Loading...
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