HomeMy WebLinkAboutC-492 - Marine Avenue Street Improvements67 a
CITY OF NEWPORT BEACH
ORANGE COUNTY
CALIFORNIA
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF STREET IV[PRAVEMENTS
IN
MARINE AVENUE
FROM
70.00 FEET SOUTHERLY OF BAYSIDE DRIVE
TO
NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
By Cash Contract
City Council
James B. Stoddard, Mayor
J. Frank Atkinson Kenneth C. Kingsley
Charles E. Hart Hans J. Lorenz
C. A. Higbie Harvey Somers
Robert Shelton
City Manager
J. B. Webb
Public Works Director
PROPOSAL
The Honorable City Council
City of Newport Beach
California
Gentlemen:
The undersigned, having carefully examined the location of
having carefully examined the plans and specifications, and having
with all the contract requirments, proposes and agrees to furnish
labor materials, transportation and services for the construction
in Marine Avenue from 70.00 feet southerly of Bayside Drive to the
Balboa Island Bridge, in the City of Newport Beach, California, in
the plans, specifications and other contract documents on file in
Clerk, for the unit prices set forth in the following schedule:
Page 2
the proposed work, and
familiarized himself
any and all required
of street improvements
north abutment of
strict conformity with
the office of the City
The undersigned submits a non collusion affidavit with this proposal.
Item With Unit Price
Written in Words
Construct Curbs, Gutters
Catch Basins, Retaining
Walls, Traffic Islands,
Asphalt Pavement, Prime
Coat, Base, Sidewalks,etc.
As Shown on Dwg. No. 75 -2909
COMPLETE IN PLACE
Lump Sum
Total
The undersigned further agrees that in case of default in executing the required
contract with necessary bonds within ten (10) days, not including Sunday, after
having received notice that the contract is ready for signature, the proceeds of the
check or bond accompanying this bid shall become the property of the City of Newport
Beach.
Licensed in accordance with the Statutes of the State of California providing
for the registration of Contractors, License No.
The undersigned has checked carefully all of the above figures and understands
that the City will not be responsible for any errors or omissions on the part of
the undersigned in making up this bid.
Accompanying this proposal is
(cash, Certified Check, Cashier's Check of Bond
in an amount not less than ten percent (10%) of the total bid price.
Phone No.
Date
Bidder's Address
Bidder's Name
(Seal)
Authorized Signature
Authorized Signature
Type of Organization
(Individual, Corporation, Copartnership)
List below names of President, Secretary, Treasurer and Manager if a corporation and
names of all copartners if a copartnership:
Proposals (Continued)
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
Specifications. No change may be made in these sub- contractors except upon
the prior approval of the City Council of the City of Newport Beach.
Item of Work Sub - contractor Address
3.
F7
Bidder's Name
Authorized Signature
Type of Organization
(Individual, Copartnership or Corporation
Address
I 1
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, , as Principal,
and , as Surety, are held and
firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), lawful money of the United States,
for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden, principal for the construction
of
in the City of Newport Beach, is accepted by the City Council of said City,
and if the above bounden principal shall duly enter into and execute a contract
for such construction and shall execute and deliver the two (2) bonds described
in the "Notice Inviting Bids" within ten (10) days (not including Sunday) from the
date of the mailing of a notice to the above bounden principal by and from said
City of Newport Beach that said contract is ready for execution, then this obli-
gation shall become null and void; therefore, otherwise it be and remain in full
force and effect, and the amount specified herein shall be forfeited to the said
City.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of , 195,_.
Two Witnesses (if individual)
Attest (if corporation)
Title
Corporate Seal
Attest
Title
Title
By
Title
Principal
Surety
11
Page 5
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by Motion adopted
has awarded to
Hereinafter designated as the "Principal ", a contract for
In the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the
City Clerk.
WHEREAS, said Principal is required to furnish bond in connection with said
contract, providing that if said Principal or any of his or its subcontractors,
shall fail to pay for any materials, provisions, provender or other supplies or
teams used in, upon, for or about the 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
as Principal, hereinafter designated as the Contractor and
as Surety, are held firmly bound unto the City of Newport Beach, in the
sum of Dollars ( ),
said sum being one -half of the estimated amount payable by the City of Newport
Beach under the terms of the contract, for which payment well and truly to be
made we bind ourselves, our heirs, executors and administrators, successors or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his sub-
contractors, fail to pay for any materials, provisions, provender or other
supplies, or teams, used in, upon, for or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind,
or for amounts due under the Unemployment Insurance Code with respect to
such work or labor, that the Surety or Sureties will pay for the same, in
an amount not exceeding the sum specified in the bond, and also, in case
suit is brought upon the bond, a reasonable attorney's fee, to be fixed by
the Court, as required by the Provisions of Section 4204 of the Government
Code of the State of California.
)•
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of
Civil Procedure so as to give a right of action to them or their assigns
in any suit brought upon this bond, as required by the Provisions of Section
4205 of the Government Code of the State of California.
And the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alterations or additions to the terms of the
contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any wise affect its obligations on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ations or additions to the terms of the contractor or to the work or to the
specifications.
IN WITNESS WHEREOF, this Instrument has been duly executed by the Principal
and Surety above named, on the day of , 195_
Approved as to form:
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion
1 -34�
Date
Attest:
City Clerk
Contractor
Seal)
(Seal)
(Seal)
(Seal)
(Seal)
(Seal)
Surety
I
KNOW ALL MEN BY THESE PRESENTS THAT,
Fage 7
WHEREAS, the City Council of Newport Beach, State of California, by
Motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents now on file in the office of
the City Clerk of the City of Newport Beach.
1i1HEREAS, said Principal is required under the terms of said contract
to furnish a bond for the faithful performance of said contract,
NOW, THEREFORE, we,
As Principal, hereinafter designated as the "Contractor" and
as Surety, are held and firmly bound unto the City of Newport Beach, in the
sum of Dollars ($ ), said sum being equal
to 50% of the estimated amount of the contract, to be paid to the said City
or its certain attorney, its successors, and assigns; for which payment, well
and truly to be made, we bind ourselves, our heirs executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the covenants, conditions
and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the
manner therein specified, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Newport Beach, its
officers and agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and virtue.
And the said ,Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition 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
Page -8
(Performance Bond - Continued)
notice of any change, extension of time, alteration or addition to the terms
of the contract or to the work or to the specifications.
IN WITNESS T,*MREOF, this instrument has been duly executed by the Principal
and Surety above named, on the day of , 19_.
(Seal)
(Seal)
(Seal)
Contractor
(Seal)
(Seal)
Surety
Approved as to form:
City Attorney
Page 9
NON COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the attached
bids; that no inducement of any form or character other than that which appears upon
the face of the bid will be suggested, offered, paid or delivered to any person
whomsoever to influence the acceptance of the said bid or awarding of the contract,
nor has this bidder any agreement or understanding of any kind whatsoever, with any
person whomsoever to pay, deliver to, or share with any other person in any way or
manner, any of the procoeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this day of , 19_.
My Commission expires:
Notary Public
Eaee 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(The bidder is required to state what work of a similar character to that included
in the proposed contract he has successfully performed and give reference which
will enable the City Council to judge of his responsibility, experience, skill and
business standing.)
The undersigned submits herewith a statement of his financial responsibility.
The undersigned submits below a statement of the work of a similar character to
that included in the proposed contract which he has successfully performed.
Signed
C 0 N T R A C T Page 11
THIS AGREEMENT, made and entered into this day of , 19
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part; and
hereinafter designated as the Contractor, party of the second part:
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish
all materials and labor for the construction of
(Name of Project
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor and materials necessary therefor, (except
such materials, if any, as in the said specifications are stipulated to be furnished
by the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecution
of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said specifications are
expressly stipulated to be borne by the City; and for well and faithfully completing
the work and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive.in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the specifications, named in the Bidding
Sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the
conditions set forth in the Specifications; and the said parties for themselves, their
heirs, executors, administrators, successors and assigns, do hereby agree to the full
performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans or
Specifications, copies of which are attached hereto, are hereby incorporated in and
made part of this Agreement.
Page 12
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be
executed the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
W
ATTEST:
City Clerk
BY
BY
Approved as to form:
City Attorney
Mayor ........
Contractor
Title
Title
Page 13
Section 1. PROPOSAL BEOIIIE04ENTS
(a) General Information: The City Council of the City of Newport Beach, California,
will receive at the office of the City Clerk, City Hall, in said City, until
on the day of 196_, sealed proposals for the construction of
improvements in accordance with said plans, specifications and special provisions.
(b) Examination of Plans. Specifications, Special Provisions and Site of Work: The
bidder is required to examine carefully the site of and the proposal, plans, specifications
and contract forms for the work contemplated, and it will be assumed that the bidder has
investigated and is satisfied as to the conditions to be encountered and to the character,
quality and quantities of work to be performed and materials to be furnished, and as to the
requirements of the specifications, the special provisions and the contract. It is mutually
agreed that submission of a proposal shall be considered prima facie evidence that the bidder
has made such examination and investigation.
(c) Proposal Form: All proposals must be made upon blank forms to be obtained from the
City Engineer, at his office in the City Hall, City of Newport Beach. All proposals must give
the prices proposed, both in writing and figures and must be signed by the bidder, with his
address. If the proposal is made by an individual, his name and post office address must be
shown. If made by a firm or partnership, the name and post office address of each member of
the firm or partnership must be shown. If made by a corporation, the proposal must show the
names, titles and business of the President, Secretary and Treasurer.
(d) Resection of Proposals Containing Alterations. Erasures or Irregularities: Proposals
may be rejected if they show any alterations of form, additions not called for, conditional or
alternative bids, incomplete bids, erasures or irregularities of any kind.
The City reserves the right to reject any and all bids or waive any irregularity or
informality in the bid process.
(e) Bidder's Guaranty: All bids shall be presented under sealed cover and shall be
accompanied by cash, cashier's check, certified check, or bidder's bond, made payable to the
City of Newport Beach, for an amount equal to at least ten percent (10%) of the amount of said
bid, and no bid shall be considered unless such cash, cashier's check, or bidder's bond is
enclosed therewith.
(f) Award of Contract: The award of the contract, if it is awarded, will be to the
lowest responsible bidder whose proposal complies with all the requirements described. The
award, if made, will be made within thirty (30) days after the opening of the bids. A11 bids
will be compared on the basis of the Engineer's estimate of quantities of work to be done.
(g) Execution of Contract: The contract shall be signed by the successful bidder and
returned, together with the contract bonds, within ten (10) days, not including Sundays,
after the bidder has received notice that the contract has been awarded. No proposal shall
be considered binding upon the City until the execution of the contract.
General Conditions
Page 14
Failure to execute a contract and file acceptable bonds as provided herein
within ten (10) days, not including Sundays, after the bidder has received notice
that the contract has been awarded, shall be just cause for the annulment of the
award and the forfeiture of the proposal guaranty.
(h) Return of Bidders Guarantees: Within ten (10) days after the award of
the contract, the City of Newport Beach will return the proposal guarantees
accompanying such of the proposals which are not to be considered in making the
award. All other proposal guarantees will be held until the contract has been
finally executed, after which they will be returned to the respective bidders
whose proposals they accompany.
(i) Contract Bonds: The Contractor shall furnish two good and sufficient
bonds. Each of the said bonds shall be executed in a sum equal to at least one—
half of the contract price. One of the said bonds shall guarantee the faithful
performance of the said contract by the contractor; and the other of the said
bonds shall be furnished as required by the terms of an act entitled:
"An act to secure the payment of the claims of persons employed by
contractors upon public works, and the claims of persons who furnish
materials; supplies, teams, implements, or machinery used or consumed
by such contractors in the performance of such works, and prescribing
the duties of certain public officers with respect thereto ", approved
May 10, 1919, as amended."
Form of bond required may be examined at the office of the City Engineer or
copies will be furnished, if desired, to prospective bidders.
No Personal Bonds shall be accepted.
Whenever any surety or sureties on any such bonds, or on any bonds required
by law for the protection of the claims of laborers and material men, become in-
sufficient, or the City Council has cause to believe that such surety or sureties
have become insufficient, a demand in writing may be made of the Contractor for
such further bond or bonds or additional surety, not exceeding that originally
required as is considered necessary, considering the extent of the work remaining
to be done. Thereafter no payment shall be made upon such contract to the Contractor
or any assignee of the Contractor until such further bonds or bond or additional
surety has been furnished.
Bonds shall be made payable to the City of Newport Beach, California.
Section 2. SCOPE OF WORK
(a) Work to be Done: The work to be done consists of furnishing all labor
methods and processes, implements, tools, machinery and materials, except as other-
wise specified which are necessary and required to construct and put in complete
order for use the facilities shown on the plans and designated in the contract
and related documents, to dispose of all surplus earth and other materials not
desired for salvage or reuse by the City of Newport Beach, and to leave the grounds
in a neat condition.
(b) Alterations: The City of newport Beach reserves the right to increase or
decrease the quantity of any item or portion of the work, or to omit portions of the
work as may be deemed necessary or expedient by the Engineer; also to make alterations
or deviations, increases or decreases, additions or omissions, in the plans and
specifications, as may be determined during the progress of the work to be necessary
and advisable.
General Conditions
Page 15
(c) Extra Work: New and unforseen work will be classed as extra work when
such work cannot be covered by any of the various items or combinations of items
for which there is a bid price.
The Contractor shall do no extra work except upon written order from the City
Engineer. For such extra work the Contractor shall receive payment as previously
agreed upon in writing, or he shall be paid on force account.
(d) Removal of Obstructions: The Contractor shall remove and dispose of
all structure, debris, or other obstructions of any character to the construction
of the complete work, if and as required by the City Engineer.
(e) Final Cleaning UP: Before acceptance and final payment, the Contractor
shall clean the street or road, borrow pits, and all ground occupied by him in
connection with the work, of all rubbish, excess materials, temporary structures,
and equipment; and all parts of the work shall be left in a neat and presentable
condition. Any damage to the pavement or shoulders or any other structure or
utilities shall be repaired to the satisfaction of the owners of said structures
or utilities.
(f) Where the word "Engineer" appears, it shall mean the City Engineer and
Director of Public Works of the City of Newport Beach.
Section 3. CONTROL OF WCRK
(a) Authority of the Engineer: The Engineer shall decide all questions which
may arise as to the quality or acceptability of materials furnished and work
performed, and as to the manner of performance and rate of progress of the work; all
questions which arise as to the interpretation of the plans and specifications; all
questions as to the acceptable fulfillment of the contract on the part of the
Contractor; and all questions as to claims and compensation.
The Engineer's decision shall be final and he shall have executive authority
to enforce and make effective such decisions and orders as the Contractor fails to
carry out. promptly.
(b) Plans: All authorized alterations affecting the requirements and
information given on the approved plans shall be in writing. No changes shall be
made of any plan or drawing after the same has been approved by the Engineer, except
by direction of the Engineer.
Working drawings or plans for any structure not included in the plans
furnished by the Engineer shall be approved by the Engineer before any work involving
these plans shall be performed, unless approval be waived in writing by the Engineer.
It is mutually agreed, however, that approval by the Engineer of the
Contractor's working plans does not relieve the Contractor of any responsibility for
accuracy of dimensions and details, and that the Contractor shall be responsible for
agreement and conformity of his working plans with the approved plans and specifications.
(c) Conformity with Plans and Allowable Deviations: Finished surfaces iry all
cases shall conform with the lines, grades, cross — sections, and dimensions shown on
the approved plans. Deviations from the approved plans, as may be required by the
exigencies of construction, will be determined in all cases by the Engineer and
authorized in writing.
General Conditions
'Page -16
(d) Coordination of Plans, Specifications, and Special Provisions: These
specifications, the plans, special provisions, and all supplementary documents are
essential parts of the contract and a requirement occurring in one is as binding as
though occurring in all. They are intended to be cooperative, to describe and to
provide for a complete work. Plans shall govern over specifications; special
provisions shall govern over both specifications and plans.
(e) Interpretation of Plans and Specifications: Should it appear that the work
to be done, or any matter relative thereto, is not sufficiently detailed or explained
in these specifications, plans, and the special provisions, the Contractor shall apply
to the Engineer for such further explanations as may be necessary, and shall conform
to such explanation or interpretation as part of the contract, so far as may be
consistent with the intent of the original specifications. In the event of doubt or
question relative to the true meaning of the specifications, reference shall be made
to the Engineer, whose decision thereon shall be final.
In the event of any discrepancy between any drawing and the figures written
thereon, the figures shall be taken as correct.
(f) Superintendence: Whenever the Contractor is not present on any part of the
work where it may be desired to give direction, orders will be given by the Engineer
in writing, and shall be received and obeyed by the superintendent or foreman in
charge of the particular work in reference to which orders are given.
(g) Lines and Grades: All distances and measurements are given and will be
made in a horizontal plane. Grades are given from the top of stakes or nails, unless
otherwise noted on the plans.
Three consecutive points shown on the same rate of slope must be used in
common, in order to detect any variations from a straight grade, and in case any such
discrepancy exists, it must be reported to the Engineer. If such a discrepancy is
not reported to the Engineer, the Contractor shall be responsible for any error in
the finished work.
The contractor shall preserve all stakes and points set for lines, grades, or
measurements of the work in their proper places until authorized to remove them by
the Engineer. All expenses incurred in replacing stakes that have been removed
without proper authority shall be paid by the Contractor,
(h) Inspection: The Engineer shall at all times have access to the work
during construction, and shall be furnished with every reasonable facility for
ascertaining full knowledge respecting the progress, workmanship, and character
of materials used and employed in the work.
Whenever the Contractor varies the period during which work is carried on
each day, he shall give due notice to the Engineer, so that proper inspection may
be provided. Any work done in the absence of the Engineer will be subject to
rejection.
General Conditions
rag9' 17
The inspection of the work shall not relieve the Contractor of any of his
obligations to fulfill the contract as prescribed. Defective work shall be made
good and unsuitable materials may be rejected, notwithstanding the fact that such
defective work and unsuitable materials have been previously overlooked by the
Engineer and accepted or estimated for payment.
Projects financed in whole or in part with state funds shall be subject to
inspection at all times by the Director of Public Works, or his agents.
(i) Removal of Defective and Unauthorized Work: All work which is defective
in its construction or deficient in any of the requirements of these specifications
shall be remedied, or removed and replaced by the Contractor in an acceptable
manner, and no compensation will be allowed for such correction.
Any work done beyond the lines and grades shown on the plans or established
by the Engineer, or any extra work done without written authority, will be considered
as unauthorized and will not be paid for.
Upon failure on the part of the Contractor to comply forthwith any order of
the Engineer made under the provisions of this article, the Engineer shall have
authority to cause defective work to be remedied, or removed and replaced, and
unauthorized work to be removed, and to deduct the costs thereof from any moneys
due or to become due the Contractor.
(j) Final Inspection: Whenever the work provided and contemplated by the
contract shall have been satisfactorily completed and the final cleaning up performed
the Engineer will make the final inspection.
Section 4. CONTROL OF MATERIALS
(a) Samples and Tests: At the option of the Engineer, the source of supply
of each of the materials shall be approved by the Engineer before delivery is started
and before such material is used in the work. Representative preliminary samples of
the character and quality prescribed shall be submitted by the Contractor or producer
of all materials to be used in the work, for testing or examination as desired by the
Engineer.
All tests of materials furnished by the Contractor shall be made in accordance
with commonly recognized standards of national organizations, and such special
methods and tests as are prescribed in these specifications.
The Contractor shall furnish such samples of materials as are requested by the
Engineer, without charge. No material shall be used until it has been approved by
the Engineer. Samples will be secured and tested whenever necessary to determine the
quality of material.
(b) Defective Materials: All materials not conforming to the requirements:.Of
these specifications shall be considered as defective and all such materials, whether
in place or not, shall be rejected. The materials shall be removed immediately from
the site of the work unless otherwise permitted by the Engineer. No rejected material,
the defects of which have been subsequently corrected shall be used until approved
in writing by the Engineer.
General Conditions
Page 18
Upon failure on the part of the Contractor to comply with any order of the
Engineer made under the provisions of this article, the Engineer shall have authority
to remove and replace defective material and to deduct the cost of removal and
replacement from any moneys due the Contractor.
Section 5. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
(a) Laws to be Observed: The Contractor shall keep himself fully informed of
all existing and future State and National laws and all municipal ordinances and
regulations of the City of Newport Beach which in any manner affect those engaged or
employed in the work, or the materials used in the work, or which in any way affect
the conduct of the work, and all such orders and decrees of bodies or tribunals
having any jurisdiction or authority over the same.
(b) Alien Labor.: The Contractor shall forfeit as penalty to the City of Newport
Beach ten dollars ($10.00) for each laborer, workman, or mechanic employed in the
execution of the contract by him, or by any subcontractor under him, upon any of the
work herein mentioned for each calendar day during which said laborer, workman, or
mechanic is required or permitted to labor more than eight (8) hours, in violation
of the provisions of the Labor Code, in particular, Sections 1810 to 1816 there,
inclusive.
(d) Labor Discrimination: No discrimination shall be made in the employment of
persons upon public works because of race, color or religion of such persons and
every Contractor for public works violating this section is subject to all the
penalties imposed for a violation of Chapter 1 of Part VII, in accordance with the
provisions of Section 1735 of the labor Code.
(e) Prevailing Wage: The Contractor shall forfeit as penalty to the City of
Newport Beach, ten dollars ($10.00) for each laborer, workman, or mechanic employed
for each calendar day or portion thereof, such laborer, workman, or mechanic is paid
less than the general prevailing rate of wages hereinafter stipulated for any work
done under the attached contract, by him, or by any subcontractor under him, in
violation of the provisions of the Labor Code, and in particular, Sections 1770 and
1781 thereof, inclusive. (See Page 19 for adage Scale.)
(£) Domestic Materials: Only such unmanufactured articles, materials and
supplies as have been mined or produced in the United States, and only such
manufactured articles, materials, and supplies as have been manufactured in the
United States substantially all from articles, materials, and supplies mined, produced
or so manufactured as the case may be, in the United States, shall be used in the
performance of the contract in accordance with the provisions of Sections 4300 to 4305
of the Government Code.
Any person, firm or corporation who fails to comply with provisions of the
Act shall not be awarded any contract to which the Act applies for a period of
three years from date of violation.
(g) Registration of Contractors: Before submitting bids, Contractors shall be
licensed in accordance with the provisions of Chapter 9 of Division III of the
Business and Professions Code.
General Conditions
Page 19
Wage Scale
Hourly
Per Diem
Classification
Wage Scale
Wage
Watchman or Guard
2.50
20.00
Carpenter
3.60
28.80
Cement Finisher
3.875
31.00
Operators & Tenders of Pneumatic & Electric Tools,
Vibrating Machines & Similar Mechanical Tools
3.09
24.72
Cement Dumper (on 1 Yd. or larger mixers and handling
bulk cement)
3.09
24.72
Cribbers or Shorers
3.24
25.92
Concrete Curer - Impervious Membrane
3.07
24.56
Flagman
2.88
23.04
Sewer Pipe Layer (Excluding Caulker)
3.19
25.52
Sewer Pipe Caulker (Using Caulking Tools)
3.07
24.56
Mortarman
2.99
23.92
Apprentice Engineer, Including Fireman, Oiler, Greaser
3.13
25.04
Air Compressor Operator
3.13
25.04
Concrete Mixer Operator - paving type and mobile mixer
4.01
32.08
Concrete Mixer Operator - Skip Type
3.37
26.96
Pavement Breaker Operator
3.91
31.28
Pipe Layers
3.19
25.52
Pump Operator
3.37
26.96
Roller Operator
3.72
29.76
Skip Loader Operator - Wheel Type
3.37
26.96
Tractor Hi -Lift Shovel Operator
3.91
31.28
Tractor Operator - Bulldozer, Tamper, Scraper or Drag
Type Shovel or Boom Attachments
4.01
32.08
Trenching Machine Operator
4.01
32.08
Universal Equipment Operator (shovel, Dragline, Derrick,
Derrick- Barge, Clamshell or Crane)
4.01
32.08
Drivers of Dump Trucks of less than 4 Yds. Water Level
3.155
25.24
Drivers of Dump Trucks - 4 Yds. but less than 8 Yds. Water Level
3.185
25.48
Drivers of Trucks - Legal Payload Capacity less than 6 Tons
3.155
25.24
Drivers of Trucks - Legal Payload Capacity between 6 & 10 Tons
3.185
25:48
Drivers of Trucks - Legal Payload Capacity between 10 & 15 Tons
3.235
25.88
Drivers of Transite Mix - Under 3 Yds.
3.395
27.16
Drivers of Transite Mix - More than 3 Yds.
3.535
28.28
Bricklayer and Stonemason
4.18
33.44
Bricklayer and Stonemason Foreman (Not less than $2.00 per
day above Journeyman rate)
4:43
35.44
Bricktender
3.13
25.04
Electrician
4:40
35.20
Asphalt Raker and Ironer
3.09
24.72
Asphalt Plant Fireman
3.61
28:88
Asphalt or Crushing Plant Engineer
3.91
31:28
Concrete or Asphalt Spreading, Mechanical Tamping, or
Finishing Machine Operator
4.01
32.08
Heavy Duty Repairman
3.91
31.28
Motor Patrol Operator, including any type of Power Blade
4.01
32.08
Laborers, General or Construction
2.88
23.04
Any Classifications omitted herein, not less than
2.88
23.04
Reinforcing Iron Worker
3.825
30.60
Structural Steel Worker
4.075
32:60
Painters, Brush
3.55
28.40
Painter, Spray Gun or Sand Blaster (7 -Hr. Day)
3.80
26:60
Plasterer
4.125
33.00
Page '2Q
(h) Permits and Licenses: The Contractor shall procure all permits and
licenses, pay all charges and fees, and give all notices necessary and incidental
to the due and lawful prosecution of the work, including City of Newport Beach
business license tax.
(i) Patents: The Contractor shall assume all responsibilities arising from the
use of patented materials, equipment devices, or processes used on, or incorporated
in the work.
(j) Public Convenience and Safety: The Contractor shall so conduct his
operations as to cause the least possible obstruction and inconvenience to public
traffic. Unless other existing streets are stipulated in the special provisions to
be used as detours, all traffic shall be permitted to pass through the work.
Residents along any canal or street shall be provided passage as far as
practicable. Convenient access to driveways, houses, and buildings along the canal
or street shall be maintained and temporary crossings shall be provided and maintained
in good condition. Not more than one cross or intersecting street or road shall be
closed at any one time without the approval of the Engineer.
The Contractor shall furnish, erect and maintain such fences, barriers, lights
and signs as are necessary to give adequate warning to the public at all times that
the road, street, or building, is under construction and of any dangerous conditions
to be encountered as a result thereof, and he shall also erect and maintain such
warning and directional signs as may be furnished by the City.
(k) Responsibility for Damage: The City of Newport Beach, the City Council, or
the Engineer shall not be answerable or accountable in any manner for any loss or
damage that may happen to the work or any part thereof; or for any material or
equipment used in performing the work; or for injury or damage to any person or
persons, either workmen or the public; for damage to adjoining property from any
cause whatsoever during the progress of the work or at any time before final acceptance.
The Contractor shall indemnify and save harmless the City of Newport Beach, the
City Council, and the Engineer from any suits, claims, or actions brought by any
person or persons for or on account of any injuries or damages sustained or arising
in the construction of the work or in consequence thereof. The City Council may
retain so much of the money due the Contractor as shall be considered necessary until
disposition has been made of such suits or claims for damages as aforesaid.
(1) Contractor's Responsibility for Work: Except as provided above, until the
formal acceptance of the work by the City Council, the Contractor shall have the
charge and care thereof and shall bear the risk of injury or damage to any part
thereof by the action of the elements or from any other cause, whether arising from
the execution or from the non— execution of the work. The Contractor shall rebuild,
repair, restore, and make good all injuries or damages to any portion of the work
occasioned by any of the above causes before final acceptance and shall bear the
expense thereof, except such injuries or damages occasioned by acts of the federal
government or public enemy.
(m) No Personal Liability: Neither the City Council, the Engineer, nor any
other officer and authorized assistant or agent shall he personally responsible for
any liability arising under the contract.
(n) Responsibility of City: The City of Newport Beach shall not be held
responsible for the care or protection of any material or parts of the work prior
to final acceptance, except as expressly provided in these specifications.
General Conditions
Page_ 21
(o) Workmen's Compensation. Insurance and Safety: In all operations connected
with the work herein specified, the Contractor shall comply with the provisions of
Divisions IV and V of the Labor Code of the State of California relating to Workmen's
Compensation Insurance and Safety.
The successful bidder, previous to the entering of the contract to do the said
work, shall take out and maintain in full force and effect, compensation insurance
with an insurance carrier covering his full liability for compensation to any person,
or the dependents thereof, employed who may be injured in the carrying out of said
contract.
(p) Insurance: The Contractor shall take out and maintain, during the life of
the contract, the following public liability and property damage insurance in which
the City of Newport Beach shall be named as an additional assured, and shall protect
the Contractor or any subcontractors performing work covered by the contract, and also
the City of Newport Beach, from claims for personal injury, including accidental death,
as well as from claims for personal damages which may arise from the operations under
the contract, whether such operations shall be performed by the Contractor or any sub-
contractor; or by anyone directly or indirectly employed by any of them, and the limit
of liability for such insurance shall be as follows;
(1) Limit of Liability for Injury or Accidental Death:
One Person . . . . . . . . . . . $100,000.00
One Accident . . . . . . . . . . $3009000.00
(2) Limit of Liability for Property Damage:
One Accident . . . . . . . . . . S 25,000.00
Aggregate Liability for Loss . . $ 50,000.00
The Contractor shall furnish the City of Newport Beach with satisfactory proof
of carrying the insurance required by submitting certificate or policies of insurance
to the Engineer prior to the commencement of the work under this contract.
The policies shall be endorsed as follows:
"It is hereby understood and agreed that the Policy
to which this certificate refers may not be cancelled
materially changed, nor the amount of coverage thereof
reduced nor the policy allowed to lapse until ten (10)
days after receipt by the City Clerk of the City of
Newport Beach, City Hall, Newport Beach, California,
of a registered written notice of such cancellation
or reduction in coverage."
Nothing herein contained shall be construed as limiting in any way the extent
to which the Contractor may be held responsible for payment of damages to persons
or property resulting from his operations or the operations of any subcontractors
under him.
General Conditions
, J
Page 22
Section 6. PROSECUTION AND PROGRESS
(a) Subletting and Assignment: The Contractor shall give his personal attention
to the fulfillment of the Contract and shall keep the work under his control.
Subcontractors will not be recognized as such, and all persons engaged in the
work of construction will be considered as employees of the Contractor and their work
shall be subject to the provisions of the contract and specifications.
Where a portion of the work sublet by the Contractor is not being prosecuted in
a manner satisfactory to the City Engineer, the subcontractor shall be removed
immediately on the requisition of the City Engineer and shall not again be employed
on the work.
The contract may be assigned only upon written consent of the City Engineer.
(b) Pro r_-s of the Work and Time for Completion: The Contractor shall begin work
within fifteen (15) days after receiving notice that the contract has been approved and
shall diligently prosecute the same to completion /a consecutive working days after
date of execution of the contract.
(c) Character of Workmen: If any subcontractor or person employed by the
Contractor shall fail or refuse to carry out the directions of the Engineer or shall
appear to the Engineer to be incompetent or to act in a disorderly or improper manner,
he shall be discharged immediately on the requisition of the City Engineer, and such
person shall not again be employed on the work.
(d) Temporary Suspension of Work: The Engineer shall have the authority to
suspend the work wholly or in part, for such period as he may deem necessary due to
unsuitable weather, or to such other conditions as are considered unfavorable for the
suitable prosecution of the work, or for such time as he may deem necessary, due to the
failure on the part of the Contractor to carry out orders given, or to perform any
provisions of the work. The Contractor shall immediately obey such order of the
Engineer and shall not resume the work until ordered in writing by the Engineer.
(e) Time of Completion and Liquidated Damages: It is agreed by the parties to
the contract that in case all the work called for under the contract is not completed
before or upon the expiration of the time limit as set forth in these specifications,
damage will be sustained by the City of Newport Beach, and that it is and will be im-
practicable to determine the actual damage which the City will sustain in the event of
and by reason of such delay; and it is therefore agreed that the Contractor will pay to
the City of Newport Beach the sum of fifty dollars ($50) per day for each and every
day's delay beyond the time prescribed to complete the work; and the Contractor agrees
to pay such liquidation damages as herein provided, and in case the same are not paid,
agrees that the City of Newport Beach may deduct the amount thereof from any money due
or that may become due the Contractor under the contract.
It is further agreed that in case the work called for under the contract is not
finished and completed in all parts and requirements within the time specified, the
City Council shall have the right to extend the time for completion or not, as may seem
best to serve the interest of the City; and if it decides to extend the time limit for
the completion of the contract, it shall further have the right to charge to the
Contractor, his heirs, assigns or sureties and to deduct from the final payment for the
work, all or any part, as it may deem proper of the actual cost of engineering,
inspection, superintendence and expenses, which are directly chargeable to the contract,
and which accrue during the period of such extension, except that the cost of final
surveys and preparation of final estimate shall not be included in such charges.
General Conditions
. . J
Page 23
The Contractor shall not be assessed with liquidated damages nor the east of
engineering and inspection during any delay in the completion of the work caused by
acts of God or of the public enemy, acts of the City, fire, floods, epidemics,
quarantine restriction, strikes, freight embargoes and unusually severe weather or
delays of subcontracts due to such causes; provided that the Contractor shall within
ten (10) days from the beginning of any such delay, notify the Engineer in writing of
the causes of delay, who shall ascertain the facts and the extent of delay, and his
findings of the facts thereon shall be final and conclusive.
(f) Suspension of Contract: If at any time in the opinion of the City Council the
Contractor has failed to supply an adequate working force, or material of proper quality,
or has failed in any other respect to prosecute the work with the diligence and force
specified and intended in and by the terms of the contract to provide means for a satis-
factory compliance with the contract notice thereof in writing, will be served upon him,.
and should he neglect or refuse to provide means for a satisfactory compliance with the
contract, as directed by the Engineer, within the time specified in such notice, the
City Council in any such case, shall have the power to suspend the operation of the
contract. Upon receiving notice of such suspension, the Contractor shall discontinue
said work, or such parts of it as the City Council may designate. Upon such suspension,
the Contractor's control shall terminate, and thereupon the City Council or its duly
authorized representative, may take possession of all or any part of the Contractor's
materials, tools, equipment and appliances upon the premises, and use the same for the
purpose of completing said contract and hire such force and buy or rent such additional
machinery, tools, appliances and equipment, and buy such additional materials and
supplies, at the Contractor's expense as may be necessary for the proper conduct of the
work and for the completion thereof; or may employ other parties to carry the contract
to completion, employ the necessary workmen, substitute other machinery or materials,
and purchase the materials contracted for, in such manner as the City Council may deem
proper; or the City Council may annul and cancel the contract and relet the work or any
part thereof. Any excess of cost arising therefrom over and above the contract price,
will be charged against the contractor and his sureties, who will be liable therefor.
In the event of such suspension, all money due the contractor or retained under the .
terms of this contract shall be forfeited to the City; but such forfeiture will not
release the Contractor or his sureties from liability or failure to fulfill the contract.
The Contractor and his sureties will be credited with the amount of money so forfeited,
toward any excess of cost over and above the contract price arising from the suspension
of the operations of the contract and the completion of the work by the City as above
provided, and the Contractor will be so credited with any surplus remaining after all
just claims for such completion have been paid.
In the determination of the question whether there has been any such noncompliance
with the contract as to warrant the suspension or annulment thereof, the decision of
the City Council shall be binding on all parties to the contract.
(g) Right of Way: The right of way for the work to be constructed will be
provided by the City. The Contractor will make his own arrangements, and pay all
expenses for additional area required by him outside of the limits of right of way,
unless otherwise provided in the Special Provision.
Section 7. MEASUREMENT AND PAYMENT
(a) Extra and Force Account Work: Extra work as hereinbefore defined, when
ordered and accepted, shall be paid for under a written work order in accordance with
the terms therein provided. Payment for extra work will be made at the unit price or
lump sum previously agreed upon by the Contractor and the Engineer; or by force account.
General Conditions
I
Pagel 2[,
If the work is done on force account, the Contractor shall receive the actual
cost of all materials furnished by him as shown by his paid vouchers, plus fifteen
percent (15 %) and for all labor, equipment and teams that are necessary, he shall
receive the current prices in the locality, which shall have been previously determined
and agreed to in writing by the Engineer and by the Contractor, plus fifteen percent
(15 %);provided, however, that the City reserves the right to furnish such materials
required as it ;Deems necessary, and the Contractor shall have no claim for profit on
the cost of such materials. The price paid for labor shall include any compensation
insurance paid by the Contractor.
All extra work and force account shall be adjusted daily upon report sheets,
prepared by the Engineer, furnished to the Contractor and signed by both parties,
which daily report shall thereafter be considered the true record of extra work or
force account work done.
(b) Progress Payments: The City shall, once in each month, cause an estimate in
writing to be made by the City Engineer of the total amount of work done and the
acceptable materials furnished and delivered by the Contractor on ground and not used,
to the time of such estimate, and the value thereof. The City of Newport Beach, shall
retain ten percent (10%) of such estimated value of the work done and fifty percent
(50%) of the value of the materials so estimated to have been furnished and delivered
and unused as aforesaid as part security for the fulfillment of the contract by the
Contractor and shall monthly pay to the Contractor, while carrying on the work, the
balance not retained, as aforesaid, after deducting therefrom all previous payments and
all sums to be kept or retained under the provisions of the contract. No such estimate
or payment shall be required to be made, when in the judgment of the City Engineer, the
work is not proceeding in accordance with the provisions of the contract, or when in
his judgement the total value of the work done since the last estimate amounts to less
than three hundred dollars ($00.00).
(c) Final Payment: The City Engineer shall, after the completion of the contract,
make a final estimate of the amount of work done thereunder, and the value of such
work, and the City of Newport Beach, shall pay the entire sum so found to be due after
deducting therefrom all previous payments and all amounts to be kept and all amounts
to be retained under the provisions of the contract. All prior partial estimates and
payments shall be subject to correction in the final estimate and payment. The final
payment shall not be due and payable until the expiration of thirty —five (35) days from
the date of acceptance of the work by the City Council.
It is mutually agreed between the parties to the contract that no, certificate
given or payments made under the contract, except the final certificate or final payment,
shall be conclusive evidence of the performance of the contract, either wholly or in
part, against any claim of the City of Newport Beach, and no payment shall be construed
to be an acceptance of any defective work or improper materials.
And the Contractor further agrees that the payment of the final amount due under
the contract, and the adjustment and payment for any work done in accordance with any
alterations of the same, shall release the City of Newport Beach, the City Council,
and the Engineer from any and all claims or liability on account of work performed
under the contract or any alteration thereof.
General Conditions
j r
Page 25
Section 8.
The work embraced herein shall be done in accordance with the appropriate
provisions of the construction details, Section 10 to Section 60, inclusive, of the
Specifications entitled "State of California, Department of Public Works, Division of
Highways, Standard Specifications, August, 1954 ", insofar as the same may apply, which
specifications are hereinafter referred to as the Standard Specifications, and in
accordance with the following special provisions:
Whenever in the Standard Specifications the following terms are used, they shall
be understood to mean and refer to the following:
Department of Public Works, or Division of Highways - The City Engineering
Department.
Director of Public Works - The City Engineer
Engineer - The City Engineer, acting either directly or through properly
authorized agents, such agents acting within the scope of the particular duties
entrusted to them.
Laboratory - The designated laboratory authorized by the City Engineer to test
materials and work involved in the contract.
State - City of Newport Beach
Other terms appearing in the standard Specifications, the general provisions and
these special provisions, shall have the intent and meaning specified in Section 1,
Definition of Terms of the Standard Specifications.
In case of conflict between the Standard Specifications and these special
provisions, the special provisions shall take precedence over and be used in lieu of
such conflicting portions. Pay quantities as listed in Proposal Sheet shall govern
where basis of payment is in conflict with the Standard Specifications.
The preliminary estimates of quantities as listed on the proposal sheet are
approximate only, being given as a basis for the comparison of bids, and the City of
Newport Beach does not expressly, or by implication, agree that the actual amount of
work will correspond therewith, but reserves the right to increase or decrease the
amount of any class or portion of the work, or to omit portions of the work that may
be deemed necessary or expedient by the Engineer.
The work shall be done in accordance with City of Newport Beach Plans, consisting
of three sheets on file in the City Engineer's office.
The entire area to be paved shall be prepared in accordance with Section 15 of
the Standard Specifications, Class "F" Sub- grade.
Untreated Rock Base shall conform to the requirements of Section 16 of the
Standard Specifications.
Plant Mixed Surfacing shall conform to the requirements of Section 20 of the
Standard Specifications, Type "C" plant mixed surfacing. Prime coat is required on all
areas to be surfaced. Seal coat shall be omitted.
Special Provisions
c
Page 26
The street will be open to traffic, one lane only, during the performance of the
construction work covered by this contract.
Utilities: Valve and meter boxes in the construction area will be reset to grade
by others.
Excavations: All excavations shall be supported in the manner set forth in the
rules, orders and regulations prescribed by the Industrial Accident Commission of the
State of California. Sheet piling and other timbers shall be drawn in such a manner as
to prevent caving of the walls of the excavation.
Concrete: Concrete shall be Class B. Aggregate grating shall be 1f" x 3/4"
primary aggregate and 2j" maximum combined aggregate per Section 26, 27 and 36 of
Standard Specifications.
Prime Coat: Prime coat shall be applied at the rate of 0.10 Gal /Sq. Yd.
Survevs: Grades and lines shall be set by the City Engineer's office.
Mortar and Grout: 1:3 Mix, water to consistency.
Concrete Blocks:
Special Provisions
M.W. — C90 -441 8" x 8" x 16" Concrete Blocks, A.S.T.M.
_�-
TO: CITY COUNCIL
FROM: City Manager and Publi
DC UNG1L COUNCIL' .. �� .�i--
3 �
Dl$POSIFION� P 'W""
FILE: F1lE: �_ °a'� p ,J�'^'/'�','��'f''-'�[`�,,, u.✓,.,!".'
c W irector
SUBJECT: CONSTRUCTIO14 OF STREET IMPROVEMENTS IN MARINE AVENUE FROM 70.00 FEET SOUTHERLY
OF BAYSIDE DRIVE TO NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
Three bids were received and opened by the City Clerk at 9 :30 A.M.
on March 10, 1960.
RECOMMENDATIONS:
Bidder Total
Griffith Company 91900.00
Costa Mesa
Gerard Knutson Construction 11,448.00
Santa Ana
Benton H. Prock
Costa Mesa
11,977.00
The low bid is 50% more than Engineer's Estimate of $6,600.
1. Award contract to Griffith Company for $9,900.*
2. Adopt a resolution authorizing the Mayor and City Clerk to
execute the contract with Griffith Company.
* This recommendation is based on the fact that the Engineer's Estimate
apparently did not include adequate provision for difficult construction
conditions due to traffic conjestion. Also, the short time for completion,
which is 20 consecutive working days after the date of the signing of the
contract, is rather short and is undoubtedly reflected in the bid.
Attest to Opening of Bids
City C rk
JBW:ek
3 -10 -60
Respectfully submitted,
L�
Robert Shelton, City Manager
Donald C. Simpson, Public Works Director
TO: CITY COUNCIL
FROM: City Manager and Public Works Director
4
SUBJECT: CONSTRUCTION OF STREET IMPROVEMENTS IN MARINE AVENUE FROM 70.00 FEET SOUTHERLY
OF BAYSIDE DRIVE TO NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
Three bids were received and opened by the City Clerk at 9:30 A.M.
on March 10, 1960.
Bidder Total
Griffith Company $ 9,900.00
Costa Mesa
Gerard Knutson Construction 11,L,48.00
Santa Ana
Benton H. Prock 11,977.00
Costa Mesa
The low bid is 50X+ more than Engineer's Estimate of $6,600.
RECOMMENDATIONS:
1. Award contract to Griffith Company for $9,900.*
2. Adopt a resolution authorizing the Mayor and City Clerk to
execute the contract with Griffith Company.
* This recommendation is based on the fact that the Engineer's Estimate
apparently did not include adequate provision for difficult construction
conditions due to traffic conjestion. Also, the short time for completion,
which is 20 consecutive working days after the date of the signing of the
contract, is rather short and is undoubtedly reflected in the bid.
Attest to Opening of Bids
CtyClrk
JBW:ek
3 -10 -6o
Respectfully submitted,
Robert Shelton, City Manager
Donald C. Simpson, Public Works Director
TO: CITY COUNCIL
FROM: City Manager and Public Works Director
SUBJECT: CONSTRUCTION OF STREET IMPROVEMENTS IN MARINE AVENUE FROM 70.00 FEET SOUTHERLY
OF BAYSIDE DRIVE TO NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
Three bids were received and opened by the City Clerk at 9:30 A.M.
on March 10, 1960.
Bidder Total
Griffith Company $ 9,900.00
Costa Mesa
Gerard Knutson Construction 14448.00
Santa Ana
Benton H. Prock 11,977.00
Costa Mesa
The low bid is 50% more than Engineer's Estimate of $6,600.
RECOMMENDATIONS:
1. Award contract to Griffith Company for $9,900.•
2. Adopt a resolution authorizing the Mayor and City Clerk to
execute the contract with Griffith Company.
* This recommendation is based on the fact that the Engineer's Estimate
apparently did not include adequate provision for difficult construction
conditions due to traffic conjestion. Also, the short time for completion,
which is 20 consecutive working days after the date of the signing of the
contract, is rather short and is undoubtedly reflected in the bid.
Attest to Opening of Bids
My C1 rk
JBW:ek
3 -10 -60
Respectfully submitted,
Robert Shelton, City Manager
Donald C. Simpson, Public Works Director'
By Cash Contract
City Council
James B. Stoddard, Mayor
J. Frank Atkinson Kenneth C. Kingsley
Charles E. Hart Hans J. Lorenz
C. A. Higbie Harvey Somers
Robert Shelton
City Manager
J. B. Webb
Public Works Director
CITY OF NEWPORT BEACH
ORANGE COUNTY
CALIFORNIA
SPECIFICATIONS AND CONTRACT DOCUMENTS
_ .
FOR
'
THE CONSTRUCTION OF STREET IMPROVEMENTS
\0 Y
IN
�@
MARINE AVENUE
FROM
-V �
70.00 FEET SOUTHERLY OF BAYSIDE DRIVE
TO
q N
NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
M�
By Cash Contract
City Council
James B. Stoddard, Mayor
J. Frank Atkinson Kenneth C. Kingsley
Charles E. Hart Hans J. Lorenz
C. A. Higbie Harvey Somers
Robert Shelton
City Manager
J. B. Webb
Public Works Director
X061 -"
The Honorable City Council
City of Newport Beach
California
Gentlemen:
i
Page 2
The undersigned, having carefully examined the location of the proposed work, and
having carefully examined the plans and specifications, and having familiarized himself
with all the contract requirments, proposes and agrees to furnish any and all required
labor materials, transportation and services for the construction of street improvements
in Marine Avenue from 70.00 feet southerly of Bayside Drive to the north abutment of
Balboa Island Bridge, in the City of Newport Beach, California, in strict conformity with
the plans, specifications and other contract documents on file in the office of the City
Clerk, for the unit prices set forth in the following schedules
The undersigned submits a non collusion affidavit with this proposal.
Item With Unit Price
Written in Words
Construct Curbs, Gutters
Catch Basins, Retaining
Walls, Traffic Islands,
Asphalt Pavement, Prime
Coat, Base, Sidewalks,ete.
As Shown on Dwg. No. 75 -2909
COMPLETE IN PLACE
�L.�1lr /�J 7X/U� ✓_�.✓?��e3 fdU
Lump Sum
Total
$ *`� -�tl �5p °'
I
The undersigned further agrees that in case of default in executing the required
contract with necessary bonds within ten (10) days, not including Sunday, after
having received notice that the contract is ready for signature, the proceeds of the
check or bond accompanying this bid shall become the property of the City of Newport
Beach.
Licensed in accordance with the Statutes of the State of California providing
for the registration of Contractors, License No. 7 7 7/3 A
-I
The undersigned has checked carefully all of the above figures and understands
that the City will not be responsible for any errors or omissions on the part of
the undersigned in making up this bid.
Accompanying this proposal is .671
in an amount not less than ten percent (
9 —4-?6 6
Phone No.
Z /o � 4
Date
Bidderts Address
v
artitiea unecx, uasnier-s
) of the total bid price.
Authorized Signature
�O P.9.C�T.1J6.esNi P
Type of Organization
(Individual, Corporation, Copartnership)
List below names of President, Secretary, Treasurer and Manager if a corporation and
names of all copartners if a copartnership:
C' EK'�l.C✓,/) K N u�/To /-� /.�.3 :Zc i -�: �` a�iF". ./-�1: iif /4'�+ i4-
.,�j1J /.o �. %C.v uiJ�ti) / /�/ l.F�k'o�N L�G�C -+✓ l'(1�3-7� �lJ t/s.v.f
Proposals (Continued)
Fige 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
Specifications. No change may be made in these sub - contractors except upon
the prior approval of the City Council of the City of Newport Beach.
Item of Work Sub - contractor Address
1. P.0 ✓iNrS' .S[/LLi/Li /LLE� p,�T. !!J. T�C�. L'A/! �/� - '�Gf,..d- n,- :,�/�!�/F
2.
3.
XiWi3o,J
;Bid is Name
�4 4
Type of Organization
(Individual, Copartnership or Corporation
Address
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY
THESE PRESENTS,
day of
1Y1 A& c /f , 196 v .
Two Witnesses (if individual)
That we,
ilIRA /\NVTSo4
/
�-(+NS?ogoC7,� y
ClIC' , as Principal,
and I c "rflAv k kG R s NOC MAb7 y Cow PAN ; , as Surety, are held and
firmly bound unto the City of Newport Beach, California, in the sum of /09. o f -XQ &-la/
A Moo.b4 61 Dollars (� ), lawful money of the United States for the
payment of which sum well and truly to be made, we bind ourselves, jointly and severally,
firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden, principal for the construction of A4&0'4
C,o
above bounden principal shall duly enter into and execute a contract for such construction
and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids"
within ten (10) days (not including Sunday) from the date of the mailing of a notice to
the above bounden principal by and from said City of Newport Beach that said contract is
ready for execution, then this obligation shall become null and void; therefore, otherwise
it be and remain in full force and effect, and the amount specified herein shall be
forfeited to the said City.
IN WITNESS WHEREOF, we hereunto
set our hands and seals this /V*
day of
1Y1 A& c /f , 196 v .
Two Witnesses (if individual)
6—eA�A �
�/
^NU 7Son/
/ /
`°NJ 74 uc 7iu iv `a
Princi 1
By
Title
Attest (if corporation)
Title
Corporate Seal
Attest
Title
A� eGERS \r nN.7' L�AIA N,
Title 97.7 y -..v- FAc 7
State of California
County of Los Angeles ss. /
On this_ �� f{ day of R pl 1910 O, before me personally came
Robert P.
to me known, who being by me duly sworn, did depose and say: that he is Attorney(s) -in -Fact of The Travelers
Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the
seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority
granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name �
thereto by like authority. �L--w/
(Notary Public)
My commission expires My Commission Expires Nov. 29, 1961
'", S-498 Rev. 243 Pnierro,e u.s.e
Page 9
NON COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
ether bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the attached
bids; that no inducement of any form or character other than that which appears upon
the face of the bid will be suggested, offered, paid or delivered to any person
whomsoever to influence the acceptance of the said bid or awarding of the contract,
nor has this bidder any agreement or understanding of any kind whatsoever, with any
person whomsoever to pay, deliver to, or share with any other person in any way or
manner, any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this W_ day of
My Commmmisslon expires:
4'. /6
IM
N ry Public
11
0
Fage 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(The bidder is required to state what work of a similar character to that included
in the proposed contract he has successfully performed and give reference which
will enable the City Council to judge of his responsibility, experience, skill and
business standing.)
The undersigned submits herewith a statement of his financial responsibility.
The undersigned submits below a statement of the work of a similar character to
that included in the proposed contract which he has successfully performed.
ar
JTd.E'.a./ Y�'A ...1 S ('ilP� ✓ >�,�j,.1G .U.c..4� /� �Xf Oda
STn~Z .U�f . �iF e �E �r o✓ z s a UV l9(p 0
Signed 2z 0 �_
E
Page 13
Section 1. PROPOSAL REQUIREMENTS
(a) General Information: The City Council of the City of Newport Beach, California,
will receive at the offiw of th City Clerk, City Hall, in said City, until %'9L AP7.
on the /G ?4 day of RAG 196 6, sealed proposals for the construction of
improvements in accordance with said plans, specifications and special provisions.
(b) Examination of Plans. Specifications. Special Provisions and Site of Work: The
bidder is required to examine carefully the site of and the proposal, plans, specifications
and contract forms for the work contemplated, and it will be assumed that the bidder has
investigated and is satisfied as to the conditions to be encountered and to the character,
quality and quantities of work to be performed and materials to be furnished, and as to the
requirements of the specifications, the special provisions and the contract. It is mutually
agreed that submission of a proposal shall be considered prima facie evidence that the bidder
has made such examination and investigation.
(c) Proposal Form: All proposals must be made upon blank forms to be obtained from the
City Engineer, at his office in the City Hall, City of Newport Beach. All proposals must give
the prices proposed, both in writing and figures and must be signed by the bidder, with his
address. If the proposal is made by an individual, his name and post office address must be
shown. If made by a firm or partnership, the name and post office address of each member of
the firm or partnership must be shown. If made by a corporation, the proposal must show the
names, titles and business of the President, Secretary and Treasurer.
(d) erection of Proposals Containing Alterations. Erasures or Irregularities: Proposals
may be rejected if they show any alterations of form, additions not called for, conditional or
alternative bids, incomplete bids, erasures or irregularities of any kind.
The City reserves the right to reject any and all bids or waive any irregularity or
informality in the bid process.
(e) Bidder's Guaranty: All bids shall be presented under sealed cover and shall be
accompanied by cash, cashier's check, certified check, or bidder's bond made payable to the
City of Newport Beach, for an amount equal to at least ten percent (10 %J of the amount of said
bid, and no bid shall be considered unless such cash, cashier's check, or bidder's bond is
enclosed therewith.
(f) Award of Contract: The award of the contract, if it is awarded, will be to the
lowest responsible bidder whose proposal complies with all the requirements described. The
award, if made, will be made within thirty (30) days after the opening of the bids. All bids
will be compared on the basis of the Engineer's estimate of quantities of work to be done.
(g) Execution of Contract: The contract shall be signed by the successful bidder and
returned, together with the contract bonds, within ten (10) days, not including Sundays,
after the bidder has received notice that the contract has been awarded. No proposal shall
be considered binding upon the City until the execution of the contract.
General Conditions
The Honorable City Council
City of Newport Beach
California
Gentlemen:
Page 2
The undersigned, having carefully examined the location of the proposed work, and
having carefully examined the plans and specifications, and having familiarized himself
with all the contract requirments, proposes and agrees to furnish any and all required
labor materials, transportation and services for the construction of street improvements
in Marine Avenue from 70.00 feet southerly of Bayside Drive to the north abutment of
Balboa Island Bridge, in the City of Newport Beach, California, in strict conformity with
the plans, specifications and other contract documents on file in the office of the City
Clerk, for the unit prices set forth in the following schedules
The undersigned submits a non collusion affidavit with this proposal.
Item With Unit Price
Written in Words
Construct Curbs, Gutters
Catch Basins, Retaining
Walls, Traffic Islands,
Asphalt Pavement; Prime
Coat, Base, Sidewalks,etc.
As Shown on Dwg. No. 75 -2909
CCMPLETE IN PLACE
Benton H. Prock
470 Cambridge Circle
Uosta Mesa, Calif.
Total
s ,�
0 0
The undersigned further agrees that in case of default in executing the required
contract with necessary bonds within ten (10) days, not including Sunday, after
having received notice that the contract is ready for signature, the proceeds of the
check or bond accompanying this bid shall become the property of the City of Newport
Beach.
Licensed in accordance with the Statutes of the Sta California providing
for the registration of Contractors, License No. J W2 oL�
The undersigned has checked carefully all of the above figures and understands
that the City will not be responsible for any errors or omissions on the part of
the undersigned in making up this bid.
Accompanying this proposal is
(cash, Certified Check} Cashier's Check of Bond
in an amount not less than ten percent (10%) of the total bid price.,
Derts
— rs,
Cr64 h4ca 04111
Bidder's Address
Bidder's Name
Zr (Seal)
Authorized Signature
Authorized Signature.
Type of Organization
(Individual, Corporation, Copartnership)
List below names of President, Secretary, Treasurer and Manager if a corporation, and
names of all copartners if a copartnership:
Proposals (Continued)
Fage 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
Specifications. No change may be made in these sub - contractors except upon
the prior approval of the City Council of the City of Newport Beach.
Item of Work Sub-contractor
2,
3.
4.
5.
Address
Bidder's Name
Authorize Signature
J
Type of Organization
(Individual, Copartnership or Corporation
1L /v 00 'LiAr I cl� ti
Ciuii, �c'-;M C41 1
Addresss
• • Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, BENTON H. PROCK , as Principal,
and . SEABOARD SURETY COMPANY , as Surety, are held and
firmly bound unto the City of Newport Beach, California, in the sum ofrEN PERCENT OF
AMOUNT BID IN
DOLLARS AND CENTS Dollars ($ 10% ), lawful money of the United States,
for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden, principal for the construction
of street improvements in Marine Avenue
in the City of Newport Beach, is accepted by the City Council of said City,
and if the above bounden principal shall duly enter into and execute a contract
for such construction and shall execute and deliver the two (2) bonds described
in the "Notice Inviting Bids" within ten (10) days (not including Sunday) from the
date of the mailing of a notice to the above bounden principal by and from said
City of Newport Beach that said contract is ready for execution, then this obli-
gation shall become null and void; therefore, otherwise it be and remain in full
force and effect, and the amount specified herein shall be forfeited to the said
City.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
10th
day bf March 0 lg§c6Q
Two Witnesses (if individual)
Benton H. Prock Principal
Attest (if corporation)
Title
Corporate Seal
THE PREMIUM ON THIS
Attest BOND IS S INCLUDED 1 :1 S500
ANNUAL BID BOND CHARGE
j, Title
By.
Title Du.-...c.s^
SEABOARD SIR ETY COMPANY
Surety
By
Gorge, . Willis
Title Attorney -in -Fact
e
.STATE OF CALIFORNIA
' COUNTY OF LAS ANGELES I SS.
I
t
t
On this LOthday of March in the year one thousand nine hundred and sixty
S. GRAMM
before me,
a Notary Public in and for said County and
State, personally appeared (ii@M w W1LL15
known to me to be the person whose name is sui ribed to the within instrument as the Attorney -in -fact
of the SEABOARD SURETY COMPANY, and acknowledged to me that he subscribed the name of
the SEABOARD SURETY COMPANY thereto as principal, and his own name as Attorney -in -fact.
Notary Public in and for said County and State.
ate': Commission expires:
S. GRAMNI-`� M Crnmirsion Ez9irrc-
Y Peril 20, 1963
9 0
NON COLLUSION AFFIDAVIT
Page 9
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange=
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the attached
bids; that no inducement of any form or character other than that which appears upon
the face of the bid will be suggested, offered, paid or delivered to any person
whomsoever to influence the acceptance of the said bid or awarding of the contract,
nor has this bidder any agreement or understanding of any kind whatsoever, with any
person whomsoever to pay, deliver to, or share with any other person in any way or
manner, any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by A&LAa il � .�TLOLk�
this _ !E� day of E( G r G b , 19.�e. .
My Commission expires:
6
Q�' , -)4,
Notary is
z • S
CITY OF NEWPORT BEACH
ORANGE COUNTY
CALIFORNIA
SPECIFICATIONS AND CONTRACT DOCUMENTS
Mil
THE CONSTRUCTION OF STREET IMPROVEMENTS
IN
MARINE AVENUE
FROM
70.00 FEET SOUTHERLY OF BAYSIDE DRIVE
TO
NORTH ABUTMENT OF BALBOA ISLAND BRIDGE
GRIFFITH COMPANY_;.
tb60 "' OUTH 'SROAQWAY By Cash Contract
LOS- ANGELMS- 15= CAUF.-
City Council
James B. Stoddard, Mayor
J. Frank Atkinson Kenneth C. Kingsley
Charles E. Hart Hans J. Lorenz
C. A. Higbie Harvey Somers
Robert Shelton
City Manager
J. B. Webb
Public Works Director
0
W02; -K IA
The Honorable City Council
City of Newport Beach
California
Gentlemen:
0
The undersigned, having carefully examined the location of
having carefully examined the plans and specifications, and having
with all the contract requirments, proposes and agrees to furnish
labor materials, transportation and services for the construction
in marine Avenue from 70.00 feet southerly of Bayside Drive to the
Balboa Island Bridge, in the City of Newport Beach, California, in
the plans, specifications and other contract documents on file in
Clerk, for the unit prices set forth in the following schedule:
Page 2
the proposed work, and
familiarized himself
any and all required
of street improvements
north abutment of
strict conformity with
the office of the City
The undersigned submits a non collusion affidavit with this proposal.
Item With Unit Price
Written in Words
Construct Curbs, Gutters
Catch Basins, Retaining
Walls, Traffic Islands,
Asphalt Pavement, Prime
Coat, Base, Sidewalks,ete.
As Shown on Dwg. No. 75 -2909
COMPLETE IN PLACE
N�ti�7�—N�IvL HL &J),2c7�
Lump Sum
Total
t
The undersigned further agrees that in case � of
deftet in executing the required
contract with necessary bonds within tea .(10) dhys� not including Sunday, after.
having received notice that the contract 1a:ready..orsignnature, the proceeds of the
check or bond accompanying this bid shall become the property of the City of Welwport
Beach.
Licensed in accordance with the Statutes of th.%Iate of California providing
for the registration of Contractors,.License No.
The undersigned has chocked careALUy.:all of the above figures and unders do
that the City will not be responsible for W errors or emissions on the part rf
the undersigned in making up this bid.
Accompanying this proposal is
in an amount not less than ten pare
MCHMOND 9-9343
Phone No.
Date
f06O SOUTH BROADWAY
LU5 e,*bifh
GRIFFITH COMPANY
BiVer's Nam
AL�
Authorized Signature
C0RrC1M1kT.I0N-
Bidder's Address
(Individual, Corporation, Copartnership)
List below names of President, Secretary, Treasurer and Manager
if a corporation and
names of all
-------------------------------
copartners if a copartnerships
Z_- . ......
Ben P. Grimth
1. R. Mirams
rVesident
vice Pres.-searetary
1001 Linde Mra Drive
241 Via
1*2 Angeles 49, Calif.
C. F. Rees
J. A. Holmtrom
Vice Pres--Trftmwer
Mist Rngitsar
Genoa, Lido Isle
2D4 No. B11112t, Boulevard
NG"rt Beaeh, Cali-?.
Inglesood, Caljg-o -
sm C'k E;
Catherine Robeft;ojn
L V.
Asst. SftrotaM
1336 oak Grove Aveme
596o Brr&urst Aveaus
Ban lbrino # califorwa
111ligan
.
Aest. Segretary
447 So. Rampiu-, Mvd.
Los Angeles 43, Calieoxmia
Los Angeles 570 M-14ftrnia
Proposals (Continued)
The undersigned certifies that he has used the sub -bids of . the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
Specifications. No change may be made in these aub- contractors except upon
the prior approval of the City Council of the City of Newport Beach.
Item of Work Sub - contractor Address
1.L'o�xc�TE,p/G ✓EXt�LcKZ�%%f�i�.t'ELawJT/� /��/li
2.
3..
4.
5.
GRIFFITH COMPANY
Bidderls Name
Authorized Signature PRLsioE mr
CORPORATION
Type:of Organization
(Individual, Copartnership or Corporation
1060 SOUTH Ra!)AMMAY
Lots ANGELES -I5- CALIF.
Address
- f
• • Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,.
That we, GRIFFITH COMPANY , as Principal,
and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and
firmly bound unto the City of Newport Beach; California, in the sum of
k g 2Ij " II i X4WEV Dollars ($ /, Zc'Cr!), lawful money of the United States.
for the payment of which sum well and truly to be made, we bind ourselves,
Jointly and severally, firmly by these presents:
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above
°b�n, r- r h co a
o J
of w: a ¢
og�• 'r°
in the City ok Newport Beach, is accepted by the City Council of aid City,
and if the above bounden principal shall duly enter into and execute a contract
for such construction and shall execute and deliver the two (2) bonds described
in the "Notice Inviting Bids" within ten (10) days (not including Sunday) from the
date of the mailing of a notice to the above bounden principal by and from said
City of Newport Beach that said contract is ready for execution, then this obli-
gation shall become null and void; therefore, otherwise it be and remain in full
force and effect, and the amount specified herein shall be forfeited to the said
City.
IN WIT ASS WHE OF, we ereunto set our hands and seals this / D
day df a. ., 1�4.
Two Witnesses (if individual)
Attest (if corporation)
Title =,,RETARY
Corporate Seal
Attest
Title
GRIFFITH COMPANY
Pnrinc' pal 1
By G;
Title
PRESIDENT.
ND I WWAKE (C�OMPANYI
... u... y .. .yam. "•.�:- _--
.. .
8440 WRSHI BL . .�, R0' -
LOS ANGELES 6, CALIFORNIR
Title -
Total amount of premium charged, $5.00 l .... .
(included in Bid Bond , Service Lh1dn„*sis
STATE OF_ - -- CAT.TFAMA - --
COUNTY OF._ ILB AMMER
On this 10th day of March • in the year 19-6q
before me, __ M _S _ -BYBEE _ _ _
a xoTARY wmLic in and for said County and State, personally ap red N_ B_ GIRARD
i known to me to be the person whose name is subscribed to the within instrument as the
Attorney -in -fact of the FIREMAN'S FUND INSURANCE COMPANY, and acknowl-
edged to me that he subscribed the name of the FIREMAN'S FUND INSURANCE COM-
PANY thereto as principal, and his own name as Attorney -in -fact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my
office, in said County and State, the day and year in this certificate first above written.
Notnrr blie is and for avid nnty and 81nte
My commission expires. ---- - -•IAN I.2,S§4.------------- _ --- - ---
-------
am 47P 1.60 •
0 0
Page 9
NON COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the attached
bids; that no inducement of any form or character other than that which appears upon
the face of the bid will be suggested, offered, paid or delivered to any person
whomsoever to influence the acceptance of the said bid or awarding of the contract,
nor has this bidder any agreement or understanding of any kind whatsoever, with any
person whomsoever to pay, deliver to, or share with any other person in any way or
manner, any of the proceeds of the contracts sought by this bid.
r
GRIFFITH COMPq►.[,'I(
PRESIDENT
Subscribed and sworn to before me by BEN P.
this / 0 day of ""I)ra As , 19 _a.
My Commission expires:
PAey 22, 1961 �
Notary Public
a
0 0
Cage 10
BIDDERIS STATFIENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(The bidder is required to state what work of a similar character to that included
in the proposed contract he has successfully performed and give reference which
will enable the City Council to judge of his responsibility, experience, skill and
business standing.)
The undersigned submits herewith a statement of his financial responsibility.
The undersigned submits below a statement of the work of a similar character to
that included in the proposed contract which he has successfully performed.
GRI�FITTHH C MPANY.
Signed / /(�C.( ,
PRESTO . T
'.
This business was Incorporated ln.Apr:kls, 1902, as Fair-
child- Gilmore- Wilton Co. The. name was changed to Griffith
Companyp incorporated In December 1922, and has been in con-
itinuous operations, averaging $.8000.00,000.00 annually in Oolitract
SMOUnts since 1941.
AdPances to UMOmgleted Con°.n!aCtS
016h surrender value s LUe Sass. Pouirles
Inventory of :Real Estate ... DoVwr
TOTAL
lmestwmU and Adva naves to Subsidiaries
aiii Real Metata To=b vemturea
Anil Estate 2astanment contracts
Seal Estate Trust Decd Rotas
Seal Estate See. Nortgaps -m- Denver
Other Zrsgestwets at Cost
TOTAL
EZZAM
land n Plant Sites at Cost
Autos and Trucks
Lose Reserve for Depr'aciatie7!
Fquip -ment and Plants -
Love Reserve for Depreciation
Ofnas, Equipment
Leas Resmrve for Deproeiatioa.
REAL ESTATE
-- Real Estate Lots. -.
Buildings and Improvements
Lose Reserve for Deprecia °,.ion
3<J1,117..9
- 90a359s25,
361x352.550
68,51.0.84
2S0.S8D,tY2
243y59D.18
$2.14.62336.15
L "%Sx9�13 574x86 %.02
422073932.27
2.286047.`57 l'92`L2^a84.90,
37357
22.w�n33..30 S1vL3G.33
- TOTAL
= €92$262.51
¢�3,os; 354,961.Ii
$8184.339.03
,32$220.10 .
2,7548796.43
TOTAL - - d93.=.03
COHA= MR 1- ITT S - -
ABeormts Payable a Trade
.Accrued Pa7"n
Federal Income Tam fox^ 1959
Equipment Plea Oostraats .
Sue OMaaers and Sto¢lcho9.ders
Notes PWble » Bank
Use FaPloyses .. Bond Trust Etc.
CoasYauetica Lo=s and De^posita - Deaver
Pv- all
r
TOTAL
TOTAL
$32g36t,2�5.61
2o3ti52600.44.
63$93.0.41
24frV894.64
1Si205500
986x059.63
122��.i7ti -
4675.30
423852189.97
2300n.51.
202420.63
31�a'n.36
74283.5%1
4i3a769.16
sir
Page 13
Section 1. PROPOSAL REQUIREMENTS
(a) General Information: The City Council of the City of Newport Beach, California,
will receie at the office-of the City Clerk, City Ball, in said City, until :3G v.m .
on the 14-, �h day of IMC % 196Z-, sealed proposals for the constru tion of
improvements in accordance with said plans, specifications and special provisions.
(b) Examination of Plans. Specifications, Special Provisions and Site of Work: The
bidder is required to examine carefully the site of and the proposal, plans, specifications
and contract forms for the work contemplated, and it will be assumed that the bidder has
investigated and is satisfied as to the conditions to be encountered and to the character,
quality and quantities of work to be performed and materials to be furnished, and as to the
requirements of the specifications, the special provisions and the contract. It is mutually
agreed that submission of a proposal shall be considered prima facie evidence that the bidder
has made such examination and investigation.
(c) Proposal Form: All proposals must be made upon blank forms to be obtained from the
City Engineer, at his office in the City Ball, City of Newport Beach. All proposals must give
the prices proposed, both in writing and figures and must be signed by the bidder, with his
address. If the proposal is made by an individual, his name and post office address must be
shown. If made by a firm or partnership, the name and post office address of each member of
the firm or partnership must be shown. If made by a corporation, the proposal must show the
names, titles and business of the President, Secretary and Treasurer.
(d) Resection of Proposals Containine Alterations. Erasures or Irregularities: Proposals
may be rejected if they show any alterations of form, additions not called for, conditional or
alternative bids, incomplete bids, erasures or irregularities of any kind.
The City reserves the right to reject any and all bids or waive any irregularity or
informality in the bid process.
(e) Bidder's Guaranty: All bids shall be presented under sealed cover and shall be
accompanied by cash, cashier's check, certified check, or bidder's bond made payable to the
City of Newport Beach, for an amount equal to at least ten percent (10%j of the amount of said
bid, and no bid shall be considered unless such cash, cashier's check, or bidder's bond is
enclosed therewith.
(f) Award of Contract: The award of the contract, if it is awarded, will be to the
lowest responsible bidder whose proposal complies with all the requirements described. The
award, if made, will be made within thirty (30) days after the opening of the bids. All bids
will be compared on the basis of the Engineer's estimate of quantities of work to be done.
(g) Execution of Contract: The contract shall be signed by the successful bidder and
returned, together with the contract bonds, within ten (10) days, not including Sundays,
after the bidder has received notice that the contract has been awarded. No proposal shall
be considered binding upon the City until the execution of the contract.
General Conditions
c`S �$Q10�y,
P.' CITY OF NEWPORT BEACH
EVIL' joQ
CALIFORNIA
ti
SEALED PROPOSALS will be received at the office of the City Clerk,
City Hall, City of Newport Beach, California, until 9:30 A.M. on the
10th day of March 1960 at which time they will be publioly opened
and read, for performing work as follows:
Construction of Street Improvements in Marine Avenue From
70.00 Feet Southerly of Bayside Drive to North Abutment of
Balboa Island Bridge.
No bid will be received unless it is made on a proposal form
furnished by the City Engineer. Each bid must be accompanied by (cash,
certified check or bidder's bond) made payable to the City of Newport Beach,
for an amount equal to at least ten percent (10%) of the amount bid, such
guaranty to be forfeited should the bidder to whom the contract is awarded
fail to enter into the contract.
In accordance with the provisions of Sections 1770 to 1781 of the
Labor Code the City Council of the City of Newport Beach has ascertained the
general prevailing rate of wages applicable to the work to be done as follows
(See Attached for Wage Scale)
All bids are to be compared on the basis of the City Engineer's
estimate of the quantities of work to be done.
No bid will be accepted from a Contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division III of Business and
Professions Code.
Plans may be seen, and forms of proposal, bonds, contract, and
specifications may be obtained at the office of the City Engineer, City Hall,
Newport Beach, California. NO DEPOSIT REQUIRED.
The special attention of prospective bidders is called to the
°Proposal,Requirements and Conditions" annexed to the blank form of proposal
for full directions as to bidding, sto.
The City of Newport Beach reserves the right to reject any or all
bids and to waive any informality in such bids.
Dated: 2/9/60
CITY OF NEWPORT BEACH, CALIFORNIA
MARGERY SCHROUDER, City Clerk
i
i
Page 19
Wage Scale
Hourly -
Per "Ilia®
Classification Wage Scale
Wage
Watchman or Guard
2.50
20.00
Carpenter
3.60
28.80
Cement Finisher
3.875
31.00
Operators & Tenders of Pneumatic & Electric Tools,
Vibrating Machines & Similar Mechanical Tools
3.09
24.72
Cement Dumper (on 1 Yd. or larger mixers and handling
bulk cement)
3.09
24.72
Cribbers or Shorers
3.24
25.92
Concrete Curer - Impervious Membrane
3.07
24.56
Flagman
2.88
23.04
Sewer Pipe layer (Excluding Caulker)
3.19
25.52
Sever Pipe Caulker (Using Caulking Tools)
3.07
24.56
Mortarman
2.99
23.92
Apprentice Engineer, Including Fireman, Oiler, Greaser
3.13
25.04
Air Compressor Operator
3.13
25.04
Concrete Mixer Operator - paving type and mobile mixer
4.01
32.08
Concrete Mixer Operator - Skip Type
3.37
26.96
Pavement Breaker Operator
3.91
31.28
Pipe layers
3.19
25.52
Pump Operator
3.37
26.96
Roller- Operator
3.72
29.76
Skip - Loader Operator - Wheel Type
3.37
26.96
Tractor Hi -Lift Shovel Operator
3.91
31.28
Tractor Operator - Bulldozer, Tamper, Scraper or Drag
Type Shovel or Boom Attachments
4.01
32.08
Trenching Machine Operator
4.01
32.08
Universal Equipment Operator (shovel, dragline, derrick,
derrick - barge, clamshell or crane)
4.01
32.08
Drivers of Dump Trucks of less than 4 Yds. Water level
3.155
25.24
Driver of Dump Trucks - 4 Yds. but less than 8 Yds Water Level
3.185
25.48
Drivers of Trucks - Legal Payload Capacity less than 6 Tons
3.155
25.24
Drivers of Trucks - Legal Payload Capacity between 6 & 10 Tons
3.185
25.48
Drivers of Trucks - Legal Payload Capacity between 10 & 15 Tons 3.235
25.88
Drivers of Transite Mix - Under 3 Yds.
3.395
27.16
Drivers-of Transite Mix - More than 3 Yds.
3.535
28.28
Bricklayer and Stonemason
4.18
33.44
Bricklayer and Stonemason Foreman (Not less than $2.00 per
day above Journeyman rate)
4.43
35.44
Bricktender
3.13
25.04
Electrician
4.40
35.20
Asphalt Baker and Ironer
3.09
24.72
Asphalt Plant Fireman
3.61
28.88
Asphalt or Crushing Plant Engineer
3.91
31.28
Concrete or Asphalt Spreading, Mechanical Tamping, or
Finishing Machine Operator
4.01
32.08
Heavy Duty Repairman
3.91
31.28
Motor Patrol Operator, including any type of Power Blade
4.01
32.08
Laborers, General or Construction
2.88
23.04
Any Classifications omitted herein, not less than
2.88
23.04
Reinforcing Iron Worker
3.825
30.60
Structural Steel Worker
4.075
32.60
Painters, Brush
3.55
28.40
Painter, Spray Gun or Sand Blaster (7 -Hr. Day)
3.80
26.60
Plasterer
4.125
33.00
AFFIDAVIT OF PUBLICATION
STATE OF CALIFORNIA,
County of Orange,
of the said County, being duly sworn, deposes
and says: THAT ............ he is and at all times here
mentioned was a citizen of the United States,
over the age of eighteen years, and that ........
he is not a party to, nor interested in the above
entitled matter; that ... ........ he is the * .................
...... ... .- ..................................................... ................................................. .. .
....................... I............ printer of the Newport Harbor
News Press, a newspaper of general circulation,
printed and published in the City of Newport
Beach, County of Orange, and which newspaper
has been adjudged a newspaper of general cir-
culation by the Superior Court of the County
of Orange, State of California, under date of
October 22, 1954, Case Number A 24831;
that the notice, of which the annexed is a printed
copy, has been published in each regular and
entire issue of said newspaper and not in any
supplement thereof on the following dates,
to-wit:
nr,......,.-
............................... ...............................
all in the year 19.:x..- :.....
..
*Printer Foreman of the Printer or Principal
Clerk of the Printer
Subscribed and Sworn to before me this ... ......
-.... day of ........ 19_.',
(SEAL) Notary Public in and for said County
and State.
My Commission Expires
19.....;..... .
- O
CALIFORNIA I BEACH
CALIFO
SEALED PROP SAU will be received at the office of the
City Clerk, City Hall, City of Newport Beach, California, until
9:30 A. ,y, 4f,:Marcli 1.960, at which time they
will bap for per®tmin*mork as follows: ne Avenue
de va, to North
No bad- _ ved unjfes -"R
Nrmshe d: .�
r E 1Ch hi
h
by (cash bif''
's bosit�
City of 1Q
M'..
cent (30% -
reAt�F3
the bsdder-Gi:�! _
J9t.wardedi
contract
__3.37.
In accOrdence
a of S
the Labor Core t>;;
Cf the Cit
ascertained the gp ,
rate o
Si
work to b"6mrw aa.
n'85.20
Wage'.
p; .3.3..7
Classification' -
.5 =8CH1.
Watcllman or
rJ:i'. .:
Carpenter ....:,.....
_ :1.:., ..,:
Cement Finisher.'-
...:i„ ....- Lc�.:..
Op.eqr.ators dc.'L'...
: .4.0:(
ry4atlC�Taolar�.
� .:.:,.
SttZdlar '�1f
'� t` r
Cement bumper' -�
':(iY: er
mixers end -h
Cribbers Sho
- ent)
ar
-.
Concrete Curer
embrarl
Flagman':.
.
Air
and
Roller. Operatc
Skip Loadir
Tractor IAwLff
-Tractor Opera
Scraper 6f T
Boom Attad
Trenching Meta
Universal Egul
dragtine, Q
clamshell of
:Drivers of Dys
4 Yd's. We@
Driver of Duid
then 9 Ydse;
Drivers.of Trd
Capacity let
Drivers of T
Capacity
Drivers of T
C4pAMy be!
Drlxerk bf Tre
Drivers of Tra
Bricklayer an(
Bricklayer and
(not less that
Jbctlneyman_
Bricktander ....
Electrician
B.,.
Aapfialt Asp'hfi t 2!l
Asphalt or eti
Concrete or Ai
any=
Any
not
No bi(lgfl
licensed fhb
III of Business.
Plan: may
and specificalii
neer, City_ Hal
QUIRE I -._..,
The'W"
"Proposal >
form of prepm
The City.. c
all bide, WO IC
sal form
mpanied'
e 'to the
ten per -j
d should
into the i
1781 of I
Bach hag
le to the
t,Diem
Vage
.,20.00
28.80
31.00
24:72
6
72
i._ 82
3y�.155 , 25.24
9185 - , 25.48
,155 ,...25.24.
24.58 . .
2
23.92. .
M'..
25.04 .i
S
:25.04
.... 4.01 ....
32.08
__3.37.
16.96
F
31.28
35.44
2 &52
44•. f,Y.l.-
26.96
n'85.20
29.76
p; .3.3..7
26.96
.5 =8CH1.
31.28
rJ:i'. .:
.. 4.0}.
32.08
: .4.0:(
32.08
4.01
32.06
3y�.155 , 25.24
9185 - , 25.48
,155 ,...25.24.
.25.48
2
25.88. .
M'..
27.18
S
28.28
33.44
pn
11.43
35.44
8.13
25.04
4.(A
n'85.20
a.�
24.72
�.
i8.88 ,
3.
31.28
..... 32.08
. 2.88 23.04
uaitted' �"
2.98 23.04
23.04
2r _ Imo. tx 3 30.60
a..,o.
C*&-s 32.60 . .
ri.!a.._... i...: 3.80� -.:: 28.60.
:. a:.. .y .....................,.....: 4.125 33,00
on the b®Ma of the City Engineer's
work to be Aone... ..
a Contractor.who hea.not,been .
the prov.0iona of Chapter P, Division
0a Cede.
forma .of proposal, bonds, contract
;Ab&office of the City Engl-
. NO DEPOSIT RE-
rc'nt pognpeclive bldda& Is: tailed to the
mCotidrtionO annexed to , the blank
,!b !4 bidding, etc.
- rgm¢yya -.t1 iL tq•reJeA env or
E
AFFIDAVIT OF PUBLICATION
STATE OF CALIFORNIA,
County of Orange,
... ly .:.....
of the said County, being duly sworn, deposes
and says: THAT ............ he is and at all times here
mentioned was a citizen of the United States,
over the age of eighteen years, and that ........
he is not a party to, nor interested in the above
entitled matter; that ............ he is the * ..................
. .. ............ ..'__............ printer of the Newport Harbor
News Press, a newspaper of general circulation,
printed and published in the City of Newport
Beach, County of Orange, and which newspaper
has been adjudged a newspaper of general cir-
culation by the Superior Court of the County
of Orange, State of California, under date of
October 22, 1954, Case Number A 24831;
that the notice, of which the annexed is a printed
copy, has been published in each regular and
entire issue of said newspaper and not in any
supplement thereof on the following dates,
to-wif:
all in the year 19......
,
............. Y...
*Printer Foreman of the Printer or Principal
Clerk .of the Printer
Subscribed and Sworn to before me this --"......- .... ...
_.._`: . .. day of ..........__ _:.__:;...__...... 19......:x...
(SEAL) Notary Public in and for said County
and State.
My Commission Expires
_:.. _ ..., 19
CITY -',F NEWPORT REACT[
ALIFORNIA
SEALED PROPOS= will he received at the. office of the
Citv Clerk,: City. Hill,. City. of Newport Reach, California, until
9:30 A. Bti lOtil. of .Atatx .,180 8j.. "Sirh tiMe _they.
will be pu5,et `P•mew- .ie,srp.k W foBQwa:
`•_ Made on a proposal fArnl
accompanied
f.,.. payable to the
9ty' t NY. i _� Si da.'at least" ten per_.
cent (10%1 -to, be forfeited should
the biddeC"I9,.WtMt 'I k tbr3nter tntoI the
contract.' -x
In aceotddnee-. _ :,'t7 �tae:1781 of
the Labor 6oi1$( � '�i..6wlFO�. Beach has
c
ascertained the' g , t ;::�h haQle to the
work to be .aa fell h
14'age' Dlem ,
Classlficathon- } Wage
Watchman or '
p20.00
Carpenter .._ ;: " -.a, 60. 28.80
Cement Finisher .. 875 .31.00
Opd akirs & Tenders neumW&A .,
EtVtrlc "Tools Vrb' Machin
Similar Mechanicb is _ .34.72'
Cement Dumper (on: or Ar8}r�. -, .
mixers and an lk "'Cbtneat] -.5 72:
Cribbers or. Sho ... -. _ s
Concrete Curer _ Otis" ,
Flagman ......
Sewer Pipe, !Ayer 1 a s °35.$2.
Sewer C Caulk Br .. .,
Tools.). ...:. � :.. . ; . .2 4.56
Mortar'.mah' :............ ' "........ 99 ,.23,92 :.
_. _. _ .9
Apprentice`Engipeek -�7 - Ing -x.. ,
....4.. ..........
Oiler, Greaser .... "' - -` 25.04
Air Compressor `O .,........ „ ..........::: -"`' .23.04
Concrete Mixer Ope pavittgtype .
and mbbile mieef. - . 32.08
4.y
Conemte'Irfixer'Op '` -' Bkl -,:g :26.96
Pavament Breaker 31.28 .
Pipe, Layers
Pump Operator.
Roller: Operator ,a i i . .2918
Skip Loader operacloY&'"
Tractor Hi -Taft
Tractor Operato r.l
Scraper or, Dre,
Bin- 'Attachm1} "
.,:,32.08
III
and
all
Is. 3.886: 28.28
... 4.18
:33.44 1
._ 4.43
... 3.13
25:04
,..4.40
clamshell oa
......:... ... ...
4,01},.
32.08
Drivers of Dum
... 3.91
31.28
dal
_
4 Yds: Water
" ..::.:..........
3:153
.25.24
Drive? of Dum '.
ut less
.........:.... ...
than .8 Yda.
`= `.;A...._...........
.3185
Drivers of True
lead .
Capacity lees-
`.,:_ :..:...........3155'.
_25.24 I
Drivers oRk .. : '
Ad-,
,('Trt
Capablty'be�
.:$:186
""
..p
25.48
Drivers Triickt ":.
.-
Is. 3.886: 28.28
... 4.18
:33.44 1
._ 4.43
... 3.13
25:04
,..4.40
,:35.20
3.09..
44.7i
3.61"
28.88
... 3.91
31.28
dal
...,.....
31.28
-:.: -= ter
.........:.... ...
23.04
6�._ Engrd�r's
anQ baen
`�'�. - TlvieiRn
contract,:
e =City Engi -:
�'i8f),.IYEPOSrr :Rll1 -.
Mddere led to the
be blank.
'fn bid _: .
es_the r(ahi ^�: �sfod Any or.
0
AFFIDAVIT OF PUBLICATION
STATE OF CALIFORNIA,
County of Orange,
cf +he said County, being duly sworn depot,
and says: THAT he is and at all times he
mentioned was a ci`:'zen of the United S:e +e
over the ace of eiah'een year :. and that
he a not a party to, nor interested in Ae abo
entitled .a- +er; that he is the *
5
printer of the Newport Harb '
New Press. a newspaper of general circl:lati(
printed and published in the City of Newo,
Beach, County of Orange, and which newsoai
has been adjudged a newspaper of nene-al
cu'atior by the Superior Court of the Cou,,TV
o Orange S ate of California, under date of
October 22. 1954, Case Number A 24831
hat the notice, of which the annexed is a printed
copy, has been published in each requiar and
entire issue of said newspaper and not ;- --
supplement thereof cn the following
O -wit:
all in the year 19............
*Printer Foreman of the Printer or Print
Clerk of the Printer
I
Subscribed and Sworn to before me this
day of ... ............................. 19
.....
S
t
..... .... _ ........ ..................................... . .... ....... ......... .............
... 9
(SIAL), Notary Public in and for said Coul
and State.
�Ay Commission Expires
........ ...... __ ...................................... . 19.............
hI publicly- opened and read, for performing work as follows:
Construction of Street Improvements in Marine Avenue
From 70.6& Feet Southerly Of Biyside Drive to North
Abutment ,Of Balboa Island Bridge. _
No bid will be received unless it is made on a proposal form
oldied by the City Engineer. Etch bid must be accompanied
)cash, certifiers cheek ?,gr bidder's bond) }trade payable to the
.of Newport. Beaeltc- 16r•an amount equal to at. least toil per -
't of lire amount bid, such guarenty to.be forfeited shou;d
bidder -in whom the uon4act is a „ended fail to enter into the
II'ACI e
In a'. c.nrdan :e with the provisions of Sections L770 in 1781 of
-. Labor Code he City Ceuneil of tha City of Newport Beach has
ertainmd the ,- eneral prevailing rate of wages aWllpable
.
;k to be done as follows;:.
it age Dcale ..]burly. Per 11'• :
(Ill"ifh'ation Wage Amie t4'ag:
Watchman or Guard .... ...... ............... ..... 2.50 2o. .:
Carpenter ' .
Cemmol. Fin slier ... - ..... ...........5.876 31.
Operators & Tenders of Pneumatic &-
F.lec'Irih - rnols. Vibrating Machines .A - ��*---
Simila: Mechanical Tools ............ ...........
Crnlenl thumper ion 1Yd. or IA[itc,
mlxels and handling bulk cement, ........ 3,09 -,
of
('ribber, I Sharers .._ ............ .- - .... 3.24 2.i.
Concrete C'•..ter -- Impervious Y.Pnnbrane 307 .: 24
Fiagmmn ......... I .... ....... .. ...... - -. 1. .. ...... 2.81.. : 23
Sewer Pipe Layer ,Excluding Caolkeri .... 3.19.. 25
Se,ce Pipe Caulker (Using Caulkin -'
Tonla, _. ........ ......... .... .- ........................ _..., .r.0 r.. 24
>lnr:a rill an �.... .. ..... ... ................. ........... 2.99 2..,
Apprentice Engineer. Including Fireman, .....
011rl. (:1'Ca SPI' .... ..... ........... ...... .. ...... .. :11. 1.31 ^i....
:fir Comiriossor Operator ............ ... .....- 3.1.5 2. •.
Concrete Mixer Operator - - paein„ t1'pe -
and mohile amen .............. ........... ... 4,01 "O'.
Coo ;Pte Dfixer Operator Skip Tvpe - 2. 3 T "9 :.
Pavemmnt Breaker Operatr .._. ... .... ........ 3.91 31
t......n :...mac....... _. .
Pimp Operator ... 4 ..................... 37 +P.
Roller Opwatnr ... s: � .... 17 2 2f
Skin 1.nA der opelareliw. w4jeel ype ........ i. :i. it '•.:
Tea,!nr Hi -Lift S ,:OP�tor _... ... .. 39t ;.1
Tray_ ;or Operator- �� ozer, Tamper.
Sorape ,r Drag shovel o'
Room Attachment .......... l.ol ..'
Trcnchinr Machine..' Paton ... . 1111
Ulli,'PI',at Equipment,-Operator shovel,
diagiine, derrick. derrick- bal
rla mane, or crane) > : .................. ..._...... 4.01 31 .�.
Dricern of Dumpjrualts of team tean
4 Yd.c. Water
LgF,gI ..,.mss_.! ......................
In river of Dump Teede Ibs but less
than k Yds.K'at'ei .. .... 31F.,
D, i ors of plucks -- LegeF yload
Capacit less than 6 ;.... ..... -t t"i '2..
pikers of T1Ud 3� _ Leg&ITAydoad
(Apacit between 6 A, nn .......
Dri,Prs of Trucks.- IA yload
("apsont, between 10 IK Tons ....: ^ "'
Deicers of Transits Z "ix ,`=}:. �I?nr.or 3 Yds. 3.n95 _. -
Fnivers of Tfan.site Mix-.1--Ubre than 3 Yds. B..S, ; :i ..
Bnckla,'ar and Stone ... .. ...... 4.18 .,
RI i, It1a%er and Stoners - .oremaa
,lilt icsg than 32.06P k * above
7nunnevman rate) ........ .......................... 4.4;
Brio it ten d :.. ...... ................. ..... .......... ........ - ...... 3.13 2'.,
Eier t tie s, r . ....................::.. ..............................- 4.40
Asphalt Raker and Ironer 3.09 <..
Asphalt Mini, Fireman' ......... ........................ 3.61 ' - =-
Asphalt 1)r Crushing' Plant Engineer .. 1,91
Concrete or- Asphalt Spreading, Mechanical
Tamping, or Finishing Machine
Operator .................... ................. ........... 4.n1
Aeazv Duty Repairman 3.91 t.l...i
Motor Patrol Operator. including
am t} pe of Power. Blade . ... _. _.. 4.01 :P 1)a
LAborers, General or Construction - ............ 2.88 2:.04
Anv Classifications omitted herein,
tuit leas than ..... ...... _....._ .................... 2.88 243.04
RPin`nrcing_ Iron Worker ._, ...... _ ..:. ........... .. 3$25 30.61)
S4vctura': Steel worker ... .................... 4.07. -�
Painlerc. Bilk'¢ -- . ...... ................. ..... .
Faints" Snray Gum m' Land
R ?saner 17 -HT, Da \'I ... ............................... An ?6J10
i!7 bids are In he aompared no ,he basis of the Circ Fnglneet-
imata of the quantities'of work to he. done
Nn bid will be accepted from a Cnntractnr a'!nn has not b, -n
used in ac :cordanne with the prnvisions of Chapter 9, Division
of Rosiness and Professions Code.
pions mae be seen, and form,: of prnpngal. bond., contr30.
+ specY i!:t.ons may be obtained at the office of the City' Engi-
Cisy Hr.I I. Newport Beach, California. NO DEPOSIT RE-
RED.
The speoiel attention of prospective bidders is called to the
posal Requirements and Cnnditiomc" annexed in the blank
of proposal for full directions as to bidding, etc.
Plan City of Newport Beach reserves the right to reject Anv or,
ids and to waive any informality' in such bids.
CITY OF NEWPORT BEACH, CA NIA.
MARGFRY SCHROUDER. Clerk
Dal-i 2:9:60..
Nn :875 News Press 2/12/60
AFFIDAVIT OF PUB.!. i^ATION
STATE OF CALIFORNIA,
County of Orange,
ire >a d County, being duly sworn deo
and says: THAT he is and at all tir:-es I
mentioned wa< a c''�iren of the United Stat
over the ace of eiahteo-i ` -�,.rs. and that .
he 's not a party 'o, nor inter- ted in the ab(
enii+ied maP er; that .. . he is the *.
printer of the Newport Har
News Press. a newspaper of general circular
pr'nted and published in the City of New[
Beach, County of Orange, and which newsp�
has been ad udaed a newspaper of genera'
cu'stior by the Superior Court of the Co
of Orar : -e, State of Cal fernia, under sat
October 22, 1954, Case Number A 24
that the notice, of which the annexed is a pri
copy, ,has been published in each regular
entire issue of said newspaper and not it .
s=upplement thereof on the following c
to -wit:
all in the year 19... ..........
.. ..i ..
*Printer Foreman of the Printer or
Clerk of the Printer
Subscribed and Sworn to before me this .............
day of
19.......... .
Notary Public in and for said Cou
and State.
M,i Commission Expires
I
3
t
................. ___ ................... I .......... - .......... 19.....
3
oll
will be publicly opened and read, for performing work as follows: np
Cc,"struction of Street Improvements; in Marine Avenue
From 70.00 Feet SmAherh of Bayside Drive to North
Abutment of Balboa Island Bridge. .
No bid will be received ynless it is made on a proposal form
furnished by •the City Engineer. Each bid must be accompanied
by (cash. certified check or bidder's bor.d) made pa'able to the
Cite of N'ewport Beach, fm an amount equal to at least ten per-
cent (ttc� i of the amount, bid, such guarani), to be forfeited shoidd
the bidder to. whom the: cotltrlact is awarded fail to enter Into the
,,,ntract, i
In accordance with the provisions of Section< 1770 to 1781 of
Hie I.abor Code the City Council of the City of Newport Beach has
.«rtained the general prevailing rata of Wages applicable to the
o
or i. I be done as follows:
age lic'ele .j4pufly Per Diem
a.. Ilieation � �._Bage. Scale 11'agr
a(chman or Guard ............... .._ .... 2.50 20.00
.
17 Prot, .. ......:............... ...... _...... ..t.1... 3.fin :!R.AO
^iuent Fl mshcr ............ ... .. ..... ..(..... 3.8 7,) 31.no
pGalot's & Tendnrs of Pncmnatic &
Fllectrii- Tnols, A "ib;ating IMnchmos &
Similar Pl ccl;s rival Tools .. .... ... ..... ._... - 3.09 23.72
ement Dumpm ion I Yd. nr larger
misers and handlusg bulk cement) ........ 3.09. 21,72
libbers or Shorers .. .. .. ...................... 3.24 .25.92
on(let, Curer - impervious Membrane 3.07.. 24.e6
lagutan ... ......1 -. ...... .. - ... ..... ._.-,. 2.81 2.04
ewer Pipe La)`?r (Excluding Caulker) .... 3.19- 25.52
ewrit Pipe Caulker (Using Caulking
TOMI .......... ... ...... .. ..__..__....... ._.............. . 3117 21.56
Tot tarman .. .:..` ........... ..................._........... 2.99 23.92
'pr? ell ice. Engineer, Including Fireman,
Oi`..rr. Grca sec ....- .... ........ . .......... ................ 3.13.
),f,. Cominessor Operator ....... .................... 3.13 4.;.04
'nnerete Miser Operator - pacing type
and mobile miser ... ........... ....... .... I....... 4.01. T2.OA
- Innrrete Mixer Operator - Skip Type .... 3.37 26.96
Pavement Breaker Operator ... .................. 3.91 31.2A
rape LA %era . ......... ....................... ..... - ............ 3.t9 25.52
rump Operator ...... ` .... ...............:... ... __........ 3,37 26.96
Roller OperatnI .. -...... ... ...... ......... ..... ..__3.72 29.75
Skip Loader Operator -- Wheel Type ........ 3.37
'Tractor HI -Lift Shovel Operator ..... 3.91 31., ^.A
Tra ( for Opera for - Bulldozer. Tam pm .
Scraper or Drag Tylethovel or
Boom Atta(hmentsge,................. ............ ... 0)I
Trenching Machire Operator .. ..... .. . -... 4.01 3'L.OA
I'nicersal Equipment Operator ishovel.
dragline. derrick, derrick- barge.
clamshell or crane) .- .... .......... _ ............. 4.61
Drivers of Dump Trunks of less than
4 Yds. Water -Level .... _ ... ......... - ...... . 3.id5 25.24
Pricer of Du in Tmicks' =.4. -Yds. but less
than A Yds. Water Le;Sei_ ... .......... .. ... .. se. A:i 2.5, 1A
Drivers of Trucks -- Leo) Payload
Capacity less than 6 rina ...._. _. .__... 3.1-1.5 25.2
Drivers of Trucks - - Legal Payload,
Capacity between 6 & 10 ; Tone ,- ............ 3.185 25,42
Drivers of Trucks -- Legal Payload
Capacity between 10 &:15 Tons ... .. 3.23,1
Privers of Transite Mix - Under 3 Yds. 3.695 27.1`
Drivers of Translte Mix -More than 3 Yds. 3.83.5 2A.t'=
RricMayer and Stonemason _._..._ .............. 4.11 33; t4
Brickla >rer and Stonemason Foreman
i not less than 42.00 per day abtry t
.iotuarevman rate) ............. _.._...... ... 4.43 38,41
Micktender . .... .... .......... _......... .. 3.13 27.01
F1leetrician ........ .......... ...... 4A0 33.2n
Asphalt Raker and Ironer ............................ 3.0 21.72
Asphalt Plant Fireman .................... ....... 161 2A,99
Asphalt or Crushing Plant Engineer - 391
Concrete or Asphalt Spreading, Mechanical
Tamping, or finishing Machine
Operator ... ....... ... .._ 1 nt
lleayv Duty Repairman f ..... .. .. 3.91 1 2A
Motor Patrol Operator, including „ -a
any type of Power Blade ._F,'c;g ............. 4.01 32.OA
Laborers, General or.Construct* .............. 2.8A 23.04
Anv Classifications omitted heretw
not.4w than ..... .......................:l...... .. ..... 2.88 23.04
.,,
Rein( ' Iron-,Worker '........... ' :10,60
4.07.5 ;2 -60
...........- 3.1715 21.40
Painter, Spray Gun or Sand.
Blaster iT -Hr. Day. C .. ....:........................ -. 3.10 26,6n
asterery . ........ ...... _.. ..................... ._. ........ 4.12- ;3.00
.:11 bids -p.re to be compared, on the basis of the City Enginer,
• +a.te of the quantities - of-work to be done.
.:n bia'will be accepted from a Contractor who has not been
:ed im ifCprdance witbo the .provisions of Chapter o, Division
f Busipisv,and,2lofessions Code,"
Plans, in4y be seen. and forms :of proposal, bonds, conti act.
specifications may be obtained at the office of the Citc Engi-
City -Hall, Newport Beach, California. NO DEPOSIT RE-
IP.ED.
The special attention of prospective. bidders is called to the
rnpoaal Requirements and Conditions" annexed to the btank
rm of proposal for full directions as to bidding, etc.
The Ci,ty.of Nev, port Beach reserves the right to reject any or
III bids and to waive any informality in such bids.
- CITY OF NEWPORT BEACH, CALIFORNIA
MARGERY SCHROUDER, City Clerk
hated: 2/9/60
No. 1875 News Press 2/12/60 ,