Loading...
HomeMy WebLinkAboutC-3437 - Ford Road Pavement Overlay from San Miguel to westerly limits (R-5784-S)CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC January 28, 2004 R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 Subject: Ford Road Pavement Overlay from Sand Miguel Dr. to westerly limits (C -3437) To Whom It May Concern On January 28, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on March 18, 2003. The Surety for the contract Travelers Casualty and Surety Company of America, and the bond number is SBC103769233BCM. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 BOND NO, SBC103769233BCM FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,025.00 being at the rate of $ 4.00. per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to R.J. Noble Company, hereinafter designated as the "Principal -, a contract for construction of FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS, Contract No. 3437 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3437 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, thg'Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of two hundred fifty -six thousand, two hundred forty -nine and S01100 Dollars ($256,249.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any cc all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specked in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, 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 way affect its obligations on INS 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. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal 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 13th day of May 2002. R.J. Noble Company (Principal) Travelrs Casualty and Surety Company of America Name of Surety 21688 Gateway Center Dr.' Diamond Bar, CA 91765 Address of Surety 909 - 612 -3000 Telephone horize rgnaturerritle M EL 7. C RVE PRESIDENT ut orized Ag t S ture Michael D. Stong Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 TRAVELERS ^ASUALTY AND SURETY COMPANY OF AMERICA TRA. .ERS CASUALTY AND SURETY COMPANI FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stang, Shawn Blume, Susan C. Monteon, Rosemary Standley, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any ceAifrcate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 Standard} State of CALIFORNIA. County of ORANGE May 15, 2.002 On before me, Pamela Kitchens (DATE) - - INAME/TITLE OF OFFICER i.e.\JANE DOE, NOTARY PUSUC -I personally appeared Michael J. Carver INAMEISI OF SIGNERISII President of R.J.-Noble Company ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required- by law and is also optional. - It could, however, prevent fraudulent attachment of this certificate to any unauthorized - document. THIS CERTIFICATE Tile or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of DESCRIBED AT R4GHT: Signer(s) Other Than Named Above RIGHT THUMBPRINT (Optionall a e CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALIS) -- OCORPORATE OFFICER(SI OPARTNER(S) OLIMITED ❑GENERAL OATTORNEY IN FACT OTRUSTEE(S) O GUARDIA N /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: - IName of Personls) . or EMRy(ied R.S. NOBLE COMPANY RIGHT THUMBPRINT (Optionell CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUALIS)' ❑CORPORATE - - OFFICER(S) (TITLES) OPARTNERISI OLIMITED - OGENERAL ❑ATTORNEY IN FACT - OTRUSTEE(S) - OGUARDIAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entityliael WOLCOTTS FORM 93240 Ray. 3.94 Cu, 8 -2A1 1994 WOLCOTTS FORMS, INC. - - ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATIONfrWC FINGERPRINTS ® personally knowri to me - guyed sis- of satisfactory evidence to :be the personal whose nameW Is /ara subscribed to the within instrument and acknowPed"ged to me that hefskaekfasy executed the same in . his /h6i4hElf authorized capacityFies), and that by his hei �r signature(_5' on the instrumerrt.the person(s), or the entity upon behaI of .which the per so n la) acted, executed the J. _ 9 5 3 17 0 instrument. U z q vv tir _ G -Ca LPp - -00 r ° R Witness my hand and official seal. (SSIIG— NLATTURREEE OF NOTARY) -. ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required- by law and is also optional. - It could, however, prevent fraudulent attachment of this certificate to any unauthorized - document. THIS CERTIFICATE Tile or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of DESCRIBED AT R4GHT: Signer(s) Other Than Named Above RIGHT THUMBPRINT (Optionall a e CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALIS) -- OCORPORATE OFFICER(SI OPARTNER(S) OLIMITED ❑GENERAL OATTORNEY IN FACT OTRUSTEE(S) O GUARDIA N /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: - IName of Personls) . or EMRy(ied R.S. NOBLE COMPANY RIGHT THUMBPRINT (Optionell CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUALIS)' ❑CORPORATE - - OFFICER(S) (TITLES) OPARTNERISI OLIMITED - OGENERAL ❑ATTORNEY IN FACT - OTRUSTEE(S) - OGUARDIAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entityliael WOLCOTTS FORM 93240 Ray. 3.94 Cu, 8 -2A1 1994 WOLCOTTS FORMS, INC. - - ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATIONfrWC FINGERPRINTS P CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC March 18, 2003 R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 Subject: Ford Road Pavement Overlay From San Miguel Drive to Westerly Limits Project (C -3437) To Whom It May Concern: On January 28, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on February 11, 2003, Reference No. 2003000159539. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is SBC103769233BCM. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Stephen J. Luy, Project Manager encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 9 9 Bond # SBC103769233BCM CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to R.J. Noble Company, hereinafter designated as the "Principal,' a contract for construction of FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS, Contract No. 3437 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3437 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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 the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of two hundred fifty -six thousand, two hundred forty-nine and 501100 Dollars ($256,249,50) lawful money of the United States of America, said sum being equal to 100% 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery 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, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. 26 0 0 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 of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq, of the Civil Code of the State of California. And 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 above named Principal and Surety, on the 13 day of May , 2002. R.J. Nobie Company (Principal) Travelers Casualty and Snrpt -y Company of America Name of Surety 21688 Gateway Center Dr. Diamond Bar, CA 91765 Address of Surety 909 - 612 -3000 Telephone Michael D. Stong Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On before me, R. STANDLEY PERSONALLY APPEARED - - - - - - MICHAEL D. STONG - - - - - - personally known to me ( d to .4e 9R ... lRasig 9r to be the person(4whose name4_ is /ark subscribed to the within instrument and acknowl- edged to me that he /sl� executed the same in his/ >,aL/lUair authorized capacity4o&s and that by his /leert their signature.(e}.on the instrument the person(s� or the entity upon behalf of which the persons& - cted, executed the instrument. WITNESS my hand and official seal. Signature , ` OPTIONAL R.STANDIEY COMM #726327? i NOTARY PUBLIC • CALIFORNIA *L `` • / RIVERSIDE COUNTf ! My Camn,. EzAires Juna 7, Zoa� Th ;s area fur Official Notarial Seal Though the data below is'not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IESI - DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rec.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT i .State of CALIFORNIA. County of OPANGE May 15, 2002 On before me, Pamela Kitchens (DATE) - - INAMERITLE OF OFFICE Ri.e.VANE DOE, NOTARY PUSUC'I personally appeared Michael J. Carver INAMEISI OF SIGNERMI President of R.J. Noble Company ® personally known to me a: o f T S f satisfactory evidence to :be the. personal whose nameksl Is /are subscribed to the within instrument and acknowled "ged tome that hefs4a4hey executed the same . In his /herithe r authorized capacity(+e5), and that by hisRe., ..-.r signature on the instrumeritthe person(s), or the entity upon behalf *� -- of which the personal F ^' 1' I 1-i ;,NCNS� acted, executed the i�. CO v # ; 22`+5317 instrument, NOTARYPU UC i:i,ISFORMA n 0 `� C cG L "TM g�lVitness my hand and official seal. (SEAL) (SIGNATUR OF'NOTARY) . r fi*1110 ILU1B111AM The information requested below, and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE TRIe or Type of Documem MUST BE ATTACHED TO THE DOCUMENT Number of Payee Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above RIGHT THUMBPRINT (Optional) 0 `o CAPACITY CLAIMED BY SIGNER(S) OIND)VIDVAL(S) ❑CORPORATE OFFICER(S) _ Olr¢sl OPARTNERIS) OLIMITED ❑GENERAL OATTORNEY IN FACT OTRUSTEEIS) - OGUARDIANICONSERV ATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Person(sl or Entityiies) R.J. NOBLE COMPANY RIGHT THUMBPRINT IOptionell �I. CAPACITY CLAIMED BY'SIGNERISI OINDIVIDVAL(S)' - OCORPORATE OFFICERIS) m*IFSr OPARTNER(S) ❑LIMITED - ❑GENERAL OATTORNEV IN FACT - OTRUSTEEIS) OGUARDIANICONSERVATOR OOTHER; SIGNER IS REPRESENTING: (Name of Persons) or Entity(ieq WOLCOTTS FORM 53240 Ra.. 3 -94 IFnF. daea 9.2A) 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY MEPRESENTATIONITWO'FINGERPRINTS - - 0 0 7� RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, County of Orange Tom Daly, Clerk- Recorder IIIIIIIfliiillllillilllllllllll1111111111111111111 lIIIiIIIII11ililltv0 FEE 2003000159539 01:09pm 02/11103 119 75 IV12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and R.J. Noble Company, as Contractor, entered into a Contract on March 28, 2002. Said Contract set forth certain improvements, as follows: Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits (C -3437) Work on said Contract was completed in December 2002, and was found to be acceptable on January 28, 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. i7 M_ Director Irt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on \J��� at Newport Beach, California. BY ity Clerk W �Y CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC January 29, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Old Ford Road Pavement Overlay Project (C- 3437); and Notice of Completion for the Oceanfront Street End Improvements Project: Fern, Grant, Highland, Nordina, and Sonora Streets (C -3383) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Har ess, CIVIC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording ees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and R.J. Noble Company, as Contractor, entered into a Contract on March 28, 2002. Said Contract set forth certain improvements, as follows: Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits (C -3437) Work on said Contract was completed in December 2002, and was found to be acceptable on January 28. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. --1? M Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ��GU l_ l l r� at Newport Beach, California. BY S 1 Mwv' De ity Clerk • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT BY THE CITY COUNCIL CrrY OF NEWPORT BEACH AP PROVED Agenda Item No. 8 January 28, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen J. Luy, P.E. 949 - 644 -3311 sluy@city.newport-beach.ca.us SUBJECT: OLD FORD ROAD PAVEMENT OVERLAY, CONTRACT NO. 3437 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Approve a Budget Amendment authorizing the transfer of $53,858.64 from Account No. 7181- C5100591 to Account No. 7181- C5100587. 2. Accept the work. 3. Authorize the City Clerk to file a Notice of Completion. 4. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 5. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On May 28, 2002, the City Council authorized the award of the Old Ford Road Pavement Overlay contract to R.J. Noble Company. The contract provided for the construction of sidewalk, curb access ramps, stairways, curb and gutter, curb, asphalt concrete roadway, and restoration of existing improvements. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $256,249.50 Actual amount of bid items constructed: 299,487.37 Total amount of change orders: 36,220.77 Final contract cost: $335,708.14 SUBJECT: OLD FORD ROAD PENT OVERLAY, CONTRACT NO. 3437 — COMP N AND ACCEPTANCE January 28, 2003 Page 2 The 17 percent increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional cold milling, 2 -inch asphalt overlay, sidewalk, curb access ramps, curb and gutter and stairs exceeding the bid item quantities. One change order in the amount of $36,220.77 (14 percent increase in contract) provided for construction of a retaining wall adjacent to sidewalk and stairs, modification of traffic striping, additional striping, and replacement of asphalt in areas where grinding exposed the subgrade below the pavement. Staff is requesting approval of a Budget Amendment approving the transfer of $53,858.64 from Account No. 7181- C5100591 to Account No. 7181- C5100587. There were unused funds in the pavement maintenance project at Backbay Drive that can be transferred to this project to accommodate the increase in bid items and the one change order. Upon approval of the above Budget Amendment, funds for the project will have been expended in the following accounts: Description Gas Tax Fund Measure M Tumback Storm Drain Improvement Program Account No. Amount 7181- C5100587 $253,758.64 7281- C5100587 $ 60,949.50 7012- C5100008 $ 21,000.00 Total $335,708.14 All work was completed on August 30, 2002, the scheduled completion date. Punch list items and verification of quantities were completed in December 2002. Environmental Review: Categorically Exempt -under Chapter 3, Article 19., Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. Exemption of maintenance of existing facilities. Prepared by: Stephen J. Luy, P.E. Associate Civil Engineer Attachment: Budget Amendment Submitted by: Stephen G. Badum Public Works Director a qty of Newport Beach 4p BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 039 AMOUNT: $53,x58.84 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer funds for the Old Ford Road Pavement Overlay Project, C -3437. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Signed: 4 � I Financial Approval: Ad Signed: q1 .,/ ,o,— Administrative ADDrovai Signed: Amount Debit Credit $53,858.64 $53,858.64 inistrative Services Director Date 6 0 3- City Manager to City Council Approval: City Clerk Date Description Division Number 7181 Gas Tax Account Number C5100591 PMP Major Pavement Back Bay Drive Division Number 7181 Gas Tax Account Number C5100587 PMP Major Pavement Ford Road Division Number Account Number Division Number Account Number Division Number Account Number Signed: 4 � I Financial Approval: Ad Signed: q1 .,/ ,o,— Administrative ADDrovai Signed: Amount Debit Credit $53,858.64 $53,858.64 inistrative Services Director Date 6 0 3- City Manager to City Council Approval: City Clerk Date &ty of Newport Beach* BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 039 AMOUNT: 853,858.84 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer funds for the Old Ford Road Pavement Overlay Project, C -3437. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Description Description Description 7181 Gas Tax C5100591 PMP Major Pavement Back Bay Drive 7181 Gas Tax C5100587 PMP Major Pavement Ford Road Approval: Administrativ ative City Ma cil Approval: City Clerk JAN N i0l3 Amount Debit Credit x $53,858.64 $53,858.64 Director Date te Date , CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 9th day of May 2002, at which time such bids shall be opened and read for FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS Title of Project Contract No. 3437 $ 280.000.00 Engineer's Estimate by ,tephen G. Badum blic Works Director Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Stephen J. Luy. Project Manager at (949) 644 -3330 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 E t' • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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 successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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 responsible for bidder errors and omissions in the PROPOSAL. 0 0 The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 at 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. 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). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. 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. The signature below represents that the above has been reviewed. A- 782908 Contractor's License No. & Classification R.J. NOBLE COMPANY Bidder Auti), 'zed S naturefTitle MICHAEL J. CARVER, PRESIDENT 9, 2002 Date 4 • SEE BID BONATTACHED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY . FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS, Contract No. 3437 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents and provide the required original insurance documents for the construction of the project within thirty (30) days (not including Saturday, Sunday, and federal holidays) after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this day of 2002. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) TRAVELERS CASUALTY AND SUR COMPANY OF AMERICA • • Hartford, Connect 061133 Bond No. N/A KNOW ALL MEN BY THESE PRESENTS, That we, R. J. NOBLE COMPANY as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the. laws of the Stale of Connecticut, as Surely, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligpa, hPreinaftPr Called the f blinee In the Sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 109 OF BID AMT), for the payment of which sum well and truly to be made, the said Principal and the said Surely, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for FORD ROAD PAVEMENT OVERLAY (3437) 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 surely 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 Conract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exCa , the penalty hereof between the amount specified in said bid and Such larger amount for which the Obligee may in good faith contra'" vAth another party to perform the %A1 rk covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of MAY (A'rtr sa) 2002 . R. J. NOBLE COMPANY (Principal) (Seal) hXCHAEL J. CARVER, PRESIDENT (Tilie) CASUALTY AND SURELY COMPANY OF AMERICA lit Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America, The language in this document conforms exactly to the language used in AIA Document A310, February 1970 edition. S-1869-43, 107-97) STATE OF CALIFORNIA COUNTY OF RIV %ERSIDE On ��� before me, I SS. R. STANDLEY PERSONALLY APPEARED - - - - - - MICHAEL D. STONG - - - - - - personally known to me ( @d W ._ a 0 p 19asi „r to be the person (4 whose name(s.}_ is /are. subscribed to the within instrument and acknowl- edged to me that he /`tip executed the same in his/ 4a4A ,air authorized capacity4@4 and that by his /Llterf tLaix signature#) -on the instrument the persons, or the entity upon behalf of which the person(4- acted, executed the instrument. WITNESS my hand and official seal. Signature ua,441 OPTIONAL . d R. STANDLEY COM11M. #1263272 ~Z' NOTARY FlI6LIC- CALIFORNIA RIVERSME COUNTY ���.✓✓� My Comm. Expires Juns'/, 206 This area for Official Notarial Sea/ Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER RTLEISI ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑X ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTRY(IESj - DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -051 Rec.6 /94 ALL - PURPOSE ACKNOWLEDGEMENIT _ TRAVELER&SUALTY AND SURETY COMPANY OF A1�CA ' TRA ERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume, Susan C. Monteon, Rosemary Standley, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of allomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 Standard) puog 'tiejejoes ;ue ;sissy . - F,9 -,�+ ., 4,0 uosueyof 'W ijom AEI /� r�OSVO ONY A1�j0 �S� ooz , ;o Sep (06-o stg) Pa1eQ '1na?laauuoa ;o ale1S `PTOJIIUH ;o f1Ia aqI m 'Sueduroa oql ;o ooijjo auroH a e paleaS pue paugts / aaso; ut mou aie 'f4!ioglny ;o alea<;4Taa aql ui glio; los se `siolooilQ ;o sp.Teog aql ;o suonniosag BuTpuelS aql 1eill 'oiouuoglrn; pue `pa,lonai uoaq lou seq pue ooio; 1pv ui sutewai ,Sluoglny ;o aleoTUwaa pue AouionV ;o iamod pailotwu pm, PuioSaio; aql 1eill A_.L2iga kagHaH OQ 'lnogaauuoJ ;o ale1S oql ;o suozielodioo 3lools AMV&Woj AI IVf1SVa M0I9NUMV3 Pug AMVdNOJ AI3Rf1S QNIV AI IVIISVJ SiH3'I3AVHI `VaRI pip 30 AMVdwoj AI32IIIS gMv Armisva sII3'I3AVIII 3o S.Telaaaas luelslssv `pougisiopun agl `I RIVDIMNU 11neailal'3 apew oilgnd kBION gooZ 'oe aunt sajidxa uoissiwwoo AVq 0 ;oaiagl suonnlosag BulpuelS ails japun aord;o iag/stq }o gipoglne Xq suopmrodsoo zip ;o;tegoq uo luaumrlsuT pn:s oql palnoaxa ails /ail imp pug 'sieas oguodloo gons an: luou=sui pres aql of poxTue sieas ails legl `suopujodioo pies ;o spas aql smouri aqs /ail will 'luaunulsui anoge oql palnoaxa gatgM pue uI paquosap suoneiodroa aql `AMVdWO3 AI'IVIISVa MOI`JNIIHNHIV3 Pug AMVdI4i0a AI3IIIIS QMV AI'IVIISVJ SITY1 AVIII 'vjIHHwv 30 AMVdwoa A.iaHris (imv AI'IVIISva sHa,iaAV2II3o luaplsa.Td aaiA ioluaS si ails /oq legl :Ses pue osodap pip `Moms dlnp our Aq 9uiaq 'oqm `umou,i auT of NIOSdI1IOHI •M 3JII03J oureo siieuosiad our ojo;aq looZ 'lsanV ;o ,fep glgZ still uO luapisaJd aaiAaoluag uosdwoyl •M a6joa0 AMVdWOJ AI'IV11SVJ MOI9NRIMA ANIVdXOJ A.La IIS QNV A.L'IVfISVJ SHTIZAVILL VJIH3XV 30 ANIVdHOJ A1511M QMV AI'IVf1SV3 SIIT'I3AVILL O Z 8 6 i cZi > '��1HYH s L. CMOd.LNVH 30 AlKnOJ pjOjpUH *SSI .LIIJLLJHNNOJ 30 d.LV.LS IOOZ lsn8ny ;o Sep illgZ snit paxr�e olaiail ail of spas alerodroa iragl pue 1aaplsald aalA aoivaS nagl Aq paugis ail of luaumrlsu. s. p pasneo aneq ANVdIV03 AI'HVIISVJ N oifwNRIV3 Pug AMVd1WOJ AlaRaS QNIV AI'HVfISVJ SHa'I3AVHI 'VJIHH3AIV 30 ANIVdAiOJ A.LWIS aW A.L'IVfISVJ SHT13AVIU '303II3HM MMIIM M E .State of CALIFORNIA County of ORANGE On May 9, 2002 before me, Pamela Kitchens IDATEI INAMEMTLE OF OFFICER i.e.'JANE DOE. NOTARY PUBLICI personally appeared Michael J. Carver INAMEISI OF SIGNER(S)) President of R.J. Noble Company ®personally known to me -@P basis of satisfactory evidence. to be the personX whose namek4 is/a4:@- subscribed to the within instrument and acknowledged to me that he/aJaeley executed the same In his /har/their authorized capacityNes), and that by hisFheFkI;eir signatur.eW on the instrumehtthe person(s), or the entity upon behalf of which the personal acted, executed the instrument. Witness my hand and official.seal 4a"Y"L'u (SIGNATURE OF NOTARY) . RIGHT THUMBPRINT (Optional) 0 'o CAPACITY CLAIMED BY SIDNER(S) ❑INDIVIDUALIST ❑CORPORATE OFFICER(S) CPARTNER(S) CLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) ❑GUARDIAN /CONSERVATOR COTHER: SIGNER IS REPRESENTING: (Name of Parson(s) or Entity(ies) R.J. NOBLE COMPANY RIGHT THUMBPRINT (Optionall CAPACITY CLAIMED BY SIGNER(S) CINDIVIDUALIS)' CCORPORATE ATTENTION NOTARY Y fg^ PAMELA' Glne91 /la comm. L) of U \i NOTARY Pl,6:: �+y1.4 0 0 ., ❑RAM: '. THIS CERTIFICATE Title or Type of Document (�r' E "anion ExOres' : basis of satisfactory evidence. to be the personX whose namek4 is/a4:@- subscribed to the within instrument and acknowledged to me that he/aJaeley executed the same In his /har/their authorized capacityNes), and that by hisFheFkI;eir signatur.eW on the instrumehtthe person(s), or the entity upon behalf of which the personal acted, executed the instrument. Witness my hand and official.seal 4a"Y"L'u (SIGNATURE OF NOTARY) . RIGHT THUMBPRINT (Optional) 0 'o CAPACITY CLAIMED BY SIDNER(S) ❑INDIVIDUALIST ❑CORPORATE OFFICER(S) CPARTNER(S) CLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) ❑GUARDIAN /CONSERVATOR COTHER: SIGNER IS REPRESENTING: (Name of Parson(s) or Entity(ies) R.J. NOBLE COMPANY RIGHT THUMBPRINT (Optionall CAPACITY CLAIMED BY SIGNER(S) CINDIVIDUALIS)' CCORPORATE ATTENTION NOTARY OFFICER(Sl The information requested below, and in the column to the right is OPTIONAL. Glne91 Recording of this document is not required' by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any CPARTNERIS) ❑LIMITED unauthorized document. ❑GENERAL CATTORNEY IN FACT THIS CERTIFICATE Title or Type of Document OTRUSTEE(S) MUST BE ATTACHED [)GUARDIAN /CONSERVATOR TO THE DOCUMENT Number of Papers Date of Document ❑OTHER: DESCRIBED AT RIGHT: Sipnerls) Other Than Named Above SIGNER IS REPRESENTING: (Name of Person(&) or Entity(iesl WOLCOTTS FORM 63240 R.V. 3.94 Iplica Elm SQA) 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 DESIGNATION OF SUBCONTRACTOR(S) 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 Contractors total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and 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. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Name, Bid Description of Work Percent of Address, Telephone # Item Total Bid Number ELITE BOBCAT SERVICE 7,8,9, CONCRETE 207 1320 E. SIXTH STREET 10,12,13, SUITE. 100 16,17,19 CORONA, CA 92879 ORANGE COUNTY STRIPING 11 STRIPING 4.57 183 N. PiXLEY ORANGE, CA 92868 MANHOLE ADJUSTING, .INC. 14,15 ADJUST MANHOLES & VALVES 2.37 9500 BEVERLY ROAD PICO RIVERA, CA 90660 AAW,Xnf AA�54,') �Pkms. N eivels/de R.J. NOBLE COMPANY Bidder Aut prized ignature/Title MICHAEL J. CARVER, PRESIDENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name R.J. NOBLE COMPANY FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number REHABILITATION OF LAKE STREET Project Description PAVEMENT REHABILITATION OF LAKE STREET Approximate Construction Dates: From May 2001 Agency Name Contact Person CITY OF LAKE ELSINORE David Solomon TQ:September 2001 Telephone ( 909 674 -3124 Original Contract Amount $ 942,915. Final Contract Amount $ 942,915. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Ll 0 No.2 CALTRANS PROJECT NO. 08 -00314 Project Name /Number Project Description S.B. COUNTY IN ONTARIO FROM RIVERSIDE DRIVE TO HOLT BLVD. Approximate Construction Dates: From January 2001 A N m CALTRANS October 2001 gency a e Contact Person Ghassem Ziae.ian Telephone (71g 271 -8223 Original Contract Amount $2,111, 19�fnal Contract Amount $ 2.698,197. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number COMMONWEALTH AVENUE REHABILITATION Project Description PAVEMENT REHABILITATION OF COMMONWEALTH AVENUE Approximate Construction Dates: From May 2001 CITY OF FULLERTON Agency Name September 2001 Ron Bowers 714 738 -6527 Contact Person Telephone ( ) Original Contract Amount $253,033 -Final Contract Amount $ 353,033. If final amount is different from original, please explain (change orders, extra work, etc,) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. L No. 4 Project Name /Number 0 0 KRAEMER BOULEVARD PHASE 2 Project Description PAVEMENT REHABILITATION OF KRAEMER BOULEVARD Approximate Construction Dates: From July 2001 To: November 2001 Agency Name CITY OF BREA Contact Person Raul Lising Telephone (714) 990 -7467 Original Contract Amount $ 400,998 Final Contract Amount $ 400,998. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name /Number Project Description PLACENTIA AVENUE RECONSTRUCTION PAVEMENT RECONSTRUCTION OF PLACENTIA AVENUE Approximate Construction Dates: From August 2001 CITY OF FULLERTON Agency Name Ron Bowers Contact Person November 2001 714 Telephone ( ) Original Contract Amount $_2_1 1, 409Final Contract Amount $__31 1 738 -6527 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. W No. 6 Project Name /Number Project Description 0 0 MARINE AVENUE (HUMBOLDT AVENUE TO 26th STREET) PAVEMENT REHABILITATION Approximate Construction Dates: From September 2001 To: February 2002 Agency Name Contact Person CITY OF RANCHO CUCAMONGA Rick Oxacha Telephone X09) 477 -2740 Original Contract Amount $113, 983.Final Contract Amount $ 113, 983. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. R.J. NOBLE COMPANY Bidder 10 thorize ignature/Title ICHAE J. CARVER PRESIDENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Michael J. Carver beinp first duly sworn, deposes and says that he or she is President of ff.J. NOBLE COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. R.J. NOBLE COMPANY Bidder Subscribed and sworn to before me this )8ydthorize!4 Iii6naturefTitle MICHAEL J. CARVER, PRESIDENT 9th day of \411dA- �t- Notary Public My Commission Expires: November 24, 2002 11 May , 2002. [SEAL] � �A'�'A F L.•'�.C, 5 #x1285317 c CAUFORN f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 DESIGNATION OF SURETIES Bidders name R.J. NOBLE COMPANY Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): STONG INSURANCE SERVICES TRAVELERS CASUALY AND SURETY COMPANY OF AMERICA 4850 ARLINGTON AVENUE 21688 GATEWAY CENTER DRIVE RIVERSIDE, CA 92504 DIAMOND BAR, CA 91765 -8512 (909)343 -0382 (909)612 -3000 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name R.S. NOBLE COMPANY Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current 1 1 1 2 2 Year of 9 9 9 0 0 Record 9 9 9 0 0 Total Year 2002 7 8 9 0 1 No. of 46 83 79 149 102 109 568 contracts Total dollar $21 $33 $31 $53 $57 $57 $252 Amount of Million Million Million illi nMillion Contracts (in Thousands of $ No.of NONE ------------------------------------------ fatalities No. of lost WorkdayNONE ----------------------------------------- Cases No. of lost NONE --------------------------------------- Workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder R.J. NOBLE COMPANY Business Address: 2855 Business Tel. No.: (714)6't7_1990 State Contractor's License No. and Classification: A- 782908 Title Michael J. Carver, President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. R.J. NOBLE COMPANY, A CALIFORNIA CORPORATION Signature of -�f�� bidder Michael J. Carver Date Title President Signature of bidder Stan Hilton Date May 9, 2002 TIYIe ecretary Signature of bidder Craig Roth Date av 9, 2002 Title Assistant Secretary Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 ACKNOWLEDGEMENT OF ADDENDA Bidders name R.J. NOBLE COMPANY The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature IN CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: R.J. NOBLE COMPANY Name of individual Contractor, Company or Corporation: Business Address: 15505 E. Lincoln Avenue, Orange, CA 92865 Telephone and Fax Number: (714)637 -1550 (714)637 -6321 California State Contractor's License No. and Class: A- 782908 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/14/00 Expiration Date: August 31, 2002 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Craig Roth, Chief Estimator The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Michael J. Carver President 23621 La Palma Avenue, Yorba Linda, CA Stan Hilton, Secretary 3997 E1 Dorado Drive, Corona, CA Craig Roth, Assistant Secretary 5625 Camino de Bryant, Yorba Linda, CA Corporation organized under the laws of the State of California 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 010 All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: R.J. NOBLE COMPANY, A CALIFORNIA CORPORATION For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE Briefly summarize the parties' claims and defenses; NONE Have you ever had a contract terminated by the owner /agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / Are any claims or actions unresolved or outstanding? Yes No 17 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. R.J. NOBLE COMPANY Bidder MICHAEL J. CARVER, PRESIDENT (Print name of Owner or President of Corporation /Company) Au orize anature/Title PRESIDENT Title May 9, 2002 Date Subscribed and sworn to before me this 9th 18 day of May (SEAL] 2002. State of CALIFORNIA County of ORANGE On May 9, 2002 before me, Pamela Kitchens IDATEI (NAME/TITLE OF OFFICER i.e.'JANE DOE, NOTARY PUBLIC') personally appeared Michael J. Carver (NAME(SI OF SIGNER(Sil President of R.S.. Noble Company ® personally known to me asis of satisfactory evidence. to be the person(A whose name(3) Is /era subscribed to the within instrument and acknowledged to me that he4ha4hey executed the same in his /be4tb6ir authorized capacityt+esl, and that by hWhef{, air signatureW on the instrumentthe personal, or the entity upon.behalf ' CITCHC of which the personal 7 #12s53 r acted, executed the Iusuc -CALIF ^ o instrument. Q 'fir ... . 1 :GE000NTY —Witness my hand and official seal. 4SEAL1 .k-Lu YL,�- 44a&is GNATURE OF NOTARY) ATTENTION NOTARY The information requested below, and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Talo or Type of Document: MUST BE ATTACHED TO THE DOCUMENT Number of Payee Date of Document DESCRIBED AT RIGHT: RIGHT THUMBPRINT (Optional) 0 `o CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUAL(Si ❑CORPORATE OFFICERS) 1TITLFS OPARTNERISI OLIMITED OGENERAL ❑ATTORNEY IN FACT OTRUSTEEIS) O GU ARD IAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Pannonia) or Entityfieq R.S. NOBLE COMPANY RIGHT THUMBPRINT (Optional 0 CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) OCORPORATE OFFICER(S) (TITLES) OPARTNERIS) ❑LIMITED ❑GENERAL OATTORNEY IN FACT OTRUSTEE(S) ❑GUARDIAN /CONSERVATOR ❑OTHER: Slgner(sl Other Than Named Above SIGNER IS REPRESENTING: (Name of Penont4) of Entitylieal WOLCOTTS FORM 63240 Rev. 3.84 Iprica clm 8.2AI 1584 WOLCOTT$ FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 NOTICE TO SUCCESSFUL BIDDER 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casuaal. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. ii-. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and R.J. Noble Company, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS Project Description 3437 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3437, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of two hundred fifty -six thousand, two hundred forty-nine and 501100 Dollars ($256,249.50). 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 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Stephen J. Luy (949) 644 -3330 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 714 - 637 -1550 714 - 637 -6321 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with origina endorsements effecting coverage required by this Contract. The certificates anc endorsements for each insurance policy are to be signed by a person authorized by that 21 9 11 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shalt be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self - Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. hi. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. M,I 0 U K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. 7 APP E AS TO FORM: CITY ATTORNEY 25 R. J. NOBLE COMPANY By: A "ori ignature and Title Michael J. Carver President 0 • State of CALIFORNIA County of ORANGE May 15, 2002 On . before me, Pamela Kitchens (DATE( I I INAMEffITLE OF OFFICER- i.a.VANE DOE, NOTARY PUSLIC'I personally appeared Michael J. Carver INAMEISI OF SIGNER(SI) President of R.J. Noble Company ® personally known to me -@ . to ine an the asis of satisfactory evidence "to be the person(sl vvhose nameW is/a;4- subscribed to the within instrument and acknowledged tome that heEsh@4/ ey executed the same In his /hQF4%hQ r authorized capacity�+e'sl, and that.b.y his'rhei, ;r Signature's( ion the Instrumentthe person(a), or the entity upon behalf 0f w ac hich the person(a1 ted, executed the instrument. Witness my hand and official seal. (SEAL) VP (SIGNATURE OF NOTARY) . ATTENTION NOTARY The information requested below • and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Tale or Type of Document Number of Pages Date of Document SIgner(s) Other Than Named Above WOLCOTTS FORM 90240 Ray. 0.94 (wica das 9QA1 ®1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPAESENTATIONfrWO FINGERPRINTS RIGHT THUMBPRINT (Optional) 0 `o CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALISE ❑CORPORATE OFFICERS) fTITLESI OPARTNERISI ❑LIMITED OGENERAL ❑ATTORNEY IN FACT OTRUSTEEISI O GU ARD IANICONSERV ATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Personts) or Entitylies) R.S. NOBLE COMPANY RIGHT THUMBPRINT (Optional) 7 0 0 CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) ❑CORPORATE OFFICER(S) mTLESI OPARTNERISI ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) ❑GUARDIAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Parson(s) or Entityties) 1111111111111111iI e AC -04-D, CERTIFICAT OF LIABILITY INSU CE DATE PRODUCER (949)857 -4300 FAX (94 7 -4800 Millennium Risk Management & Insurance Services 5300 Trabuco Road Irvine, CA 92620 THIS CERTIFICATE IS IS AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED R. J. Noble CO. 15SO5 Lincoln Ave. P. 0. Box 620 Orange, CA 92865 -1015 INSURER A: Interstate Fire & Casualty Co. /CRC INSURER B: Safeco Insurance Company INSURERC: Insurance Co. of the State of PA/CRC INSURER D: Pacific Eagle Insurance/Pointsure INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY POLICY EXPIRATION DATE MMID /YY LIMITS GENERAL LIABILIT Y EACH OCCURRENCE S 1,000,00 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ S0, 00 CLAIMS MADE a OCCUR MED EXP (Anyone person) s Exclude A X XCU L11107004 07/01/2002 PERSONAL a ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 1,000,00 POLICY PRO- LOC EC7 AUTOMOBILE LIABILITY ANYAUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 X BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON- OWNEDAUTOS 81603068 07/01/2001 07/01/2002 X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGO $ ANY AUTO $ EXCESS LIABILITY EACH OCCURRENCE $ 5,000,0 X OCCUR CLAIMS MADE AGGREGATE $ 5,000,00 C 2007417 07/01/2001 07/01/2002 S $ 1 DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND X T ORV LIMITS ER D EMPLOYERS' LIABILITY SO100287 07/01/2001 07/01/2002 E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 OTHER DESCRIPTION OF OPERATIONSILOCATIONStVEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ertificate Holder et al are named Additional Insured /Primary as respects General & AutoLiability per ndorsements CG 2010 11 /8S and BA 72 41 10/97 and Waiver of Subrogation for WC per endorsement 00 03 13 E: Ford Road Pavement Overlay from San Miguel to Westerly Limits /Contract No. 3437 / R1N Job 59 -0830 10 -day notice of CANCELLATION in event of non - payment of premium r FRTIGIrATP Mnl nPR I I . r,. ,ueuccol cT.co. CANCELLATION i ACORD 25•S (7197) VAL;UKU I:UKYUKAI IUN 18tl8 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach Public Works Department EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL WODOOM MAIL 5'30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Boulevard PO Box 1768 AUTHORIZED REPRESENTATIVE Newport Beach, CA 92658 -8915 Darlene Owens i ACORD 25•S (7197) VAL;UKU I:UKYUKAI IUN 18tl8 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25S (7197) City of Newport Beach Certificate issued to City of Newport Beach 05/13/2002 Millennium Risk Management & Insurance Services 05/13/2002 Policy #GL11107004 Additional Insured: City, its officers, agents, officials, employees and volunteers Policy Number GL11107004 Commercial General Liability THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organizations: City of Newport Beach, its officers, agents, officials, employees and volunteers 3300 Newport Boulevard F'O Box 1768 Newport Beach, CA 92658 -8915 RE: Ford Road Pavement Overlay from San Miguel to Westerly Limits Contract No. 3437 (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 II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. PRIMARY: "IT IS FURTHER AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN ABOVE SHALL BE PRIMARY INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING DIRECTLY FROM THE NAMED INSURED'S NEGLIGENT OPERATIONS ON THIS PROJECT AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE NOW CONTRIBUTING WITH THE INSURANCE PROVIDED HEREUNDER." CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984 r SAFECO" POLICY NUMBER: BA8160306B COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURED CONTRACT ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. BLANKET WAIVER OF SUBROGATION Section IV — BUSINESS AUTO CONDITIONS A.5 is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such 'bodily injury' or 'property damage" under an 'Ensured contract." 2. BLANKET PRIMARY INSURANCE This insurance is considered primary and we will not seek contribution from any other insurance available to you for any person or organization for whom you are required under an "insured contract" to provide insurance, but only to the extent that this is provided under Section IV — BUSINESS AUTO CONDITIONS B.5. Other Insurance. Additional Insured: 3. BLANKET ADDITIONAL INSURED Any person or organization for whom you are required under an "insured contract' to provide insurance is considered an 'insured" for Liability Coverage, but only to the extent that person or organization qualities as an "insured" underthe Who Is An Insured provision contained in Section II of the Coverage Form. 4. PRIOR NOTICE OF CANCELLATION In the event of cancellation or reduction in the Limits of Insurance of the Coverage Form, we will mail at least thirty (30) days prior written notice to any person or organization for whom you are required to provide such notice under an `insured contract," provided you notify us of such contract requirement at least forty-five (45) days prior to the cancellation or reduction. City of Newport Beach, its officers, agents, officials, employees and volunteers 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 RE: Ford Road Pavement Overlay from San Miguel to Westerly Limits Contract No. 3437 BAn 41 law d dlft&MVkd SAFK0CWWMdln. • 0 WORKRRSS COMMSATION AND EMPLOYUS L74BILTTY rKSURANCT POLICY WC 06 03 13 (Ed. 4 -84) WAVER OF OUR 1UGHT TO RECOVER FROM OTMRS We have the tight to recover oes payme ats tram mycne liable for zm injury covered by i1b policy. We will pot aafa=e otz rJah against the person or ogpruzation named in the Sebebrie (?ba agrc apybet 0y to 6e estmt &a you pc EMM worlr 1 � a WMM cantlad that requires you to obtain this agrament ns_) This agmamw shall not operate dh=tly or ladkedly to benefit any one not named is the Schedule schedule AS XBQMM BY WRTfTi N CONTRACT: ANY FBRWK FIRM OR ORDAMZATTON. CL1N mcr muSr BE SIGNED PRIOR TO DATE OF LOSS Additional Insured: City of Newport Beach, its officers, agents, officials, employees and volunteers 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 RE: Ford Road Pavement Overlay from San Miguel to Westerly Limits Contract No. 3437 **M PRTlIIt LN CHAAGTI IS AS STATED ON THE INFORMATION PAGE . , Tb= endorsement changes 1ht pphcy to which it is attacked and Is effective on the date issued rmkse o6erwive stated. (Tbo inforaudon below is required w* wkes a& aaderwz at b issued sobsequent to preparation of tka policy,) Endotocmrnt Effective Instated 1WUrmtcc Company WC 00 0313 (FA 4-84) 07101/01 Poliyyblo. 4SO100287 R l Noble Campaay Padfre 8ag1C Tune Company Cnpyrlpht 913 NsSoaal Cwnca oo Coagrar van jwo m. Fadoracm=tNo. 1 Potiry Effcctl" Date 07/01/01 Countersigned BY r/7 MAY -22 -2002 WED 10:27 AM CAL SURANCE q b L--1, 3311 FAX N0. 7149391654 P. 01 • CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. I f� DATE RECEIVED: t 9Z DEPARTMENT /CONTACT RECEIVED FROM: 1I d LG I- DATE COMPLETED: _. SENT TO: 6 WuL' O BY: . � _ . �— COMPANY/FERSON REQUIRED TO HAVE CERTIFICATE: T's S. 1 NO 101C, L GENERAL LIABILITY: Gat'. . A. INSURANCE COMPANY:��iY . 2 d 1, �l , B. AM BEST RATING (A VII o greater): C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in Calif rma? Yes_ NoX D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? Z QDD 0 "J dCZ E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes-x- No_ F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers), Is it included? Yes No_ G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No_ — H. CAUTION! (Confirm that loss or liability of the Named insured is not limited solely by their neg igence.) Does endorsement include "solely by negligence" wording? Yes NojC9_ I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by terrified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LLALBII,iTY: A. INSURANCE COMPANY:_ In5- B. AM BEST RATING (A VII o r AV �/ C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) is company admitted? Yes I/` No_ D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided? 1­j)001000 E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included? Yes No_ �� F. PRIMARY AND NON CONTRIS ORY WORDING: (For Waste Haulers Only). Is it included? YesNo_ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION: I /� A. INSURANCE COMPANY: a ,t ylSb4V B. AM BEST RATING (A VII or greater) 7C C. LIN[IT5: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes No_ HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No IF NO, WHICH ITEMS NEED TO BE COMPLETED ? — e 0 0 Oyler, Shauna From: Farley, Lauren Sent: Thursday, May 23, 2002 4:19 PM To: Oyler, Shauna Subject: RE: R.J. Noble Contractors approved. - - - -- Original Message---- - From: Oyler, Shauna Sent: Thursday, May 23, 2002 4:10 PM To: Farley, Lauren Subject: RE: R.J. Noble Contractors A -XV - - - -- Original Message---- - From: Farley, Lauren Sent: Thursday, May 23, 2002 3:54 PM To: Oyler, Shauna Subject: RE: R.J. Noble Contractors I'm sorry, the individual called and it slipped my mind. Did you get the rating from Cal Surance ? ?? - - - -- Original Message---- - From: Oyler, Shauna Sent: Thursday, May 23, 2002 3:41 PM To: Farley, Lauren Subject: R.J. Noble Contractors Did you talk to the insurance agent for R.J. Noble yesterday regarding their General Liability carrier which is not admitted in California? 1 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERL LIMITS CONTRACT NO. 3437 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3437 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @FOUR THOUSAND Dollars and NO r Per Lump Sum 2. Lump Sum Traffic Control fl{'feea7/no5a a TF? -`PiiBTrSYfNDD @R ��D Dollars and NO Cents Per Lump Sum 3. Lump Sum Clearing and Grubbing @ 7hw 716 i �e A"J re Dd ollars and No Cents Per Lump Sum 4. 28,830 S.Y. Cold Mill A.C. Pavement 7 taw /%lb, @ h M Dollars and No Cents Per Square Yard $ .Cc $ 4,000.00 /SOoj .00 g _1,3ee:00 C g 3,5­00-00 .• PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 2,600 S.Y. Crack Seal @ g12 66Aar Dollars and _111X44 Cents $ 1.5--o $ 3, 906 Per Square Yard 6. 3,203 Tons Construct 2 -Inch Thick Asphalt Overlay @ THIRTY NINE Dollars and NO Cents $ 39.00 $ 124,917.00 Per Ton 7. 1,530 S.F. Remove Existing and Construct P.C.C. Sidewalk @ six Dollars and TWENTY FIVE Cents $ 6.25 $ 9,562.50 Per Square Foot 8. 210 L.F. Remove Existing and Construct Type A Curb and Gutter (2 -foot Gutter) @THIRTY SIX Dollars and FIFTY CENTS Cents $ 36.50 $ 7,665.00 Per Linear Foot 9. 230 L.F. Remove Existing and Construct Type C Curb and Gutter (1 -foot Gutter) @ THIRTY TWO Dollars NO and Cents $ 32.00 $ 7,360.00 Per Linear Foot 10. 900 S.F. Remove Existing and Construct P.C.C. Access Ramp @ EIGHT Dollars and NO Cents $ 8.00 $ 7,200.00 Per Square Foot 0 • PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Traffic Striping @I /fins( %wn%y Ave Dollars and /Vm Cents eleven 77roueanc{ Construct P.C.C. Sidewalk @ FIVE Dollars @ 9ye- hy4W Dollars Cents and /1/& Cents $ 1146,W--CC Per Lump Sum 12. 12 Each Root Prune Trees ONE HUNDRED @ AND THIRTY Dollars and NO Cents $ 130.00 $ 1,560.00 Per Each 13. 180 L.F. Install Root Barrier @ TWENTY ONE Dollars and NO Cents $ 21.00 $ 3,780.00 Per Linear Foot 14. 7 Each Adjust Existing Manholes to Grade @7&adYAc A„t /u ilve Dollars and /Va Cents $ 5.00 $ 14S7S 0 Per Each 15. 20 Each 16. 2,040 S.F Remove Existing and Install New Water Valve Covers @I /fins( %wn%y Ave Dollars and /Vm Cents Per Each Construct P.C.C. Sidewalk @ FIVE Dollars and No Cents Per Square Foot 17. 30 L.F. Construct 4 -Foot Wide P.C.C. Stairs ONE HUNDRED AND @ TWENTY Dollars and no Cents Per Linear Foot $ ,.00 $ Sao. 00 $ 5.00 $ 120.00 $ 10,200.00 $ 3,600.00 ! • PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 120 L.F. Install Anodized Aluminum Hand Railings @ ! Dollars and BUo Cents Per Linear Foot 19. Lump Sum Modify and Relocate Interfering Portions of Irrigation System ONE THOUSAND (a) SIX HUNDRED Dollars NO and Per Lump Sum TOTAL PRICE IN WRITTEN WORDS ass 00300i..sc $ 1,600.00 'Two &AA 4 &ffK six 7f1oaw,774" 11a died &fN 9V(he. Dollars and Cents May 9, 2002 Date (714)637 -1550 (714)637 -6321 Bidder's Telephone and Fax Numbers A- 782908 Bidder's License No(s). and Classification(s) $ X756, 1q. 5-0 Total Price (Figures) R.S. NOBLE COMPANY Bidder Bi is AuS orized Signature and Title MICHAEL J. CARVER, PRESIDENT 15505 E. Lincoln Avenue, Orange, CA 92865 Bidder's Address f : \users\pbvAshared\contracts \fy 01 -02\ford road pavement overlay c- 3437\proposal c- 3437.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS CONTRACT NO. 3437 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.3 Survey Service 1 2 -9.6 Survey Monuments 1 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 5 UTILITIES 3 5 -7 ADJUSTMENTS TO GRADE 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 J 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 • 0 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 7 -8.8 Steel Plates 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 7 7 -10.6 Street Sweeping Signs 7 7 -10.7 Notice to Residents and Homeowner's Associations 7 7 -15 CONTRACTOR LICENSES 7 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 10 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 10 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1.2 Concrete Specified by Class 10 SECTION 214 PAVEMENT MARKERS 10 214-4 NONREFLECTIVE PAVEMENT MARKERS 10 214 -5 REFLECTIVE PAVEMENT MARKERS 10 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 0 • 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 11 300 -1.3.2 Requirements 11 300 -1.5 Solid Waste Diversion 11 SECTION 302 ROADWAY SURFACING 11 302 -5 ASPHALT CONCRETE PAVEMENT 11 302 -5.1 General 11 302 -5.4 Tack Coat 11 302 -5.7 Pavement Grade at Shedding gutter 11 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 12 302 -6.6 Curing 12 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 12 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 12 303 -5.1 Requirements 12 303 -5.1.1 General 12 303 -5.5.2 Curb 12 303 -5.5.4 Gutter 12 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 12 308 -1 GENERAL 12 SECTION 310 PAINTING 13 310 -5 PAINTING VARIOUS SURFACES 13 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 13 310 -5.6.7 Layout, Alignment and Spotting 13 310 -5.6.8 Application of Paint 14 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 14 312 -1 PLACEMENT 14 0 • SP 1 OF 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL TO WESTERLY LIMITS CONTRACT NO. 3437 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. R- 5784 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 2 -- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of removal of P.C.C. sidewalk, curb, curb and gutter, access ramps, curb and grinding asphalt roadway; construction of P.C.C. sidewalk, curb access ramps, stairways, curb and gutter, curb, asphalt concrete roadway, restoration of existing improvements impacted by the work, and construction of other incidental items of work." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction 0 • SP 2 OF 14 operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection: 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. • • SP3OF14 The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned storm drain manholes, water meter boxes, water valve covers, sewer manholes and sewer cleanouts. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include all removal of P.C.C. sidewalk, curb, curb and gutter, and access ramps; grinding asphalt roadway; construction of P.C.C. sidewalk, curb access ramps, stairways, curb and gutter, curb, asphalt concrete roadway, restoration of existing improvements impacted by the work, and construction of other incidental items of work." • • SP4OF14 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within fifty (50) consecutive working days after the date shown on the "Notice to Proceed." It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m. Monday through Friday. No lane closures before 9 a.m. or after 3:30 p.m. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $55.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the fifty consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public." • • SP 5 OF 14 SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "The Contractor shall provide and install valve boxes. All existing valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. The City of Newport Beach maintains the medians in the project area. Randy Kearns, Parks Supervisor, shall be contacted to temporarily shutdown irrigation of the affected medians. The Contractor shall protect all irrigation in place. Randy Kearns may be reached at (949) 644 -3082. In addition the Contractor will coordinate his activities with ERRECA's Inc., the Bonita Canyon Sports Park Contractor. The contact person for ERRECA's, Max G. Frazier, may be reached at (619) 390 - 6400." 7.8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, including all water used during sawcutting operations." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site. The BMP will be approved by the Engineer prior to start of any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance, failure of the contractor to follow the BMP will result in immediate cleanup by City Forces and the back charging of the contractor for all costs plus 15 %. 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. SP6OF14 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. Access to all side streets and driveways shall be maintained at all times. 3. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 4. All advanced warning sign installations shall be reflectorized and /or lighted. 5. The Contractor shall provide one (1) solar - powered arrowboard for each lane that is closed. When directed by the City, the Contractor shall also provide uniformed flagpersons to direct traffic through the construction areas. 6. The Contractor must maintain at least one traffic lane in each direction on Ford Road at all times. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal, and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." • • SP7OF14 7 -10.5 "No Parking" Signs. 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 -eight 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 (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for 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 R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs. After posting "NO PARKING -TOW AWAY" signs, the Contractor shall cover the street sweeping signs adjacent to construction, in a manner approved by the City. Immediately after construction is complete and the street is opened to traffic, the contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents and Homeowner's Associations. Ten working days prior to starting work, the Contractor shall deliver a 4'/4" x 8'/2" construction notice to the adjacent Homeowner's Associations describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent Homeowner's Associations a written notice stating when construction operations will start, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. • • SP8 OF: 14 The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the contract work. Item No. 2 Traffic Control: Work under this item shall include providing the required traffic control including, but not limited to, preparation of traffic control plans, signs, delineators, traffic cones, barricades, arrowboards, steel plates, and all other work necessary to comply with the WATCH and the City of Newport Beach requirements. This item shall also include the delivery of all required notices, posting of signs, and all other costs incurred in notifying the residents and /or Homeowner Associations. Item No. 3 Clearing and Grubbing: Work under this item shall include the removal and disposal of all PCC sidewalk, access ramps, curb and gutter, landscaping, irrigation, chain link fence and all work necessary to remove PCC sidewalk, access ramps, curb and gutter, landscaping irrigation and chain link fence in the project limits complete and in place. Item No. 4 Cold Mill Existing Asphalt Pavement: Work under this item shall include the cold milling of the asphalt roadway, as shown on the drawings, to a depth below existing finished grade as shown on the drawings and all other work necessary to cold mill the asphalt roadway in the project limits complete and in place. Item No. 5 Crack Seal: Work under this item shall include routing out cracks, applying a soil sterileant, sealing the existing asphalt roadway to be resurfaced with a hot - applied crack sealant, applying an asphaltic tack coat to the roadway and all other work necessary to crack seal the existing asphalt roadway and apply asphaltic tack coat complete and in place. • SP 9 OF 14 Item No. 6 Construct 2 -inch Thick Asphalt Pavement Overlay: Work under this item shall include the construction of 2 -inch thick asphalt pavement overlay and all other work necessary to construct 2 -inch thick asphalt pavement overlay complete and in place. Item No. 7 Remove Existing and Construct P.C.C. Sidewalk: Work under this item shall include the removal of existing improvements and the construction of P.C.C. sidewalk and all other work necessary to remove the existing improvements and construct the sidewalk complete and in place. Item No. 8 Remove Existing and Construct P.C.C. Curb and Gutter, Type "A ", With 2 -foot Gutter: Work under this item shall include the removal of existing improvements and the construction of P.C.C. curb and gutter, type "A ", with 2 -foot gutter and all other work necessary to remove the existing improvements and construct the P.C.C. curb and gutter complete and in place. Item No. 9 Remove Existing and Construct P.C.C. Curb and Gutter, Type "C ", with 1 -foot gutter: Work under this item shall include the removal of existing improvements and the construction of P.C. C. curb and gutter, type "C, with 1 -foot gutter and all other work necessary to remove the existing improvements and construct the P.C.C. curb and gutter complete and in place. Item No. 10 Remove Existing and Construct P.C.C. Access Ramps: Work under this item shall include the removal of existing improvements and the construction of P.C.C. access ramps, and all other work necessary to remove the existing improvements and construct the access ramps complete and in place. Item No. 11 Traffic Striping: Work under this item shall include traffic striping and all work necessary to install traffic striping complete and in place. Item No. 12 Root Prune Trees: Work under this item shall include root pruning trees and all work necessary to root prune trees complete and in place. Item No. 13 Install Tree Root Barriers: Work under this item shall include the installation of tree root barrier adjacent to new P.C.C. improvements and all other work necessary to install tree root barriers. Item No. 14 Adjust Manholes to Grade: Work under this item shall include adjusting all manholes to grade and any equipment necessary to complete the work under this contract. Item No. 15 Remove Existing and Install New Water Valve Covers: Work under this item shall include the removal of existing and installation of new water valve frames and covers. Item No. 16 Construct P.C.C. Sidewalk: Work under this item shall include the construction of P.C.C. sidewalk and all other work necessary to construct the sidewalk complete and in place. SP 10 OF 14 Item No. 17 Construct 4 -Foot Wide P.C.C. Stairs: Work under this item shall include the construction of 4 -foot wide P.C.C. stairs and all other work necessary to construct the 4 -foot wide P.C.C. stairs complete and in place. Item No. 18 Install Anodized Aluminum Hand Railings: Work under this item shall include installation of anodized aluminum hand railings adjacent to the P.C.C. stairs and all work necessary to install the anodized aluminum hand railings complete and in place. Item No. 19 Modify and /or relocate Irrigation System: Work under this item shall include modifying and or relocating the irrigation system below the proposed sidewalk and stairs to and area outside this proposed construction and all work necessary to modify and /or relocate the irrigation system complete and in place." 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: `Portland Cement concrete for construction shall be Class 560 -C- 3250." SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall be Stimsonite or approved equal and have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials • • SP 11 OF 14 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/z inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks'/4-inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom. 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed. Excess tack coat shall be removed by sandblasting after paving." 302 -5.7 Pavement Grade at Shedding Gutter. The contractor shall review paving operations with the Engineer prior to paving adjacent to median shedding gutters in • • SP 12 OF 14 order to assure a smooth riding surface and adequate drainage adjacent to the shedding gutters. 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303.5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.03 feet of those elevations shown on the plan." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The contractor shall submit recommendations by its Arborists to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644 -3083 or (949) 795 - 8568), at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines: • SP 13 OF 14 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 24" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." M v , • • SP 14 OF 14 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." F: \USERS \PBW\Shared \Contracts \FY 01 -02 \Ford Road Pavement Overlay C- 3437 \SPECS C- 3437.doc TO: FROM: SUBJECT: Mayor and Members of the City Council Public Works Department • May 28, 2002 CITY COUNCIL AGENDA ITEM NO. 9 FORD ROAD PAVEMENT OVERLAY FROM SAN MIGUEL DRIVE TO WESTERLY LIMITS - AWARD OF CONTRACT NO. 34371— --r RECOMMENDATIONS: it 2. Approve the plans and specifications. MAY � 8 2602 Award Contract No. 3437 to R.J. Noble Company for the Total Bid Price $256,249.50, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $25,600 to cover the cost of testing and unforeseen work. 4. Approve a Budget Amendment appropriating $60,949.50 from the unappropriated balance of the Measure M Turnback Fund to Account No. 7281- C5100587. DISCUSSION: At 11:00 A.M on May 9,2002, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $256,249.50 260,840.46 279,776.20 290,550.95 291,726.00 *296,179.21 * *299,753.90 * Corrected Bid Amount is $296,178.95 ** Corrected Bid Amount is $298,587.50 The low total bid amount is 8.5 percent below the Engineer's Estimate of $280,000.00. The low bidder, R.J. Noble Company, possesses a General Classification "A" contractor's license as required by the project specifications. R.J. Noble Company has satisfactorily completed similar projects for the City. BIDDER Low R.J. Noble Company 2 All American Asphalt 3 PALP, Inc. DBA Excel Paving 4 Holland -Lowe Construction 5 Sequel Contractors Inc. 6 Pacific Hydrotech Corporation 7 Silvia Construction Inc. TOTAL BID AMOUNT $256,249.50 260,840.46 279,776.20 290,550.95 291,726.00 *296,179.21 * *299,753.90 * Corrected Bid Amount is $296,178.95 ** Corrected Bid Amount is $298,587.50 The low total bid amount is 8.5 percent below the Engineer's Estimate of $280,000.00. The low bidder, R.J. Noble Company, possesses a General Classification "A" contractor's license as required by the project specifications. R.J. Noble Company has satisfactorily completed similar projects for the City. Subject: Ford Road Paver*Overlay, Contract 3437 — Award of Contract &37 May 28, 2002 Page: 2 The project consists of removal of PCC sidewalk, curb, curb and gutter, access ramps, and grinding asphalt roadway; construction of PCC sidewalk, curb, access ramps, stairways for Bonita Canyon Sports Park curb and gutter, asphalt concrete roadway and restoration of existing improvements impacted by the construction. This work will be coordinated with and supplement the construction of the adjacent Bonita Canyon Sports Park. There are sufficient funds available in the following account for the work: Account Description Account Number Amount Gas Tax Fund 7181- C5100587 $199,900.00 Measure M Turnback 7281- C5100587 $ 60,949.50 Storm Drain Improvement Program 7012- C5100008 $ 21,000.00 Total: $281,849.50 Respectfully su WORKS DEPARTMENT G. Badum, Director By: -�� �2 9 Steph n J. Luy, P.E. Project Manager Attachment: Project Location Map Bid Summary 0 0 �/ \V/ RoP SPORTS amozz ft", AD ROAn go 11 ,•l iaal ",a� I,1" CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD PAVEMENT OVERLAY SAN MIGUEL DRIVE TO WESTERLY LIMITS Z APPROVED DRAWING NO. DATE No N lv � C -3437 EXHIBIT A i a W CA O a 3 W z LL O M U z W a W Y O 3 U w J m a 0 O N O O E N W O 0 rl W f A Z Jo U po' U � !E N O O W x ' Y W m U U f = O+ U V O W O ¢ J C w r J � m m 9 0 E ILL O ¢z C Z 0 F f w Ln K w z C7 z W K W z F n p 0 0 w a 0 0 0 0 0 o 0 ry 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J F G 0 G O� C of O 0 0 C C O C G O O O N M M m �O N O� O M � O ¢ � 0 N U �Z+ O O P Jn O O O O 0 0 0 0 0 0 0 0 0 O N M O O O O O ul 0 0 O 00 -+ -+ M �6 M i ao 0 o ri o o ui 0 L'i 0 D Q Z O O O P M M M O .y .y O� m M llf M O of p� O O W O �+ N N N M� IA n N ti M O O O O O O Z '-' Z O 41 N V1 O M O Q O 0 N M Ilf b N b N N O M kC kR n N O O V O P N O S L N O N N P iZ 111 N N N b I, O O ¢ c N u E O b O N P O O O O O O O O O O O O O O Q ornowJno O m O O LQ q 0 R 0 q 0 000 00 oLnoo R M g R 0 O Q z 40i L'i ii0 0 0 0 0 0 0 O O O 0 0 O O O 0 0 0 0 O F O O O vl 0 0 0 0 O In C Z O O O M O ti tD �D lD O O LO W I1 0 0 0 0 O m O+ Ih vt in N vt N N 'R O t0 � sQ w N 0 2 0 0 0000 �n o 0 000 0 0 0 000 0 ' F O O O O O D O •+ to �+ O m N b vt b O N O m O O O O O .y O ut O h O N O O O O O> O> 0 0 0 0 0 0 0 0 o c o q 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O o 0 0 0 0 0 0 0 0 0 F- c 0000 �0 0 0 0 000 0 0 0000 00 i Z O �D O N 1n I/f O O O O O vl O O O O O O OC � C O Vf b M IA b N b M O O A P O O O O E� O _ w< In M ¢ N N v 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 Ln o 0 0 0 0 0 0 0 0 0 �n o 0 0 -~ P O O N O N Ih iff LLJ ? 00 O P N N O N N M M O N O W VI Y Y LL LL LL LL Q LL QQ QQ LL LL LL {/� ~ � .r .y O �� N IMA O •r ti ta n N$ m N ti N N M N � N a a U U � c c o Q U v m u w w li w L^ 0a a H 1p 3 c ?v? FT i 4'3i � O Ot > ? d m w tn' in �O d' c E '� V U U V U w x a5 al a3 of v m of 3¢ aEi W = m p L o+ C o+ c o+ c_ o+ c p� w W -m f a a` c U Lj `ma Y' Yn > E > E E `'t a E? t'i t - . t 10 cEw z 1O o {� c c9a.. w o o w e w w w u o 'o w m o 0 0 f I- U U V V p' N K ai$ p' d$ Q H p' .C. Q K> V V .c+ f o W '- N M P N O A O W O r N M P to O r O m w a Z = W U X Ul LU W �a aC 3Y W � z U. Ov J U m r a S N O N 0 E N W O Q .r IL �f T r x �y U � U � O O W 0 N U 10 U U f = m U U 0 O Q J H � C O � J i Q � m m iJ J G J 01^+1 O= v e a p1 V Y/ H C A d G v q � K a � LLGw Zoo 0 0 y0 a O F n a U m N U M N �✓ N W x O LL C N m p4 O p0 C 0 C 0 0 0 0 0 O 0 �D O O O O O O 0 O 0 O 0 R 0 R 0 R 0 O 0 N 0 O 0 O S O I� [V Ol M pl vi O O O N O p� O G 9 O j z N 1A P M N M m N P N tp � Vl v1 tll h 111 M O O n g C Q w O N U O b N 0m S S S S S O O S 7 to O :0 S O -i .y . M I� 001 P 1011 T V1 O m M N lG 1D H 1G 111 vi _ Z N O N N M vl F r m m O of O O O O O O O O O O O 0 0 0 0 O O 1� t` N O O O N T X0 Z n f N m U= ~ b Q CD O N 'O ^O p O O O O O O m M 0 O y N O O N O Q P O O 1n O O N M O O � .� O O .-� m fV Vt Ol P O\ O Ol IA ttl to fV T vj O F- d� N .r 0 0 0 0 0 0 0 0 U O O 0 O O O O O O O O O ti H O O O O 6 0 0 0 0 0 Z O 0 0 0 N O O I.n O 0 0 6 N o l0 M 1D 0 10 O o o N m P M -� M N M 1D N n y V N C Uo 0 0 0 00 O o 0 0 0 0 0 0 0 0 0 0 0 y F 0 C 0 O 0 o 0 1V 0 .+ 0 N 0 vl 0 O 0 O 0 O1 0 O 0 O 0 0 0 0 0 O 1n M o O 0 C 0 O= =Z83 P M N O N N O OO 0 O 0 O 0 0 0 1n O O 0 0 0 0 0 S O O O O O P O O O O vl O O O O O O O O O Lo • Vt !n O N O m N 0 O N P I� O M N V1 O N P 1D �D m W 1n m m P .r P 10 N 1� 1p 1D P U O b 10 N O Cl O1 D• m .r P .+ PN J N O O m 8 uM O O O O O 0 0 0 0 O 0 0 O 1O l C• CR 0 0 0 0 O M O P O y0 a O F n a U m N U M N �✓ N W x O LL C N m p4 O p0 C 0 C city of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 042 AMOUNT: $BO,e4B.5o Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for Ford Road Pavement Overlay from San Miguel Drive to westerly Limits, Contract 3437. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 280 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Description Measure M Fund Balance Description Description 7281 Measure M Turnback C5100587 PMP Major Maintenance - Ford Rd. Administrative Services Director Administrative Approval: (Sy Manager Amount Debit Credit $60,949.50 . Automatic $60,949.50 Date .� O 2- te Signed: City Council Approval: City Clerk Date Jty of Newport Beach 9 BUDGETAMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 042 AMOUNT: gso,sa9.so Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: MAY 28 2002 To increase expenditure appropriations for Ford Road Pavement Overlay from San Miguel Drive to westerly Limits, Contract 3437. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description 280 3605 Measure M Fund Balance $60,949.50 REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7281 Measure M Turnback Account Number C5100587 PMP Major Maintenance - Ford Rd. $60,949.50 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: Financial Approval: Administrative Services Director Date Signed: V�7� , O Z� Signed: 'f �Addm�i /nze—Al)t ative Approvj�al: M nager l / Gl I / / r�G %y� to City Council Approval: City Clerk Date CIlk- OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CIl�' OF NEWPORT PEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 Holland -Lowe Construction, Inc. 427 S. Pershing Avenue San Bernardino, CA 92408 -1320 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, ln� ld� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 Sequel Contractors, Inc. P.O. Box 160 Downey, CA 90241 -0160 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY" OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 Pacific Hydrotech Corporation 27200 Highway 74 Perris, CA 92570 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CItY OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 Silvia Construction, Inc. 9007 Center Avenue Rancho Cucamonga, CA 91730 -5311 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORTtEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 29, 2002 All American Asphalt P.O. Box 2229 Corona, CA 92878 -2229 Gentlemen: Thank you for your courtesy in submitting a bid for the Ford Road Pavement Overlay from San Miguel Drive to Westerly Limits Project (Contract No. 3437) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach