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 �'�. ✓�..�.(/