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