Loading...
HomeMy WebLinkAboutC-2794 - 1989-90 Street Reconstruction and Resurfacing Program, Phase II0 0 CITY OF NEWPORT BEACH September 4, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 R. J. Noble Company 15505 E. Lincoln Avenue P.O. Box 620 Orange, CA 92666 Subject: Surety: Bonds No.,- Contract No.: Project: (714) 644 -3005 Federal Insurance Company 8124 -72 -04 C -2794 1989 -90 Street Reconstruction Resurfacing Program, Phase II and The City Council of Newport Beach on August 13, 1990 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 in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on August 16, 1990, Reference No. 90- 435428. Sincerely, Irene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND 90.�4 V ` 4ZQU WHEN RECORDED RETURN TO: RECORDING REQUEST PER GOVERWM City Clerk � CODE 6103 REC EI City of Newp t .Beach E MPT �E� 3300 Newport Boulevard R Newport Beach, CA 92663 C1� "- , CITYa rCORDEDINOFFICIALR'cCORDS kit aka OF ORANGE COUNTY, CAUFORN IA NOTICE OF 41fETION `' 3:00 P.M. AUG 161990 PUBLIC WORKS �0 � Q.•"rRECORDER 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of X9_90 St, Program, Phase II (C -2794) on which R. J. Noble Company, was the contractor, and Federi was the surety, was completed. I, the undersigned, say: June 15, 1990 VERIFICATION P.0 8th Floor Cl Y OF NEWPORT BFACH Q, 4 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 August 14, 1990 at Newport Beach. California. Publit 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 August 13. 1990 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 August 14, 1990 at Newport Beach, California. op 6l City Clerk �LIFOA A'4 TS1111" "? PAiR1J39 T4: C,rZ 3w03 TV, 3MNA3'r,J • • 0 0 TO: City Council FROM: Public Works August 13, 1990 CITY COUNCIL AGENDA ITEM NO. F -20 SUBJECT: ACCEPTANCE OF 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II - (C -2794) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the Qit .C.Lerk.to -Rile a- Motice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $156,181.00 Amount of unit price items constructed 140,166.13 Amount of change orders 0 Total contract cost $140,166.13 During construction the existing ground was found to be more stable than had been anticipated thus requiring less excavation and ballast rock. This resulted in the decrease in the amount of the unit price items constructed. Funds for the project were budgeted in the General Fund, Account No. 02- 3389 -015. The contractor is R.J. Noble Company of Orange. The work was completed by June 15, 1990. An exhibit is attached for reference. Benjamin B. Nolan Public Works Director PD: so Attachment i CM of l� ♦f 'I 20,h 7 0 PROJECT THER LARNE NO.1 r -!' UPPER NEWPORT BRY vi, = -INDICATES AREA OF CONSTRUCTION PROJECT LOCATION No MARINERS DRIVE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II C -2794 3 t_OCAT I ON MRP 0 EXHIBIT GW LD FT NO SCALE 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 9265 8 9-8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: April 9, 1990 SUBJECT: Contract No. (714) 644 -3005 44-, C -2794 I/ -9 -yo Description of Contract 1989 -90 Street Reconstruction and Resurfacing Program, Phase II Effective date of Contract April 9, 1990 Authorized by Minute Action, approved on March 26, 1990 Contract with R. J. Noble C mpany Address 15505 E. Lincoln Ave. P.O. Box 620 Orange, CA 92666 Amount of Contract $156,181.00 li(/C1% � , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach p! CITY CLERK NOTICE INVITING BIDS Sealed bids may be rscsvtd ice of tfib 33M Newport Boulevard, P. 0. Hqz i. ;Newport Beach, Qfi I76i1 anti l 11:0 on the day of Mgrco ISM, at whtime such bids shal I be opened and read for 1989 -90 STREET RECONSTRUCTION AND RESURfAmg PRnngAMr PNASF II Title of Project 2 Contract 190 Engineer-0 tiaiate 'O&i„ U11 c�L II PORT Flpproved by the City Council this 26th day of FBhruery . ISM. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Plic Works Department, 3388 Newport Boulevard, P. Q. Box 1768, Newport Beach, CR 92659 -1766. For further information, call ` Gilbert WRno at 644 -3311. Project manager r y i ' . ' •>;: .cw %5r '.. ., '.:.::'r�a�1�x.�s.el siP.vL �Y :.. ^.•',� gain ': ^:. .. � .. I �� r� L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PR 1.1 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II CONTRACT NO. 2794 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2794 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 2,800 Remove existing street Cubic Yds. pavement and excavate subgrade @ FOURTEEN Dollars and EIGHTY -FIVE Cents $14.85 $41,580.00 Per Cubic Yard 2. 200 Cold plane existing pavement Sq. Yds. @ FIFTEEN Dollars and NINETY Cents $15.90 $ 3,180.00 Per Square Yard 3. 6,300 Provide and install reinforcing Sq. Yds. subgrade fabric @ NO Dollars and SIXTY -SIX Cents $ .66 $ 4,158.00 Per Square Yard • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2,300 Tons 5. 1,400 Tons 6. 1,100 Tons 7. 8. AN 420 Tons 8 Each 10 Each Construct ballast rock subbase @ FIFTEEN Dollars and THIRTY -ONE Cents $ 15 vt $3..211.00 Per Ton Construct untreated base @ ELEVEN Dollars and SIXTY -EIGHT Cents Per Ton Construct asphalt concrete base course @ THIRTY Dollars and TWENTY -EIGHT Cents Per Ton Construct asphalt concrete finish course @ FORTY Dollars and .EIGHTY Cents Per Ton Adjust existing manhole frames and covers to finished grade @ THREE HUNDRED THIRTEEN Dollars and NO Cents Per Each Adjust existing water valve and survey monument frames and covers to finished grade @ TWO HUNDRED SEVENTY -FIVE Dollars and NO Cents Per Each .: 1TI $ 40.80 $17;136 -00 $ 313.00 $2,504.00 $275.00 $2,750.00 • PR 1.3 ONE HUNDRED FIFTY -SIX THOUSAND. ONE HUNDRED Dollars and EIGHTY -ONE DOLLARS AND NO CENTS Cents $156,1R1_nn PR TOTAL BID PRICE (WORDS) TOTAL BID ICE (FIGURES) MARCH 15, 1990 `�Rj . NOBLE COMPANY Date Bidder 714)637 -1550 Bidder's Telephone No. NEIL R. EVANS, VICE PRESIDENT A- 121735 A -1 15505 E. Lincoln Avenue Bidder's L cense Bidder's Address No. & Classification P.O. Box 620 Orange, CA 92666 u INSTRUCTIONS TO BIDDERS F-1 Page 2 The following 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 SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 discrepancy 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 respon- sible for bidder errors and omissions in the PROPOSAL. , 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. A- 121735 A -1 on r s Lic. No. & Classificafi—on MARCH 7, 1990 Date WORM k,. - M.M.. W: Mr NEIL R. EVANS, VICE PRESIDENT DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address P.O. Box 250 1• MAN HOLE ADJUSTING MAN HOLE ADJUSTING Monterey Park, CA 2. 91754 3. 4. 6. 7. 8. 9. 10. 11. 12 R.J. NOBLE .COMPANY Bidder Authors a lgna u t e NEIL R. EVANS, VICE PRESIDENT BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, R. J. NOBLE COMPANY , as bidder, and FEDERAL 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 BID Dollars ($10% of amt bid), 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 •1 11 1, �,1 i � ' 1 �:1 •�� , •� in the City of Newport Beach, is accepted by the City Council of said City, and if if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event.that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this gth day of March , 1990 . (Attach acknowledgment of Attorney -in -Fact) Notary Public Commission Expires: �'MMklffl'01=Ti 1 u • ' N S/ s1D/ nr.� AuthorizeO Signature 'tom By: Title: • 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 arrangement 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 considering 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 suggested, 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15th day of March > 19 My commission expires: ................................ ............................... ` OFFICIAL SEAL M A GROSKOPF NOTARY PUBLIC - CALIFORNIA:` PRlNCfPAL OFFICE IN ORANGE COUNTY MY COMMISSION EXPIRES APR. 21. 1993 • ....................... ....... .. ....... .......... .........................: R. J. NOBLE COMPANY Bidder Authorize& Signature/T-W e NEIL R. EVANS, VICE PRESIDENT Notary Pu c Page 6 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 -90 CITY OF BUENA PARK KNOTT AVE. $267,989 521- 1121ght, Eng. 10 -89 CITY OF PLACENTIA SANTA FE COM. $225,752 993 -8117 10 -89 CITY OF PLACENTIA ROSE DR. CONS. $319,683 993 -8117 12 -89 CITY OF BUENA PARK 12thE& 13thRSt.$946 541 521 -1121 3 -90 CITY OF BUENA PARK IP. VALLEY VIEW ST.$1 420 460 521 -1121 11 -89 CITY OF BUENA PARK FRANKLIN ST. $323,573 521 -1121 11 -89 CITY OF BUENA PARK EIGHTH ST. $206,573 521 -1121 7 -89 CITY OF LOS ALAMITOS KATELLA AVE. $ 80.163 827 -8670 7 -89 COUNTY OF ORANGE. GSA BEE CANYON $133,040 834 -5919 9 -89 CITY OF FULLERTON RESIDENTIAL STS$472.578 738 -6527 8 -89 CITY OF STS. YORBA LINDA VARIOUS CITY $191,822 961 -7100 2 -89 CITY OF LA PALMA MOODY ST, APTS.$135.601 523 -7700 5 -89 CITY OF COSTA MESA MEASURE "C" $949,343 834 -5223 9 -88 CITY OF SANTA ANA TOWNSEND ST. $126.303 8 -88 CITY OF HUNTINGTON BCH.MAGNOLIA ST. $135,519 536 -5221 4 -89 CITY OF SANTA ANA CHESTNUT AVE. $1,022,830 9 -88 CITY OF HUNTINGTON BCH.BROOKHURST AVE.$389 949 536 -5221 10 -88 CITY OF BREA TAMARACK AVE. $451,593 R. J. NOBLE Bidder 990 -7685 COMPANY Sl Authorize Signatu a le NEIL R. EVANS, VICE PRESIDENT POWER OF ATTORNEY Know all Man by tlteaa Presents. That this FECMgAI INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey Corpor& lion, h'as OonstRLted and appointed, and does hereby conMRute and appoint Michael D. Stong, Michael A. Quigley and Carrie L.tPrice of Riverside, California ------------------------------------------------ __ —Y__. each its true and lawful Attomeynin -Fact to execute under such designtlif n in He name and to affix Rs corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, Wgft 1. Bonds and Undertakings filed in erry suit, matter or proceeding In aegr Court, or filed with arty Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undensking. 2. Surety bonds to the United States of America or any agency thereof, InOgslblg Own required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity fonds aMNJSrti a laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In WImaY Whereal. the wind FEDERAL. INSURANCE COMPANY fie PMarerd w de SYUwi s. caused theY Detente w be Signed by ib Vw Pendent And ASSIMeM Secmuy and ds COWI a teal IOM Mew~1111a 1st darn January 1089 STATE OF NEW JERSEY as. County of Somerset FEDERAL INSURANCE COMPANY By J D. Dimon vN. Pnerdarth on die 1st drys January 14 89.Made m.p w l,.Re d[XO'Co.W maknw bymexrnwnm Oe AY tSometmefftFEDEMOMRAMM COMPANY. thn cogorahon deacnbed in and which Yecued IM ItimWinti POwr d Ananay. and the Yid Riawd D. O'Connor Ming by nut duly mom, did dePOSS and nay mw to u AaadWt Sectaary Of tM FEDERAL INSURANCE COMPANY and mows the arporw sw therSd: mw tM teed aRlmd w as taegOuq Power a AIIOmy is Such c«pori to seal teed wed 1Mret0 aNwe by auth«ity of de Sy-UM d Said Con"iny. wid aM he signed said Pamir of Atka" Y Amistant Setntary of said campary by AY wftofty: and thud M o acyuainpd in Janxn D. D'opn ad xndxs him to a the Vice Prasidienl a sad Company, and thud NNSiprtlur• of nap Jams O Dlwn sub=ftdwYiO Power of Aaomy is in teeprutme h.MwMing Bawd Anwis D. Dimon and Sus VMao subscribed by auhodty of Yid BYlwxs and in dep«NM's pul n0a N«mM LEp Acknowledged and 6wom w befpe m. den HIS eve7 widen. • wauc 2' > P� - ALICE LEONARD Not" Public OEpS� CERTIFICATION NOTARY PUBUC OF NEW JERSEY STATE of MEN JERSEY ) My Commission Expires July 12. 1993 as. County Of Somerset JS I. the undnsigi . AYW1m Se"Ary d tM FEDERAL INSURANCE COMPANY. d0 Araby cMily MM me Wowing is t, true aaeryt torn the SViUM d IM sad COmpeny Y adopted by Y SWM of DincMs On Much 11, toss and mop Mandy analded MMch S 1486 ante that me Bylaw Is in Sul bra and «fed. "ARTICLE %VIII. Section 2. AN bonds. underpxmpe, contrwN and other wNrumems ather Nan Y rb- for and on bMaII of tip Comp" which A is aMUriaed by lax « its cMder to Weuee, my teed MY be wi curd In apt Nlip Ind M Maa11 a apt CMlpany MMI by the CNhnpn «dig VaA CIWnYr1 « 1M PIYidMt « a Vice PIYdeni. jointly with the Socnewry « w AYIaaM 6Klaay. alder then respadN• dawplabro, aacpt NM any ens « more ds0en « pmrropimNd designated M airy nedumn of the amid of Dinicum « dig Ewutne Committee. « in any poor Of Wormy aaecaMd Y , IN b n Section 9 Mow may amcul, Any Such bpd, ~ftkwg Or filler Obi ipthon Y pwulod in Such Matuuon or Power of &WM Seaon3MPp aalW"brMdabOWIathe CamprrymeyaMApe Oe"od dwther teedwb~dde Cmp"..warbymeCMimw«theviceCMamw WOMPrOiN «avicePosiden «nAit itNVm PrsYro, lollywhn the Socniun«an An Wit SeuMary.«IdertlwrnapSdxpdYigntlbrt The wFudun aSuch aMirors my be «prwed. pueSO «EmopapMO. The Krim"aSih dim ' dewing olfiars: ChoimMr. Vera CMirman. PmidML ay via PrYiden, ary AYiWra vim PraiOSM. any Stich, e', arrybsiepnt SSciwry Md ve maul dole C«lpay my Madded br blaiMlswuy pwerd awry «b ayaraeMS nMerwq thriMOrppo:Ylp Amman SedMUw «Atawp»Far vPUrPOaY «W a a«w«p teed atlatirigb«m uld «dsnYwga ardamawrmrl�obSgawryidtleasp. 11rnSO1, and arywxn Pea a atnrrey «un«ata ••ualg Rah taawlia aglwun «NnimYasa atw M vYd teed «edirq upon IM CamparyaM e^Y such ewer waaacut ardced6wd by erdnlwsatlia wpm«aM tac aweahw Mvelidand Mndnguponme C« w+ uyIOMnspmwaryMM wunawWmgbwhchnuAMchod:' IA~ OSday ma sad FEDERAL INSURANCE COMPANY n duly liarwd w bawd fdMly And aaerybusurY in each Of rse s1aY d me unit Strdes d Arrenc&DWriddColumba.11m Riceandaachd Ow PrOAa dCarLmft AmaevapMndPrins EdwdWad: udbMwdulyliamedwMarnesolaawMydeOOede. ud"kinp,,tea,Wnrutudm whinedbylow. I.apt WONSWad AtaaWtMdMaryaFEDERALMOURANCECOMPANYmMnb /artilyth digwrogonVPb aM«aybIntuntp "~. F.m T.,eJl1n'i rP,ry y.EUt f:FUF.Rxt P"K - y �- ICHUBB41ROUP OF INSURANCE 96MPANIES C IH MIEI 15 Moun,aln Vmew RDad, . ,,a c FEDERAL INSURANCE COMPANY BID iOND Bond No. B- 81205736 Amount $ 10% Know All Men By These Presents, That we, R. J. NOBLE COMPANY (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of New Jersey, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the sum of * *TEN PERCENT OF THE AMOUNT BID ** Dollars ($ 108 ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assign's, jointly and severally, firmly by these presents. Sealed with our seals and dated this 8TH day of MARCH A. D. nineteen hundred and NINETY WHEREAS, the Principal has submitted a bid, dated MARCH 15 19 90 for 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM PHASE II NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid ,r of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such'bid' and , give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the dif- ference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect.'. ' . R. J. NOBLE COMPANY Principal f By: a��� 9,c l ±, + ' a NEI R. EVANS, ICE PRESIDENT FEDE ALINSU OMPANY By: MlCkil,EL D.. ON ATTOR - VIN -FAr.T St . State of CALIFORNIA On MAR 0 8 1990 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of RIVERSIDE known to me or proved to me on the basis of satisfactory evidence, A41; ,HAEII D. STONG known to me to be the Attorney -in -Fact of NMNAL INSURANCE COMPANY the Corporation that executed the within instrument, and known to me to CFFlCIgI SEAL , ' 'Jv be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed CA RRIE I_. PRICE I- P J .ter X1;1 r7 t : P;.�Gii.. li io:5ia °•- FFi,VC: rrAi OFFR ;e IfJ At,EFSIGE COUNTY tty Commis.ca Exp 722E -1992 the same. / �) 7 I NOTARY PUBLIC R. J. NOBLE COMPANY ASPHALT PAVING - ENGINEERING CONTRACTORS LIC. A-121735 CONTRACTOR LICENSE AFFIDAVIT STATE OF CALIFORNIA COUNTY OF ORANGE NEIL R. EVANS , BEING FIRST DULY SWORN, DEPOSES AND SAYS THAT HE OR SHE IS VICE PRESIDENT OF R. J. NOBLE COMPANY, THE PARTY MAKING THE FOREGOING BID, IS A LICENSED CONTRACTOR AND UNDERSTANDS THE INFORMATION SHOWN BELOW SHALL BE INCLUDED WITH THE BID, AND UNDERSTANDS THAT ANY BID NOT CONTAINING THIS INFORMATION, OR IF THIS INFORMATION IS SUBSEQUENTLY PROVEN TO BE FALSE, SHALL BE CONSIDERED NON - RESPONSIVE AND SHALL BE REJECTED BY THE CITY OF NEWPORT BEACH R. J. Noble Company's State License No. - A- 121735, A -1 License Expiration Date is JULY 31, 1990. I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. SUBSCRIBED AT: ORANGE, ORANGE CALIFORNIA CIT AND COUNTY, ON MARCH 15, 1990. SIGNATURE & TITLE 15505 E. Lincoln Av., P.O. Box620, ORANGE, CA. 92666 STREET ADDRESS, CITY, STATE AND ZIP CODE 714- 673 -1550 TELEPHONE NUMBER NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGEMENT - ORANGE: 15505 LINCOLN AVE. P.O. BOX 620 • ORANGE, CA 92666 • (714) 637 -1550 1- (800)826.0362 FAX (714) 637 -6321 CORONA: 25225 MAITRI RD.. CORONA, CA 91719 • (714) 737 -1350 FAX (714) 737 -5061 STATE OF CALIFORNIA ss. COUNTY OF ORANGE .....................: " " " " " "'��� . OFFICIAL SEAL v, ) q GROSKOPF • NOTARY PU IC CALIFORNIA k_ PRINCIPAL OFFICE IN i ORANGE COUNTY ' My COMMISSION EXPIRES APR.. 21,. 1@93. , .................... . On this 15th. day of March in the year 19 9 E before me, the undersigned, a Notary Public in and for said State, personally appeared NEIL R. EVANS. VICE PRESIDENT OF R. J. NOBLE COMPANY , personally known tome (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and ackrfowledged to me that the Corporation executed it. WITNESS my hand and official seal. 't of ry Public in and for sa State. II ACNNOWlE00M ENT — COrpogr lioWOlcons Form 222CA S —Rev }B2 . 1982 WOLCOTT5. INC (pone:1,SS 82) T b • Page 7 NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide Proper t Casualty. Coverages shall be provided as sped a in : he tan arpeci_�cations for Public Works Construction, except as ai Provisions. 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, except as ai Provisions. i. �..: F_ Cv. _ - =_: PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 BOND NO.: 8124 -72 -04 EXECUTED IN FOUR COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 26 1990 has awarded to R 7 NOBLE COMPANY hereinafter designated as the "Principal ", a contract for 1989 -90 Street Reconstruction & Resurfacinq Proqram. Phase II Contract No. 2794 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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, or other supplies used in, upon, for, or about the performance 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 COMPANY as Principal, and Page 9 Payment Bond (Continued) The 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 to them or their assigns in any suit brought upon 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 3RD day of APRIL , 1990 . (Seal) Name of Contractor (Principal) R.J. Noble Company 01 ) '/ �` J Authors a ignore d Title NEIL R. EVANS, VICE PR IDENT Authorized Signa�nd Title WILLIAM TIMOTHY CARVER, SECRETARY �FEDERAL INSURANCE COMPANY (Seal) Name of urety 6500 WILSHIRE BLVD., 8TH ]FLOOR LOS ANGELES, CA 90_048 �.1gndL Ure �8A 0_"'I 1L le 'OT HULrI rIZeU ngenL MICHAEL D. STONG, ATTORNEY N FACT P. 0. BOX 20168, RIVERSIDE, CA 92516 Address of Agent (714) 682 -0660 Telephone No. of Agent STATE OF CALIFORNIA ss. COUNTY OF ORANGE OFFICIAL SEAL.....,..... M A GROSKOPF • NOTARY PUBLIC • CALIFORNIA ; PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSION EXPIRES APR. 21, 1993 j ............................. ............... ............................... On this 4th day of April , in the year 19 90 before me, the undersiggn�e�d a Notary_ Public in and for said State, personally appeared NEIL R. EV'M VICE PRESIDENT & WILLIAM TIMC �, , J1VRLl1l\1 Ur n. J. AL)DL*r!&ftIIy known tome (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and offAal seal, II . ACKNOWLEDGMENT— Corpw4w —WWro Form 222CA-X —Rw. 5.82 NdWy Public in and for sait%ate. II 01M WOLCOTTS. INC. Imu ow K 2) APR U 3 1990 State of CALIFORNIA On before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of RIVERSIDE known to me or proved to me on the basis of satisfactory evidence, MICHAEL D. STONG known to me to be the Attomey -in -Fact of FEDERAL INSURANCE COMPANY the Corporation that executed the within instrument, and known to me to 4 OFFICIAL SEAL CARRIE L. PRICE be the person who executed the said instrument on behalf of the Corporation Notary Public- California therein named, and acknowledged to me that such Corporation executed PRINCIPAL OFFICE IN RIVERSIDE COUNTY "� My COmmisSIOD Exµ 12 -26 -1992 the same. NOTARY PUBLIC POWER OF ATTORNEY Know all Man by dross Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, warren, New Jersey, a New Jersey Corpora- tion, has constituted and appointed, and does hereby condbute and appoint Michael D. Stong, Michael A. Quigley and Carrie L. Price of Riverside, California--------------- -- ---- --- -- ----- ------- --------- --- - -- v - -' each its true and lawful Attorney -In -Fact to execute under such designation in Rs name and M affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following Classes, lOwlt: 1. Bonds and Undertakings filed in any suit, matter or proceeding in any Court, or Posd with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. a> 2. Surety bonds to the United States of America w INty agenq thereof, irtcpdkrQ _,- DMIN`regWred or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds w other indemnity bonds pdwifie laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organ'aation, public or private; bonds to Transportation tnles, Lost instrument bards; Lease bonds, workers' Compensation bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals. or contracts. in Wnr.ii w11M.d, tM aud FEDERAL N46URANM COMPANY hn, pursuant n Oe 6yJaw,, auwd ere@ Pnwinb n be agrrd by wi Via Pn k*M W Mabteclt Seonwy W It MMW and nbe hVW Ili tmt 1st wrd January 1989 SPATE of NEW JERSEY Ss. I County of Somerset I/ on w, let dya January 19 89,a' nape,ecmyan@RitllwdaorC wmekno &Wbymkm ObOANWr SKMWYdMFEDEnALOMUR4NM COMPANY. dot ccrpDWw dnonbW b W ~ wwAma Ih@ tme," P i w of Albany. W to wad Richwd D. O'Connor being by M duly vWn, did depoes W tar tM he b Anttunt Secmnry d tlr FEDERAL INSURANCE COMPANY W knaa to CWW M wM dwnct. the pia awl driwid n dr la99an9 Pb d AMW Is Such alpaate wet and m lhnan Fxiwd by eudmnty of IM sHmal Of sW C Piuny,WeW he WWW wild Pear of MotW W Anhltnt Swwsy of W9d C=Wry by klr wftW..W nM he a Wgwmbed WM Jnnn D. Orson W knot him n be tw Via PmiwM at wild Company. W nit the wiplaul@ct&WJinrt D Oaw Suaadbed n wild PmWOf Marry is in dr a@ruJW heMumn"d wild Jtmw D D'Cmn Wwt NerslbVjbWibiid by eudnny of wild 00 W n dOPMM's preuna. NawM � LEp vG N p 2' lxletlC � Pot dEp50 WXFE OF NEW JERSEY 88. County of Somerset Acim"Mci ci and oxen n bens M AUCE LEONARD NCw7 public CERTIFICATION NOTARY PUBLIC OF NEW JERSEY My Commission Expires July 1P, 1993 I. am umen, , AMIWM Secraay et tM FEDERAL INSURANCE COMPANY. w wmby aNly Ihn dot Iaakg Is a Ira OX" lean, the fto s of Me no Carl Wry a adopW y" Doll d of Dirwa. on Msrdl 11, 1953 W mop nanny amend" Mandl 5. 1986 W dot 1W ayaa. b b full faa W albd. Sacdon 2. M baldA undnMldl9k aorMnb wild Darr IMPUMVtet alter thin w sbm fur W on b" Of the CMnW1y which It b au ovild by Isw Of is dww b oral. MW sal 91111111 bb wiwuNd in tM name W W bMrl of dr CM"V slow by tlr ChMtwn w Sr Via C"krwn be do PmM@m w a Wa PrwM@I11, jewull, nld1 to Soc nW or sic AniWrd Soomm. under IhMr rwpwtln dmwmb n, adept twit any on w mom dI I or Mbnry i-IMm asgtmed in icy nwiluan of dr Bowd of Dlf c a ice FJMWM Cotta", a in ANY pawn of MbaWy mcutee M pnovidsd IN n secdon 3 balobr. ty area. ey such bond, alderbkkg or pew ablpnion n provided In Such rnoWlinn w paver of Mawy. BOWM3MPdwaolo "bsMabwWdtlrCmpsn / mysMtlW aslmbdndrrwlrWabnWId "Cwlpy,smwyt ChMm wta V"Ch&nWWMP@WM wa V"Nwiwm wsnAaMermVO Praadna, peayWnlM8 sarwyaan Awi'sbmatablary erld@rill@k lswiwhwdWpt+oons.Trsquwm dNM:h dlian tsYawpwsd, prHw alxhopWrd.11r@pawnd@aon cians"OMn9PNLnt: Cluinun. Vim Ch inW. FlwW,m. sy Vfa Pruidwe. My AMNe Vb Pltadnll, wyasaMSrri M'Apial@ SSastW W tlrsW ddr Canparymy aslruady hakuwnsy porralabonwywnwly ar.6 rMrle19dlMnw sppuerp Ar SarwnWwAoxnoowtAtlnrpLwp woryplseulk n Wseswkp bwO ,WamNWwWWCdW lto Gblipawynarn SiwwiN. W sysueh pwrrd mrrywnd8nl, bwripsudl boinW@ sprMndbakn" sW nsY arw W bk1dk19 Won tw Cemprry W aysudl pwrrwsreuW W oudrW yauch bait" sglMws W baim"sW shad W rf10 W bkhdig uPb ith0 CW W1Y Wth mpsdbaybaldw uhdMalalpnwhnh h bsbwiwd." kk~cw ao=WFEDF"NMURAUMCOWAMVsdttlI wnunwsd rtlWyW assyWvdw meach ed" Son d IM UMIw SOMOIM*riM Mond PIC0fu1bis.PuMCRiMWwendice PmvinndCMUda@mhlws ¢ sp I dPlYlcs Einwdblond: WbMwwyYPWWdnaomr mob sur"an bald6 udMMkinpe. Me. Wrtmsd wrputna y W/. I.Iti WldMtgrrdAWmm Sanararytl/f0F.11AL aY11RAMCECOYMNY, whMpyadytMtabrpdA9hrrd AaarW bb Nll bone W a11ea. airn WWrmyhW W twWldaMdCwrIWyMWamm, RwnaF *=Pbw MOGOOML 3RD APRIL _90 UFA Page 10 FAITHFUL PERFORMANCE BOND BOND NO.: 8124 -72 -04 .:... EXECUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 26- lggn has awarded to R. J. NOBLE COMPANY hereinafter designated as the "Principal ", a contract for 1989 -90 Street Reconstruction & Resurfacing Program. Phase 1I. Contract Nn_ 27q& in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 R. J. NOBLE COMPANY as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held firmly bound unto t e City of Newport Beach, in the sum of One Hundred Fifty -Six Thousand, One Hun red Eighty »One Dollars and No Cents--------------- - - - - -- --Dollars ($156,181.00 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 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 keep truly and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and.meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 c -, � —�``^ ^ ` N u | / � / ' Page 11 Faithful Performance Bond (Continued) or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that the 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 VNEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3RD day of APRIL 1990 . Name of Contrac or rind pa o R.J. Noble Company _ ------- ut orizbd Signatu'rr and Title NEIL R. EVANS, VICE PR IDENT .0 Authorized Signature /and e WILLIAM TIMOTHY CARVER, SECRETARY FEDERAL INSURANCE COMPANY (Seal) Name of ure y . 6500.WILSHIRE BLVD., 8TH FLOQR LAS ANGELES, CA 0048 Add ess o Sig ure a lbf AutboAized \= ATT01; !Up PA5`jP:j -'- P. BOX 20168, RIVERSIDE, -e& Address of gent e ep one o, o Agent ST'^. ..._ _ - .. _ _.. . -z- , -,.,. ... ;s t` � C f aWa:r .. �' %� M1'� yin /.,� ST'^. ..._ _ - .. _ _.. . -z- , -,.,. ... ;s t` � C f aWa:r STATE OF CALIFORNIA COUNTY OF ORANGE O .,,. ........ .......................FFICIAL BEAL,,,,,.1 M A pROSKOPF ! • NOTARV PUBLIC • CAUfol"k11 PRINCIPAL OFFICE IN ORANGE COUNTY i j My COMMISSION EXPIRES APR. 21, 1993 ACKNOWLEDGMENT— CaWallon —W*Ms Form 222CA -X —Rev. 5 -82 ®1982 WOLCOrrS. INC. (PM CMSS 8.2) }s5. On this 4th day of April , in the year MU , before me, the undersigned, a Notary Public in and for said State. personally aooeared UAKytK,0l;GKir1AK1 UP K. J. 1!UBLh 1;Ipersonaliy known tome (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and oKjal seal. Public in and for s& State. State of CALIFORNIA On APR U 3 1990 , before me, the undersigned, a SS. Notary Public of said county and state, personally appeared, personally County of RIVERSIDE known to me or proved to me on the basis of satisfactory evidence, MICHAEL D. STONG known to me to be the Attomey -in -Fact of FEDERAL INSURANCE COMPANY OFFICIAL SEAL CARRIE L. PRICE @My Notary Public- Calilornla PRINCIPAL OFFICE IN RIVERSIDE COUNTY Commission Exp. 12 -26 -1992 the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. ' NOTARY PUBLIC E a Page 12 ) ` : R1= dA¢i R N�TuEreIpFgM NU. k MOWNWINOW I ,;ImA: o . .i PRODUCER COMPANIES AFFORDING COVERAGE COMPANY A LIBERTY MUTUAL INSURANCE COMPANY 300 W. OWENS DRIVE, STE. 200 LETTER LIBERTY MUTUAL INS. COMPANY P.O. BOX 6709, SANTA ANA, CA 92706 COMPANY B LETTER INSURED R.J. NOBLE COMPANY 15505 E. Lincoln P.O. Box 620 COMPANY C LETTER Oran se, CA 92666 �. p' � �.., ,. ..... .... .. MOO P�CI� 'T�.�r`r�;�?'.,��,i,�,�l<.,. INSU D O H NS D NAMED ABOVE FOR THE POLIC PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CEIMFICATE 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE 00 L TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ 1,000,(PER JO A (OCCURANCE BASIS ONLY) PRODUCTS /COMPLETED $ 1'000' COMMERCIAL TB1 -161- 7 -1 -89 7-1-90 COMPREHENSIVE 031229 -029 OPERATIONS AGGREGATE PERSONAL INJURY $ 1,000, OWNERS & CONTRACTORS ® PROTECTIVE X❑ CONTRACTUAL FOR SPECIFIC CONTRACT ® PRODUCTS /OOMPL OPER EACH OCCURANCE $ 1,000 XCU HAZARDS BROAD FORM PROP. DAMAGE FIRE DAMAGE 50, ® SEVERABILTTY OF INTEREST S CLAUSE (ANY ONE FIRE) ® PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S 5, REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY COMPREHENSIVE COMBINED SINGLE UMIT $ 1,000 ' A` "I� brim d7�!, . 1� Y s t M INJURY A ASI -161- 7 -1 -89 7-1-90 BODILY (PER PERSON) 6 y° - _ OWNED 031229 -049 BODILYINJU HIRED (PER ACCIDE �y 5L—] NON-OWNED PROPERTY DAMAGE EXCESS LIABILITY 1A ~I' %I „ EACH OCCURRENCE AGGREGATE UMBRELLA FORM TH1 -161- 7 -1 -89 7-1-90 A OTHER THAN UMBRELLA FORM 031229 -039 �,. ,�., $ 10,000, $ 10,000, ,� ..STATUTORY ; _ yN€ 3`o1,'Svd'sawar . �( A WORKERS' COMPENSATION WC2 -161- 7 -1 -89 7-1-90 $500, EACH ACCIDENT S BOO, DISEASE - POLICY LIMIT AND 031229 -019 EMPLOYERS' LIABILITY $500, DISEASE -EACH EMPLOYEE LONGSHOREMEN'S ANDHARBOR WORKERS' COMPENSATION STATUTORY ygy,, I� -41 „ll ...,,e, <.,:: DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: ADDITIONAL INSURED: CITY OF NEWPORT BEACH, ITS OFFICERS & EMPLOYEES, JOB #9 -0283 1989 -90 Street Reconstruction & Resurfacing Program, Phase II PROJECT TITLE AND CONTRACT NUMBER Contract Nn 2794 GERTIFICAEHOLDER,F�1s1 'N CA'NCELLATION qEg ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TQ THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA. 92659 -1768 A N: _ 4 -2 -90 AUTHORIZED REPR SENTATIVE ISSUE DATE 11 0 Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ Bodily Injury Liability Property Damage Liability (:) Combined Single Limit Bodily Injury Liability and Property Damage Liability person $ per accident $ 1.000.000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days, advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: l - r ti n Resurfacin Program, Phase II Project Title an ontract No. Contract No. 2794 This endorsement is effective 4 -5 -90 at 12:01 A.M. and forms a part of Policy No. AS1- 161- 031229-049of LIBERTY MUTUAL INS. COMPANY (Company Affording overage) Insured R.J. NOBLE COMPANY -__ Producer LIBERTY MUTUAL INS. COMPANY - Endorsement No. 12 - By uthorize Represe tativ� e Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: " 4. 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 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(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial ( ) Comprehensive General Liability 1,000,000 each occurrence $ 1,000,000 (PER JOB) aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability.Insurance. . 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract :1989 -90 STREET, RECONSTRUCTION & RESURFACING PROGRAM PHASE II Project Title and Contract No.) This endorsement is effective 4 -5 -90 at 12:01 A.M. and forms a part of Policy No. TB1- 161- 031229 -029 Of LIBERTY MUTUAL INS. COMPANY Company Affording Coverage)--- Insured R.J. NOBLE COMPANY Producer LIBERTY MUTUAL INS. COMPANY Endorsement No. 11 B Authorized Represen a (ve CL 246 POLICY NUMBER: TB1- 161 - 031229 -029 (11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 1185 ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FORM 6) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: "As per Certificates of Insurance Issued by Authorized Agents of Liberty Mutual" CITY OF NEWPORT BEACH, ITS OFFICERS & EMPLOYEES PROJECT 1989 -90 STRRET RECONSTRUCTION & RESURFACING PROGRAM, PHASE II, CONTRACT x'62794 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section Iq._is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by odor )ou. __ ' INSURED: R.J. NOBLE COMPANY DATE: 4 -2 -90 AUTHORIZED AGENT C Wight. Insurance Semites ante. Inc... 1984 .. ... ADDITIONAL INSURED CLAUSE IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY SHALL ALSO APPLY TO NAME BELOW AS ADDITIONAL INSUREDS BUT ONLY WITH RESPECT TO LEGAL LIABILITY OR CLAIMS CAUSED BY, ARISING OUT OF, OR RESULTING DIRECTLY, OR INDIRECTLY FROM THE OPERATIONS OF THE NAMED INSURED. CITY OF NEWPORT BEACH, ITS OFFICERS & EMPLOYEES CONTRACT #1989 -90 ST., RECONSTRUCTION & RESURFACING PROGRAM PHASE II, CONTRACT #2794 PRIMARY INSURANCE CLAUSE IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE NAME ABOVE SHALL BE PRIMARY INSURANCE AS RESPECTS ANY CLAIM, LOSS OR LIABILITY ARISING OF THE SUB - CONTRACTORS OPERATIONS OR BY ITS INDEPENDENT CONTRACTORS AND OTHER INSURANCE MAINTAINED BY THE CONTRACTOR SHALL BE EXCESS AND NON- CONTRIBUTORY WITH THE INSURANCE HEREUNDER. INSURED: R.J. NOBLE COMPANY POLICY: TBl- 161 - 031229 -029 DATE: 4 -2 -90 AUTHORIZED AGENT: c: 7 ADDITIONAL INSURED It is agreed that such insurance as is afforded by the policy for Bodily Injury Liability and for Property Damage Liability also applies to the person or organization named below, as an insured, with respect to the use of the automobile by the named insured or with his permission, but suci: inclusion of an additional insured shall not operate to increase the limits of the company's liability. Additional Insured 1, CITY-OF NEWPORT BEACH =- ITS OFFICERS & EMPLOYEES 2. 3. Address ATTN PUBLIC WORKS DEPARTMENT P.O. SOX 1768 3300 NEWPORT BLVD.,--NEWPORT BEACH, CA -92659 PROJECT 1989 -90 ST., RECONSTRUCTION & RESURFACING PROGRAM, PHASE II CONTRACT #2794 This endorsement Is exaduted by the ootnoanY below designated by an entry In the box ooposite Its mama. Premium S ® LIBERTY MUTUAL INSURANCE COMPANY Effective pate 4-2-90 Expiration pate 7 -I -90 ❑ LIBERTY MUTUAL FlRE INSURANCE COMPANY For attachment to Policy or Bond Nis..,TB1-UK6 Q3.1229 =029 ❑ LIBERTY INSURANCE CORPORATION Audlt Basis Issued to tR-J _3IOUE; COMPANY L • �•� — LOC-t aumanxss sine Issued MMM 8 -25 -89 Sm"Ofnuar,dNO. SA 602 EnaseNa h,� UiA SEP 2 5198 Page 15 CONTRACT THIS AGREEMENT, entered into this day of 19 aif by and between the CITY OF NEWPORT BEACH, hereinafter "Ci ," and PAN hereinafter "Contractor," is made with reference to the of owing facts: (a) City has heretofore advertised for bids for the following described public work: 1989 -90 STREET RECONSTRUCTION & RESURFACING PROGRAM C- 2794 Title of Project PHASE II Contract No. (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: 1989 -90 STREET RECONSTRUCTION & RESURFACING PROGRAM,- C- 9794 Title of Project PHASE II Contract No. which project is more fully described in the contract documnts. 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 One hundred fift -six thousand On nd - 0(}�1�R 1R1 nn )• This compensation includes ) any oss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) 0 THIS AGREEMENT, by and o between pgthe CITY 0 Ro the lowin' g facts: CONTRACT Page 15 1g 9G1. " is made with reference (a) City has heretofore advertised for bids for the following described public work: 1989 -90 STREET RECONSTRUCTION & RESURFACING PROGRAM r 279 Title of Project PHASE II ontract No. (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: 1989 -90 STREET RECONSTRUCTION & RESURFACING PROGRAM Title o Project PHASE II ontrac lo. which project is more fully described in the contract documnts. 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 One hundred fift -six t ous nd - 0(�R1�- his compensation inc es any oss or amage ar sing rom t e nh 'ature ofthe work; (2) any loss or damage arising from any unforeseen difficulties or obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) °` � `; `� � r;. _�_ ., � . :� s r ._.,....�. _:_ ._.,.kra:... �- .::...� � _,... f__�.�.c:� �....�,� �.. ..._ ..,... .M „� „ � ,,..mss= .. -- - -- . ........,,, r._... ,. _ .. ,.� (f) Plans and Special Provisions for URFACING PROGRAM. PHASE II . .J Page 16 ' Iit e of Project u.= Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnity and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately 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 By yor ATTEST: CITY^ are of on ractor (Principal R. J. NOBLE COMPANY u or z na are Ad Tif 9 e t NEIL R. EVANS, VICE PRESIDENT uthorized Signature )Ad Title WILLIAM TIMOTHY CARVER, SECRETARY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDE% FOR SPECIAL PROVISIONS 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II CONTRACT NO. 2794 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 1 III. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. PUBLIC CONVENIENCE AND SAFETY. . . . . . . . . . . . 3 A. Traffic Control Plans. . . . . . . . . . . . 3 B. "NO PARKING, TOW- AWAY" Signs . . . . . . . . . . 3 C. Notification to Residents. . . . . . . . . . . . 4 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 4 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 4 A. Cold Plane Existing Pavement . . . . . . . . . . 4 B. Removals . . . . . . . . . . . . . 5 C. Subgrade Reinforcing Fabric. . . . . . . . . . . 6 D. Subbase Material . . . . . . . . . . . . . . . . 6 E. Asphalt Concrete . . . . . . . . . . . . . . . . 7 F. Utility Adjustment . . . . . . . . . . . . . . . 7 1' 0 • SP 1 of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II CONTRACT NO. 2794 I. SCOPE OF WORK The work to be done under this contract consists of (1) cold planing along edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) reconstructing A.C. street section; (4) adjusting existing utility frames and covers to finished grade; and (5) restriping and performing other incidental items of work as necessary to complete the work in place. 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- 5607 -L (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1988 Edition); and (4) the Standard Specifications for Public Works Construction, (1988 Edition, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contact shall be completed by May 25, 1990. B. The Contractor shall attempt to provide continuous traffic access for all street during construction. C. Demolition work shall be done in sections. On Mariners Drive and Heather Lane the Contractor shall start demolition work at the cul -del -sac terminus first and work towards Galaxy Drive and Irvine Avenue, respectively. III. IV. 0 • SP 2 of 7 D. All streets shall be opened to traffic and on- street parking at the end of each work day, unless otherwise approved by the Engineer. In addition, the Contractor shall provide continuous driveway access; ramping to driveways will be required. E. The A.C. finished course shall be constructed upon completion of A.C. base course for the entire street. F. The Contractor shall accommodate City's trash collection on Mariners Drive and Heather Lane every Wednesday. The Contractor shall allow access for City's trash trucks during trash pick up. It shall be his responsibility to make arrangements by contacting the City's Field Operations Superintendent, Mr. Leon Hart, at (714) 644 -3060. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. The Contractor is cautioned that the quantities for Bid Item No. 1 "Remove existing street pavement and excavate subgrade" and Bid Item No. 4 "Construct ballast rock subbase " respectively, may vary. The exact quantities will be determined during construction; i.e. additional removal of unstable subgrade will require additional ballast rock subbase (see Section VIII.B.3.) Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. V. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition tc the City, the deposit will be returned to Contractor, less a quantity charge for water usage. IV. 6 • SP 3 of 7 PUBLIC CONVENIENCE AND SAFETY The Contractor shall plan for each street approval a minimum o commencing any work. A. submit a written traffic control to the Engineer and obtain his f five (5) working days prior to 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 efficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION. SCHEDULE, AND PROSECUTION OF WORK. 3. Reopening of all traffic lanes and on- street and off - street parking upon completion of each day's work (see Section II.). In addition, emergency vehicle access shall be maintained at all times. If necessary; lane closures on Irvine Avneue will be permitted only between 7:00 a.m. and 3:30 p.m., unless otherwise approved by the Engineer. B. "NO PARKING. TOW- AWAY" Signs Where any restrictions 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 he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. 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 No. R -38 of the Caltrans Uniform Sign Chart. • • SP 4 of 7 The Contractor shall print the hours, days 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. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "NO PARKING, TOW - AWAY" signs. C. Notification to Residents Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to residents. VII. CONSTRUCTION SURVEYING STAKING Field staking for control of construction will be provided by the Engineer. Limits of removal are field - identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. VIII. CONSTRUCTION DETAILS A. Cold Plane Existing Pavement The Contractor shall cold plane 5 foot minimum wide wedges along existing edges of PCC gutters as dimensioned and designated on the plans. 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 inch at point. SP 5 of 7 The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 60 inch 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 reconditioned 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 maximum of 2 inches without producing fumes, smoke or dust. 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 utility covers. The smaller machine shall be equipped with a 12 inch wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. During the cold plane operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened material may be salvaged at the City's options, from the sites by the City forces. B. Removals 1. Existing AC improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. u E SP 6 of 7 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. 3. The Contractor shall remove all unstable subgrade. The locations and depth of unstable subgrade removal may vary; hence, the areas and depth shall be determined during construction by the Engineer. C. Subgrade Reinforcing Fabric The subgrade reinforcing fabric shall be composed of 100% non -woven interlocking polypropylene fibers such as "Typar Spunbonded Polypropylene Style 3401" manufactured by Dupont Company or "Supac 5 -P" manufactured by Phillips Petroleum Company, or approved equal. The work shall be done in accordance with the manufacturer's recommendations. This reinforcing fabric shall be installed over the subgrade prior to construction of subbase (see Section VIII.D.). D. Subbase Material 1. Ballast Rock Subbase Ballast rock subbase shall be 1" crushed rock, in accordance with Section 200 of the Standard Specification. Untreated Base Untreated Base shall be in accordance with Section 400 -2 of the Standard Specification. Untreated base shall be placed over the ballast rock subbase. E. Asphalt Concrete • SP 7 of 7 Prior to placing the A.C. overlay, a tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coast is applied. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vegetation prior to overlay. 2. The asphalt concrete finish course shall be III -D -AR -4000. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. 3. The asphalt concrete base course reconstruction shall be with Type III -B -AR- 4000. E. Utility Adjustment The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, and survey monuments. Utility adjustments shall conform to City of Newport Beach Standard Drawing No. Std.- 111 -L, Std. -116 -L and Std.- 511 -L. All water valves, sewer cleanouts, survey monument and manhole frames and covers damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. r CITY OF COSTA MESH J ti y N3. C 012e-.33 il 1r EXP. r 1 U CITY OF NEWPORT WH(N BOUNDARY PROJECT LOCATION N0.1 Owl, LANE SHEET NO. 2 -!" UPPER NEWPORT BAY r = - INDICATES AREA OF CONSTRUCTION PROJECT LOCATION NO. 2 MARINERS DRIVE SHEET N04 3 REFERENCES: RESUB 559, TRACT 3138, TRACT 4224 CITY OF NEWPORT BERCH PUBLIC WORKS DEPARTMENT 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II C -2794 LOCATION MAP �Q DIRECTOR OF PUBLIC WORKS FT Li JECT LOCATION`NO. 1 HEATHER LANE I�iv ,• �� rR CONSTRUCTION NOTES © REMOVE EXISTING STREET SECTION RM SUBGRRDE HND CONSTRUCT T 3' R.C. BRSE COURSE OVER 4' UNTRERTED BRSE OVER B' ti \ MINIMUM RM VFRRIH& BPo_ E LRST ROCK RW: SUBSECTION. y UPPER (3 ) CONSTRUCT 1' RS'PHRLT CONCRETE FINISH COURSE. NEWPORT ® RTD UST EXISTING UTILITY (WRTEt VHLVES SEWER RND S.D ` BRY MW-ES) FWl ES HO COVERS TO FINISHb ORFFDE. © PROVIDE RND INSTR L REINFORCING FWIC OVER "WK. NOTE: TRFFFIC STRIPING PRA ENT MFRKINGS RND FIRE HYMW RRISED PAVE1F1JT MR (ERS TO flE DONE BY OTHERS. H a7 HZ m G m �� 33' & VRRIRBLE 3/0' LIP � 1 (n m / 3/8' LIP EX. SECTION 3' P.M.S. VFRIES RS NEEDED TYPICRL SECTION NOT TO SCRL.E FROM IRVINE RVEOE TO B95' W/O IRVINE RVEN E: PRVDMEJT WIDTH o 33'. FROM 895' W/0 IRVINE RVEDAE TO CUL- DE-SRC TERMINUS: WIDTH - VRRIHBLE. REFERENCES. TRRCT 3138 CITY OF NEWPORT BERCH IRPPROVED PUBLIC WORKS DEPRRTMENT 1989 -90 STREET RECONSTRUCTION RND RESURERCING PROGRRM, PHRSE II C -2794 SHEET 2 OF 3 �9, Q X4 DIRECTOR OF PUBLIC WORKS FT I R- 5607 -L EJECT LOCATIONW. 2 MARINERS DRIVE CONSTRUCTION NOTES (D COLD RM 5' MINIMUM WIM (1' BELOW E.G.) MRRINERS DRIVE FROM 570' E/O GPLRXY DRIVE TO CDL- DE-SRC TERMINUS. (1 ) REMOVE EXISTING STREET SECTION FND Slk>GRADE AND CONSTRUCT 3' R.C. BASE OMMSE OVER 4' LRRRERTED BRSE OVER 6' MINIMUM & VFRIFBLE DDfiLAST ROCK BFSE SUBSECTION. (1 ) CONSTRUCT I' R9%ALT CONCRETE FINISH COLIM. ® R MW EXISTING UTILITY (WATER VFiLVES S[SF]t RIM S.D. MANHOLES) FRFi0 Rd COVERS f0 FINISUBE GRFlDE. © PROVIDE RND INST I REINFORCING FABRIC OVER SUBGRRDE. NOTE: TRAFFIC STRIPING, PRVE11ENT NWINGS RND FIRE HYBRFlIT RRISED PAVQEM WN(ERS TO BE DOW h1' OTHERS. UPPER NEWPORT ,. BAY N 1 37' 3/8' LIP 3/8' LIP � ^1 rr " VFRIES FS NEEDED TYPICAL SECTION NOT TO SCFLE FROM GFLRXY DRIVE TO 570' WO GFLFO(Y DRIVE; EX. SECTION 2' P.M.S. /4' R.R.B. 37' 3/0' LIP - I _ 3/0' LIP EX. 4• R.B. TYPICAL SECTION EX. 3' R.C. NOT TO SOKE FROM 570' E/0 GRLHXY DRIVE TO ClL- DE-SRC TERMINS; EX. SECTION 3' R.C. /4' R.B. REFERENCES: RESM 559 & TRACT 4224 SHEET 3 OF 3 CITY OF NEWPORT BERCH APPROVED _ PUBLIC WORKS DEPORTMENT �/J a 1989 -90 STREET RECONSTRUCTION DIRECTOR OF PUBLIC WORKS RND RESURFACING PROGRRM, PHASE II R.EGW ALE N.T.S. C -2794 DRRWN FT I R- 5607 —L • C7 0 TO: City Council FROM: Public Works Department SUBJECT: 1989 -90 STREET RECONSTR PHASE II - (C -2794) RECOMMENDATION: 0 March 26, 1990 CITY COUNCIL AGENDA ITEM NO. F -3(b) KT 2 1990 AND RESURFACING PROGRAM, Award Contract No. 2794 to R.J. Noble Co. for the total bid price of $156,181.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 15, 1990, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low R.J. Noble Co. $156,181.00 2. Griffith Co. 160,270.00 3. Clayton Engineering Co. 164,610.00 4. Vernon Paving Co. 172,800.00 5. Excel Paving Co. 177,601.00 6. Sully- Miller Contracting 181,720.00 7. Ruiz Engineering Co. 199,726.20 • The low total bid price is 17.8$ below the Engineer's Estimate of $190,000.00. The low bidder, R.J. Noble Co. is a well - qualified general engineering contractor who has satisfactorily completed previous contract work for the City. OV/ i r� u 0 0 Subject: 1989 -90 Street Reconstruction and Resurfacing Program, Phase II (C -2794) March 26, 1990 Page 2 This project provides for pavement reconstruction and resurfacing on Heather Lane and Mariners Drive (see attached exhibit). The improvements will improve the riding surface with adequate structural section for present and future traffic demands. Funds for award are proposed from the Street, Alley, and Bikeway Resurfacing and Reconstruction Program, Account No. 02- 3389 -015. Plans and specifications for the project were prepared by the Public Works Department. The estimated date of completion is May 25, 1990. jk�"r J a • Benjamin B. Nolan Public Works Director GW:so Attachment • i 3 cm of com mm .� �r U, If - CITY OF NDPW BEIiLN ealmtitr 0 r .IOr 0-1 UPPER NEWPORT BRY M — INDICRTES FM OF CONSTRUCTION CITY OF NEWPORT BERCH PUBLIC WORKS DEPFIRTMENT 1989 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II C -2794 Eli PROJECT LOCRTION NO. 2 MRRINERS DRIVE 0 So. .. EXHIBIT GW "A " LD FT 1 0 SCRLE a BY THE CITY COUN( CITY OF NEWPORT BE • FEB 2 619W TO: City Council FROM: Public Works Department SUBJECT: 1989 -90 STREET RECONSTRUCTION AND PHASE II - (C -2794) a February 26, 1990 CITY COUNCIL AGENDA ITEM NO. ,5' - / 7, PROGRAM, 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for 1-14- its be DISCUSSION: This project provides for pavement reconstruction and resurfacing on Heather Lane and Mariners Drive (see attached exhibit). The improvements will improve the riding surface with adequate structural section for present and future traffic demands. The estimated cost of the work is $190,000. Sufficient funds to award this amount are available in the appropriations for Street, Alley, and Bikeway Resurfacing and Reconstruction Program (Account No. 02- 3389 -015) and Street, Alley, and Bikeway Slurry Program (Account No. 02- 3389 -014). The plans and specifications were prepared by the Public Works ZL The estimated date of completion is May 25, 1990. I a Benjamin B. Nolan Public Works Director KLP:so • Attachment C 3�) r • • is m ze T, -j�Jv�,, �-- CITY OF IF WW BEACH WMl W UPPER NEWPORT BRY = — INDICATES AREA OF CONSTRUCTION CITY OF NEWPORT BELCH PUBLIC WORKS DEPARTMENT 19B9 -90 STREET RECONSTRUCTION AND RESURFACING PROGRAM, PHASE II C -2794 PROJECT LOCATION NO. 2 MARINERS DRIVE �OCATION�;MAP wx3liall