 r s i i °d2d1 \ F £ \ \g,met2i ! rf£C4 2 (7k 2 o w 2 ■ 77«/ § � f k 1A E £ r 3 N� 9 G o 2< � A Nd. O.O dN. a N O f v, d n O � O rO N OL O �20 r N . 0 N p I O t, Gm dN o N. N 0, �G0 d, dr 01n O'. I N 7 '�' �iO G N�o•f�j 9 3 1p o O< I a N "^. `� 6dWi0O� y G N L 1 2 �G 4 OAV m L 6� N"'L d �L •p O I OL N dnr O �di � d d N d7 O„ Nom. GO. d 0... N. ddd IV N d General PObIER NO. 80 -01 of Attorney (Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Ohio, and having its principal office in West s lie I D enter BENDER County, Ohio, does by these presents make, constitute and appoint , Medina .......................................................................................................,. ............................... ................................................. .....................................................:................................ of SANTA. ANA .................. andStateof ..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 .. ANY. AND. . ALL.. BONDS.,. RE.COGNIZANCES, .. UNDERTAKINGS,.. OR. OTHER. INSTRUMENTS. OR. .CONTRACTS. .OF. SURETYSH. I. P.- ........ ............................... 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 resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company "Be It Resolved, that the President, any Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power a nd authority to appoint anyone 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, acknowledgeand deliver,anyand all bonds, recognizances, contracts, agreements of indemnity and other conditional oroblidatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by anysuch Attorney -in -Fact shall bass binding upon the Companyas if signed by the President and sealed and attested by the Cor- porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.) "Be It Resolved, that the power and authority to appoint Attorneys) -in -fact granted to certain officers by a resolution of this Board on the 3rd day of July, 1957, is hereby also granted to any Assistant Vice - President." (Adopted at a meeting held on the 131h day of July, 1976.) In Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents to be signed by its AS.SI— VI.CE.P.RESIDENT, and its corporate seat to be hereto affixed this ......211th ............... day of ........JANUARY............ A.D., 1980.... OHIO FARMERS INSURANCE COMPANY By CALIFORNIA LObi-S G. GRAHAM, JR., ASSIST NT VICE State of ............................. County of..Q.RANQ.E .................. as.: PRESIDENT Onthis ... 28.th...... dayof ....JANUARY...:...... A.D., 19 .80. ,beforem"ersonallycame .LDUIS..G...GRAHAM,.JR...... , tome known. who, being by me duly sworn, did depose and say, that he resides in .$ANIA, ANA.... ;that heis A$ST,, VICE, PRE$IDENN of OHIO FARMERS 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; andthathesignedhisnametheretopyt ,DmO at•.ee•••,- •:•e•••♦•••e+ • im cr5t I _ CYNIKA L. McGR.A'N Ij • � _ �. •;,.! NOTA'Y PU ?L!C CAUr On::iA .Notary Public State of ....CALIFORNIA , fdy commission Expires June 12, 1901 ORANGE .. `... V# 04 •60+0 County of ORANGE CERTIFICATE I, . JOHN..W....COMB.ES ................... .......... ASSISTANT.. Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board Of Directors. set out in the power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said pany at Westfield Center, Ohio, this ..... A4 PX 1....... dayof ..........MARCH........... A.D..19 a4.. `� "• - ` "ASSISTIINT•secietary BD 5410 C (Rev. 2 -77) r i . • Page 11 BOVM NO. 439 510 RPXRFEMIUM: $859.00 FAITHFUL PERFORMANCE SONDCUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That -' WHEREAS, the City Council of the City f Newport Beach, State of California, by motion adopted March 26, 1984, o has awarded to R. J. NOBLE COMPANY hereinafter designated as the "Principal ", a_,contract for LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM PHASE III, CONTRACT NO. 2313 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, it .T_ NQRT.R rOMPANY as Principal, and ngTn ,.ARMR,gg TNCi7RANrF. r(7MPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FIFTY -FOUR ONE HUNDRFn gV. VNTV —QNR THD77SANn ETGHT HUNDRED Dollars ($171.854.00 ), 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 �. • Page 12 Faithful Performance Bond (Continued) 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 tort, day of MARCH 1984 4 s Approved as to fo : ity Attorney R. J. NOBLE COMPANY (Seal; Name of Contractor (Principal) - uthorized Signa'turi and Title NEIL R. EVANS, VICE PRESIDENT Authorized Signature affid Title WILLIAM TIMOTHY CARVER, SECRETARY OHIO FARMERS INSURANCE COMPANY (Seal) Name of Surety S Signature and Title of Authorized�Agent DAVID A. BENDER, ATTORNEY —in -FACT. Address of Agent 7141835 -5100 Telephone No. of Agent 5 :` � L \. .�4 ') R 0 I / ƒ ) � » 7 * ƒ � fZ K *ƒ ® /\ */ � � : $� ; ¥ \/>z a '00- \ \y Q ƒC0 �JS �\ ƒ\, ` »=o.a6 ƒ � » /C 2 /®a i & 2 z > / ƒ 0, � � �&a o f ` /Q) ƒ / / ° ± « / /// 4 Z\ » z 0 // \ / / 0 _«.{J o 0 » /0 o // / �. 2 General Foie of Attorney CERTIRED COPY PUER NO. 80 -01 (Ohio Farmers Asurance Co. Westfield Center, Ohio Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Ohio, and having its principal office in Westbel D Center, BENDER County, Ohio, does by these presents make, constitute and appoint ................................................................................... ............................... I ...... .............. .......................... . ................. ... .... . .................... ....... . ...... . .......... . .... :........ I....................... of SANTA. ANA. .................. andStateof ..CALIFORNIA .................. its true and lawful Attorney(s)-in-Fact. with fun power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver ANY. AND. ALL.. BONDS.,.RE.CO.GNIZANCES, .. UNDERTAKIRGS,..OR. OTHER ..INSTRUMENTS.OR..CONTRACTS..OF . SURETYSH. I. P.. ........ ............................... 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 duty attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company: "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 authorityto appoint anyone 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 shalt be as binding upon the Company as it signed by the President and sealed and attested by the Cor- porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.) 'Be It Resolved, that the power and authority to appoint Attorney(s) -in -Fact granted to certain officers by a resolution of this Board on the 3rd day of July, 1957, is hereby also granted to any Assistant vice - President:' (Adopted at a meeting held on the 131h day of July, 1976.) In Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents lobe signed by its AS.51.3 I.0 E . P.RES ID E NT , and its corporate seal to be hereto affixed this ..... 2ath ............... day of ........JANUARY............ A.D.. 1980.. .. OHIO FARMERS INSURANCE COMPANY /- By CALIFORNIA [Obi-S G. GRAHAM, JR., ASSIST fN VICE State of ........................ ....... County of ..ORANGE .................. as.: PRESIDENT Onthis ... 28.th...... dayof ....JANUARY.......... A.D.,19 .80. ,before me personally came .LOUIS..G... GRAHAM,.OR...... , to me known. who, being by me duly sworn. did depose and say, that he resides in. SANI,A, ANA ,.;that heis A5$T,,VI.GE. PRESIDEN'. of OHIO FARMERS 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: and that he signed his name thereto pyt"4)r4e +.♦♦e•••++ - e:•ee+•••• +•+ ♦ 01r" 1g1 qFQ ' _. CY "l1HIA L. Mc(' RAW � ........ ......'...� %i�cEZ.... .. .. • ;"• ^' :: , NOTA ^Y PU ?LIC - C.ALIIORUiA ry ubhc ;:GrZ r... + Nola .. P . i ♦ OSL':Sc COii';ii 4 CALIFORNIA tdy Qommission Expires June 12, 1901 i State of •.•' ORANGE .•..•••`.••e♦vee(Jly. e•o♦e♦♦e••e♦••••••e•e♦ County of .... ANG ..... I ...... CERTIFICATE I,.JOHN..W.— COMBES .......... ....................ASSISTANT.. Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is still in tuts torte and effect; and furthermore, the resolutions of the Board of Directors. set out in the power of Attorney are in full force and effect. 1 In Witness Whereof, I have hereuntoset my hand and affixed the seal of said CpZpany at Westfield Center,Ohio, this ..... 29.t1? ............. dayof ..........MARCH........... A.D „1g 84.. ASSISTANT ... iecr taffy...•. BD 5410 C (Rev. 2 -77) r �.�: • CERTIFICATE OF INSURANCE • Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED R.J. NOBLE COMPANY P.O. BOX 62C RONK-7A INSURANCE COMPANIES AFFORDING COVERAGES Company Letter A UNICARE INSURANCE COMPANY Company B Letter Company C Letter Company D Letter Company E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,, the -insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: y / l / ai2 Agency: RON THOMAS INDUSTRI{)LINSURANCE Authotized Representative 3/29/84 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JOB #5741 - LIDO ISLE 6 VIDO STREET RESURFACING Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. .Z Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations UGA 01 1162 7/1/84 Bodily Injury y Property Damage $ $ $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard x Contractual Insurance and Property Damage Combined $ 500, $ 500, x Broad Form Property.Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500, Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form Owned UAA 01 1162 7/1/84 Bodily Injury (Each Person $ $ Bodily Injury Each Occurrence FxJ Hired ro ert ama e ❑x Non -owned Bodily Injury and Property Damage Combined $ 500, EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor A and EMPLOYER'S LIABILITY UCA 01 1162 7/1/84 2,000, ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,, the -insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: y / l / ai2 Agency: RON THOMAS INDUSTRI{)LINSURANCE Authotized Representative 3/29/84 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JOB #5741 - LIDO ISLE 6 VIDO STREET RESURFACING Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. .Z City of Newport Beach 3300 Newport Baulevard Newport Beach, CA 92463 NAME AND ADDRESS OF INSURED R.J. NOBLE COMPANY P.O. BOX 620 ORANGE, CA. 92666 -0630 CERTIFICATE OF INSURANCE • Page 13 A MISSION NATIONAL INSURANCE COMPANY ny B r ny C r ny D r_ ny E r This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LIMITS OF LIABILITY IN THOUS D 000 Each g. ro uc s Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ Explosion & Collapse Hazard I Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property. Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY []x Comprehensive Form Bodily Injury (Each Person $ FA] Owned $ Bodily Injury Each Occurrence Hired ro ert ama e Bodily njury an Property Damage nx Non -owned Combined $ EXCESS LIABILITY A © Umbrella Form Other than Umbrella Form NW 025 019 7/1/84 Bodily Injury and Property Damage Combined $ 10,000, $10,000, WORKERS' COMPENSATION Statutory aC Accident) and EMPLOYER'S LIABILITY NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, at— teenttion: Public Works Department. By; �� Agency. INSURANCE INCORPORATED OF SO. CAL. Authorized Representative 3/29/84 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: JOB X5741, LIDO ISLE & PHASE III Poct NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 1.1 • Page 74 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (xx) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 500,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: JOB #5741 - LIDO ISLE & VIDO STREET RESURFACING PROGRAM PHASE III Project Title and Contract No.). 2313 This endorsement is effective MARCH 29, 1984 at 12:01 A.M. and forms a part of Policy No. UAA 011162 Named Insured R.J. NOBLE COMPANY Endorsement No. xOx Name of Insurance Company UNICARE INSURANCE COMPANY By,.(�/�J(�_ Authorize Representative i • Page 15 CITY Of NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: JOB #5741 - LIDO ISLE & VIDO STREET RESURFACING PROGRAM PHASE III Project Title and Contract No. 2313 This endorsement is effective MARCH 29, 1984at 12:01 A.M. and forms a part of Policy No. UGA 011162 Named Insured R.J. NOBLE COMPANY Endorsement No. XOxI Name of Insurance Company UNICARE INSURANCE CO. By�1��',�,, Authorized Representative Page 16 CONTRACT QQ THIS AGREEMENT, entered il►to.this� day of by and between the CITY OF NEWPORT EACH, hereinafter "City/' n hereinafter "Conti "ctor," is mad — da with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: LIDO ISLE AND VIA LIDO STRFFT RFsug FAcm pgnrgAm, PHASE TII 9313 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III 2313 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of n nd Seventy -one Thousand Eiqht Hundred Fifty -four Dollars & No /100 ($ 171.854.00 This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 f) Plans and Special Provisions for e OT Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH yor C I.TY R. J. NOBLE COMPANY Contract r By Its . � \VIVE EN By .�,.uflc. v �t� Its ��• CONTRACTOR :Y , i • 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III CONTRACT NO. 2313 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER ...........................2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . . . . . 2 B. "NO PARKING, TOW- AWAY" Signs . . . . . . . . . . . . . 2 VI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 3 A. Cold Plane Existing Pavement . . . . . . . . . . . . . 3 B. Asphaltic Concrete Overlay . . . . . . . . . . . . . . 4 C. P.C.C. Improvements . . . . . . . . . . . . . . . . . . 4 D. Traffic Striping and Pavement Markings . . . . . . . . 7 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 of 7 LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III CONTRACT NO. 2313 I. SCOPE OF WORK The work to be done under this contract consists of (1) cold planing existing pavement, (2) constructing asphalt concrete overlay, (3) miscellaneous concrete repairs, (4) adjusting utility boxes and manholes, and (5) performing other incidental items of work as necessary to complete the work in place. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawings Nos. R- 5493 -S, R- 5494 -L, and T- 5315 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1982 Edition), and 4 the Standard Specifications for Public Works Construction (1982 Edition), including supplements to date. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). II. TIME OF COMPLETION The Contractor shall complete all work within forty -five (45) consecutive days following commencement of the specific work, or by July 2, 1984, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered 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 incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. IV. WATER • SP2of7 The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor is advised that Via Lido is a major street carrying approximately 14,000 vehicles per day through the project area. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and effi- cient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. 3. Reopening of all traffic lanes upon completion of each day's work. 4. Accommodation of City's street sweeping (schedule attached) and trash collection (Tuesday). 5. One 10'- minimum width lane maintained across Via Lido bridge at all times. (Flagmen will be required for traffic control during lane clo- sure.) 6. Resurfacing of Via Lido between Lafayette Avenue and Newport Boulevard Saturdays only before 11:00 A.M. B. "NO PARKING, TOW- AWAY" Signs Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which the Contractor shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contrac- tor's responsibility to notify the City's Police Department, Traffic Divi- sion, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. • SP3of7 The signs shall (1) be made of white card stock; (2) have minimum dimen- sions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans Uniform Sign chart, or equally approved signs manufactured by "Signal Flash" of Anaheim, (714) 871 -2224. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. VI. CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane existing A.C. pavement, as dimensioned and as otherwise designated on the plans. Cold planing shall remove variable depths of A.C. to provide an overlay key at joins and over the width of the cold planed area. The surface of pavement after planing shall be uniformly rough grooved or ridged. The grade shall not deviate from a suitable straight edge by more than 3/8" at any point. The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 60" wide with carbide tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from 0 to 40 FPM. It shall be self- propelled and have a water spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being recondi- tioned and so designed that the operator thereof can at all times observe the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maxi- mum of 2" without producing fumes or smoke. The planing machine shall have previously performed satisfactorily on similar work. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at manholes, curb returns and intersections. The smaller machine shall be equipped with a 12" -wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened material shall be salvaged and taken to a City yard located at 592 Superior Avenue, Newport Beach, at the end of each day. The Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. 0 0 SP 4 of 7 Full compensation for complying with the above requirements shall be considered as included in the unit price bid for "COLD PLANE EXISTING PAVEMENT." B. Asphaltic Concrete Overlay Material The 1" thick asphaltic concrete overlay to be furnished and placed shall be open graded Type III- GI- AR4000. Open graded asphalt concrete shall meet the requirements of Section 400 of the Standard Specifications except that the requirements of Subsections 400 - 4.2.3, 400 - 4.2.4, and 400 -4.3 shall be replaced with the following: After mixing with asphalt binder, the combined aggregate film stripping shall not exceed 25 %, as determined by Test Method No. Calif. 302. At least 90% by weight of the aggregate shall consist of crushed particles. The grading of combined aggregates shall conform to one of the gradings shown in the following table: P2 a Passin ice GI 3/8" Maximum Sieve Individual Moving Sizes Test Result Average 1/2" 100 100 3/8" 88 -100 90 -100 1/4" - -- - -- No. 4 23 -42 25 -40 No. 8 4 -22 5 -20 No. 16 0 -12 0 -10 No. 200 0 -4 0 -3 C. P.C.C. Improvements The City's objective is to eliminate the ponding of water caused by deflection in the flowline. The Contractor, by submitting a bid, acknowledges that Lido Isle, Via Lido, Via Malaga, and �ia Oporto are very flat areas with P.C.C. flowline averaging S = 0.001 -. 1. Concrete improvements shall be constructed with Class 560 -C -3250 concrete. Exposed concrete surfaces shall conform in grade, dimension, color, and finish to adjoining improvements. All P.C.C. improvements shall be constructed prior to A.C. overlay. All items of work for "Reconstruct P.C.C. Cross Gutter" and "Construct P.C.C. Cross Gutter" shall include construction of curb and gutter transition and curb return. The Contractor is responsible for removal of tree roots which interfere with the work or are located within 6 inches of the work. If the Contractor elects to use the City's services for root pruning free of charge, it shall be his responsibility to make arrangements by contacting the City's Park and Recreation. Superintendent, Mr. Jack Brooks, at (714) 640 -2275. SP5of7 P.C.C. improvements shall be performed at the following locations; CONSTRUCTION NOTES ® RECONSTRUCT P.C.C. "ROLLED" CURB AND GUTTER PER DETAIL "E" OF DRAWING NO. R- 5493 -S. O RECONSTRUCT P.C.C. GUTTER PER APPLICABLE PORTION OF DETAIL "D" OF DRAWING NO. R- 5493 -5. Locations Work Description 239 Via Lido Scud 30 L.F. O 309 -313 Via Lido Scud 20 L.F. ® 13 L.F. O 319 -323 Via Lido Scud 11 L.F. 34 L.F. O5 337 Via Lido Scud 12 L.F. 4 $4 339 -343 Via Lido Scud 39 L.F. ® 24 L.F. Q5 417 -425 Via Lido Scud 21 L.F. ® 44 L.F. O5 439 -445 Via Lido Scud 21 L.F. ® 57 L.F. O5 449 -451 Via Lido Scud 38 L.F. $4 27 L.F. O5 463 Via Lido Scud 9 L.F. 4 501 -511 Via Lido Scud 18 L.F. ® 42 L.F. Q5 507 Via Lido Scud 18 L.F. 519 -523 Via Lido Scud 11 L.F. 4 609 Via Lido Scud 14 L.F. 4 3 L.F. O5 621 Via Lido Scud 12 L.F. 5O 629 Via Lido Scud 14 L.F. ® 7 L.F. O5 633 Via Lido Scud 6 L.F. ® 6 L.F. O5 701 Via Lido Scud (Lido Isle Clubhouse) 56 L.F. 751 -759 Via Lido Scud 59 L.F. 809 Via Lido Scud 6 L.F. 823 Via Lido Scud 6 L.F. ® 15 L.F. 5O 139 Vai Undine 10 L.F. 145 -147 Via Undine 63 L.F. (4) CONSTRUCTION NOTES ® RECONSTRUCT P.C.C. "ROLLED" CURB AND GUTTER PER DETAIL "E" OF DRAWING NO. R- 5493 -S. O RECONSTRUCT P.C.C. GUTTER PER APPLICABLE PORTION OF DETAIL "D" OF DRAWING NO. R- 5493 -5. • 0 SP6of7 P.C.C. improvement locations continued: Locations 218 -222 Via Lido Nord 300 -306 Via Lido Nord 524 Via Lido Nord 604 -608 Via Lido Nord 612 -618 Via Lido Nord 662 -700 Via Lido Nord 740 -744 Via Lido Nord 824 -836 Via Lido Nord 3366 Via Lido (Imperial Savings) Via Malaga from Via Lido to Via Oporto Via Oporto from Via Lido to 32nd Street Work Description 23 L.F. ® 42 L.F. O 47 L.F. 12 L.F. 12 L.F. 55 L.F. ® 60 L.F. O 34 L.F. 24 L.F. 5O 36 L.F. ® 84 L.F. O 178 L.F. © 8" C.F. w /18" gutter See R- 5493 -S See R- 5493 -S CONSTRUCTION NOTES ® RECONSTRUCT P.C.C. "ROLLED" CURB AND GUTTER PER DETAIL "E" OF DRAWING NO. R- 5493 -S. Q RECONSTRUCT P.C.C. GUTTER PER APPLICABLE PORTION OF DETAIL "D ", OF DRAWING NO. R- 5493 -S. RECONSTRUCT TYPE "A" P.C.C. CURB AND GUTTER PER C.N.B. STD. -182 -L (6 "/8" C.F. WITH 18" GUTTER) AND DETAIL "D" OF DRAWING NO. R- 5493 -S. • • SP 7 of 7 All asphalt concrete (A.C.) patching shall be constructed with Type III -C3 AR4000 material and feather to drain. Asphalt concrete patching and tack coat shall be included in the unit price bid for the respective items of work. A minimum of V paveout shall be required adjacent to edge of gutter. D. Traffic Striping and Pavement Markings This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6 "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specification, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manu- factured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: The Contractor shall establish control points, and perform all layout, alignment and spotting. The Contractor shall be respon- sible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Raised pavement buttons and markers shall be done in accordance with Section 85 "Pavement Markers" of the CalTrans Standard Specifications. Payment - -All work, materials, labor, etc., relating to traffic stripes, pavement markings, and pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. <� 9 a tia H Y 32 4�C Orh Sr i �� o °I o' b O B9 �O C y v X 0 a a I z I�. r IVIA FLORENCE f VIA FERM0 ro �y O y Y � �L. O O SCALE I "=800' 0 SWEEPING SCHEDULE TUESDAY ..................•• FRIDAY - - -- -- INDICATES TRAFFIC FLOW PN,\0o pNP Jv P 0 cppJP 0 p, v1 VIP 000 '016 i>t f`N�NLP G.NO 1 .4\.4\0- PNP � GRP P �JJ � V`P RNPC F CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO STREET S\ ISLAND J�P P J`P �OPpN !i VIP v0N0P N� I� VIP N�N.�O . y J`P N�� Edo -4\0, OPJ\ PN'0 J\ P 1?0- J�P' V�tO o J`P SPN P l VIP JNp�N Zo VIP V�NFS \P5. J`P �PNS 1uN\CN DRAWN �ZIZ DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. SCHEDULE DRAWING NO. E 3 rwwr .q � r r 1. A � � d> 'j • cs saoa Mr ' r �•� M1s'°" sue` - F ... /�! r 0'4'4, 3b4'bS ROJECI a 0%, Ql /y H LOC ION VICINITY MAP NTS b,I,b/jbbyl/ b /b /�^ �Oe3by�b,llb/ J \ bh`�bJ -lp p hpJ "/ O O & O 3 b /17 SEE R - 54E93- -9 FOR IMPROEMENT DErld&S ,os51 v 6 fhb b !�L w r � h 7� O 0P 3b� �A% tiP? av V d l yf R v � INDICATES OVERLAY OF EXISTING A.C. C� PAVEMENT. UL G PLAN SCALE: I 800' LIDO ISLE a VIA LIDO STREET C- 2313 nw"ovm ax ,4 RJRIC MCNKt CIRECIOR RE. No. 12806 oANnNs m R- 5494 -L 10 =e • z r, L I t u .I r-T --J L -- N4RRENITE J EX. 1" A.C. /6* WARRENITE BITULITNIC EX. 1 "A.C. 'I6" WARRENITE BITULITNIC Y ----LL ? 5 Z 0 MOM" I EX. 1" A.C. /6 WARRENITE BITULITHIC I TYPICAL STREET SECTIONS CONSTRUCTION NOTES NOT To SCALE 10 ®COLD PLANE 5' WIDE WEDGE FLUSH WITH EXIST. EDGE OF GUTTER PER TYPICAL SECTIONS THIS SHEET; 5' WIDE WEDGE ALONG, ALL EDGES OF CROSS GUTTERS ON VIA LIDO SOLID ANO VIA LIDO NORD_ QZ CONSTRUCT I° THICK " OPEN GRADED " TYPE M -GI - AR 4000 ASPHALTIC CONCRETE OVERLAY . FEATHER TO I /¢' Am. EXIST. EDGE OF GUTTER . Q3 ADJUST STORM DRAIN, SEWER, WATER AND SURY£Y MONUMENT FRAMES AND CDVERS TO FINISHED CrRADE. C- 2313 0%1TV f1r ►lrLLfr%r%f2Mr nrA#%Ll DRAWN AZIZ DATE: FFA. 1984f PUBLIC WORKS DEPARTMENT AP1oROVEO a a yam,, LIDO ISLE & VIA LIDO STREET PtWL#C WORKS DIRECTOR R.E. NO. I2a06 RESURFACING. PROGRAM ( PHASE M IDRAWINS No. R - 5494 -L 11 C -2313 Via Lido Soud from 300' W/O Via Antibes to Via Antibes 300' @ W = 19' Via Lido Soud from Via Antibes to 100' E/0 Via Zurich 4,955' @ W = 32' Via Lido Soud from 100' E/0 Via Zurich to Strada Zurich 330' @ W = 52' Via Lido Nord from Strada Zurich to 100' E/0 Via Zurich 335' @ W = 52' Via Lido Nord from 100' E/0 Via Zurich to Via Antibes 4,475' @ W = 32' Via Lido Nord from Via Antibes to 330' W/0 Via Antibes 330' @ W = 20' Via Genoa from Via Lido Soud to Pizza Lido 510' @ W = 42' Via Genoa from Pizza Lido to Via Lido Nord 500' @ W = 70' Via Antibes from Via Lido Nord to Via Lido Soud 280' @ A = 93' C = 35' B = 35' Via Lido from Newport Blvd. to 40' E/0 Central Ave. 100' @ X = 70' Via Lido from 40' E/0 Central Ave. to 140' E/O Central Ave. 100' @ A = 70' C = 28' B = 38' Via Lido from 140' E/0 Central Ave. to 360' E/0 Central Ave. 220' @ A = 70' C = 28' B = 28' Via Lido from 360' E/O Central Ave. to Via Oporto 200' @ X = 70' Via Lido from Via Oporto to Lafayette Ave. 780' @ X = 52' Via Lido from Lafayette Ave. to 800' W/O Via Lido Soud 240' @ X = 40' Via Lido from 800' W/O Via Lido Soud to 500' W/O Via Lido Soud 300' @ Y = 22' Via Lido from 500' W/O Via Lido Soud to 200' W/O Via Lido Soud 300' @ X = 40' Via Lido from 200' W/O Via Lido Soud to Via Lido Soud 200' @ X = 60' Via Malaga from Via Lido to Via Oporto 300' @ X = 21' Via Oporto from Via Lido to 32nd St. 600' @ X = 23' rO LJ P U S LIDO ISLE & VIA LIDO STREET RESURFACING °ROGRAM (PHASE III) DRAWN Jdd6Z DATE Felt /Ylf4 APPROVF^ 6"3 PUBLIC WORKS DIRE R.E. NO.� 6 DRAWING N0. R75494-L �sHT. N0 3 . . PR 1.1 J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III CONTRACT NO. 2313 To the Honorable City Council City of Newport Beach P.O. Box 1768 3300 Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2313 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price 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. 14,000 Cold plane existing pavement Square Yards @ ONE Dollars and NINE Cents $ 1.09 $ 15,260.00' Per Square Yard 2. 3,300 Construct 1" -thick "Open Graded" Tons asphalt concrete overlay @ THIRTY ONE Dollars and FORTY Cents $ 31.40 $ 103,620.00 Per Ton 3. 72 Adjust water valve, sewer cleanout, Each and monument frames and covers to finished grade @ ONE HUNDRED FIVE Dollars and NO Cents $ 105.00 $ 7,560.00 Per Each 0 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 73 Adjust storm drain and sewer manhole Each frames and covers to finished grade @ ONE HUNDRED THIRTY FIVE Dollars and NO Cents $ 135.00 $ 9,855.00 Per Each 5. 1 Adjust water vault frame and cover Each to finished grade @ NINE HUNDRED FIFTY Dollars and NO Cents $-9,,0,00 $ 950.00 Per Each 6. Lump Sum Traffic striping and pavement markings @ FOUR THOUSAND THREE HUNDRED Dollars TWENTY DOLLARS & and NO Cents $ 4,320.00 Lump Sum 7. 671 Reconstruct P.C.C. "Rolled" curb and Lineal Feet gutter @ ELEVEN Dollars and FIFTY Cents $ 11.50 $ 7,716.50 Per Lineal Foot 8. 524 Reconstruct P.C.C. gutter (18 ") Lineal Feet @ EIGHT Dollars and NO Cents $ 8.00 $ 4,192.00 Per Lineal Foot 9. 1,207 Reconstruct Type "A" P.C.0 curb and Lineal Feet gutter @ ELEVEN Dollars and FIFTY Cents $ 11.50 $ 13,880.50 Per Lineal Foot 10. 1 Reconstruct P.C.C. cross gutter Each ONE THOUSAND @ EOUR HUNDRED Dollars and NO Cents $ 400.00 Per Each • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address I. CONCRETE G. L. KELLAR COMPANY P. O. Box 1646 Chino, CA. 0 2. 714- 597 -1162 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. R. J. NOBLE COMPANY ,-` Bidder i41t4-42 A rized S1g re 1t1e NEIL R. EVANS, VICE PRESIDENT So ATTACHED BIDDER "S BOND • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder 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_. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires 0 Title Bidder Authorized Signature /Title • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 14th day of March , 19 84. My commission expires: April 9, 1985 R. J. NOBLE COMPANY Bidder Authbrized Signa e /Title, NEIL R. EVANS, VICE PR4SIDENT OFFICIAL SEAL ``I M. a GROS1(OPF "OTARY PUSLL - CALIFORNI INCIPAL OFFICE IN ORANG'c COUNTY My Cemml6Slon Pxp"es April 9. A1985 ,' . 1985 • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. R. J. NOBLE COMPANY Bidder Armed SighatUreritle NEIL R. EVANS, VICE PRESIDENT 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. 3/84 CITY OF ANAHEIM $67,276 999 -5169 2/84 CITY OF ORANGE $12,900 663 -2300 12/83 CITY OF SANTA ANA $38,227 834 -4228 3/84 CITY OF FULLERTON $421,501 738 -6527 10/83 CITY OF CYPRESS $117,305 963 -8321 2/84 CITY OF YORBA LINDA $20,200 777 -5000 1/84 CITY OF FULLERTON $82,810 738 =6527 3/84 CITY OF SANTA ANA $62,386 834 -4228 2/84 CTTY OF HUNTINGTON BEACH $30,754 960 -8899 11/83 CITY OF YORBA LINDA $31,266 777 -5000 11/83 CITY OF ORANGE $66,469 663 -2300 11/83 CITY OF HUNTINGTON BEACH $59,862 960 -8899 1/84 CITY OF FULLERTON $351,451 738 -6527 11/83 CITY OF BREA $385,360 529 -4951 12/83 CITY OF SANTA ANA $191,431 834 -4228 10/83 CITY OF ORANGE $218,606 663 -2300 9/83 CITY OF GARDEN GROVE $124,715 638 -6623 10/83 CITY OF HUNTINGTON BEACH $314,028 960 -8899 7/83 CITY OF NEWPORT BEACH $397,490 673 -2110 12/83 CITY OF SANTA ANA $38,227 834 -4228 7/83 CITY OF SANTA ANA $167,775 834 -4228 10/83 CITY OF CYPRESS $117,305 963 -8321 R. J. NOBLE COMPANY Bidder Author zed 5ignat fe /Title NEIL R. EVANS, VICE PRESIDENT Bid or Proposal Bond Ohio Farmers Insurance Co. THE PREMIUM FOR THIS BID Westfield Center, Ohio 44251 Ttn" TS TN(.T,UDRD IN THE BID BOND SERVICE BOND NO. 434 463 UNDERTAKING. KNOW ALL MEN BY THESE PRESENTS, THAT WE, R. J. NOBLE COMPANY as principal, and the OHIO FARMERS INSURANCE COMPANY, an Ohio corporation, with Principal Office at Westfield Center, Ohio, as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the penal sum of TEN PERCENT OF THE AMOUNT OF BID IN--- DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 1st day of MARCH 19 84 WHEREAS the said principal is herewith submitting proposal for LIDO ISLE AND VIA LIDO STREET RESURFACING PROGRAM, PHASE III, CONTRACT NO. 2313 NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said principal shall execute a contract and give bond for the faithful performance thereof within days after being notified in writing of the award of such contract to principal, or if the principal or surety shall pay the obligee the sum, not exceeding the penalty hereof, by which the amount of the contract tentered into in good faith covering the said proposal, properlyand lawfully executed by and between the F obligee and some third party, may exceed the amount bid by principal, then this obligation shallbevoW', otherwise it shall remain in full force and effect. RR... J.... NNOBLEE. COMPANY... ......... (L. S.j OHIO By ., 8D 5046 (Rev. 9 -80) i F r AaMD YHTOICTMALLIF7 YAA72=17-' cy s=mog \ \ \C) cy a90=r _ 0 , Z0 /k(}\ \ ( 7) }$c . M\ \—\ \ CL _7/2 2 } \ \ \� \ 30 \ \ CD — ƒ0»! _ CD 0 m/ 0 g @ :A. C: \ \ \\\ \ ° S :! ( ! [C) 0 2 } \ \\\ \ . {k)k / cl CD CD 0 a tD \ } \ / j § rn 9 . \ \ E 7 \ z 2 k \ § \ � 7i§ ■ � General POWER NO. 80 -01 cower- of Attorney dhio .Farmers tsurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Ohio, and having its principal office in West iel Center, Medina County, Ohio, does by these presents make, constitute and appoint DAY ND A. BENDER .......... ............................: .... ........................ ............. .................. ........ ........ ............... . .... ............. :................................................................................................ .................. .................... . ......................... . .................. . ............. : ........ . ............. :........... I ................ I ... of SANTA. ANA .................. andStateof .. CALIFQRNIA .................. 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 .. ANY.. AND ..ALL..BONDS.,.RE.000NIZANCES, ..IJ DERTAKINGS,..OR. OTHER.. INSTRUMENTS. OR.X ONTRACTS.. OF.. SURETYSH. IP... ....... ............................... 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 resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company: "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 Attorneys) -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 as binding upon the Company as if signed by the President and sealed and attested by the Cor- porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.) "Be It Resolved, that the power and authority to appoint Attorney(s) -in -Fact granted to certain officers by a resolution of this Board on the 3rd day of July, 1957, is hereby also granted to any Assistant Vice - President" (Adopted at a meeting held on the 13th day of July, 1976.) In Witness Whereof, OHIO FARMERS INSURANCE COMPANY' has caused these presents to be signed by its AS.ST....VI.CE. PRESIDENT, and its corporate seal to be hereto affixedthis ......ZRth ............... day of ........JANUARY............ A.D „19$0... _ OHIO FARMERS INSURANCE COMPANY By !LiCe,>!r.,a,.roti..... PNT ........... CALIFORNIA Obi-S G. GRAHAM, JR., ASSIST VICE Stateof ............................. - Countyof ..QRANQE .................. as.: PRESIDENT On this ... zs.th...... dayof ....JANUARY.......... A.D.,19 .80. ,before me personalty came .LbUIS..G...GRAHAM.,.JR .... , tome known, who. being by me duly sworn, did depose and say, that he resides in . SANIA. ANA,..,.•,.,. ;thatheis MT,, VICE. QRESIDEN'. of OHIO FARMERS 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 orderof the Board of Directors of said Company; and that he signed his namethereto pyWlCDidei.► +a+♦+ • . - ^ '. + n +♦ ♦ ♦ + ♦ rl'ra'0.1 FUA •! "'y CYNTHIA L. Mr.GRA'N.(G:C�2 �. 7%(� ♦ .7y.�hi: Y� ♦ �:1J, .......... ............. .. NOTA£Y PU7LfC - CA! 70WILN b Notary Public State of .... CALIFORNIA •, i My iomz: ssioh Expires June 12, 1961 � ORANGE "'" , ♦o+e♦♦e♦♦e♦♦♦.++♦e♦oe County of ...................... CERTIFICATE 1, . JOHN.. W....COMB.ES .......... ....... ...... .ASSISTANT.. Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the power of Attorney are in full force and effect. in Witness Whereof, I have hereunto set my hand and affixed the seal of said C p at Westfield Center,Ohio, this .... .ISt ............... dayof ........MARCH ............. A.D.,1984.. A .•L %:`Y/...f.... .. ..... SS 15TANY ... Secretary....... BO 5410 C (Rev. 2 -77) P BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 2 61984 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 00 SMET.RESURFAOIG PROGRAM;s RECOMMENDATION: March 26, 1984 CITY COUNCIL AGENDA ITEM NO. -7— 3 (-c� Award Contract No. 2313 to R. J. Noble Company for the total price bid of $171,854.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 14, 1984, the City Clerk opened and read the following bids for this project: Bidders Amount Bid Low - R. J. Noble Co., Orange $171,854.00 2. Blair Paving, Inc., Anaheim $181,637.00 3. Sully- Miller Contracting Co., Orange $190,571.00 4. Griffith Co., Santa Ana $214,285.00 The low bid is 17.4% below the Engineer's estimate of $208,000. Funds for the project will be provided from the following accounts: Description Lido Isle & Via Lido Street Resurfacing Sidewalk & Curb Replacement & Safety Program Street, Alley & Bike Trail Resurfacing & Reconstruction Program Account No. Amount 02- 3397 -206 $100,000 02- 3397 -183 $ 16,854 02- 3383 -015 $ 55,000 This project provides for miscellaneous concrete improvements, cold planing, and one -inch asphaltic concrete overlay of selected streets on Lido Isle and Via Lido area, as shown on the attached sketch. Phase III is the final phase of a three -phase street maintenance program on Lido Isle which will provide a smooth- riding surface and an adequate structural section for present and future traffic demands. The plans and specifications were prepared by the Zt._ The estimated Oate of completion is July 2, 1984. Benjamin B. Nolan Public Works Director GW:do Att: Public Works Depart- .,.. IOCATION VICINITY MAP NTS �V-W*I 0 b�7''1 4411, b/ / b�y 6M}bb /. p -415,3 byH34' ,ybs b/^ 1 b 4,044, aN btii k /7 btib b�bh� 6 6,0 b 1Nb b /'.0 /q ki Q 0 / G'r the � �y i �c�f C ' r _ pG U LIDO ISLE & VIA LIDO STREET RESURFACING PROGRAM ( PHASE III ) ', / 0 J 4F 4s IMEMINDICATES OVERLAY OF EXISTING A.C. PAVEMENT. PLAN SCALE: 1 "= 800' PUSUC WORKS DIRECTOR R.E NO.— o"WINS Na Authorized to Publish Advertisements of all finds including public notices by Decree of the Superior Court of Orange County, I California, Number A -6214, dated 29 September, 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange Publlc Not. Ad~nNn, cowW oy IN. ilmewil le fIr In 1 pOln1 wail 10 en:a column w In 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting Bids Contract No. 23' LIDO ISLE & VIA LIDO ST. RESURFACING City ot Newport mask of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one consecutive weeks to wit the issue(s) of March 1 198 4 198` 198_ 198— , 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on March 1 198 4 at Costa Mesa, California. Signat re F rPI�1.� yN�O�p _- ssi " ie at the cntos. -t asoo Newport 1LulwArtl Poct BIr ..4rA,. 3, tadtl 17' AI.(. .on gw'..14th EtY:Ma.0" oOp at w9khHmelre�lLWS.4Feo eeePen• , nk �BTREET- Lido •A881}piAClffK 1 PRWRAM, PRASE g4: 009tract No 2313. Enyroa's Eetarvta tt2ca apa - . ApPT9.r'ocl blGtfte -C10' Calxloll thPl 27111_Q9y,O1F�IVMY.'1984 ' PROOF OF PUBLICATION map; anayt �ttGg -e� _ft. . . • ( - Y�") BY THE CITY COUNCIL February 27, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA FEB 2 71984 ITEM NO. F- — /_3 TO: CITY COUNCIL APPRO17 ED FROM: Public Works Department RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on March 14, 1984. DISCUSSION: This project provides for miscellaneous concrete improvements, cold planing, and one -inch asphaltic concrete overlay of selected streets on Lido Isle and Via Lido area, as shown on the attached sketch. Phase III is the final phase of a three -phase street maintenance program on Lido Isle which will provide a smooth - riding surface and an adequate structural section for present and future traffic demands. The Engineer's estimate for the work is $208,000. Funds for the pro- ject will be provided from the following accounts: Description Lido Isle & Via Lido Street Resurfacing Sidewalk & Curb Replacement & Safety Program Street, Alley, & Bike Trail Resurfacing & Reconstruction Program Account No. Amount 02- 3397 -206 $100,000 02- 3397 -183 20,000 02- 3383 -015 88,000 The plans and specifications were prepared by the Public Works Depart- ment. The estimated date of completion is July 2, 1984. 4�;>,ve. Benjamin B. Nolan Public Works Director GW:do .�.. r—.I HWr��✓•� i LOCATION VICINITY MAP NTS st��5l .11R tc ". M1\ // W, IOWFR l ' 4eRr • 3 hp /� hp /d7j d�b4 S b/7 anC�� o 01 /7O b /,1 / \ 34 O b� /^ 0143 w�b b J� )/�/ bqb Jb b/1 b jbNa b /'1 b2N3d 3� b/b/l. a 3 vl "'4,0 V14, 00 ",7 "".1 916 e b /�1 / L. z' V // pYy / d �N ice. v r rMf Cto DER G c�C= G � _U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE & VIA LIDO STREET RESURFACING PROGRAM ( PHASE M) W4 14i IOO ElIMINDICATES OVERLAY OF EXISTING A.C. PAVEMENT. PLAN SCALE: 1 800' DRAWN AZIZ DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EXHIBIT