Loading...
HomeMy WebLinkAboutC-2351 - Sidewalk Replacement Along Mariners Park & In Eastbluff "B"April 8, 1983 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 Damon Construction 4421 Mason Street South Gate, CA 90280 Subject: Surety: Safeco Insurance Co. Bonds No.: 4376889 Project: Sidewalk Replacement adj. to Mariner's Park Contract No.: C -2351 The City Council on March 14, 1983 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 has been recorded. ' The Notice was recorded with the Orange County Recorder on March 21, 1983, Reference No. 83- 110743. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, � i I Wanda E. Andersen City Clerk WEA:lr cc: Public Works dept. 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED By AND MAIL TO C ea o m t Clerk C#y of Newport Beach 3380 Newport Bbd. P.O. Box 2768 Newport Beach, CA 926633884 K6 rbE'171"IrM 80" roca�np i.qw a, $PT NOTTCF OF COMPLETION PUBLIC WORKS 83- 119743 t 1 o All Laborers and Material Men and to Every Other Person Interes YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Sidewalk Mariners Park and in Eastbluf£ (C -2351) 7AC W � OF APR g 1983► CfT March 14, 1983 placement Adjacent to on which Damon Construction, 4421 Mason St., South Gate, CA 90280 „* was the contractor, and Safeco Insurance Co., 8250 Woodman Ave., Panorama City, was the surety, was completed. CA 91409 VERIFICATION I, the undersigned, say: CI Y OF NEWPORT BEACH L� (�'. - 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 March 15, 1983 at Newport Beach, California. l,ic 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 March 14, 1983 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 March 15, 1983 at Newport Beach, California. City Clerk RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA -4 to PM W21'83 A. # 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 March 16, 1983 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Enclosed for recordation is Notice of Completion of Public Works project consisting of Sidewalk replacement adjacent to Mariners Park and in Eastbluff, Contract No. C -2351 on which Damon Construction was the Contractor and Safeco Insurance Company was the Surety. Please record and return to us. Sincerely, a Wanda E. Andersen City Clerk WEA:lr enc. 3300 Newport Boulevard, Newport Beach Ll 0 C - '323` 5 1 March 14, 1983 (M) CITY COUNCIL AGENDA ITEM NO. yl:�-iv • TO: CITY COUNCIL FROM: Public Works Department SUBJECT:1-tViet�RS ItARI� RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. 11)E. W1- *1t4IOv The contract for the replacement of sidewalk adjacent to • Mariners Park and in Eastbluff has been completed to the satisfaction of the Public Works Department. The bid price was $19,544.00 Amount of unit price items constructed 18,497.00 Amount of change orders None Total contract cost $18,497.00 Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Department. The contractor is Damon Construction Co. of South Gate, California. The contract date of completion was January 3, 1983. The work was completed on December 31, 1982. • Benjamin B. Nolan Public Works Director GPD:jd 0 CITE' OF NEWPORT BEACH P,O. DOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: November 17, 1982 SUBJECT: Contract No. C -2351 Description of Contract Sidewalk replacement adjacent to Mariners Park and in Eastbluff Effective date of Contract November 17, 1982 Authorized by Minute Action; approved on October 25, 1982 Contract with Damon Construction Company Address 4421 Mason Street South Gate. CA 90280 Amount of Contract $19.544.00 Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach . 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 13th day of October , 1982, at which time such bids shall be opened and read for SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF Title of Project 2351 Contract No. $22,700 Engineer's Estimate Approved by the City Council this 27thday of September, 1982• 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 Stephen Luy at 640 -2281. Project Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF CONTRACT NO. 2351 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 A The undersigned declares that he has.carefully examined the location of the work, has read the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2266 in accordance with the Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN WORDS PRICE PRICE 1. 51900 Replace sidewalk Square Feet @ Two Dollars and Fifty Cents $ 2.50 $ 14,750.00 Per Square Foot 2. 160 Replace curb and gutter Linear Feet @ Twelve Dollars and Cents $ 12.00 $ 1,920.00 Per Linear Foot 3. 87 Sawcut Concrete Linear Feet @ Two Dollars and Cents $ 2.00 $ 174.00 Per Linear Foot 4. 27 Tree Removal Each @ One hundred Dollars and Cents $ 100.00 $ 2.700.00 • TOTAL PRICE WRITTEN IN WORDS: Nineteen thousand five hundred forty -four Dollars and No_ Cents 280588 A C -R & C -12 Contractor's Lic. No. & Classification $ 19,544.00 Damon Construction Company Bidder October 13. 1982 Date S /Gene Miller, Vice- President Authorized Signature /Title 4421 Mason Street, South Gate, CA 90280 Bidder's Address 213 -564 -2488 Bidder's Telephone Number PR 1 B • 10 Page 2 INSTRUCTIONS TO BIDDERS 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. of the California Labor Code for all apprenticeable occupations. 280588 A C -8 & C -12 Damon Construction Company Contr's Lic. No. & Classification Bidder October 13, 1982 S /Gene Miller, Vice - President Date 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. 2. 3. 4. 5. 6. 7. 8. 9. i 10. 11. 12. Damon Construction Company Bidder S /Gene Miller, Vice - President Authorized Signature Title 1. 0PR ORIGINAL SEE CITY CLERK'S F0 COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Damon Construction Company as bidder, and Safeco Insurance Company of America as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Nineteen thousand five hundred forty -four & no cents Dollars ($19,544.00 ), 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 Sidewalk Replacement Adjacent To Mariner's Park And In Eastbluff C -2351 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 13th day of nctnher , 19 B2 (Attach acknowledgement of Attorney -in -Fact) S /Allan J. Saunders Notary Public Commission expires October 14, 1984 Damon Construction Company Bidder S /Gene Miller, Vice - President Authorized Signature /Title Safeco Insurance Company of America Surety By Kathleen Chappell Title Attorney -in -Fact • . 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. Damon Construction Company Bidder S /Gene Miller, Vice - President Authorized Signature /Title Subscribed and sworn to before me this 13th day of October , 1982. My commission expires: October 14, 1984 S /Marydean E. Stevens Notary Public F• ORIGINAL SEE CITY CLERK'S FILF&PY 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 Damon Construction Company Bidder S /Gene Miller Vice - President Authorized Signature /Title • • 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. nv;WNENFO�I MITrITFU11M. ley Don Bryan 714-963-8321 1 798() City of Cnuth Gate lop Gordy 213- 567 -1331 1982 City of Santa Monica Rick Mills 213- 393 -9975 i 1979 City of Cerritos Alex Beanum 213 - 860 -0311 1981 City of Ing Angples Rill Berg 213-495-3011 Damon Construction Company Bidder S /Gene Miller, Vice - President Authorized Signature /Title • 0 Page 8 NOTICE 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 Ke Ratin Guide: Property- Casualty. Coverages shall be prov a for a 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. KNOW ALL MEN BY,3E PRESENTS, That WHEREAS, the City Council of the City ofew motion adopted October 25 1982 • Page 9 BOND NO. 4376889. Beach, State of California, by has awarded to Damon Construction Company hereinafter, designated as the "Principal "° ,"' . contract for Sidewalk Replacement Adjacent To Mariner's Park and In East Bluff C -2351 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 DAMON CONST. CO. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETEEN THOUSAND FIVE HUNDRED FORTY FOUR & 00 /100 Dollars ($ 19,544.00 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 F Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of they = Cavil 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 2nd day of NOVEMBER , 19 --82_ -- _ DAMON CONST. CO. (Seal) - Name of Contractor Principal Author Signature and Title Approved as to form: City Attorney Authorized Signature and Title AMERICA SAFECO INSURANCE COMPANY OF / (Seal) Name of Surety Panorama CSty,_ :CA 91409 ,� n Tipton & Company 3409 Temple Street, Los Angeles, CA 90026 Address of gent (213) 385 -8494 Telephone No. of Agent k \� � � B ( � B § Q U . 2 ( 0 k j . � / 2 FA k § 2 � { j A P 2 § R rq P4 § k a \ � k C 4 )2 °0k id 0 k �k jj \)` }w a 0 0 -4 ®gtgt [ k41 A ,� §)V gƒ� ® 44 4 0 °I § §o #00A2 ,4J um# ®!J0§ # 4J �. - 0 /2)�0 Id g�g4J . J \k2 4) ,o, e2�eA \k\4 03; \V 0 44 _ 43 V-1q 4 § 2■gJE 2g3:;E � �4 j k k k � � � ( } / � B 7� ! @f »§z& !` 2 & § �. «! ; : \� k �7 �� ( f f! � \f ] }( � ;! uj) 0 a tt�\ / (M } \}{ ! � )� .{] §\) ƒ \!� j\ _ §\) / # f ! ■�� \ k \ . } \ \00 6} 7� @f »§z& !` 2 & Mai, § � �. ; : \� �� ( Page 11 BOND NO. 4376889 PREMIUM: $133.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 25, 1982 has awarded to Damon Construction Company hereinafter designated as the "Principal ", a contract for Sidewalk Replacement Adiacent to Mariner's Park and In East Bluff r._2351 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, DAMON CONST. CO. as Principal, SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NINETEEN THOUSAND FIVE HUNDRED FORTY FOUR & 00 /100 - - - - -- Dollars ($ 19,544.00 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 gig 0 Faithful Performance Bond (Continued) Page 12 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 2nd day of NOVEMBER , a9 82.: DAMON CONST. CO. ^' (Sekal )' Name of Contractor (Principal) utho i ed Si nature and T le -- J Y IT In as to form: City ttorney Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 8250 Woodman Ave., Panorama City,. _CA 91409 - Addres of Surety 7 Signature and T4tle of Authoriz4d Agent.'..:.,' Tipton & Company 3409 Temple St., Los Angeles, CA 90026 ddress of Agent (213) 385 -8494 Telephone No. of Agent 0 C; \ § k j U) B § C) § 2 � z 2 J �to § g � \ 2 8 $4 § 0 § k go \ 10 44 ) 4 93 4J 41. § 4)09mk 0� �2 )k22k ®Sg� k2r�w 4J »c o §;k)2 0 41 go 0 4) 0 Ar. ,- VA4JX _� | ©o oeo■ r.o�j\ 0V0.� ©EA0a 41 m jV�G| V§ §jo Id o v 0 .a^ /& S 4)0 1 A20!£ 4J eo. Vr §4JS R j�\� 0A-e4J VV r4 2' § §k .4Jk14 cA_u, ,W V »ea 0 to r4 Id 0 k �qj � � � $ƒ!(7 \}Wg o OC3 cKwwo L � , 41 / to E k ■ / 3 # \k CL k \\ \7 \� 3 7 �\ k k! % \� \ }\ � �\ \ \ \\ } \} 0 \ \\ \ \0 . } }} k \ }\ _ | \ƒ } % \{ { _ J ®( 0 k �w�. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Damgn Const. Co. 4421 Mason Street CERTIFICATE OF INSURANCE • INSURANCE COMPANIES AFF Company A Letter Northwestern Company B Letter Federal Insu Company C Letter Company D Letter Company E Letter Page 13 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: Agency: Tipton & Company ut o,t z-ed Re-presentative November 2, 1982 Policy LIMITS OF LIABILITY IN THOUSANDS 000 g. ro uc s COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY Form Premises - Operations (83) 7136 19 80 6/25/83 Bodily njury y Property Damage $ $ $ $ IxComprehensive Explosion & Collapse Hazard Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance 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 Q Owned (83) 7136 19 80 6/25/83 Bodily Injury (Each Person $ $ Bodily Injury (Each Occurrence ❑x Hired Pro ert Dama e Fx Non -owned Pro' y Injury and Property Damage Combined $ 500 8 EXCESS LIABILITY ❑x Umbrella Form ❑ Other than Umbrella Form (83) 7960 69 20 6/25/83 Bodily Injury and Property Damage Combined $ 19000 $ WORKERS' COMPENSATION Statutor kFach Accident) and EMPUOYER'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, attention: Public Works Department. By: Agency: Tipton & Company ut o,t z-ed Re-presentative November 2, 1982 • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence $ each occurrence $__5o0.,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: Sidewalk Replacement Adjacent to Mariner's Park & in East Project Title and Contract No.). Contract No. C- This endorsement is effective 11/2/82 at 12:01 A.M. and forms a part of Policy No. (83) 7136 1980. Named Insured Damon Const. Co. Endorsement No. Tnriomn it . d n / 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 Raarh by registered mail, Attention: Public Works Department i CONTRACT Page 16 THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, hereinafter "City,' aT nd Damon Construction Company , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: it Adjacent To Mariner's Park And In C -2351 e of Project Eai6luffi 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: nt Adjacent To Mariner's Park And In C -2351 e of Project hastblUff 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 Ni e R thousand five hundred forty -four dollars & no cents ). 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 tights 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 Sidewalk Replacement ariner's Park And In Eastbluff Adjacenfil a of 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. CITY OF NEWPORT BEACH ATTEST: G% mayor Wwww APPROVED AS TO FORM: )h � (,l IrA dow� A. City Attorney Contractor By Its By Its CITY CONTRACTOR y u 44 .t a z° a m 0+ aD N 00 C 7 A of H 44 0 R w m M a a a a nil a A O in H 0 a 41 0 41 N b a to N W a O ,4 4+ at a M 90 10 0 0 OyW0O 4 m O @id41b "q q :44 14 10 4 F 41 p0ppy,,04J►4 03 A to 0 U 0 4J 0 GL O U 43 F 7C 44�HOO 0000r4i A Sa +°i 0 a 0 0 4-) ,4 0 4) U a 4+ Now0py,.1 fa 4J :I W a0 0 N4J44 U M 0 44 A 044 :3 k 43 CaCD0 �xm4�m 4410 O� 1 AIr 4J (70a0 0 In 4J %' 1 +4 0H4100 OFH4)41 +V40HA �3.c�a0o 4) "4 .k 4+ 3 ro a .-i ro m m r4 a -V1 u W 44 0 ro ro F E W H 3 N ro R tf+ .,4 0 0 H 0 O N a) U p 0 A N W E O z R O tE'i� V w m M a a a a nil a A O in H 0 a 41 0 41 N b a to N W a O ,4 4+ at a M 90 10 0 0 OyW0O 4 m O @id41b "q q :44 14 10 4 F 41 p0ppy,,04J►4 03 A to 0 U 0 4J 0 GL O U 43 F 7C 44�HOO 0000r4i A Sa +°i 0 a 0 0 4-) ,4 0 4) U a 4+ Now0py,.1 fa 4J :I W a0 0 N4J44 U M 0 44 A 044 :3 k 43 CaCD0 �xm4�m 4410 O� 1 AIr 4J (70a0 0 In 4J %' 1 +4 0H4100 OFH4)41 +V40HA �3.c�a0o 4) "4 .k 4+ 3 ro a .-i ro m m r4 a -V1 u W 44 0 ro ro F E W H 3 N ro R tf+ .,4 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF CONTRACT NO. 2351 SECTION I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. AWARD AND EXECUTION OF THE CONTRACT. . . . . . . . . 1 III. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 1 IV. PAYMENT. . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL, ACCESS AND NOTICES TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . 1 A. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . 2 B. ACCESS . . . . . . . . . . . . . . . 2 C. NOTICES TO RESIDENTS . . . . . . . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 2 A. SIDEWALK REPLACEMENT . . . . . . . . . . . . . . 2 B. SAWCUTTING CONCRETE . . . . . . . . . . . . . . 2 C. TREE REMOVAL . . . . . . . . . . . . . . . . . . 3 D. ROOT REMOVAL . . . . . . . . . . . . . . . . . . 3 E. TREE WELLS . . . . . . . . . . . . . . . . . . 3 F. LIMITATIONS ON CONSTRUCTION. . . . . . . . . . . 3 G. MISCELLANEOUS. . . . . . . . 3 H. CONSTRUCTION NOT SHOWN ON THE PLANS. . . . . . . 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS . SP 1 of 3 SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF CONTRACT NO. 2351 I. SCOPE OF WORK The work to be done under this contract includes (1) the removal of sections of sidewalk and curb which have been uplifted by street tree roots, (2) the removal of parkway trees, (3) the removal of interfering tree roots which have been un- covered by sidewalk and curb removals, and (4) the reconstruction of sidewalk and curb to conform with the elevations of existing improvements. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the plans (Drawing No. R- 5461 -5), (3) the City's Standard ecIal Provisions and Standard Drawings for Public Works Con- S' . struction 982 Edition and the Standard S ecifications for Public Works Construc- tion 982) Edition), including supplements to ate. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. II. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. III. TIME OF COMPLETION The Contractor shall complete all work on this contract thirty (30) calendar days after commencement of the specific work or within seventy (70) calendar days after award of contract, whichever comes first. No work shall begin until a schedule of work has been approved by the engineer. IV. PAYMENT The unit or lump sum price for items of work shown in the proposal shall be full compensation for labor, equipment, materials and all other things necessary to complete the work. Incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work. V. TRAFFIC CONTROL, ACCESS AND NOTICES TO RESIDENTS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. VI VII. 0 A. TRAFFIC CONTROL 0 The Contractor shall furnish, install, and maintain in place signs (even if streets have posted "NO PARKING" signs) which at least 40 hours in advance of the need for enforcement. In shall be the Contractor's responsibility to notify the City's ment, Traffic Division at (714) 644 -3742, for verification of least 40 hours in advance of the need for enforcement. SP2of3 "NO PARKING" he shall post addition, it Police Depart - posting at The signs shall (1) be made of white card stock; (2) have minimum dimensions 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. The Contractor shall print the hours, day and date of closure in 2" -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. ACCESS Vehicular and pedestrian access shall be maintained at all times to resi- dences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored as discussed in Section VII, F. C. NOTICES TO RESIDENTS Between 48 and 55 hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approxi- mately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the appli- cable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. WATER The Contractor shall obtain and apply water necessary to perform the contract. If the Contractor desires to use City water free of charge, he shall make arrange- ments with the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. CONSTRUCTION DETAILS SIDEWALK REPLACEME Sidewalk to be replaced may be field - identified by red paint marks. Con- tractor shall remove and dispose of all AC patches adjoining those sidewalk panels to be replaced. B. SAWCUTTING CONCRETE Approximate linear footage of concrete sawing is shown on the plan and re- placement schedule. Should damage occur to the sawcut edge during or after removal, the damaged edge shall be removed further by additional sawcutting and replaced at no additional cost to the City. C. TREE REMOVAL • SP3of3 The Contractor shall remove and dispose of trees and stumps at those loca- tions shown on the plan. D. ROOT REMOVAL All tree roots within the proposed tree well area shall be removed to a depth of 2 feet below the sidewalk. After sidewalk has been removed in accordance with the Sidewalk Replacement Schedule, exposed tree roots shall be removed within the tree well area and within whatever contiguous area of sidewalk and curb is to be replaced. Root removals shall not damage or increase damage to any improvements which are not to be replaced. Any such damage or increase of damage shall be re- moved by additional sawcutting and replaced at no additional cost to the City. E. TREE WELLS Positions of new tree wells within sections of sidewalk to be replaced are shown on the plan. F. LIMITATIONS OF CONSTRUCTION The Contractor shall begin and finish all work in the area of Mariner's Park and Mariner's School during the last two weeks in December, 1982. Sidewalk shall be reopened to pedestrians only on the day following its placement. Sidewalks subject to vehicle loads shall be barricaded during cure and reopened to vehicles on the fifth day following its placement. G. MISCELLANEOUS CONSTRUCTION The Contractor shall also remove and reinstall two street lighting vaults and one water valve cover to grade at their original locations. The cost of removing, reinstalling and adjusting the above shall be included in the cost to replace sidewalk. The Contractor shall also remove and reinstall three signs at their original locations. H. CONSTRUCTION NOT SHOWN ON THE PLANS For those areas not shown on the plan, a replacement schedule, which indi- cates sections of sidewalk, driveway, curb and gutter to be replaced, is attached. The City will remove all trees and stumps in those areas listed on the replacement schedule. REPLACEMENT SCHEDULE STREET STREET SIDEWALK CURB & GUTTER DRIVEWAY SAW - NO. NAME REPLACEMENT REPLACEMENT REPLACE- CUTTING MENT 2627 Buckeye 36 SF - - - 2621 72 SF - 44 SF - 2601 32 SF - - - 2421 32 SF - - - 2401 72 SF - - - 2401 Blackthorne 40 SF - - 5 LF 2501 - - 1042 SF - 2527 84 SF - - - 2639 - - 66 SF - 2401 Bunya 36 SF - S/s of property 2521 & 2527 328 SF - - - 2531 - 13 LF - - 2537 - - 383-, SF - 2707 128 SF - - - 2417 Bamboo 32 SF - 22 SF - 2425 32 SF 17 LF 932 SF - 2435 - - 110 SF - 2437 34 SF - - - 2442 - - 110 SF - 2501 - 10 LF - 2 LF 2507 80 SF - 712 SF - 2531 - - 55 SF - 2601 32 SF - - - 2615 - 20 LF - - TOTAL 1,070 SF 60 LF 715 SF 7 LF I • • November 10, 1982 TO: CITY CLERK FROM: Public Works Department SUBJECT: SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF - CONTRACT NO. 2351 Attached are four copies of the subject contract documents including 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. Stephen Luyy Project Engineer SJL:rb Att. C) 0 m rt T w n 0 O N W V1 r n 0 N Ch T C n rt 0 7 C) O O C') Y = aq�ID�+ m rtvcw s m J. 3 ID O T E w o crlo w a T -• Y 7r O fD ID 7 < ' (D .O O Y � Y �G w 0 B 3 own cif 3 0 n �c m m Y T . rt n w o o 7c O 3 tD 'D 0 N Ip rD 1 N 'C1 -�• C S 3 T N fD V1 C n T n w 0 a r t0 n J• n w O fD J. :3 Q N GJ ID. rt v O 0' O O T J: tD w o n ° '' O C+ J. S M fD 3 0 0 w n J• O P 7 Y O O . T a .o n 3 T O �c m n m Y N • 0 I NAME AND ADDRESS OF AGENCY SADDLEBACK WEST INSURANCE ASSOC. INC. 180 E. MAIN ST., #130 TUSTIN, CA. 92680 DAMON CONSTRUCTION CO. INC. 4421 MASON ST. SOUTH GATE, CA. 90280 COMPANIES AFFORDING COVERAGES COMPANY LETTER A UNIGARD MUTUAL INSURANCE CO. COMPANY B LETTER COMPANY LETTER COMPANY D LETTER COMPANY LETTER I ...._...._........,..._. r....___........,_...........,.......__............. ____ ._,.._...._,__.,_,.. a_­__..__._..--_ . .... ....... .._. ... ..._ ...... .. ... .._.____...__ I of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies escribed herein is subject to all the terms. exclusions and conditions of such cidicies. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES ALL OPERATIONS OF THE INSURED SIDEWALK REPLACEMENT ADJACENT CONTRACT NO. 2351 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany wiff rX mail 30._._ days written notice to the below named certificate holder.�TjgktrAWgft 4k3NJ���3�4�3PR5�1E'. �5k9FfS�k�thH14'4R°E'SE�9fF)R1X NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA. 92660 DATE ISSUED: 0— AUTHORIZED REPRESENTATIVE ACDRD 25 (I -79) - .. Limits O la Ill( ID housan a COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE - OCCURRENCE GENERAL LIABILITY BODILY INJURY E a ❑ COMPREHENSIVE FORM ❑ PREMISES — OPERATIONS PROPERTY DAMAGE E $ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE a E BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS PERSONAL INJURY E ❑ PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY E (EACH PERSON) ❑ COMPREHENSIVE FORM BODILY INJURY E ❑ (EACH ACCIDENT) OWNED PROPERTY DAMAGE $ ❑ HIRED BODILY INJURY AND NON -0WNED PROPERTY DAMAGE s COMBINED EXCESS LIABILITY BODILY INJURY AND UMBRELLA FORM a E ❑ OTHER UMBRELLA PROPERTY DAMAGE THAN COMBINED FORM WORKERS' COMPENSATION STATUTORY A WC16- 1285 -82 1/1/83 $111`0001 EMPLOVEandLIABILiTY (EXIIACCIDEND OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES ALL OPERATIONS OF THE INSURED SIDEWALK REPLACEMENT ADJACENT CONTRACT NO. 2351 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany wiff rX mail 30._._ days written notice to the below named certificate holder.�TjgktrAWgft 4k3NJ���3�4�3PR5�1E'. �5k9FfS�k�thH14'4R°E'SE�9fF)R1X NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF NEWPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA. 92660 DATE ISSUED: 0— AUTHORIZED REPRESENTATIVE ACDRD 25 (I -79) - .. /no -4r'': M 'I- rn 14- k m 11 lilt 111111 1111.111 rn rn I '��l t� m . a = KA 1z, yna %4 z rj Q 1.4 ri ON�11 71,11 11 W, I I I i i I i /no -4r'': M 'I- CD 0 -4 W,4 rn CD 0 -4 W,4 cuu �4 It Fit o •ell Zbl co "N ko p cnl > c: 1, << <�:�i�, _�,: �I cuu �4 It Fit cuu �4 It CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EASTBLUFF CONTRACT NO. 2351 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR I A The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2266 in accordance with the Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN WORDS UNIT PRICE TOTAL PRICE 1. 51900 Replace sidewalk , Square Feet @ T�vU Dollars % and Cents _ $ + U $ Per Square Foot 2. 160 Replace curb and gutter Linear Feet @ �w�;,l„1..�: Dollars ^-- and Cents 1 Per Linear Foot 3. 87 Sawcut Concrete Linear Feet @ Dollars . and Cents Per Linear Foot 4. 27 Tree Removal Each �. @ Dollars \00, vV +vV iii 00 and Cents $ $ TOTAL PRICE WRITTEN IN WORDS �'rs Dollars MMM. d' Q ,rfl�y� /l E �v r l Bi der 's Address //}} Bidder's Telephone Number • . Page 2 INSTRUCTIONS TO BIDDERS 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. ontr's Lic. No. & Classification Vdde r 0, J,,/, ,a / 9 /-,/ Date uthorize Signature /Title 0 . Page 3 DESIGNATION OF SUBCONTRACTORS) 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Z BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, 0 Page 4 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 . Bidder (Attach acknowledgement of Attorney -in -Fact) Authorized Signature /Title Notary Public Commission expires _ Surety 0 Title 0 0 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. ° Bidder ` J Authorized Signature /Title Subscribed and sworn to before me this j_ day of 19-Ey. My commission expires: Notary Public SEAL Commission Expires (hlober 14, '' • 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. � f Bidder Authorized Signature/Titie _ I I Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. (94A.0 4dZ,,- -�l3 ^977 -//0 /O SAFECO INSURANCE COMPANY OF AMERICA • GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY SAMCC OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 Approved by The American Institute of Architects, A.I.A. Document No. A -310 (Feb. 1970 Edition) KNO WALL BY THESE PRESENTS, That we, DAMON CONST, CO. 4421 MASON STREET, SOUTH GATE, CA 90280 as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT OF THE BID - - - - - - - Dollars ($ -10 %— ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for SIDEWALK REPLACEMENT ADJACENT TO MARINER'S PARK AND IN EAST BLUFF NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of OCTOBER 1982, Witness Witness S-54 R6 1/75 DAMON CONST. CO. (Seal) Principal Title SAFECO INSURANCE COMPANY OF AMERICA Kathleen C h a p p e 1 T Attorney -in -Fact l` ,� §& I� {! /\ } ( Sd ) } 770' !e m �:|� 2 }f} .- § } o tr 0 7& / / } �D y/ Q CD \ \ }} M D ko }\J ; ) \\ % � ty \ \o § } §\ CD o CD / \ \P) } f % §2 !0 ! tr #! ! OCT 25 1982 TO: CITY COUNCIL By the CITY COUNCIL CITY OF NEWPORT iiAC11 FROM: Public Works Department 6 October 25, 1982 CITY ITEM NOUNCIL� :GE3AC,-L,) SUBJECT: SIDEWALK REPLACEMENT ADJACENT TO MARINERS PARK AND IN EASTBLUFF..(C- 2351)` RECOMMENDATION: Award Contract No. 2351 to Damon Construction Company for $19,544 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on October 13, 1982, the City Clerk opened and read the following bids for this project: Bidder Bid Amount 1. Damon Construction Co., South Gate $19,574.00* 2. Arm & Hammer Concrete, Tustin 19,950.25 3. J. T. Garza, Paramount 20,721.00 4. Acme Pipeline & Engineering, Palmdale 21,188.00 5. Amburgey's, Costa Mesa 22,631.00 6. Industrial Fence & Supply, Long Beach 22,753.95 *The corrected bid total is $19,544. The low bid is 14% below the Engineer's estimate of $22,700. Adequate funds are provided under Budget No. 02- 8097 -254. Damon Construction Co. is a well - qualified contractor that has suc- cessfully completed similar contracts for the City. The project provides for the removal and replacement of curb and side- walk that have been uplifted, displaced and broken by disruptured parkway tree roots. The project also provides for the removal of the parkway trees in the area around Mariners Park. City forces will remove disruptive parkway trees in the Eastbluff area and provide a new species of tree for both areas that will be less likely to damage the sidewalks and curbs. All work should be completed prior to January 3, 1983. Benjamin B. Nolan Public Works Director SJL:jd �-..-.,•- ,..- �,e�:,..m.:..�.....�_ --�:� �:.,. ;1:�.�.�: r. -. rte.: �'�_. l THE NEW Pt R`F ENSI� PROOF OF PUBLICATION (2015.5 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 aver 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 eeneTal circula- tion., printed and prblished weekly in the city of Newport &each, County of Orange. and which news- paper has been adjudoed a newspaper of general circulation by the Supxri_u Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a panted copy (set in type not smaller than nonpareil) has bier published in each regular and entire issue of said newspaper and not in any supplement thereof or the following dates to -wit: I certify (or declare) under penalty of perryry that the foregoing is true and correct. Dated at Newprrt $each, California, this ,2-9day of , 19$'Z- Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar. California 92625. This Pce is for the County Clerk's Filing Stamp A _ eU 6LtLW- ICt- jNO-P6 6rP5 Proof of Publication of Paste Clipping of Notice SECURELY In This Space PROOF OF PUBLICATION 4N� { 1 !' a SEP 27 1982 TO: CITY COUNCIL by he CITY C0UI4IL CITY Of "NOW Wah FROM: Public Works Department to September 27, 1982 CITY COUNCIL AGENDA ITEM N0. A-- yj C -01ZrvJ (Bri SUBJECT: SIDEWALK REPLACEMENT ADJACENT TO MARINERS PARK AND IN EASTBLUFF (C -2351) 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 October 13, 1982. DISCUSSION: Parkway tree roots under curb and sidewalk at various locations shown on the attached drawing "Exhibit A" have uplifted, displaced and broken approximately 5,900 square feet of sidewalk and 160 linear feet of curb and gutter. The City has received requests from the residents that sidewalk repairs be performed. An appropriation of $25,000 is included in the current budget for the work. Included in this contract are 52 locations where panels of side- walk are to be replaced and 9 locations where curb and gutter are to be re- placed. The contractor will remove all street tree roots which have been exposed by sidewalk removals. The contractor will also remove all trees that have disrupted the sidewalk around Mariners Park. City forces will remove all disruptive trees in the Eastbluff area and provide a new species of tree for both areas that is less damaging to sidewalks and curbs. Bid documents have been prepared by the Public Works Department. The Engineer's estimate is $22,700. All work should be completed prior to January 3, 1983. C,;) �a Benjamin B. Nolan Public Works Director SJL:rb Att. PROJEC T " LOCATION C -235J Sca/e 1600 r. I\ CL j 1` �\ J' 1 "J lit NMP�R n CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWAL k REPLACEMENT ADJ. TO MARMERS SCHOOL Y EASrB YI / X':.. 0�^ 1 � 0 `• \mil. s/ i 'i. Do� DRAWN DATE - APPROVED v- DRAWING NO. C-XH1B/T *A�i