HomeMy WebLinkAboutC-1106 - Alley Improvements - Corona del Mar and Balboa Island 1968-69BOOK 9,202 FADE 5590
RECORDED AT REQUEST OF
F NEWPORT
IN OFFICIAL RECORDS OF
. y %2b50 FREE ORANGE COUNTY, CALIF.
C8 9:05 AM JAN 29 1970
NOTICE OF COMPLETION j W►UE CARLyIE County Rearde►
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 17, 1969
the Public Works project consisting of Alley Improvements, Corona del Mar and
Balboa Island, 1968 -69(C -1106)
on which Coxco, Inc.
was the contractor, and Industrial Indemnity Company
was the surety, was.completed.
rlt ry n1V NL`W'Ul VIr RFAr74
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 27,. 1970 at Newport Beach, California.
I, the undersigned,
I am the City Clerk of the City of Newport Beach, the City Council of said
City on January 26, 1970 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true.and.correct.
Executed-on. January 27, 1970 at Newport Beach, California.
l;
J
i�a9 y��a
January 26, 1970
TO: CITY COUNCIL y
FROM: Public Works Department L
SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1968 -69
(C -1106)
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
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of alley improvements in Corona del Mar and
on Balboa Island has been completed to the satisfaction of the Public Works Department.
The bid price was: $100,833.40
Amount of unit price items constructed: 106,980.31
Amount of change orders: 951.93
Total contract cost: 107,922.24
Amount budgeted in Accounts #02- 3897 -177 and 110,000.00
#02- 5597 -140
The alleys improved under this contract are those in which the water mains
had been replaced during the spring and summer. Due to a strike, the water main
contractor was not able to obtain material for patching the asphalt streets at the
end of each alley. The patching was deleted from the water main contract and added
to the alley contract. This, plus the replacement of additional alley approaches was
the major reason for the overrun in the amount of unit price items constructed.
The change orders were for: (1) revision of a concrete slab and drive
approach to accommodate the new alley grade; (2) revision of the grade of one
alley to provide better drainage from the adjacent property; and (3) installation of
wheel stops to help prevent vehicles from going over a drop -off alongside of one alley.
The contractor is Coxco, Inc. of Stanton, California.
The contract date of completion was November 11, 1969. Although the contractor
was delayed 6 weel due to a strike, the work was completed on December 17, 1969.
seph T. \Devlin
blic s Director
IPD /ldg
0
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: Tannai•T 77 19711
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Allay Improvements. Corona del
Mar and Balboa Island, 1968 -69 Contract No. C -1106
on which Cosco, Inc. was the Contractor
and Industrial Indemnity Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL Ag
Encl.
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1106
Project /M1]. @y IfiplpVli
Date 7 -15 -69
C& and Balboa Island, 1968 -69
and 3 copies of insuranae docunants
Attached is signedj3Lopy of subject contract or transmittal to the contractor,
and the Bonding Cougmy.
Contractor: Coxco, Ine., Cox Bros. 0onstn=ti0n Co.
Address: P. 0. Box C. Stanton, California
Amount: $ 100.833.40
Effective Date: 7 -14 -69
Resolution No. 7014
,M'W'/.. drA�
LL: dg
Att.
cc: Finance Department
r
T0: CITY CLERK
FROM: Public Works Department
SUBJECT: Alley Improvements, CDM and Balboa_ Island, 1968 S9,,C -1106
Attached are four sets of oni
Insurance Certificat - Documents and one set of
es for the suibect
project.
These documents have been reviewed and approved, as noted,'
by the City Attorney's office.'`
When all documents have bee -
nexecuteQ
Office, by the Mayor and your kr
please retain your copy and - return the Contractor's , Public p rks'`: 'r
and Bonding Company's copies to m
/x-
Derek
H. White
Design Engineer
DHW /em
Atts.
i R " 1 /
JUL 7199
CIiY pF
CEv6r -KATE
of LEATHERBY INSURANCE SERVICE, INC.
INSURANCE BOX 568 FULLERTON, CALIFORNIA 92632
1714) 879 -8903 (213) 691 -0718
CERTIFICATE CITY OF NEWPORT BEACH
ISSUED TO CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CALIFORNIA
NAMED • COXCO, INC.
INSURED • P. 0. DRAWER C
• STANTON, CALIFORNIA
APPROVED A.T•Q,FORM
Dated: 3 J
CITY ATTO NEY
By - ..� J
THIS IS TO CERTIFY that the following described policies and /or certificates are in force and expire as
indicated herein:
KIND OF INSURANCE
1NSUROR
NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
Industrial Indem
/POLICY
CU6 7
EFF
STATUTORY
WORKMEN'S COMPENSATION
nit Comgdn
EXP _Y Y70 70
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
S ,000 EACH PERSON
(INCLUDING AUTOMOBILE)
EFF
S ,000 EACH OCCURRENCE
EXP
E ,000 AGGREGATE PRODUCTS
PROPERTY DAMAGE
EFF
5 .000 EACH OCCURRENCE
GENERAL
EXP
S .000 AGGREGATE
AUTOMOBILE
S ,000 EACH OCCURRENCE
COMBINED SINGLE LIMIT BODILY
Industrial Indem
LG645- 96
EFF
INJU Y ND PROPERTY DAMAGE
Harbor
7/ j 1'70
S 2,000,000 EACH OCCURRENCE
104975
EXP
AUTOMOBILE PHYSICAL DAMAGE
EFF
S
COMPREHENSIVE
FIRE AND THEFT
S
COLLISION OR UPSET
EXP
LESS S DEDUCTIBLE
LOSS PAYABLE TO
REMARKS AS RESPECTS: ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1968 -69 (C -1106)
THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL INSURED AS PER COPIES OF
ENDORSEMENTS ATTACHED.
"IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE
REFERS, MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO
LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT
BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF
SUCH CANCELLATION OR REDUCTION IN COVERAGE."
T4( iEXX11�fX�1t3( IkX+ RX; Pl QX9@ x3( 9QifRX9PXX9t�9t3( �( X4Kk1Fk9l lQRX96)Vk9F>XtkX9(+fi7QX�f%t4tXX XX XX�YXX�t3dNi (�(liiklfXb(X�fX9IDkif Xd�+X
celatiRlQM3fX7f�k9P�90 (ltKX�f- i(�(�(�(�t9(9iXPcS1 M94JQ)Pl@X9€X��i9H(9(�JQIf�•X•
DATE July 1, 1969
PC
FORM 140
LEAT�;[Pi,Y IPZURA"tCE SERVICE, INCJ
BY�AUTHORIZED REPRESENTATI
• 0
ENDORSEMENT
This endorsement, effective JU1A1, 19669ati l , forms o port of policy W. LG645-1960
issued to COXCO, INC. m
by INDUSTRIAL INDEMNITY CO.
ADDITIONAL INSURED
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY
INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES
CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CALIFORNIA
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
ALLEY IMPROVE "lENTS, CORO'IA DEL MAR AND BALBOA ISLAND,
1968 -09 (C -1106)
2. THE INSURANCE WITH RESPECT TO SAID PERSON OR ORGANIZATION
DOES NOT APPLY:
A) TO LIABILITY ASSUMED BY SAID PERSON OR ORGANIZATION UNDER
ANY CONTRACT OR AGREEMENT.
B) TO ANY ACT OR OMISSION OF SAID PERSON OR ORGANIZATION OR
ANY OF HIS EMPLOYEES, OTHER THAN GENERAL SUPERVISION OF
WORK PERFORMED BY THE NAMED INSURED.
C) TO OPERATIONS WHICH HAVE BEEN COMPLETED OR ABANDONED BY THE
NAMED INSURED.
All other terms and conditions of this policy remain unchanged.
Endorsement No.
7/1/69pc
ca•ees %
Aumorisea Repre,entotivs
i
s
F.
;" • ENDORSEMENT NO. 13 .
r+
ADDITIONAL INTEREST ENDORSEMENT
r
). It is agreed that the insurance afforded by this Policy aplies severally as to each Assured except that the. inclusion
;-= of more than one Assured shall not operate to increase the limit of the Company liability; and the inclusion here-
under of any person or organization as an Assured shall not affect any right which such person or organ'Ization
would have as a claimant if not so included. - -
2. It is further agreed that CITY OF MOW BEAM
CM HALL
3300 V. NEwoitT BLVD.
KEVM1 BEACH, CALtFMIA
(additional interest) -
is recognized as additional Assured under the Policy, but only as respects claims covered by the,Policy and resulting
from operations performed for Alley lWi4iiiiiiiiiiiil CWwa Dal !Mr Mad Balb'" talaade
"W69 (C -1106)
by or for
(additional interest)
(named Assured)
The effective date of this Endorsement is July I, 1%9
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, or limitations of the
policy to which this endorsement is attached other than as above stated.
This Endorsement is attached to and made part of Policy No. 104975
Issued to: COBCO, INC.
Broker: LEATHERST INSURANCE SERVICE, INC.
Date of Issue: 7/1/69 HARBOR INSURANCE COMPANY
� ^_-
BY J%-Clt -1 ENTATIVE
HU 8055 -CF5 (ED. 2 -55) IOM (7-81)
a
1
i
_I
4.�
I
• C"1r C Leff�
CONTRACT NO. 1106
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND
1968 - 1969
Approved by the City Council
on this 26th Day of gay, 1959
Laura aL gios, i y erl Ic
r
CITY OF NEWPORT BEACH, CALIFORS
NOTICE 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 77th day of June �, 19&q_j at
which time they will be opened and read, for performing work as— foollows:
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND
1968 - 1969
CONTRACT NO. 1106
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the 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 Corporate SeaT Sha e1T�eT_
to all documents requiring signatures. In the case of a Partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepared by the Southern California Chapters of the erican Public
Works Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland "Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
City of Newport Beach, California
Notice Inviting, Bids.
In accordance.with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May'12, 1969. A copy of said resolution is available in the office of the
City Clerk.i All parties to the contract shall be governed by all provisions of the
California?Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
e
5 -15 -69
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND
1968 -1969
CONTRACT NO. 1106
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92660
Gentlemen:
1.1
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
proposes to furnish all materials and do all the work required to complete Contract No.
1106 in accordance with the Plans and Specifications and will take in full payment therefor
the following unit prices for each completed item of work, to wit:
ITEM QUANTITY S UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
CORONA DEL MAR (Items 1 through 8)
18 Construct 6k." Thick P.C.G. Alley
Each Approach Over 4" Thick Aggregate
Base Per Applicable Portions of
CNB Drawing No. STD -106 -L
@Three hundred and ten Dollars
and
no Cents
Per Each
73,000 Construct 6�" Thick P.C.C. Alley
Square Ft. Pavement
@ _ Dollars
and
Cents
ninp,wer Square Foot
400 Construct 8" Thick P.C.C.
Square Ft. Trench Patching in Existing
Alley Approaches
@gne Dollars
and
eiah
Cents
er Square Foot
$ 310.00 $ 5.580.00
$ 1.09 $ 432.00
ITEM QUANTITY ITEM 0 UNIT TOT L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 9,400 Construct 6" Thick P.C.C.
Square Ft. Garage Approach or Sidewalk
Sections
@ - Dollars
and
eighty-six Cents
er Square Foot
5. 3,800 Construct 4" Thick A.C.
Square Ft. Pavement
@ One Dollars
and
eight Cents
Per Square root
6. 460 Construct 6" Thick A.C. Patching
Square Ft. In Street Areas Along New P.C.C.
Alley Approaches
@ One Dollars
and
twenty -four Cents
Per Square oot
7. 150 Construct Variable Thickness
Square Ft. A.C. Feather Join Between New
P.C.C. Alley Pavement and
Existing A.C. Alley Pavement
@ - Dollars
and
thirty -six Cents
Per Square Foot
8. 90 Construct 12" Wide, Variable
Lineal Ft. Height P.C.C. Retaining Wall
Under Alley Edge
@ Twenty -three Dollars
and
no Cents
Per Linea Foot
BALBOA ISLAND (Items 9 through 12)
9. 1,850 Construct 8" Thick P.C.C. Street
Square Ft. Pavement and Alley Approaches
@ One
Dollars
1.2
$ 0.86 $ 8,084.00
$ 1.08 $ 4,104.00
$ 1.24 $ 570.40
$ 0.36 $ 54.00
$ 23.00 $ 2,070.00
ei hteen Cents $ 1.1R $�R
er Square Foot
NO. AND UNIT UNIT "PRICE WRITTEN IN WORDS PRICE PRICE
10. 12,000 Construct 6" Thick P.C.C.
Square Ft. Alley Pavement
@ - Dollars
and
eighty -four and four -V- Cents $ 0.844
er Square Foot
11. 850
Square Ft. Construct 4" Thick P.C.C.
Garage Approach or Sidewalk
Sections
@ - Dollars
and
sixty -eight Cents $ 0.68
Per Square Foot
12. 1,250 Construct 4" Thick A.C.
Square Ft. Pavement
@ One Dollars
and
eight Cents
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS (ITEMS 1 THROUGH 12):
One hundred thousand, eight hundred and Dollars
and
Thirty -three dollars and forty Cents Cents
1.3
$10,128.00
$ 578.00
$ 1.08 $ 1,350.00
TOTAL
$100,833.40
Page 2
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPRNCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED 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 ONLY9
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 (IO) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK ®R 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. 9nF7117 CLASSIFICATION —A
ACCOMPANYING THIS PROPOSAL IS i..
CASH2 CERTIFIED CHECKS CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO 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 CODES AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
rnxcn_ tNC_
HONE UMBER BIDDERS NAME
(SEAL)
ATE AUTHORIZED SIGNATURE
R. D. Cox - Vice Pres.
AUTHORIZED SIGNATURE
Cnrnoration
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATIONS CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARYO TREASURER AND MANAGER IF A CORPORATIONS
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: m.
DESIGNATION OF SUB - CONTRACTORS
PAGE 3
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 PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK
I. none
2
3
5-
6.
7•
8.
Ir
SUB- CONTRACTOR
ADDRESS
COXCO, INC.
BIDDERS NAME
(s) R. D. Cox
AUTHORIZED SIGNATURE
R. D. Cox.- Vice. Pres.
Corporation
TYPE OF ORGANIZAT'I'ON::
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
COXCO, INC
Cox Bros. Construction Co.
P.O. Box C
Stanton, California
ADDRESS
�R ORIGINAL COPY SEE CITY CLERK* FILE COPY
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, -NlYrn TNI , AS PRINCIPAL,
AND TNn11STPTAl TMDPMNTTV r.nMPANV , AS SURETY, ARE HELD
AND F)RML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM Of TEN I -- PERCENT
OF THE AMOIINT RTn 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
ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1968 -69
.QNTPAr.T NO 1111Fi
IN THE CITY Or 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 (_l)) DAYS (NOT INCL1'1D!I'#Fr.', SATURDAY AND SUNDAY;). FRVW..;TNE DATE OF THE
MAILr1NA. OF A NOTICE TO THE ABOVE BOUNDEN PR MCIPAL.BY AND FROM SAID CITY OF NEWPORT
BEACH BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMA.414 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 A$ 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, WE HEREUNTO SET OUR HANDS AND SEALS THIS Tfith DAY OF
,1W a 19.m --
CORPORATE SEAL (IF CORPORATION) Cnxrn' INC._ _
PRINCIPAL
ATTACH ACKNOWLEDGEMENT OF RY-(SR_ [1_ C'm - Vira Prat
ATTORNEY IN FACT) R. D. Cox,- Vice Pres.
INDUSTRIAL INDEMNITY COMPANY
SURETY
BY (s) Carl R. Armstrong
Carl R. Armstrong
TITLE Attor-AeY in
LABOR AND MATERIAL BOND
KNOW ALL HEN BY THESE PRESENTS, THAT
0
PAGE 5
BOND NO: YS640 -3163
PREMIUM: INCL.
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED June 23 1969
HAS AWARDED TO INC.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR ALLEY IMPROVEMENTS
-CORONA DEL MAR AND BALBOA ISLAND, 1968 -69 _
IN THE CITY OF NEWPORT BEACHy 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 1N, UPON,, FOR,
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS :BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, WE COXCO, INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FIFTY THOUSAND FOUR IUHMRFn STYTFRN AM 1 1 OLLARS 1 . 1
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 SUN SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND., A REASONABLE
ATTORNEYIS FEE, TO BE FIXED BY THE COURT., AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE.'OF CALIFORNIA.
BONW: YS640 -3163
I
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 08LIGATIONS 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
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE ISt DAY OF .SULY 2 19e 69
COXCO, INC. (SEAL)
- "rpgl YanT _
(SEAL)
D. S/ft - 5�cretary
INDUSTRIAL INDEMNITY COMPANY (SEAL)
BY: (SEAL4
Carl R. Armstrong
Attorney -in- " (SEAL)
IS SURET7 .
APPROVED AS /TOFORM:
CITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
E
ATTEST:
CITY CLERK
A
* State of California{
County of 1 ss:
Orange
On July 1, 1969 before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared Carl R. Armstrong
known to me to be Attorney -in -Fact of INDUSTRIAL INDEMNITY COMPANY
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 jrand and affixed my official seal, the day and year state in is certifical .above.
G'
My Commission Expires 4
N ublic
� 360212$66
• S N0: YS640 -3163
P IUM: $604.00
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 23, 1969
HAS AWARDED TO COXCO, INC.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND, 1968 -69
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, COXCO, INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR ", AND
INDUSTRIAL INDEMNITY COMPANY
AS SURETY, ARE MELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FIFTY THOUSAND, FOUR HUNDRED SIXTEEN AND 701100 - - DOLLARS 4 50.416.70 p
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE 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:.AiND 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.
• �OND NO: YS640 -3163
PAQE 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 SMALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONr
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIOUAL�
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 , 196 9
APPROVED AS TO FORM:
f V0,
CITY ATTORNEY
COXCO, INC. (SEAL)
A. Cox - ]President
Cox
(SEAL)
(SEAL)
INDU_STRIAL INDEMNITY C Ora xv (SEAL)
BY* �'u""`. '(SEAL)
SURETY
Carl R. Armstrong
Attorney -in -Fact
California
State of Orange ss:
t County of
On July 1, 1969 before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared CARL R. ARMSTRONG
known to me to be Attorney -in -Fact of INDUSTRIAL INDEMNITY COMPANY
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 seat, the y and year stated in hi certifimte.a ove.
w
i My Commission Expires
Not lic
360212 -6.66 -
. A1y Cc:::.::.:: ;:: %: -'_. -.:, :. ••7.72
PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS) BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID) BEING DULY SWORN ON THEIR OATHS SAY) THAT NEITHER THEY NOR ANY
OF THEM) HAVE IN ANY WAY) DIRECTLY OR INDIRECTLY) ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER) OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM) HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY) OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER) OR SUCH AFFIANT OR AF-
F.IANTS 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 THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON
WHOMSOEVER TO PAY) DELIVER T0) OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER)
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 14th DAY OF _ ,tune James H. Dailey
Notary Public - California
196 s_• Principal Office in Orange County
MY COMMISSION . EXP:IRES:
Mg fnmmiccion Fxpirac SPpt 20 1971 (c) JAmac M- Ila- N
NOTARY PUBLIC
A&4 • FOR ORIGINAL COPY SEE ##Y CLERK'S FILE COPY
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
COXCO, INC.
By: (s) R. D. Cox - Vice Pres.
Signed
Page l0a
i
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed
For Whom Performed
Person
(Detail) to Contact
Telephone No
1968 & 1969
Univ. of Calif. Irvine
Dukleth
714 - 833 -5011
1969
U.S. Naval Air Station
Foster
213 -GE 1 -1331
1968
City of Monrovia
City Engr.
213 - 359 -3231
COXCO, INC.
By:
Signed
R. D. Cox - Vice Pres.
PAGE II
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS / Tti DAY OF qyA 9' , 196,
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND COXCO, INC.
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSEITH: 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
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (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.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOW 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 WORK; 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 IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO 00 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 AGREEMENT.
. 4E.�s! 7 ` • PAGE 12
5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAN THE CITY COUNCIL HAS
ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM 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.
G. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY, THE DIRECTOR OF PUBLIC WORKS2 AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS
LOSS DAMAGES INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS' LOSS2 DAMAGED INJURY' AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF1 THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
CITY OF NEWPORT BEACH CALIFORNIA
BY: QO 1� 11t11Q(J�XI
MAYOR
ti
CITY CLERK/
Iroxco, (NC,
CONTRACTOR
(SEAL)
M._ A. Cox - president
TITLE
APPROVED AS TO FORM:
CiTif ATTORNE
0 0
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND
1968 -1969
CONTRACT NO. 1106
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92660
Gentlemen:
1.1
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
proposes to furnish all materials and do all the work required to complete Contract No.
1106 in accordance with the Plans and Specifications and will take in full payment therefor
the following unit prices for each completed item of work, to wit:
D UNIT UNIT PRICE WRITTEN IN WORDS
CORONA DEL MAR (Items 1 through 8)
1, 18 Construct 6;" Thick P.C.C. Alley
Each Approach Over 4" Thick Aggregate
Base Per Applicable Portions of
CNB Drawing No. STD -106 -L
7h rcr ;K 0�
@ zle ka Dollars
and
[7 d Cents
er ac
2, 73,000 Construct 6," Thick P.C.C. Alley
Square Ft. Pavement
@ — 11AC1 Dollars
and
c'y>< Cents
Per Square oot
3. 400 Construct 8" Thick P.C.C.
Square Ft. Trench Patching in Existing
Alley Approaches
@ p h e Dollars
and
Cents
Per Square Foot
CO CO, INp
P. O. Daawea C
OMNGP C Vp
STANTON. CALIFORNIA 90680
E PRICE
$ 3/0 .C/o $
$ .ICS
$ /.04f $ 43 .2•"
coxco, WC.
. Cnx 3rc4. Construction Co.
P. 0. Box C
Sian on,Cahfornia
f
EM QUANTITY ITEM E UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 9,400 Construct 6" Thick P.C.C.
Square Ft. Garage Approach or Sidewalk
Sections
@ — Dollars
and
�iiiy- SAX Cents
Per 'square Foot
5. 3,800 Construct 4" Thick A.C.
Square Ft. Pavement
@ OaJ.o Dollars
and
Cents
Per Square Foot
6. 460 Construct 6" Thick A.C. Patching
Square Ft. In Street Areas Along New P.C.C.
Alley Approaches
1.2
$ O.f6 $ 8,08-,/"
$ /140 if $
@ o hF Dollars %
and
CO {-Lj - 1�iur Cents $ /• $
Per square Foot
7. 150 Construct Variable Thickness
Square Ft. A.C. Feather Join Between New
P.C.C. Alley Pavement and
Existing A.C. Alley Pavement
Dollars
and
/K Cents $ 0.36 $ S4•
Per Square Foot
8. 90 Construct 12" Wide, Variable
Lineal Ft. Height P.C.C. Retaining Wall
Under Alley Edge
@ A.veh - �`it -&e Dollars
and
P42o Cents
L—ineal Foot
BALBOA ISLAND (Items 9 through 12)
9. 1,850 Construct 8" Thick P.C.C. Street
Square Ft. Pavement and Alley Approaches
U. ,. @ 4::;, 47e Dollars
Y. kit'. and
^"=auction C;�. ef:gA t ee12 Cents
-oa C Per Square Foot
alifornia
l
$ 2316rV $ 2.U7o.vn
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 12,000 Construct 6" Thick P.C.C.
Square Ft. Alley Pavement
@ _ Dollars
and
Le/f,4 fy {,o Cents
Per Square Foot
11. 850
Square Ft. Construct 4" Thick P.C.C.
Garage Approach or Sidewalk
Sections
@ — Dollars
and
.si�fy- �rrih� Cents
— Peer ASquare Foot
12. 1,250 Construct 4" Thick A.C.
Square Ft. Pavement
Dollars
and
Cents
Pet Square Foot
TOTAL PRICE WRITTEN IN WORDS (ITEMS 1 THROUGH 12):
Dollars
and
Cents
GNY 1 1711Oe TNGf/fN'`i�1� �lY
1.3
$ 0 "90YV $ /D, / 28'. OD
$
TOTAL J
/W, Fr 33• yG
$
0
0
Page 2
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKO
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES0 T14€ WORDS SMALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTIT.tES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYV
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 ON 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 SUNDAYO AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE2 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
'�TME REGISTRATION OF CONTRACTORS, LICENSE N0. 706 -7 O `7 CLA351FICATION /9 '
ACCOMPANYING THIS PROPOSAL IS /c7't/C�,f eo 4w
CASH CERTIFIED CHECKO CASHIER'S CHECK OR
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 WORKMENIS COMPENSATION OR TO
.UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODEi AND AGREES TO.
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT_.
IN - .s;t 7- 57 z �
. PHONE NUMBER
Ju he 17, /ft/,f
DATE
A D. Ck)z - rice Pala.
AUTHORIZED SIGNATURE
cY'�Dar -ci _� r
T ANIZAT ION
(1NDIVIDUALO CORPORATI ®N CO- PARTNERSHIP
L13T BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION
AND NAMES OF ALL CO— PARTNERS IF A CO- PARTNERSHIP:
M. A. Cox - Presiderri
D. Q=. irict pres.
Cc:',
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 ENGINEER, AND IN ACCORDANCE 'WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB - CONTRACTOR ADDRESS
I. NOG! &
2
3
4
5•
7
9• '
10.
I1.
IDDER'S
RIZEO JIGNAT E
r 0 r4 / 0
TYP OF ORGA IZAaN::
(INDIVIDUAL� C07PARTNEIt$B9.IP OR CORP)
coxCO,
ev,;TtrUCtIOn CO'
P_ 0. Box C
StantOn,CaliFOrn"
ADDRESS
1
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE COXCO, INC. AS PRINCIPAL,
AND INDUSTRIAL INDEMNITY COMPANY AS SURETY, ARE HELD
AND FIRML;CSOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PERCENT
OF THE AMOUNT BID
LARS ($ J, 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
ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1968 -1969
CONTRACT NO. 1106.
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 (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (1)) DAYS NOT INCLUD!t*G& SATURDAY AND SUNDAY, F'ROFF1ME DATE OF THE
MAILIINO1 OF A NOTICE TO THE ABOVE BOUNOEN PRINCIPAL.BV 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 REMA,.M 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 16th DAY of
JUNE 19 69
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
COXCO. INC.
INDUSTRIAL INDEMNITY .COMPANY
SURE�
BY
Carl R. Armstrong
TITLE.
State otCalifornia
County of ss.
Orange
,1
On June 16, 1969
before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared Carl R. Armstrong
known to me to be Attorney -in -Fact of Industrial Indemnity Company
the corporation described in and that executed the within and foregoing insirumeni, 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 n
CPQOLE J. HALL `
My Commission Expires NOTARY Ui:I GG'd IFORNIA
tIFFIff IN
ORANGE COUNTY
official seal, the day and year stated -ip this certificate above.
A rPublic
LE J. HALL
My Commi„sion Expires 627 -7't
PAGE 9
NON - COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDERP OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM, HAS PAID OR IS TO 'PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER OR SUCH AFFIANT OR AF-
F.IANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLYy 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 810 DEPOSITORY, THE BYLAWSI, 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 DEPOSITORYp OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FAC tL ITIES 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 CONTRACTS NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON
WHOMSOEVER TO PAY) DELIVER 70, OR SNARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS �.v DAY OF 7V /tlE
196.
MY COMMISSION.EXP:I.RES:
My Commission Expires Sept. 20, 1971
11211lAt 91L1tf^ai ^455v"99 +9lf•09
NOTARY 7LLLIC- CFi!tO ^!!IA
PRINCIPAL OFFICE IN
0P..1;:GE COU!C7V OJ
esrr c.ae• >Y••saao,�>ea�lro•.Ffa�s9
ARY PUBLIC
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Sig 5FU AL U has Yace arty
STATE OF CALIFORNIA— TRANSPORTATION AGENCY
DEPARTMENT OF PUBLIC WORKS
DIVISION OF HIGHWAYS
P.O. BO% 1499, SACRAMENTO 95007
w
Coxco Associates
P. 0. Box 'C'
Stanton, California 90680
Gentlemen:
RONALD REAGAN, Governor
November 7, 1968
Reference is made to your Statement of Experience
and Financial Condition received on October 30, 1968.
This statement has been reviewed and, on the basis
of the information contained therein, you have been qualified
to bid on the following classes of work under the jurisdiction
of the Division of Highways in the maximum amount of $6,020,000.
Bids on any one type of work shall not exceed the maximum for
that type as shown:
All Classes of $6,020,000
Construction
The above rating is based on working capital. On
the basis of net worth, it would be possible to prequalify
up to the maximum amount for the items shown below
Maximum Rating
Item Based on Net Worth
All Classes of $6,850,000
Construction
Attached for your convenience are five copies of the
form to be used in requesting plans and specifications for
projects which are advertised for bids. Additional copies of
the form are available on request.
very truly yours,'
J. A. LEGARRA t:
State Highway Engineer a
By O
a„
F. E. BAXTER " 0
Assistant .State Highway Engineer
Attachment A
t$.ssbtent Office Engineer
P
O
Page l0a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year Person
Completed For Whom Performed (Detail) to Contact Telephone No.
L9�8� /yGy Uyliy.ofC4 /ii�.Zrriv�� Duk/�th�ry- X33 -sdi�
213
/�%'� U•S• �ciya //9 /Nff47�/IN ff>�cr �iy /- Gam/ -/33/
/ `16 Cl 7k 6 /V7.0/1 "1.-/ - a E*13P i- • Zi3- 3f%- 3 2i/
r
1; .... - ..... ----------------- ------------
Signed
3 D. box - Vice lree.
0 0
CITY OF NEWPORT BEACH SP 1 of 4
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLAND
1968 - 1969
CONTRACT NO. 1106
I. SCOPE OF WORK
The work to be done under this contract consists of constructing Portland cement
concrete alley pavement and alley approaches, constructing portland cement concrete
or asphalt concrete garage approach and sidewalk sections, adjusting utility boxes
and structures to grade, and other incidental items of work. The work is located
in various alleys in the Corona del Mar area and in the alley between Marine and
Onyx Avenues on Balboa Island.
Alternate Rock Material - Type S - conforming to Part 400 of the City's Standard
Special Provisions is specified for this contract.
The contract requires completion of all the work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Plans (Drawing No. A- 5038 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are the Standard Specifications for Public Works Construction, 1967 Edition,
including the 1968 and 1969 Supplements.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 120 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
The prices bid for the various items of work shall include full compensation for all
labor and materials necessary for construction of the items complete in place. Pay-
ment for incidental items of work, not separately provided for in the Proposal, shall
be included in the price bid for other related items of work.
IV. SCHEDULE OF WORK
The Contractor shall incorporate the following requirements into his proposed written
schedule of work:
(1) Work shall not begin in the Balboa Island alleys before September 2, 1969, which
is after the Labor Day weekend.
(2) Work in Corona del Mar shall begin in the easterly alleys and proceed westerly.
(3) Portland cement concrete garage approach and sidewalk sections shall be placed
separately from portland cement concrete alley pavement.
0 SP2of4
(4) Twelve (12) consecutive calendar days will be allowed to construct the portland
cement concrete pavement in each alley and the alley approach at each end of
the alley. (On Balboa Island, the alley approach shall be considered to include
the adjacent portion of the street pavement to be reconstructed.)
(5) Upon expiration of the above described period, ten (10) additional consecutive
calendar days will be allowed to construct the 6" or 4" thick portland cement
concrete garage approach or sidewalk sections; the 4" thick asphalt concrete
pavement; the 6" thick asphalt concrete patching, and the variable thickness
asphalt concrete feather.
(6) No more than five alleys may be in some stage of construction or curing at any
one time.
In summary, the above requirements mean that the Contractor will be allowed a maximum
of twenty -two (22) consecutive calendar days to complete all the construction work
in each alley. The periods specified for construction work include curing time for
new portland cement concrete improvements.
This means that each alley and every garage approach with access from that alley
must be returned to normal vehicular use within 22 consecutive calendar days from
the day it is first closed to such use. The Contractor must employ sufficient men
and equipment necessary to accomplish this schedule. If it becomes apparent during
the course of the work that the Contractor will not be able to meet this schedule,
he will be prohibited from starting work in additional alleys until he has exerted
extra effort to catch up on his original schedule and he has demonstrated that he
will be able to maintain his approved schedule in the future. Such stoppages of
work shall in no way relieve the Contractor from his overall time of completion
(120 consecutive calendar days) requirement, nor shall it be construed as the basis
for payment of extra work because additional men and equipment were required on the
job.
The Contractor will be assessed $50.00 per day (including Saturdays, Sundays, and
Holidays) for each day in excess of the 22 consecutive calendar days allowed for
100% completion of the construction work in each alley and the alley's return to
normal vehicular use.
The intent of this section of the Special Provisions is to emphasize to the Contractor
the importance of prosecuting the alley construction work in an orderly, preplanned,
continuous fashion so as to minimize the time an alley is closed to vehicular traffic.
TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 of the
Standard Specifications. As necessary, streets may be restricted to one traffic lane,
controlled by flagmen, during construction hours, but must be restored to two -way
traffic at the end of each working day and on weekends and holidays. The only exception
to this requirement will be as given in Note (2) on Sheet 10 of the Plans.
VI. NOTIFICATION TO RESIDENTS AND BUSINESSES
The City will mail a preliminary notice to all residences and businesses to be
affected by this work. Between 40 and 55 hours prior to closing a particular alley
to vehicular traffic, the Contractor shall distribute to each affected residence and
business a written notice stating when construction operations will start and approxi-
mately when vehicular accessibility will be restored. The written notice will be
prepared by the City and the Contractor shall insert the applicable dates at the time
he distributes the notice. Errors in distribution, false starts, acts of God, strikes,
or other alterations of the schedule will require renotification using an explanatory
letter. This letter will also be prepared by the City and distributed by the Contractor.
0 0
SP3of4
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the Contractor.
All such surveys including construction staking shall be under the supervision of a
California Licensed Land Surveyor or Civil Engineer. Staking shall be performed on
all items ordinarily staked at intervals normally accepted by the agencies and trades
involved. Payment for construction survey staking shall be considered as included in
the various items of work and no additional allowance will be made therefor.
VIII. ADJUSTMENT OF UTILITY BOXES. MANHOLES. ETC. TO GRADE
All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any
other miscellaneous utility boxes shall be adjusted to finished grade prior to place-
ment of portland cement concrete. In the event the utility box or structure is
located in an area to be improved with asphalt concrete, adjustment to finished grade
shall be made after the asphalt concrete pavement has been placed.
lX. PAVEMENT REMOVAL, EXCAVATION, AND SUBGRADE PREPARATION
Existing portland cement concrete or asphalt concrete improvements to be removed
shall be sawcut along property lines, join lines, at the locations beyond property
lines as shown on the Plans, or as directed by the Engineer. Final removal at the
sawcut lines may be accomplished by the use of jack- hammers or sledge- hammers. It
is emphasized that edges created by other means or final removal accomplished by
other means will not be acceptable, and hard blow pavement breakers, such as stompers,
will not be permitted on the job.
The Contractor shall prepare the subgrade in conformance with Section 301 of the
City's Standard Specifications.
Payment for pavement removal, excavation, and subgrade preparation will be considered
as included in the unit prices paid for the corresponding or associated items of
new work.
X. ALLEY APPROACHES
Portland cement concrete alley approaches shall be constructed in accordance with the
City of Newport Beach Drawing No. STD -106 -L with the following exceptions:
CORONA DEL MAR
(1) Portland cement concrete shall be 6k" thick instead of 6" thick.
(2) Curb return radii shall be 5' unless otherwise directed by the Engineer.
BALBOA ISLAND
(1) Portland cement concrete shall be 8" thick instead of 6" thick, and the 4" thick
layer of aggregate base will not be required.
(2) Curb return radii shall be 5' unless otherwise directed by the Engineer.
The cost of constructing the 4" thick layer of aggregate base shall be included in
the unit price bid for each alley approach to be constructed in Corona del Mar.
XI
0
PORTLAND CEMENT CONCRETE
LJ
SP4of4
Portland cement concrete furnished for construction of all alley pavement, street
pavement, alley approaches, garage approaches, sidewalks, retaining walls, thickened
edges, and trench patching shall have a B or C gradation and shall attain a minimum
modulus of rupture of 600 psi (tested in conformance with ASTM designation: C78 -49)
within 28 days after placement. Portland cement concrete shall be securely barricaded
immediately after placement and no vehicular traffic will be allowed thereon until
beam tests yield a minimum modulus of rupture of 450 psi.
In view of the P.C.C. strength requirements described above and the schedule of
work limitations described in Section IV of these Special Provisions, the Contractor
may find it necessary to add additional cement, use special aggregates, or use
admixtures to meet the specifications. The intent of these Special Provisions is
that the Contractor prepare his bid in conformance with these strict limitations
and no additional compensation will be allowed for the extra materials that may be
required to meet these conditions.
The Contractor will be permitted to use concrete pumping methods to facilitate
concrete placement.
A 12" wide smooth trowel surface shall be constructed along the flow line (centerline)
of each alley.
Contact joints shall be
Drawing No. STD - 116 -L.
Drawing No. STD - 118 -L.
XII. ASPHALT CONCRETE
constructed in conformance with the City of Newport Beach
Alley joints shall be constructed in conformance with CNB
Street joints shall be constructed where shown on the Plans.
Asphalt concrete furnished for construction of 4" thick pavement, 6" thick patching
and variable thickness fPathPr join shall be Type III 42 -85 -100 in conformance with
Section 400 -4 of the City's Standard Special Provisions.
A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard
Specifications. The cost of the tack coat shall be included in the unit price bid
for the associated asphalt concrete.
EXT. PL. YAQ /ES
2 "OP MATCH
EX /ST. S /OEW.W41 �-
566
SLOPE 1 *'PEPFT.
SECT/ON :a 4,
2"
O'A. B. UNL ESS
OTNE2W /SE NOTED
3�HEX /O /A/T A+fAT2.
FLOW L /NE -�Z_
VO? /ABLE P. C.C.
CU,PB FACE
SIVEWALII -ALLEY APQON ---� 61,O&RI 11
A
TYP ICAL AL L EY SECT /ON
NOTES
/. EL. 'P "/5 3" BELOW 4 . q4 16L/T.11NE
CONNECT /N6 "iYf " ff,� -/V- UNLESS OTNEQW /�jE
5110N/N olv ALq.VS.
?. Tf/E".PAO /US OF TiUE CCJ,QB QETURN'51041-
BE E"QU4G Tb W/OTN
BUT NOT G,QE47-6Q 7,q.4" /O'..
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
,4LLEY 4PPROAC14
JPS DATE
PUBLIC WORKS DIRECTOR
R.E. NO. 1.0
OLL BdQS 7b d%G' Cknd71°7
Aldr
NiTN 4�- .V4LT OO /A/T
#6 3' NJGL�JTN 6CBB �.@� C.C. �,00/✓EL SOCA,erCi• MCTGL
Q2 OWdS771 ` AaD7Epi�L .
0.....OE,� /6�fI Tf/ /CL�A/E.S9 O.C.C. P�YM >•
CONTACT JOINT WITH NEW CONSTRUPrION
,v0 8Ca4,!L+
CITY OF NEWPORT BEACH DRAWN w. s• DATE 3 -/0 -r�9
PUBLIC WORKS DEPARTMENT APPROVED `
STREET AND ALLEY P BLIC WORKS DIRECJOR
CO/VCRETE PA VEm E NT R.E. "
DRAWIN I NO. STD. -Il6 L
S T.2.EET
�B "EXPq/v t a'
T AI4T'L.
C
w.P✓. d
rr1 VR/L / YY/n
V E.YCEG�05
w M.
u TYPICAL PAMlf
rYP.f f vi SEC / yION
.1/O FaCd GE'
n
9 r�'T a' •d.
+•
, .UL 95 OF
O••....•P4C.C.
`C' P VMT.
rYp /c L. Pi�•%u/i
�V.OcI........INELIL�•E.UE.O GGO.tiG` r/O/.t/T
OOZ
. * .JOINT MAT /OU/C.e ✓D /AJT)
SEMON
v
t M5AMEAJ6D LKAN6 ✓O/ATT
rr1 VR/L / YY/n
V E.YCEG�05
w M.
u TYPICAL PAMlf
rYP.f f vi SEC / yION
.1/O FaCd GE'
n
+•
, .UL 95 OF
O••....•P4C.C.
`C' P VMT.
�V.OcI........INELIL�•E.UE.O GGO.tiG` r/O/.t/T
OOZ
. * .JOINT MAT /OU/C.e ✓D /AJT)
6AWC617 OQ E06141.
t M5AMEAJ6D LKAN6 ✓O/ATT
GLIE.TE
Wq TEQ B�tES �t/(T!/
3�B "EXPANS /ON 1 4 ,Q MAX. SPAC /N6 OF 12'.
-jo r
h
S T.2 E T
LE
CITY OF NEWPORT BEACH
DRAWN WQ• DATE
PUBLIC WORKS DEPARTMENT
APPROVED
PL.4CEME'/VT OF C/OINTS
P BLIC WORKS DIRECTOR
IN
R.E. N0.
DRAWING NO.STD. =118- L
P. GC.. ALLEY PAVCA4EVT
0 0
RESOLUTION NO. 7014
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR
Contract No,
WHEREAS, pursuant to the notice inviting bids for work
in connection with allay inprey mtaa Corona dal liar and
NalDoa 181aads 1%8 -699 Contrast No. 1106 , in accordance
with the plans and specifications heretofore adopted, bids were
received on the 17th day of jb" 19 69 ,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is COZCOe M's of •tmtea ;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of c0=6 INC.
for the work in the amount of $ 100.833.40
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 23rd day of Jma , 1969 .
ATTEST:
Ci Clerk
1:L►111.\ 111.1 ► small A
=stub 9
0
TO: CITY COUNCIL
Ll
June 23, 1969
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1968 -69 (C -1106)
RECOMMENDATION: ` -'3 1�)
Adopt a resolution awarding the contract to Coxco, Inc. for $100,833.40 and
authorizing the Mayor and the City Clerk to execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk at 10:00 A.M.
on June 17, 1969.
BIDDER
Coxco, Inc., Stanton
Sully- Miller Const. Co., Long Beach
TOTAL
$100,833.40
154,500.00
The low bid is 8% less than the Engineer's estimate of $110,000.00. Funds
available are:
Account No. 02- 3397 -177 Annual Street and Alley Reconstruction $ 90,000
Account No. 02- 5597 -140 Annual Sewer Main Replacement Program 20,000
0,00
The project provides for reconstruction of approximately 18 blocks of deteriorated
alleys in the City. Fifteen of these alleys are in the Corona del Mar area and three are
on Balboa Island.
The plans were prepared by the City
October 15, 1969.
eph T'.\Devlin
lic Works Director
DHW /ldg
The estimated date of completion is
r.
v
x
m
rr
Y
I
!: L SOA CO2oGJA AEL MA P-
2SLA+JD
w
C>
z0-i
zm�n
m0
;o --I a
cn' z 1�
o
M.
m
3
3
p G
R �
O m
O (^
n
0
0
t
a
d
m
r
a
r
H
N
� r
� a
z
.c b,
Im
N.
c
3
3
a
W
.d.]
=u-^
v
tL
v�
0
fl
I
�o
s
m
3
KA
f
+o7
In
N�
_F
,
fl
(n C),
O
Y
.
6
t;A
T
0
C.
-i
T I
1
is
�i
7n
't
�'
Vin'
�
tu4
c
'fn
°
o
o
S'
o
�
c
•°
.1
N �
ti
in
M
.
A rn
pp
1
�
r
i
f�
i1i1i1
�
i
�
I
1
I
w
C>
z0-i
zm�n
m0
;o --I a
cn' z 1�
o
M.
m
3
3
p G
R �
O m
O (^
n
0
0
t
a
d
m
r
a
r
H
N
� r
� a
z
.c b,
Im
N.
c
3
3
a
W
.d.]
U,
i
0
......... .
BAL SOA CO2O)JA DEL M A Z
sse.a�D
I-
m
z
z
m
A
1
1
t
i
n
O
O
L
a
d
m
r
a
:o
C
� H
�r
a
� z
c b
n
i
i
a
r
r
MIN
c
3
3
a
-c
ri
II�;1
■�1�111
■�u
w�
IIN�
I-
m
z
z
m
A
1
1
t
i
n
O
O
L
a
d
m
r
a
:o
C
� H
�r
a
� z
c b
n
i
i
a
r
r
MIN
c
3
3
a
-c
ri
LFGAL wOTICE LEGAL NOTICE
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INYffING =6
SEALED BIDS will be rio@*California, 0' Alice of the City
Clerk, -,Ci}y Hall, Newport Beach, � aith 10:00 A.M.
on; the 17th day of June, 1969, at which time they will be,'%,
opened and read, for performing work as follows:
ALLEY IMPROVEMENTS
CORONA DEL MAR AND BALBOA ISLA*W
1968-69
CONTRACT NO. 1106
Bids must be submitted on the Proposal for% ttached with
the contract documents furnished by the Public'works Depart-
ment. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
Each bid must be accompanied by cash, certified check or
Bidder's Bond, made payable to the City of Newport Beach,
for an amount equal to at least 10 percent of the amount bid.
The title of the project and the words "SEALED BED" shall
be clearly marked on the outside of the envelope containing the
bid.
The Contract Documents that must be compl*. executed,
and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non= collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signatures and
titles of the persons signing on behalf of the bidder. For Cor-
porations, 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 signatures.
In the case of a Partnership, the signatureof at least one general
partner is required.
No bids will. be accepted from a Contractor who has not been
licensed in accordance with the provisionsof Chapter 9, Division
III of the Business and Professions' Code. The Contractor
shall state his license number and classification inthe Proposal.
Plans and Contract Documents, including Special Provisions,
may be obtained at the Public Works Department, City Hall,
Newport Beach, California, at no cost to licensed contractors. A
non-refundable charge of $2.00 will be required for each set of
Plans and Contract Documents issued to others. It is requested
that the Plans and Contract Documents be returned within 2 weeks
after the bid opening.
The City has adopted the Standard Specifications for Public
Works Construction (1967 Edition and Supplements) as prepared
by the Southern California Chapters of the American Public Works
Association and the Associated General Contractors of America.
Copies may be obtained from Building News, Inc., 3055 Overland
Ave., Los Angeles, Calif. 90034, (213) 870-9871.
The City has adopted Standard Special Provisionsoand Standard
Drawings. Copies of these are available at the Public Works
Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to
waive any informality in such bids.
In accordance with the provisions of Article 0, Chapter 1,
Part 7 of the California Labor Code (Sections 17.70 et seq.), the
City Council of the City of Newport Beach has ascertained the
general prevailing rate of per them wages in the locality in
which the work is to be performed for each craft, classification,
or type of workman or mechanic needed to execute the contract
and has set forth these items in Resolution No. 6982, adopted
May 12, 1969. A copy of said resolutionis available in the office
of the City Clerk. All parties to the contract shall be governed
by all provisions of the California Labor Code relating to pre-
vailing wage rates (Sections; 1770-1781 inclusive).,Ci.
CITY OF NEWPORT BEACH,'4%LIFORNIA
;4ura. Lagios, City Clerk
Publish: June 5, 1969, In the Newport Harbor EM104
4
•
TO: CITY COUNCIL
FROM: Public Works Department
0
stay 26, 1p969
"E- - d
SUBJECT: ANNUAL ALLEY RECONSTRUCTION AND RESURFACING PROGRAM 1968 -69 (C -1106)
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 3, 1969.
DISCUSSION:
The estimated cost of the work is $110,000. Funds available are:
Account No. 02- 3397 -177 Annual Street & Alley Reconstruction $ 90,000
Program
Account No. 02- 5597 -140 Annual Sewer Main Replacement 20,000
Program
$110,000
This project provides for reconstructing of approximately 18 blocks of
deteriorated alleys in the City. The majority of these alleys are in the Corona del
Mar area. The water mains in the Corona del Mar alleys to be reconstructed are being
replaced under a separate contract now underway.
The sewer mains in three blocks of alleys on Balboa Island are now being
replaced by City forces. Included in this contract is the replacement of the alley
surfacing. All alley surfaces will be replaced with Portland cement concrete. The
estimated date of completion is October 15, 1969.
seph T. \Devlin
blic Us Director
ldg