Loading...
HomeMy WebLinkAboutC-1082(B) - Pacific Coast Highway widening at Balboa Bay Club apartmentsPLEASE RETURN TO: I ��� LAURA LAGIOS, CITY CLERK' BOOK 8859 PACE 146 CITY O"r NEWPd ?.T BEACH 3300 NE`N70:2T E^• -` 925b0 PIEYe, , NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 25, 1968 , the Public Works project consisting of Pacific (east H;gWay Widening N BBC(C 1080 on which ons was the contractor, and National Surety Corporation was the surety, was .completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; -the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury, that the foregoing is, true and correct. Executed on January 28, 1969 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City oa accepted the above described work as d completed an or eyed that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed.on January 28, 1969 at Newport Beach, California: " a d FREE C4 RECORDED AT REQUEST OF CM OF NEWPORT BEAON IN OFFICIAL RECORDS OI ORANGE COUNTY, CALIF. 9:05 AM JAN 29 1969 J. WYLIE CRRLYLE, County Recorder d I CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: Januaxv 28. 1989 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation ig Notice of Completion of Public Works project consisting of pacific Coast Highway Widenita 0 Balboa Hay Club. Contract No. 1082 on which R. W M cClellAm and gala was the Contractor and Natic al Surety Oarporstim was the surety. Please record and return to us. LL: ih Encl. Very truly yours, Laura Lagios City Clerk City of Newport Beach C�- ion January 27, 1969 TO: CITY COUNCIL FROM: Public Works Department E -141 SUBJECT: ACCEPTANCE OF WIDENING OF THE PACIFIC COAST HIGHWAY ADJACENT TO THE BALBOA BAY CLUB APARTMENTS (C -1082) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been filed. DISCUSSION: The contract for the widening of the Pacific Coast Highway adjacent to the Balboa Bay Club Apartments has been completed to the satisfaction of the Public Works Department. The bid price was: $19,706.48 Amount of unit price items constructed: 20,520.50 Amount of change orders: - Total contract cost 20,520.50 Amount budgeted: 22,000.00 Under the terms of an agreement dated November 18, 1966, the Balboa Bay Club will pay $5,259.18 of the contract. The Bay Club was responsible for the cost of the curb, gutter, and sidewalk. The contract amount was more than the bid price due to the State Division of Highways requirement for a wider sidewalk and larger storm drain pipe. The contractor is R. W. McClellan and Sons of Costa Mesa, California. The contract date of completion was October 12, 1968. Due to delays in receiving the State Encroachment Permit the work was not substantially completed until October 25, 1968. �7 6 l � 1 DISPOSITION: eph T. vlin lic Wo Director ldg W al� CERTIFICATE OF INSURANCE Zi OF S ❑ FIREMAN'S FUND INSURANCE COMPANY F 7NI*" THE AMERICAN INSURANCE COMPANY r TO. 71-� U 1 ❑ NATIONAL SURETY CORPORATION The City of Newport Beach AMERICAN ❑ ASSOCIATED INDEMNITY CORPORATION Y P I N S U R A N C E C D M PA N I E S 0 AMERICAN AUTOMOBILE INSURANCE COMPANY DATE 7/1/621 • This is to certify that the Company or Companies checked above have in force as of the date hereof the following policy or policies: R. W. McClellan & Sons, Inc. 151 Commercial Way Costa Mesa, California rtKTY, D[al.KlrnvN Ut UrLRAIIUN3, BU]m[Ja s- VNUUs-Iaa All o perations KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION Statutory EMPLOYERS' LIABILITY thousand dollars, each person thousand dollars, each accident BODILY INJURY LIABILITY Other Than Automobile' 200 thousand dollars, each person L 1374129 10/2/70 500 thousand dollars, each accident 500 thousand dollars, aggregate products PROPERTY DAMAGE Liability other than Automobile' 100 thousand dollars, each accident LL IT 100 thousand dollars, aggregate operations . 100 thousand dollars, aggregate protective 100 thousand dollars, aggregate products thousand dollars, aggregate contractual AUTOMOBILE: Bodily Injury Liability' It it 200 thousand dollars, each person Thousand dollars, each accident Property Damage Liability' I thousand dollars, each accident Medical Payments $ each person Comprehensive — Loss of or Damage to the Actual Cash Value Unless Otherwise Slated Herein Automobile, Except by Collision or Upset ; but including Fire, Theft and Windstorm Collision or Upset Actual Cash Value less $ deductible APPROVED ;:S TO :v::rri - - -- - -: Dated: J % CITY AITQRN Y �+ INBURANGR. BRO K¢RS- , PARKER- DOUBLEDEE .- 170 E. WH ST., SUITE 203 COSTA MESA, CALIFORNIA - -'. Midway 8883611- DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERFD y ADDITIONAL INSURED: The City of Newport Beach' It is hereby understood and agree :that the policy to which this certificate refers may not be cancelled, materially (changed, nor the amount of coverage thereof reduced, not 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, Calif., of a registered written notice of such cancellation or reduction in coverage. f If Comprehensive, so state. If not Comprehensive, for ''other than Auto ", list form such as OLT, ELEV., etc. In event of any material change in or cancellation of the policy or policies, the Company will make every effort to notify the addressee but undertakes no responsibility by reason of failure to do so. :ltlDVGU - -3 -67 A,nherixed Reareaentali.e CERTIFICATE OF INSURANCE COPY FOR THE INSURED J EMPLOYERS MUTUAL LIABILITY INSURANCE COMPAMh OF WLSCONSIN 'EMPLOVW MUTUAL FIRE INSURANCE COWANY 1 HOME OFFICE: WAUSAU, WISCONSIN This is to certify that such insurance policies (as indicated below by policy number) and hazards covered (as indicated by [X] ) written on forms in current use by the company have been issued. i ( J This certificate renews or replaces the certificate previously issued. Name of insured • R• y' rM b G 1 V 1 ... NOTICE TO POLICYHOWER Address 1131 Calfttaercial llfq If you have entered into a contract wherein you have (No., sheet, Costa Ilega, Calif. agreed to protect others for claims on account of acci- town, state) dents resuffing from your operations, it is important that you bring this to our attention, for additional • insurance may be necessary to properly protect you. Kind of Coverage Expiration Date Policy Number Limits of Liability _Workm en's Compensation Indvding ing - – Bodily Injury Property Damage — Occopationol Disease a 00 01IM3 Each Person urea a Aggregate EochnCe gggregate Comprehensive General Liability ** Manufacturers' and Contractors' Liability Owners', Landlords'ond Tenants' Lio6ility Owners' and Contractors' Protective Liability c 190 Contractual Liability ** Completed Operations & Products Liability Automobile Owned Hired ( ) Nonowned ` "Full coverage under workmen's compensation law, and as designated in endorsements and policy for coverage B. "The contractual coverage afforded applies to: Notwithstanding the designation or description of any contract or provision ( j contracts defined in the policy form. thereof, the contractual liability coverage afforded is subject to all of the ( ) contracts designated in contractual coverage part. terms, exclusions and conditions of the policy or any endorsement attoched ! ( f all written contracts. thereto relating to contractual liability coverage. SpecialProvisions .. ............ ................ °...... ..................................................... ............................... - -° ............. ..................... .............. Description of Automobile, or,..... (� Location c�vered by policies listed in this certif :I 'Issued to: City of Itavport 3300 NewPOrt Blvd. Newport BeacL, Calif. ! This Certificate is not a Policy or a Binder of Insurance IS) 1066 6050 -1 Company of Wisconsin ( ) Employers Mutual Fire Insurance Company Date Jhly 9, 1968 Place Beams P if. Signed- --- - - --- -- - - - - - -- Authorized Company Representative t CONTRACT N0. 1082 CITY OF NEWPORT BEACH CONTRACT DOCINENTS for IMPROVEMENTS TO WEST COAST HIGHWAY from STATION 106 + 55.41 to STATION 117 + 12.69 IN THE VICINITY OF THE BALBOA BAY CLUB Approved by the City Council on this 27th day of May, 1968. C3� eta% c oz� J LAURA LAGI ITY CLERK , 0 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 a.m. on the k% a C9�� at which time they will be publicly opened and read, for performing work as follows: IMPROVEMENTS TO WEST COAST HIGHWAY in the Vicinity of the Balboa Bay Club No Bid will be received unless it is made on a Proposal Form furnished by the Public Works Department. Each Bid must be accompanied by cash, certi- fied 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. The documents included within the sealed Bids which require completion and execution are the following- - Proposal - Designation of Subcontractors - Bidder's Bond - Non - collusion Affidavit - Contractor's Financial Status The documents shall be affixed with the appropriate and correct signatures and seals of the Corporation, Partnership, Joint Venture and /or Individual. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 6258. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All Bids are to be compared on the basis of the 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 and Specifications, Forms of Proposals, Bonds, and Contract may be obtained at the Public Works Department, City Hall, Newport Beach, California. A non - refundable charge of $2.00 will be required for each set of standard Specifications. The City of Newport Beach reserves the right to reject any or all Bids and to waive any informality in such Bids. CITY OF NEWPORT BEACH, CALIFORNIA Page lb The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered.a part of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (5/1/66) (5/1/67) Carpenters 4,83 Cement Mason Journeyman 4,60 4.84 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chase 3.78 3.93 Laying of all non - metallic pipe 4.01 4.16 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.315 4.4445 0 eratin En Engineers (7/1/66) (7/1/67) Oi er and signalman (Group 1) 4.38 T75 - Skiploader (Less 4/5 yd.) (Group 2) 4.62 4.77 Rodman and Chainman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (group 6) 5.26 5.41 Teamsters (5/1/66) 5/1/67) Dump Truck Driver (Less than 4 yes) 4.35 $ -- Water truck driver (2500 gal.to 4000 gal) 4,53 4,68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15 5.15 Electrician (7/1/66) (7/1/67) Journeyman Wireman 6.11 . 6.5-5 (4/28/66) Lather 4.765 Painters (.7/1/66) (7/1/67) Journeyman - spray 5.22 5.33 Pipe trades Plumber 5.55 5.64 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk PROPOSAL FOR CONTRACT NO. 1082 THE IMPROVBeffS TO WEST COAST HIGHWAY FROM STATION 106 + 55,41 to STATION 117 +`12 -0 IN THE VICINITY OF THE BALBOA BAY CLUB To the Honorable City Council City of Newport Beach Newport Beach, California Gentlemen- The undersigned declares that he has carefully examined the location of the proposed work and he has read the Notice Inviting Bids,that he has examined the plans, entitled, Improvement Plans for West Coast Highway, Contract No. 1082, and Specifications for the Improvements to West Coast Highway from Station 106 + SS.41 to Station J2,-6+ in the Vicinity of.the Balboa Bay Club, Contract No, 1082 and hereby proposes to furnish all labor, equipment and materials required to complete the work in accordance with said Plans, the Standard Specifications of the City of Newport Beach, the Special Condi- tions and that he will take in full payment therefor the following unit prices for each item, complete in place, to -wit: ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO, UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE; 1, 1 each Excavation and removal including offsite disposal of e cess e rth One ousanc� One Hundred Eighty -Nine .DOLLARS & No Cents CENTS Per Each 2• 1015 Lo Fa Type "A" Curb and Gutter (8" C.F. and 24" Gutter) Two. . . . . DOLLARS & Forty ,Three CENTS Per Lineal Foot 3• 5050 S.F. P.C.C. Sidewalk 4" Thick . . , . , . . , DOLLARS . forty -Four . CENTS Der Square Foot $ Lump Sian $ 1189.00 $ 2.43 $ .44 $ 2466.45 $ 2222.00 Proposal - 1 'i ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. 22 L.F. Curb Only (8" C.F.) One . . . . DOLLARS Fifty.Four CENTS $ 1.54 $ 33.88 per Lineal Foot S. 153 Tams, Asphaltic Concrete including Prime, Tack Coats and Seal Coat Nine . . . . . DOLLARS & Ten . . . . . CENTS $ 9.10 $ 1392.30 per Ton 6. 430 Tons. Aggregate Base Fpur . . . . . DOLLARS & Fifteen CENTS $ 4.15 $ 1784.50 per Ton 7. 165 S.F. P.C.C. Alley Approach(6 ") . . . . . . . . . DOLLARS ,Eighty - Seven . . CENTS $ .87 $ 143.55 per Square Foot 8. IG Each Remove and relocate or salvage Guide Markers Type F -1 Seven. . . . . DOLLARS & Fifty . . . . CAS $ 7.50 $ 75.00 per Each 9. 1 Each Removal and disposal of existing asphalt paving Three Hundred and Forty . . . . . . DOLLARS . &.No cents . . . CENTS $ 340.00 $ 340.00 per Each 10. Each Remove existing trees Fifty -Four . . . DOLLARS & No Cents CENTS $ 54.00 $ 270.00 per Each Proposal - 2 ITEM NO, QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 11, g Each Relocate existing Sign Thirty -Five DOLLARS & No Cents CENTS $ 35.00 $ 35.00 per Each 12. 2 Each L.A.C.F.C.D. Std. #2 Reinforced Concrete Curb Inlet Catch Basin (W =7') Five Hundred & Eighty - $i.x . . . . . . . DOLLARS A No Gents, , . , CENTS $_586.00 $ 1172.00 per Each 13. 1 Each 1S" C.M.P. Temporary Inlet One Hundred & Sixty - .Fi.va . . . . . . DOLLARS A No Cents. . . . CENTS $ 165.00 $ 165.00 per Each 14. 1 Each Reconstruct Storm Drain Reinforced Concrete Junction Chamber Two hundred & Sixty - Five . , . . DOLLARS & No Cents , , , CENTS $ 265.00 $ per Each 15. 1 Each Filll eexisting 18" C.M.P. 0 e Hundred & Eighty - Si x . . . . . . . DOLLARS & No Cents , . CENTS $t•, um $ 186.00 per Each 16. 158 L.F. 15" Reinforced Concrete Pipe 2000 D Twelve. . , . , . DOLE & Ten Cents . . . CENTS $ 12.10 $ 1911.80 per Lineal Foot Proposal - 3 ITEM NO. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 17. 230 L.F. 18" Reinforced Concrete Pipe 2000 D Thirteen . DOLLARS & Twenty Cents . CENTS $ 13.20 $ 3036.00 per Lineal Foot 18, 1 Each Remove existing 18" C.M.P. Eighty -Three DOLLARS &.No Cents . CENTS $LUMD Sum $ 83.00 per Each 19. 1 Each Remove existing 12" x 18" C.M.P.A. One Hundred & Ten . . . . . . . DOLLARS & No. Cents. . . , CENTS $Lump Sun $ 110.00 pei Each 20. 1 Each Adjust existing Water Meter Vault to Grade Onp Nupdred & FiftBOLLARS & No, Cents, , , , CENTS $ 150.00 $ 150.00 per Each 21. 3 Each Adjust existing Water Valve Box to Grade ,Thirty , , , , . DOLLARS • &, No Cepts , , , CENTS $ 30.00 $ 90.00 per Each 22, 1 Each Adjust Existing Fire Hydrant to Grade One Hundred & Fjfty. , . , . . DOLLARS &, NO Cepts , , , CENTS $ 150.00 $ 150.00 per Each Proposal - 4 TOTAL PRICE WRITTEN IN WORDS: NINETEEN THOUSAND SEVEN HUNDRED AND SIX AND FORTY -EIGHT TOTAL DOLLARS $ 19,706.48 CENTS Proposal - 5 ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 23. 1 Each Remove & Replace Existing Sewer Manhole Cone and Adjust to Grade Three Hundred DOLLARS & No Cents CENTS $ 300.00 $ 300.00 Per each 24, 1,000 l.f. Install 1; inch dia, . street light conduit One r , . DOLLARS & Ninety -Six . CENTS $ 1'96 $ 1960.00 Per lineal foot 25. 8 each Install Brooks Bros, No, 5 Pull Box (or equal) Twenty -Two . DOLLARS & No Cents CENTS $ 22.00 $ Per Each 0 TOTAL PRICE WRITTEN IN WORDS: NINETEEN THOUSAND SEVEN HUNDRED AND SIX AND FORTY -EIGHT TOTAL DOLLARS $ 19,706.48 CENTS Proposal - 5 2/7/67 • • ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKR AS INDICATED IN THIS PROPOSALp TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT _PRICE, THE CORRECTED EXTENSION SHALL BE CALCULA.TED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLY BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. 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. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS NOT INCLUDING SUNDAYt AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING 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. 247553 CLASSIFICATION C -12, - SA - SC -21 - SB -1 ACCOMPANYING THIS PROPOSAL IS Bidders Bond CASH2 CERTIFIED CHECK2 CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODEy AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 548 -5511 PHONE NUMBER June 17, 1968 DATE 151 Commercial Way R. W. McClellan & Sons, Inc. BIDDERS NAME (SEAL) (s) R. W. McClellan, Jr. AUTHORIZED SIGNATURE C AUTHORIZED SIGNATURE Costa Mesa, Calif. 92627 A California Corporation BIDDERS ADDRESS TYPE OF ORGANIZATION (INDIVIDUALS CORPORATIONS CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTy SECRETARY, TREASURER AND MANAGER IF A CORPORATIONp AND NAMES OF ALL CO-PARTNERS IF A CO- PARTNERSHIPS Rollo W. McClellan, Jr. Pres. Rollo W. McClellan, Sr. Sr. Vice Pres. Michael W. McClellan Secr. Treas. 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 BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PR.IOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUBCONTRACTOR ADDRESS 1. Concrete Jezowski & Markel 2701 W. Edinger St., Santa Ana 2. Storm Drain & 5- 6. 7 II. 12. Sewers Dale Casada 15462 Coronada, Anaheim R. W. McClellan & Sons, Inc. BIDDERS NAME �S (s) R. W. Plc'Clellan, Jr AUTHORIZED SIGNATURE A California Corporation TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 151 Commercial Way Costa Mesa, Calif. 92627 DRESS NATIONAL SURWTY CORPORATION BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, R. W. MC CLELLAN & SONS, INC. (hereinafter called the principal), as principal, and NATIONAL SURETY CORPORATION, a corporation organized and doing business under and by virtue of the laws of the State of New York, and duly licensed for the purpose of makingy guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the Stale of New YO rk , as Surely, are held and firmly bound unto CITY OF NEWPORT BEACH in the just and full sum of Teri Percent of Contract Bids (hereinafter called the Obligee) Dollars ($ 10% of Contract) ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the TO WEST COAST HIGHWAY FROM STATION 106 — 55.41 to STATION 117 — 12.69 in the VICINITY OF THE BALBOA BAY CLUB. in accordance with the plans and specifications filed in the office cf the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work. as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.. Slate o1 Calif . County of Orange ss. on 17th Day of June 1968 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared George L. Doubledee known to me to be Attorney -in -Fact of National Surety Corporation the corporation described in and -that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me 1_JAt such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official s /,fie day and year state4., in this /certiViate. above. My Commission Expiiey i" ammiadna Evairw Mme 1.1 1970 - No P�• Pirblllfornis Principal Office in Oran a 360212 -6.88 �:'.7fRfH•a•pu•..•......____ G County NATMVAL ,SME'TY CORPORATION BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, R. W. MC CLELLAN & SONS, INC. (hereinafter called the principal), as principal, and NATIONAL SURETY CORPORATION, a corporation organized and doing business under and by virtue of the laws of the State of New York, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of New York , as Surety, are held and firmly bound unto CITY OP NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of Ten Percent of Contract Bid: Dollars ($ 10% of Contract) ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the IMPROVEMENTS TO WEST COAST HIGHWAY FROM STATION 106 - 55.41 to STATION 117 - 12.69 In the VICINITY OF THE BALBOA MAY CLUB: in accordance with the plans and specifications filed in the office cl the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted. and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 17th day of dune , Ig 68 i 360277— (NS) —11 -66 R. W. MC CLELLAN & SONS, INC. NATIONAL SURETY CORPORATION By Georg L. Doubledee Anorney �. Foc, 0 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 CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND 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; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) m TITLE INC IPAL TY • PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 24, 1968 HAS AWARDED TO R. W. McClellan & Sons, Inc., HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Improvements to West Coast Highway from Station 106 = 55.41 to Station 117 = 12.69 in the vicinity of the Balboa Ray Clash C -1087 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE 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, tic R. W. McClellan & Sons, Inc. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND National Surety Corporation AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF Nine thousand eight hundred fifty -three DOLLARS ($9,853.24 ), and 24/100 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 SUBCON- TRACTORS-, 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 SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. • PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION 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, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL 0n SURETY ABOVE NAMED, ON THE Ist DAY OF July , 1900 . R. W. McClellan & Sons, Inc. (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) National Surety Corporation (SEAL) SEAL APPROVED AS TO FORM: SU TY orge L. Doubledee, attorney in fact n CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK State at Calif. t County of Orange i ss. On July 1, 1968 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared George L. Doubledee known to me to be Attorney -in -Fact of National Surety Corporation the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my }land and affixed my My Commission Expires May C, 1 S D My Commission Expires 360212 -8-66 af,Ae day and year stgled V this Icertificate . above. BFi>f'401e ul Public lic PARKER lJOtaq- PuhGr o State d C: lilurma Principal office in Oran go,rpmUV I - _ ' a • PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 24 1968 HAS AWARDED TO R. W. McClellan & Sons, Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR Improvements to West Coast Highway from Station 106 = 55.41 to Station 117 = 12.69 in the vicinity of the Balboa Bay Club C 1082 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, R. W. McClellan & Sons, Inc. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND National Surety Corporation AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF eight hundred fifty -three DOLLARS ($ 9.853.24 ), --A )/. /inn SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T:0 THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. 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 PRO- VIDED 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. • • PAGE 8 (PERFORMANCE BOND - CONTINUED) _ AND 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 NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 1St DAY OF July , 1968 . R. W. McClellan & Sons, Inc. (SEAL) (SEAL) C (SEAL) CONTRACTOR (SEAL) APPROVED AS TO FORM: 11-e-S CITY ATTORNEY National Surety Corporation (SEAL) SURETY By (:5,ezrgeC1. Doubledee, attorney -in -fact State of Calif . tt County of Orange S ss: I Ion July 1, 1968 , before me, a Notary Public in and for said County and Slate, residing therein, duly commissioned and sworn, personally appeared George L. Doubledee known to me to be Attorney -in -Fact of National Surety Corporation the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official q6-4 ' v and year stated in t�c ;rtificate, above. My Commission Expires My Commission Expires May 8, 1978 .� �:� - - -••r�� "rice in ...........C....Be County 360212- 6.66 °` NON- COLLUSION AFFIDAVIT 0 PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�-NT 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 15 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 AF- FIANTS 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 AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID BID.DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR 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 TM.I5 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. W. McClellan & Sons, Inc. 151 Commercial Way Costa Mesa, California 926277may (s) R. W. McClellan, Jr. p % /W_2 ?A SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 17th DAY OF June , X968 A NE S MY COMMISSION ExPIRESJ�'1'1� .,�. , "� - I' 1 A 1 :rd 3 �' Anne Shimmin NOTARY PUBLIC @pR ORIGINAL COPY SEE CITY CLER16 FILE COPY PAGE 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 HIS RESPONSIBILITY., EXPERIENCES SKILL) AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Past Experience: (S) R.'W.` ellan, Jr. 3 IGNED • C O N T R A C T THIS AGREEMENTS MADE AND ENTERED INTO THIS 4u a BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, • PAGE II DAY OF HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND R. W. McClellan & Sons, Inc. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF-THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS I. 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 Improvements to West Coast Highway from Station 106 + 55.41 to Station 117 + 12.69 In The Vicinity of the Balboa Bay Club. AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORE TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED 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 AGREEMENTS 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 PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORKS ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, - EXCEPT SUCH AS IN SAID SPECIFI- CATIONS 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 THEREFORE THE LUMP SUM PRICE, OR IF THE BID 15 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, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. 217/67 . 0 PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEN WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR $HALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY. TH£ DIRECTOR OF PUBLIC WORKS., AND THEIR OFFICERS AND EMPLOYEESP FROM ALL CLAIMS, LOSS, DAMAGE, INJURYS AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTIONO DIRECTLY OR INDIRECTLY ARISING FROMTHE:PERFORMANCE OF THE CONTRACT OR WORKt REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS LOSS, DAMAGED INJURY2 AND LIABILITY HOWSOEVER THE SAME MAY BE CAUSED., RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBM1LITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACHI CALIFORNIA BY: 00 I "'I L4 MAYOR ATTEST: A__L� �� , 9,5=1� CITY CLER R W MCCLELLAH & S BrS INC CONTRACTOR (SEAL) BY: �� S _ President TITLE By, ►,1 �kj 111 ff Socretary TITLE APPROVED AS TO FORM: CITY ATTORNEY SPECIAL CONDITIONS 10Q1_R;711 I. SCOPE OF WORK The work to be done under this Contract consists of Street Improvements to West Coast Highway and the furnishing of all labor, materials, and equipment necessary to complete all work as shown on the Plans in accor- dance with the Standard Specifications of the City of Newport Beach and these Special Provisions, and in accordance with the Standard Specifi- cations of the State of California, Department of Public Works, dated July, 1964, that are included by reference only,and in accordance with the requirements of State Division of Highways encroachment Permit II. CONDUCT OF WORK The Contractor shall maintain the job site in a neat and orderly condition at all times. Any excess spoil shall be immediately removed from the job site. III. PAYMENT Where applicable, the prices bid for the various items of work shall include full compensation for all the materials and labor necessary for construction of the item complete in place. Payment for incidental items of work not seperately provided for in the Proposal shall be included in the Price Bid for other items of work. IV. COMPLETION OF WORK All work shall be completed within sixty (60) calendar days after date of execution of the Contract by the City. V. CONTRACT DRAWINGS The location of the work, its general nature and extent, and the form and detail of the various features are shown on the following drawings accompanying and made part of these Specifications: LIST OF DRAWINGS DRAWING NO: TITLE Sheet 1 Vicinity Map, Notes, Sections, Construction Notes Sheet 2 Plan and Profile. West Coast Highway Sta 100 + 00 to Sta 110 + 00 Contract No. 1082 Special Conditions - 1 0 LIST OF DRAWINGS (Continued) DRAWING NO. Sheet 3 Sheet 4 VI. DATUM TITLE Plan and Profile. West Coast Highway Sta 110 +00 to Sta 121 +00 Details All elevations and depths given in the Specifications or shown on the Plans are referenced to the datum plane of mean sea level of the Pacific Ocean, established by United States Coast and Geodetic Survey and adopted as the datum of the County of Orange and the City of Newport Beach. VII. UNFORESEEN DIFFICULTIES Should the Contractor encounter, or the City discover, during the progress of the work subsurface and /or unknown conditions at the site materially differing from those shown on the drawings or indicated in the Specifications, the attention of the City shall be immediately called to such conditions before they are disturbed. The City shall thereupon promptly investigate the conditions, and if he finds that they do so materially differ, the additional work shall, with the written approval of the City, be qualified as "Extra Work." VIII. SCHEDULE OF WORK A complete schedule showing the order and dates the Contractor proposes to carry out the work shall be submitted to the City for approval. No work shall continence until a schedule of work has been approved in writing by the City. IX. UTILITIES RIGHTS -OF -WAY The Contractor shall not be entitled to any extra compensation on account of any postponement, interferences, or delay caused by any pipelines, transmission lines, fences or structures being on the line of the work except as provided in Section 8 -05 and 8 -07 of the Standard Specifications. Contract No. 1082 Special Conditions - 2 X. TRAFFIC CONTROL (a) The Contractor shall submit a Plan of the proposed method of Traffic Control to the Engineer for written approval prior to start of the work. No work•may begirt ° prior . to receipt of said written approval. (b) Public Traffic shall be permitted to pass through construction at all times. (c) Two travel lanes in each direction shall remain open to traffic at all times along Pacific Coast Highway. (d) Full compensation for conforming with these requirements will be considered as included in the prices paid for the various Contract items of work and no additional compensation will be allowed therefor, XI. PROTECTION OF EXISTING UTILITIES The location of existing utilities shall be verified in the field at time of construction. The Contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location, Yt will be the Contractor's responsibility to locate and uncover the existing utility lines sufficiently in advance of the work to determine their location and to work around the utilities at his own expense. XII. EXISTING HIGHWAY FACILITIES The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15 of the State Standard Specifications and these Special Provisions. All debris resulting from the Contractor's operation shall be removed as it develops and before the end of each work day. XIII. EXCAVATION (a) General. Excavation shall include without classification, the rem of all materials of whatever nature encountered, except asphalt paving, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown. Contract No. 1082 Special Conditions - 3 XIV. CONSTRUCTION STAKING All field staking for the control of construction shall be the respon- sibility of the Contractor and shall be performed under the supervision of a Civil Engineer or Land Surveyor licensed to practice in the State of California. Payment for all staking shall be included in the unit prices bid for the various items of work and no separate compensation will be made therefore. XV. PAVING The Contractor may, at his option, Blade -lay the base course lift (2") . XVI. SALVAGE All material to be salvaged shall be carefully removed and transported, at no additional cost to the City, as part of the unit prices set forth in the Contract, to the City of Newport Beach b= Yard at 592 Superior Avenue for storage. " XVII. ADJUST EXISTING SEWER MANHOLES TO GRADE The work shall be subject to inspection by the County Sanitation Districts, Contractor shall notify the Districts at (714)S40 -2190 at least twenty- four(24) hours prior to beginning any work on the manholes. XVIII. EXISTING DRIVEWAYS The Contractor shall be responsible for maintaining ingress and egress to all private driveways adjoining this work and shall provide a final smooth join between the old and new driveway pavements. XIX. STREET LIGHTING This contract requires the installation of 1; inch conduit, pull boxes, and sidewalk block outs, to provide for the future installation of street lights. The conduit shall run from a stub end at station 106 +54 to a pull box at station 116 +60. The ends of each section of conduit shall be plugged. The filled -in sidewalk block outs shall be considered as included with the construction of the sidewalk and no additional payment will be made there- fore. Installation shall be in accordance with detail shown on sheet 3 of the Plans and City of Newport Beach Drawing No. Std. 203 -L. Contract No. 1082 Special Conditions - 4 /O 2' a v �� `Jai y Do Nar sco¢E _ v RFrL/A2N AREA P R - /5' UA/LESS a I Q y OTNERW /SE P, L SPEC /F /ED A jsQ lD \� ak # 5'FOA? .UGQ ✓OR, "1"4,PY CUQB FACE AND XCMIVADA,OY Sr,PEtTS CU2B RETU2N AREA /O' NO.PMALLY hf4ml 1 /14'PE2.FT. TYP ICAL SECTION o COIJC- 11J r-DvA1- WIM AAam/11A.47 PROPERTY OWNER SCORE LINES, WEAIIEAIED PL,4NE JOINTS ? EXPANSION JOINTS NOTE : FOR TREE WKL OPEN /RIGS / � COs CRETE ,ply lo—Z4-63 USE 36 x 36 rR LERREOJ i 30 X 30 jACCEPTA8LE) Rev /Q -19 -62 CITY OF NEWPORT BEACH DRAWN JQS DATE 1-6 -62 PUBLIC WORKS DEPARTMENT APPROVE S / DE WA L Il AS T PUBLIC WORKS DIRECTOR R.E. NO,9 S31 DETAILS DRAWING NO. STQ- ./603-L, s EXT. PL: - 2 "O,e dI4TCf1 EX /ST. S/OEW.4. SES S /AEWAL!! 2x4 CO.C/T. Q "tYO HEaOE¢ B Y OT/HER /a/P,eOVe1WlE.urs YA.P1ES 2 =6" VAQ /ES SLOPE %4" 2 =0" Fr I I I z" A. B. U.YL ESS HEQW /SE NOTED SECT /ON :1'-,4' NOTES �) W° 3'F0,P ALLEY MOM OF 1.6'49 LESS. (L) W <4' FOR ALLEYS W/L7ER 7WM /5' l3JCONNECT/NG PM 0 N" UNLESS UNE A OTlwr -ew /SE Sow// ON PLA&^. %?" EXJD /NT FLOW L /NE 440484E P.C.C. \UKO t4 CC ��gLLEY AP,pON � A /CAL 4LLE C, 3. / "O /P /N COAX. 6UTTEQ LEYEL L/NE�. 6 "P. C.C. 7YP/C,4L ,4 LL EY SEC T /ORY CITY 0= NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY SECT /ON i .4LLEY .4PP20.4CH r— 2 "A.C. 4 AB. UNLESS OTNE)7W /SE NOTED . DATE /-Z -62 APPROVE ASS' USLIC WORKS DIRECTOR R. E. NO. 9537 DRAWING NO. e � t a L/A/E PLAN A )OW 8`C,F. 3' -0" 4RR,2o.4C1.1 Borrow FOR 6 "C. F. 2' -6" R /N. /O' M4X.30' TOP OF C4(26 F / ND20P ELEVAT /ON 2 "02 y/4TC,v EX /ST• S/OEWW AI !/ALP /ABLE S /DEW4L/! 3/44"2 !o" B2E,4rL 45S110MV SECT/OAI ;4-A+ DYNEV JO /A//NG EX /ST. CO.VC. G4177E12 iPEV 12-19-e2" CITY OF NEWPORT BEACH DRAWN JRS DATE 12 -26 -61 PUBLIC WORKS DEPARTMENT APPROVED .-COMMERCIAL 00l1EW.4Y .4PPe,04CH ASST. UBLIO WORKS R.E. NO. CT°L� TYPE I DRAWING N0. STQ-IQ�o'L i K///EA/ BRe,4&1 / EX /ST. R CV2B,I 5,.49 CVT O iYlO!/E I W CG E T 1/E2Ti p L JO /A/T. C7w1 --.44) I WE41eeNE0 AL.4NE L/O /NT I OR COGO 101N7' y� �IPe. C. 4PPR4014CN I zz N I Q y L/A/E PLAN A )OW 8`C,F. 3' -0" 4RR,2o.4C1.1 Borrow FOR 6 "C. F. 2' -6" R /N. /O' M4X.30' TOP OF C4(26 F / ND20P ELEVAT /ON 2 "02 y/4TC,v EX /ST• S/OEWW AI !/ALP /ABLE S /DEW4L/! 3/44"2 !o" B2E,4rL 45S110MV SECT/OAI ;4-A+ DYNEV JO /A//NG EX /ST. CO.VC. G4177E12 iPEV 12-19-e2" CITY OF NEWPORT BEACH DRAWN JRS DATE 12 -26 -61 PUBLIC WORKS DEPARTMENT APPROVED .-COMMERCIAL 00l1EW.4Y .4PPe,04CH ASST. UBLIO WORKS R.E. NO. CT°L� TYPE I DRAWING N0. STQ-IQ�o'L i T •� 4 -1�G5 GYB ALUM /1i/UM 8' -O� • CAP MERCURY GUM /N�IGP6 (400 wATT- 20,000LUMENS) G E. TYPE M 400 OR APPROtIED E'q!/AL Z►'— 2 375" O.O. TY/oG' II 01,5T.B /B!/T/O/41 M4,03Ee-Mg ND. 65• -D -8 O/2 APPROIiED EQU4G 4100 mdrr lo. to 4"l 4p 5E2 1160 lt/ BA?OG.CS 04"05 Ale 5 02 EpU44 0 I I N ;� j 2�6 wiecs "a / N P -O C ' 13 I 1 2' DOOR G.POUT I OPEd/ /.16 q. CLASS B CONC. �S$K.�CUYO,I e C. �� / "x 40'Sv 4" A.B. • :. �ij ? .o'�:'• P2Q/..�l� "ABODE '•° � u: <.;: :d:'.'•i NOW OFFOUNOAT /ON �.::'�:�;:Q•: !- sQ fMV4710N BgSE .0=`74'&- Rel/ /BED Fr26 -Yo2 CGE - CITY OF NEWPORT BEACH DRAWN Clk DATE 3- 23 -62 APPROVE PUBLIC WORKS DEPARTMENT COMMEMAL_LIGHTING STANDARD ASS'. UBLIC WORKS DIRECTOR R.E. NO.G S � TYPE $ DRAWING NO. %YTD- 003-L � T J 0 'b �zr 0 bp�i O •t m 4 Z i °i �4 bk n �° J lid F b k B ► ° �dj a•'� e•ca a pv` O<aU< °Y mm �Q.v Nm` 6 "�bU 4� 4•� fx.NJ \ P °�i Q�e ti �¢ �gY�ic c .° ogy ��JVOUCL ! 0 lc °�b0o'v�mcm °g���o�`P,�,� bog MhC` $.2'���"ogag.;o8ap °ivy Z °yb u R• 3 g�� u.. �� �� ti:~ �n.�.� b 4 y� �� b h O l.'� 2 •n O dAj o cyy " O C� °0 0eg[cc 'a va' oyv ` C,00 i C y�� u o � ° m StO.� bNAO��y ,\C.\ � ��N<CFb O•'�tj:• ]� �o^' p U v O � � A 4 h � 3 �,h �•V iy '4-j 1p PAN a •�I 00i •N i ° z O A `� .t• b y v; t N CL .. 1 p Y 1 ► O b h N � b �� Cil i i N •b 4'* J W 8 z •o e � :.i.... .........................4 ............. ......... o -,Z I� ® d q C 8 � �I qg • � �1 Y Vl ITI 1LT IlT�1� w w� W to N N •'1 � •4'. N W ❑ p gy C m C 41 b m� a c v�� E 4 r p �h IiC�°t� I� 8 � �I • � �1 ITI 1LT IlT�1� END DF BARS NOT WELDED �` mil/ 1 /-lF .Aft A � -+•��l R[MFORCINO STEEL / //' -IEEE NOTE ON VIEW AOOF[I -. --•- 7M3 .9 6. ]f X HIS. RL1MOIgMO STEEL PER APPLICABLE C1AMO4R0 1 RADIUS ►LAN OR AS DETAILED OTMEHIRK. • { I BA" TO~ 3e DA W am FLU" CNTIR[ .EO L OF TVP9V ANCHORS LEROTN IMIALN OLD" tol END OF BARS NOT WELDED •• :'•: rig MOLE W ADL[ :. r/.:ri'.•:;::.:r•:� :.r• .:l � ' u • fxitS' I� J I , ;i • : •'0 •' •'.%:• •V{! • AD�• JVTNG M/TB TO Be TNINTENCO • /I UR D INI-CE W EBUL 1 4A • ASE DL C PROPER P03ITN �a I W ix• / STIRRUP txc NOT[ xt NOTES ' s ':11) WHEN CURB FACE EXCEEDS BI/A' A PLAIN ROUND STEEL I PROTECTION W (SEC NOYC IOC) PROTECTION BAR 1' IN DIA. SHALL BE INSTALLED. BAR SHALL BE EMBEDDED S' AT EACH END. (t) A STIRRUP' SHALL BE WELDED TO EACH BOLT WHEN A X 1'N x0'SIPKIRT KLY PROTECTION BAR IS REQUIRED. •; �. WITH HEXAGONAL HUT{ (3) T • B' MIN. WHEN LENGTH OF OPENMO EXCEEDS T••O•. (SEX MOTE 7) H) ALL EXPOSED METAL PARTS SMALL BE GALVANIZED. (S) WHEN REQUIRED BY LENGTH OF OPENING, BULB ANGLE MAY BE DELIVERED IN SECTIONS AND BUTT WELDED IN ;'• • • ' ' O " ' {TIIII. , I PLACE. ALL GALVANIZING DAMAGED BY WELDING SHALL . RECEIVE TWO COATS OF ALUMINUM PAINT. • •• • IC) TYPE A OR TYPE B ANCHORAGE MAY BE USED AT •' I y CONTRACTORS! OPTION. • I M SUPPORT BOLTS SMALL BE INSTALLED WHEN LENGTH OF ' I OPENING EXCEEDS 7'.0'AND SHALL BE SPACED AT NOT MORE THAN 7' -0' O.C. AND NOT LESS THAN S' -O' O.C. i (B) WHEN PROTECTION BAR IS REWIRED AND LENGTH OF a . OPENING IS 7• -0' OR LESS, SAID BAR SMALL BE LOCATED V BEHIND CURB FACE AND ABOVE GUTTER FLOW LINE SECTION OF BASIN INLET ' WITH TYPE A 8" ANGLE ANCHORAGE END DF BARS NOT WELDED �` mil/ 1 /-lF .Aft A � -+•��l R[MFORCINO STEEL / //' -IEEE NOTE ON VIEW AOOF[I -. --•- IF GYM ANCHOR AX`O.C. WIC ALTS/VMTC AS SHOWN. TVPE 8 BULB ANGLE ANCHORAGE ADOPTED Pf0a C/TYOF LOS ANGELES STD PLAAI 6 -3654 CITY Or NEWPORT BEACH DATE DECEl1BER /sa PUBLIC WORKS DEPARTMENT APPROVE CATCH BASIN ASST. BLIC WORKS DIRECTOR BULB ANGLE /MEET DRAWING NO. A 'oo L71 u i v N lu .4 .N O � N O ytU x _G y�.O �• nyC � 0 1 l >^ �u 8 za O< c E AS? E .a6 c UG zZ $f J F§ e N c c '� rlX L No W O J P'. c f8 5 g -3p- a .dd i J F 0 V �o E °u p Ii uJv `u Uz O W W z U = z i fL S ° c$o %o E y0 Q2 (Qq Od-I IDA) t:� �i: O�j � in .0� i utQy '!j oqf 1:'..•;,.;.::: FCC 3E ti '�2c or- A•i':!••ry'; %, 8 ^gb Uy' i° 9� u ° c il ° z S p*�,% +'v�y_Tegi ••• "' j� P -U K HO ggoi 0 Y [I L 9{1 (, H O 14 0 y ..g. Q La ac>�0E cog p i yy5 �' k�NnR TNti!f 6..�I1^ o—E — S o o IN "'� --•'p. E p JA t "J. V $zNyy xi Ycb '2 W', I j u $�� $`D4E Pg JAS' n -ek *aemnDxe yy92 V� .,.�..�.: f•': i' ": '`: { >i v.' VJ < a ex C 0>t Nei.. W loR "F bs'IG p s�v •-aipo �u oc I- y Wry.SID C17CJ4C p3ADdIlf1 JO,; r.Z ;Z (R = $'10 ea E$°�b M o`o yNV i ✓1f9E i W ODDOO :jooJ(s ppAod Joj 91 W g -= a>$$ ` 14.1 o 2° ze4� E; v 1 1 1 Q 3 o0. a:-,o 40.5 z:CL2iCWo rJrnL hf,w" W.F 44ois NafoC ;FF-y ✓I.Fi -Hw KA dI O.YL F, 1 tt X�\��II� > ♦1 e; mM h CV g` 0 0 Z Cz JCv a o� oN C z 0 J0 a.c 0 r V m 00 z 0 2 N N O M F i �t Z c 0 Q Q a_ Oo V Uoy �t Z W a7 °N WS �66O0J 8 apd,lpl 9 -,£ WfIWIUIW m { p j,;oi -,z wnwiwW .� 0 Q Q Date August 12, 1968 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1082 ProjectWidening of PC&7 ® BBC Attached is signed copy of subject contract for transmittal to the contractor. Contractor: & W. McClellan 6 Salts, Inc. Address: 151 Omwrcial Way , Costa Mesa, California 926274 -01-� Amount: $ 19,706.48 Effective Date: Aum st 12. 1968 Resolution No. 6799 Laura Lagios LL:dg Att. cc: Finance Department 608 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 RESOLUTIa, 6799 A. RESOLUTION OF TI CITY COUNCIL CW TIM CITY OF NEWPORT BRACS AWNING A Ems; FOR THE IMPROVBM1W0 TQ 02ST COAST HMHWAY,,MM STATION 106 + .54;'41 TO STATION 117, ± 12.69 IN THE VICINITY OF TN AY L &UMA BLB (COWTRAft NO. 1082) WRERIAS, pursOad o the notice inviting bids. for work .consisting of the Improvements to West Coast Higisray -from station. 106 + 55.41 to Station 117 + 12.69 in the vi inity of the Balboa Bay Club, in the City of Newport Beach, !,m accordmee with the plans and specifications heretofore.adopted, bids Here received on the 17th day of June, 1968, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is R. W. McClellan A Sons, Iae.; NOW, THEREFORE, BE IT RESOLVED that the bid of R. W. McClellan & Sons, Inc. for the work in the amount of 199706.48 17 be accepted and that the contract for the construction work be 18 awarded to said bidder. 19 BE IT FURTHER RESOLVED that the Mayor and City Clerk 20iare hereby authorized and directed to execute a contract in 21 22 231 24 25 26 27 28 29 30 31 32 dance with the specifications, bid and this award on be- of the City of Newport Beach, and that the City Clerk be ted to furnish an executed copy to the successful bidder. ADOPTED this 94 +h day of _,1,��, 19�6�(8.. Mayor r TO: CITY CLERK FROM: Public Works Department 0 August 9, 1968 SUBJECT: WIDENING OF PACIFIC COAST HIGHWAY ADJACENT TO BALBOA BAY CLUB APARTMENTS, C -1082 Attached are four sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's and Bonding Company's copies to me. Derek H. White Design Engineer DHW /rjh Atts. Ia 216 V CT: > Op Vj#&T UACH LIEPAR77CM June 24. 1965 r1tv Clark • --m - City Attorney --d z�. Reaoluti�-.*s SWardin- Contxacf Nos. and 1163 Transmitted are the followd": t. Resolution awarding tb&,conq&ct for Lhe improvement_: ` to West Coast Righway fVM SUtion 106 +- 55.41 to Star. i,-r-. 117 + 12.69 in the vicinity of the baibo4 Say Club (Cor-trra-t No. 1082) to R. W. VcClelU6 & Sons, Inc, for the a-mount of $19,706.48. ( Agenda Itm 0-4.) Resolution awarding the contract for the resurfacing of 3 j- 2-1 Street from Newport Boulevard to Lafayette Avenue (Contra_- Me- 1163) to Sully - filler Coritracting Company for the of $12,787.50. (Agenda item G-5.) THS.Mec Atts. Tully H. Sw YeDur City Attorney City manager Public 11840. DiMtor (AttentioVii- Derek H. White) • 00 "0 9 216 June 24, 1968 G -/� TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WIDENING OF THE PACIFIC COAST HIGHWAY ADJACENT TO THE BALBOA BAY CLUB APARTMENTS (C -1082) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to R. W. McClellan and Sons for $19,706.48, and authorizing the Mayor and the City Clerk to execute the contract. 2. Authorize the Finance Director to encumber funds in the amount of $22,000.00. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 10:00 A.M., on June 17, 1968. bered is: BIDDER TOTAL R. W. McClellan & Sons, Costa Mesa $ 19,706.48 Lynam -Wood, Newport Beach 20,799.75 Mark Construction Co., Garden Grove 21,022.37 Griffith Co., Costa Mesa 22,521.70 Sully- Miller Construction Co., Orange 27,458.05 The low bid is 10% less than the Engineer's estimate of $22,000.00. Funds available are: OA Account 2$ 7 -050 - $10,000,00 (widening and drainage) CO/Uwuu Account 26- 3397 -053 2,500:00 (lighting) b Y $12,500.00 DLSPOSI Additional funds required are: FlLE: Balboa Bay Club participation - $5,000.00 (curbs, gutters, i and sidewalk) Additional appropriation - 4,500.00 4y $9,500.00 + $12,500.00 = $22,000.00 The total estimated cost of the project and amount of funds to be encum- Contract amount $19,706.48 Contingencies 2,293.52 $22,000.00 Pane 2 Subject: Widening of the Pacific Coast Highway Adjacent to the Balboa Bay Club Apartments (C -1082) The Balboa Bay Club has been requested to deposit the estimated cost of the curb, gutter and sidewalk, $5,000, with the City's Finance Director. A budget amendment requesting an additional appropriation of $4,500, to Account 22- 3397 -050 is being presented for Council consideration. Negotiations with the California State Division of Highways are not pro- gressing as rapidly as originally anticipated, and receipt of the Encroachment Permit may delay the start of construction until the latter part of July, 1968. Construction should be completed within two months thereafter. Continued discussions with the Southern California Edison Company recently concluded that their overhead facilities in this area are located so as to make it physically impossible to install the proposed street light standards at this time. The number of services, State law clearance requirements, and the size of the facilities relative to the width of the parkway are largely responsible for this con- clusion, However, the conduit will be installed and other provisions made at this time to facilitate installation of the standards following removal of the Edison Company's overhead facilities in the future. The plans were prepared by the firm of Raub, Bein, Frost and Associates. l seph jf.1Devlin blic o ks Director :ms May 27, 1968 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: STREET LIGHT INSTALLATION AND WIDENING OF PACIFIC COAST HIGHWAY ADJACENT TO BALBOA BAY CLUB APARTMENTS - CONTRACT 1082 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on June 17, 1968. DISCUSSION: The estimated cost of the work is $33,000.00 Funds available are: 26- 3297 -053 (City) $12,000.00 . (Lighting) 26- 3397 -050 (City) 10,000.00 (Widening) 26 -3397 -050 (BBC) 5,000.00 (Curb and Sidewalk) $27,000.00 The contract work consists of the construction of approximately 8 feet of roadway, curb, gutter, sidewalk and drainage facilities on the southerly side of the Coast Highway adjacent to the Balboa Bay Club apartments. Street lights will also be installed along the full length of the Bay Club frontage. The Bay Club is financing the cost of the curb and sidewalk; the remainder of the work is being financed by the City. The estimated cost is higher than the amount budgeted because of the need to construct a storm drain parallel to the highway. It had originally been planned to carry storm runoff on the surface, however, during detailed design, it was deter- mined that the flat grades and highway superelevation in the area made an underground drain necessary. A budget amendment will be presented for Council consideration at the time of award of the contract. This work will allow for automobile parking, pedestrian safety, easier maintenance and an overall beautification of the area. The plans were prepared by the firm of Raub, Bein, Frost and Associates. The estimated date of completion is September 1, 1968. (,uooL. J seph T. Devl i n DI ITION Public Works Director DHW /1dg N S r! O m n 1 Z� �7 m h N z' r7 O wn-a� . going , CID v c' 3 3 D V 't N \ d \ i 1 � 1 I I i m n 1 Z� �7 m h N z' r7 O wn-a� . going , CID v c' 3 3 D V 't N u x m 1 n O i �IWilli9l� �� II �uN■INIIYYYI A�I11� im�mmunen I�n�III�I�I�INNN� W I m n -I zoo z A m n A -' Nz• v N C. 3 s a i I R ' E monsoon W I m n -I zoo z A m n A -' Nz• v N C. 3 s a i I R ' E PROPOSAL FOR CONTRACT NO. 1082 THE DIPROVEMENTS TO WEST COAST HIGHWAY FROM STATION 106 + 55.41 to STATION 117 IN THE VICINITY OF THE BALBOA BAY CLUB To the Honorable City Council City of Newport Beach Newport Beach, California Gentlemen: I _W MOOMMI" -k eats in 151 Qe{�rroial Nq 009t& Nes Oalif 92Q? The undersigned declares that he has carefully examined the location of the proposed work and he has read the Notice Inviting Bids,that he has examined the plans, entitled, Improvement Plans for West Coast Highway, Contract No. 1082, and Specifications for the Improvements to West Coast Highway from Station 106 + 55.41 to Station°£+ in the Vicinity of the Balboa Bay Club, Contract No, 1082 and hereby proposes to furnish all labor, equipment and materials required to complete the work in accordance with said Plans, the Standard Specifications of the City of Newport Beach, the Special Condi- tions and that he will take in full payment therefor the following unit prices for each item, complete in place, to -wit: ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1- 1 each Excavation and removal including offsite disposal of excess earth One Thousand One hundred Eighty -Nlne. . . . DOLLARS deoNo Cents: CENTS Per Each Lump sum: 2. 1615 L.F Type "A" Curb and Gutter (8" C.F. and 24" Gutter) Two . . . . . . . DOLLARS & iPorty- Th.ree: CENTS Per Lineal Foot 3. 5050 Sap. P.C.C. Sidewalk 4" Thick . . . . . . . . DOLLARS Forty�?Our CENTS per Square Foot $ Lump Sum $ 1189.00 ✓ $2.43 $ 2466.45 ✓ $ 944 $ 2222.00 ,/ • Proposal - 1 ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. 22 L. F. Curb Only (8" C.F.) One. . . . . . . . DOLLARS Fifty -Four CENTS X1.54 $ 33.88 i per Lineal Foot S. 153 Tons,: Asphaltic Concrete including Prime, Tack Coats and Seal Coat Nine o . . . . . . DOLLARS W Ten. .CENTS $ 9.10 $ 1392.30 per Ton 6. 430 ?"Tbds:_ Aggregate Base Sour . . . . . . . DOLLARS e Fifteen . . . . CENTS $ 4.15 $ 1784.50 per Ton 7. 165 S.F. P.C.C. Alley Approach(6 ") . . . . . . . . . DOLLARS Mighty -seven CEN15 $ .8? $ 143.55 ✓ per Square Foot K lb? Each Remove and relocate or salvage Guide Markers Type F -1 $evert . . . . . . DOLLARS swm &Fifty .CENTS $ 7.50 $ 75.00 per Each 9. 1 Each Removal and disposal of existing asphalt paving '.'hree f{undred Fo Forty Dollars :o,cgn�e% . . . . CENTS $ 340. U0 $ 340.00 per Each 10. Each -' °` Remove existing trees Fifty-four DOLLARS . Centel . . . CENTS $ 54.00 $ 270.00 per Each Proposal - 2 0 9 ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS 11. 1 Each Relocate existing Sign Thir"Ytve . . . DOLLARS & 40.0908 . . . . CENTS per Each 12. 2 Each L.A.C.F.C,D. Std. #2 Reinforced Concrete Curb Inlet Catch Basin (W =7') Five Hundred & Hightyr Six . . . . . . . DOLLARS & g0.0909 . . . , CENTS per Each 13. 1 Each 15" C.M.P. Temporary Inlet One Hundred & Sixty- Five. . . . . . . DOLLARS 4P 10.0ents. , , . CENTS per Each 14. 1 Each Reconstruct Storm Drain Reinforced Concrete Junction Chamber Two Hundred & Sixty. 71.. . . . . . . DOLLARS & Ho,Cents. . , , CENTS per Each 15. 1 Each Fill existing 18" C.M.P. with Sand One Hundred & Dightp- Sis . . . . . . . DOLLARS & NO,Cent� CENTS Per Each 16. 158 L.F. 15" Reinforced Concrete Pipe 2000 D Twelve. . . . . . DOLLARS & Ten Cents , , CENTS per Lineal Foot UNIT PRICE TOTAL PRICE $ 35.00 $ 35.00 ✓ $ 586.00 $ 1172.00 ,/ $ 165.00 $ 165.00 $ 265.00 $ 265.00 / $LUMD SUM $ 186.00 ✓ $ 12.10 $ 1911.80 i Proposal - 3 ITEM QUANTITY ITFM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 17. 230 L.F. 18" Reinforced Concrete Pipe 2000 D Thirteen . . . . DOLLARS &.Twenty COnte . CENTS per Lineal Foot 18. 1 Each Remove existing 18" C.M.P. H}gptY -Thre! . . . DOLLARS &. X9 P90P . . . . CENTS per Each 19. 1 Each Remove existing 12" x 18" C.M.P.A. One Hundred & Tes• . . . . . . . DOLLARS &. NP OeutO . . . . CENTS pei Each 20. 1 Each Adjust existing Water Meter Vault to Grade One Hundred & 4 *7. . . . . . . DOLLARS &. Yy Dente . . . . CENTS per Each 21. 3 Each Adjust existing Water Valve Box to Grade TATV . . . . . . DOLLARS A Ha Gepte . . . . CENTS per Each 22. 1 Each Adjust Existing Fire Hydrant to Grade One Hundred & Nifty. . . . . . . DOLLARS s; �0 cans.. . . . CENTS per Each $13.20 :. $ 3036.00 ✓ $Lum Sum $ 83.00 / $Lump Sum $ 110000 ✓ $ 150.00 $ 150.00 / $30.00 $ 90.00 $ 150.00 $ 150.00 Proposal - 4 1 TOTAL PRICE WRITTEN IN WORDS: HINBTMW THOUSAND SUM RMRBD & SIZ AND BORTY- -BIGHT TOTAL DOLLARS $ 199706.48 CENTS Proposal - 5 0 w ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 23. 1 Each Remove & Replace Existing Sewer Manhole Cone and Adjust to Grade .Tbroe.Hw 4r9d . . . DOLLARS 4 410.408. . . . . CENTS $ 300.00 $ 300000 / Per each 24. 1,000 l.f. Install 1; inch dia, street light conduit . OIIs . . DOLLARS . i Xinetyw8iz . CENTS $ 1.96 $ 1960.00 ✓ Per lineal foot 25, 8 each Install Brooks Bros, No. 5 Pull Box (or equal) TrentgdTro DOLLARS .klo goat$ a . . . . CENTS $ 22.00 $ 176.00 / Per Each TOTAL PRICE WRITTEN IN WORDS: HINBTMW THOUSAND SUM RMRBD & SIZ AND BORTY- -BIGHT TOTAL DOLLARS $ 199706.48 CENTS Proposal - 5 0 • 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 ENGINEER2 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 ENGINEER. t' t ITEM OF WORK SUB- CONTRACTOR ADDRESS Concrete Jesowski A Markel 2701 M Adinger St. Santa Ana Calif 2. Storn Drains A Dale Casada 15462 Coronada Anaheim Calif Sewers E ri 7• 8. 9• 10. 12. S W McClellan & Sons Inc BIDDERS NAME A California Corporation TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 151 Commercial May Costa Mesa Calif 92627 ADDRESS 2/7/67 -BALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS AS INDICATED IN THIS PROPOSAL, TIMES -TNE UNIT PRICE AS SUBMITTED- BY THE BIDDER* IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIMMES, THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT .PRICES THE CORRECTED EXTENSION SHALL BE CALCULA.TEO AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARES ON THE BASIS.OF THE CORRECTED TOTALS. AR� Atts- THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS, PROPOSAL ARE APPROXIMATE ONLY.. BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS* 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. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE THE REGISTRATION OF CONTRACTORS, LICENSE N0. 247553 ACCOMPANYING THIS PROPOSAL IS Bidders Bond CASH2 CERTIFIED CHECKS IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRI OF CALIFORNIA PROVIDING FOR CLASSIFICATION C-12. - SA - 80-21 - 8B-1 CASHIERS CHECK OR BOND CE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 548 -5511 _ PHONE NUMBER June 179 1968 DATE 151 Commercial Way R W McClellan & gone Inc BIDDER'S NAME EAL) AUTHORIZED SIGNATURE: AUTHORIZED SIGNATURE��._ _' -_ Costa Mesa California 92627 ♦ California Corporation BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUALS CORPORATIONS CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS SECRETARYS TREASURER AND MANAGERLIF A CORPORATIONS AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: Rollo W XcClellan, Jr. Pros. Rollo W XcClellan.Sr: Sr. Vice Pres* Michael W XcClellan Seer. Tress. FNM f t� a M NATIONAL ,SURETY CORPORATIQN BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, R. W. MC CLELLAN & SONS, INC. (hereinafter called the principal), as principal, and NATIONAL SURETY CORPORATION, a corporation organized and doing business under and by virtue of the laws of the State of New York, and duly licensed for the purpose of making guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of New York , as Surety, are held and firmly bound unto CITY OF NOPO$T BIRCH - (hereinafter called the Obligee) in the just and full sum of Ten Percent of Contract Bids Dollars ($ 10% of Contract) ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the IIPROMONTS TO WISP COAST HIGRWAY nCK STATION 106 - 55.41 to STATION 117 — 12.69 In the YICINITT Cl THE BALBOA BAT CLUBS in accordance with the plans and specifications filed in the office cf the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 17th day of June 360277— (N5) -11.66 IM R. W. MC CLELLAN & SONS. INC. NATIONAL /SURETY ) CORPOR /ATII'ON. eorg . DodkedeE ' �ttorney- Attorney x 0 0 7 a n O �► i z C 0 0 M b 0 8 0 ro N. to O k- N °1 z 1 i' t State of Calif . Cdunty of orange g$' J J On 17th Day Of Jnae 1968 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared George L. Doubledee known tome to be Attorney -in -Fact of National Surety Corporation the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me tljqt such corporation executed the same. IN WITNESS WHEREOF. I have hereunto set my }rand and affixed my official a day and year My Commission ExpiMy. rnmmiginn Expires Mnv A. 12M 380212 -686 Oryt1� Catl PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESLLRT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS "SAYS THAT NEITHER THEY NOR ANY OF THEME 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 THEME 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 AF- FIANTS 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 AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL — MAN WHICH IS NOT PROCESSED THROUGH SAID SID.DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 810 DEPOSITORY; THAT NO INDUCE- MENT OR 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 T11.15 BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANYWAY OR MANNER) ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. r S W McClellan & Sons Ino 151 Commercial Way Costa Mesa California 92627 r SUBSCRIBED AND SWORN TO BEFORE ME .BY THIS 17th DAY OF June 1968 ANNE SHIMMIN , a NOTARY P73LIC CALIFORNIA h., PRINCIPAL OFFICE 1.4 MY COMMISSION EXPIRES: fis `' � . .. ORAN.GF COUNTY My Commission Expires Aril 3, 1971 Q n NOTARY PUBLIC 1 i • PAGE IO 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 HIS RESPONSI,BILITY.) EXPERIENCES SKILLj,ANO BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Pact 1perienaei SIGNED tom`" -• � FiDit�,d Clerk, City Hall, Newport Beach,.Ca orals,; truth lOZ a.m.,: on the 17th day of Julyy, 1%8,&A ,which' time they will bel opened and read, for patio vvsJ WIDENING OF PACT T (q�` . COigTRAL"CI •'"'�'' TO BAL030 j}q ;bid will be received unless it i5-niade on'a propo §al form furn ished by the Public Works Department. Each bid' must be accompanied by cash, certified, check or Bidder's Bond made pa able to the City of Newport Beach, for an amount equal to et least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Sob - contractors 3. Page 4 - Bidder's Bond 4. -Page 9 - Non- collusion Affidavit. 5. Page 10 - Contractor's. Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal• shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate, The estimated quantities are approximate only, being Riven solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion III of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall. Newport Beach, California, at no Cost to licensed contractors. A non- refundable charge of 32.00will be required for each set of plans, special Provisions, and rontract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks -after the bid opening. A non - refundable charge of $2.00 will be required for each set :'The of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or elf bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the Citv Council of the City of Newport Beach has as- certained -the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of revailing wage rates, 1966- 67 for a selective list of classiff,cations. Together with the information included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1966-67 Classification (Selective Listing) (511166) (5/1167) Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction - 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman - - 3.70 3.85 Guinea Chaser 3.78 3.93 Layin of all non - metallic pipe 4.01 4.16 Tannel mot - Vibratonnan Jack Hammer Pneumatic Tools, (except driller) - 4.315 4.4445 Operating Engineers - (7/1/66) (7/1/67) 4.53 Oiler and signalman (Group 1) Ski loader (Less Y, (Group 2) - 4.38 4.62 4.77 yd;) Rodman and Chainman (Group 3) - 4.86 5.01 Instrnmentman (Group 4) 4.97 5.12 Grade Checker (Group 5) - 5.16 5.31 Pavement - breaker operator (Group 5) Grade -all operator, (Group 6) - 5.16 5.26 5.31 5.41 Teamsters (511166) (511167) Dump Track Driver (Less than 4yds) 4.35 4.50 Water track driver (2500 gal. to 4000 gal.) 4.53 4.68 Build' and Construction trades (511166) (511167) - Bricklayer & Stone Mason 5.15 5.15 Electrician - I ' (7/1/66) (711167) Journeymen Wfretuan 6.11 6.55 . (4/28/66) Lather - 4.765 Painters - - (711166),(711167) journeyman - Spray 5.22 5.33 Pi a trades !dumber 5.545 5.64 , An classification omitted herein shall be the prevailing craft rate. __ overtime, S%k4day jLo1' rt¢�a are- }d. 3yy� t 1, �.t �'�. ✓�..�.(/