HomeMy WebLinkAboutC-1163 - 32nd Street Resurfacing from Newport Boulevard to Lafayette Avenue_ Please return to:
Laura Lagios, City Clerk T
3300 Newport Blvd. BOOK 8714 PAGE 65
Newport Beach,. Cai f. _ ,p 4076
RECORDED AT REQUEST OF
OILY Of NEWPOK AEADW
IN OFFICIAL RECORDS OF
NOTICE OF COMPLETION ORANGE COUNTY, CALIF.
9:05 AM SEP 6 1968
PUBLIC WORKS 1, WYLIE CARLYLE, County Reeaft
E
To All Laborers and Material Men and to Every Other Person Interested; FREE
YOU WILL PLEASE TAKE NOTICE that on August 9, 1968
the Public Works project consisting of the resurfacing of 32nd Street from Newwrt
Blvd. to Lafayette Ave. a //Z'3
on which Sulam Miller Contracting Company, Inc.
was the contractor, and Ind ictri al Indemni ly C=Ppy
was the surety, was completed.
rTTY nV NFWU(]RT AV-ArW
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 August 27, 1968 at Newport Beach, California.
VERIFICATION OF C1
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on Ailgust 26� 1968 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 August 27, 1968 at Newport Beach, California.
September 16, 1968
Sully-Miller Contracting Company
P. 0. Box 432
Orenge, California
i17
Subject: surety : Industrial Indemnity CarpwW
Bonds No. : YS 636 -0157
Project : 32nd St. resurfacing - frm Newport Blvd - Lafayette Ave.
Contract Nor 1163
Gentlemen:
the City Council on August 262 1968 accepted the work of
subject project and aulborized the City Cleric to file a
Notice of Completion and to release the bonds 35 days after
Notice of Completion has been filed.
Notice of Omrplwdcn was filed with the Orenge County Phoorder
on September 6, 1968, in Book No. 8714, Page 65. Please matify
your surety company that bands may be released 35 days after
recording date.
Very truly Yours.
latent Lagios
City Clark
City of Newport Beach
ih
cc: Public Works Dept.
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
August 279 1968
Dew Mr. Carlyle:
Attached for recordation is Notice:o I Completion of Public
works Project consisting of the Resurfacing of 32nd Street
from Newport Blvd. to Lafayette Ave. (C-1163) on which Sully
Miller Contracting Company, Inc. was the contractor and
Industrial Indwdty CaVany was the surety. Please record
and return to us.
Very truly yours,
.1 i
. . A
�2 1,
August 26, 1968
h� y
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 32ND STREET RESURFACING - NEWPORT BOULEVARD TO LAFAYETTE AVENUE
(C- 1163)
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 resurfacing of 32nd Street from Newport Boulevard to
Lafayette Avenue has been completed to the satisfaction of the Public Works Department.
The bid price was: $12,787.50
Amount of unit price items constructed: 12,649.50
Amount of change orders: 120.00
Total contract cost: $12,769.50
A change order in the amount of $120.00 was issued to cover the cost of raising
the frame and cover of two manholes which had not been shown on the plans. The project
was financed out of the annual street and alley maintenance program appropriation in
Account No. 02- 3397 -177.
The contractor is Sully Miller Contracting Company, Inc. of Orange, California.
The contract date of completion was August 19, 1968. All work was completed
by August 9, 1968.
)e 7, Z
Joseph T. Devlin S8N
Public Works Director
GPD /ldg
R �
0
C/i Y
CONTRACT NO. C -1163
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
THE RESURFACING
OF
32ND STREET
FROM
NEWPORT BLVD. TO LAFAYETTE AVE.
APPROVED BY THE CITY COUNCIL
ON THIS 27th DAY OF MAY, 1968
LAURA LAGIDS; CVY CLERK�
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT N0. C -1163
Contract Documents
For
The Resurfacing
of
32nd Street
From
Newport Boulevard to Lafayette Avenue
ADDENDUM NUMBER 1
1. Please Revise Item 4, of the Proposal, to Read as Follows:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE- WRITTEN' Itf WORDS PRICE PRICE
4 1 Each Portland Cement Concrete Alley
Approach, and Adjacent Curb Returns
Please be sure that this Revision is reflected in the Total Price bid in
the Contract Proposal.
Please show date of receipt of this Addendum on the Proposal, or insert
a copy with your Proposal.
June 11, 1968
Derek H. White
Design Engineer
'• • PAGE I -A
SHEET I OF 2)
CITY OF NEWPORT BEACHS CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL., NEWPORT $EACH)
CAL IFORN4 AS UNT IL 10:00 A.M. ON THE 18th DAY OF June 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
The resurfacing of 32nd Street, from Newport Boulevard to Lafayette Avenue.
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM .FURNISHED BY THE PUBLIC WORKS
DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH., CERTIFIED CHECK OR BIDOER'S BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARr
THE FOLLOWING:
1. - PROPOSAL
2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS
3: PAGE [I - BIDDER'S BOND
ji PAGE 9 - NON- COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS
THE DOCUMENTS SMALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS
SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE
PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE
AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIPS THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER 13 REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLYy BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS, SPECIAL PROVISIONS1 AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENTS CITY HALLS NEWPORT BEACH,, CALIFORNIAO AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANSp SPECIAL PROVISIONS AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
STATNDARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO -WAIVE ANY
INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODES THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519.
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
•
•
Page lb
The following is the schedule of prevailing wage rates, 1966 -67, for a selective
list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered.a part of these contract specifications.
Prevailing Wage Rates - 1966 -67
Classification (Selective Listing) (5/1/66) (5/1/67)
Carpenters
4.83
Cement Mason Journeyman
4,60
4.84
Laborers
General or Construction
3.70
3.85
Asphalt Raker & Ironer
3.91
4.06
Flagman
3.70
3.85
Guinea Chase
3.78
3.93
Laying of all non- metallic pipe
4.01
4.16
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller)
4.315
4.4445
Operating Engineers
(7/1/66)
(711167)
Oiler and signalman (Group 1)
3853
Skiploader (Less 4/5 yd.) (Group 2)
4.62
4.77
Rodman and Chainman (Group 3)
4.86
5.01
Instrumentman (Group 4)
4.97
5.12
Grade Checker (Group 5)
5.16
5.31
Pavement - breaker operator (Group 5)
5.16
5.31
Grade -all operator (group 6)
5.26
5.41
Teamsters
(5/1/66)
5/1/67)
Dump Truck Driver (Less than 4 yes)
.3T-50
Water truck driver (2500 gal.to 4000 gal)
4.53
4.68
Building and Construction trades
(5/1/66)
(5/1/67)
Bricklayer & Stone Mason
5.15'-
T.75_
Electrician
(7/1/66)
(7/1/67)
Journeyman Wireman
6.11
6. --
(4/28/66)
Lather
4.7- 6T-
Painters
(7/1/66)
(7/1/67)
Journeyman - spray
5.22
5.33
Pipe trades
Plumber
5.55
5.64
Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Lagios, City Clerk
CITY OF NEWPORT BEACH
RESURFACING OF 32ND STREET
FROM NEWPORT BLVD. TO LAFAYETTE AVE.
CONTRACT NO. 1163
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the location of the work,
has examined the Plan and Special Provisions, has read the Notice Inviting Bids,
and hereby agrees to furnish all labor, materials, equipment, transportation, and
services necessary to do all the work required to complete Contract No. 1163 in
accordance with the City of Newport Beach Drawing No. R- 5130 -S, the City's Standard
Drawings and Specifications, and the Special Provisions, and that he will take in
full payment therefore the following unit prices for each completed item of work,
to wit:
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN
1. 850 Tons Asphaltic Concrete
UNIT TOTAL
PRICE PRICE
Nine Dollars
and
Seventy -five Cents $ 9.75 $8287.50
Per Ton
2. 250 Tons Aggregate Base
@ Four Dollars
and
Cents $ 4.00 $ 1000.00
Per Ton
3. 1200 Sq. Portland Cement Concrete
Feet Cross - Gutters, Spandrels, and
Adjacent Curb Returns
@ One Dollars
and
Seventy -five Cents $ 1.75 $ 2100.00
Per Square Foot
v
I:.
ACT 74
:.
Fi..:
_ F
F .. .:.
a
-cot 1V ..
v
I:.
ACT 74
:.
Fi..:
_ F
F .. .:.
a
PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 1 Each Portland Cement Concrete Alley Approach
6re9e- Getters;- 5pendre +s, and
Adjacent Crub Returns
@ Five Hundred Dollars
and
Cents $500.00 $ 500.00
Each
5.
Q
200 Lineal Portland Cement Concrete
Feet Curb and Gutter (6" and Variable
Curb Face)
@ Three Dollars
and
Cents $ 3.00
Per Lineal Foot
400 Sq. Portland Cement Concrete
Feet Sidewalk
600.00
@ Dollars
and
Seventy -five Cents $ .75 $ 300.00
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
Twelve Thousand Seven Hundred Eighty -seven Dollars
and
Fifty Cents
TOTAL
12,787.50
SAM
5r
�
1 r I
a
1.
"'.
C
C
4. M ..
.. .. p.,- ..
A lot;
'/7/67 ! •
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL,, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES THE WORDS SHALL 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 QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (I0) DAYS, NOT INCLUDING SUNDAY., AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE N0. 1538 CLASSIFICATION A
ACCOMPANYING THIS PROPOSAL IS Bidder's Bond
CASHO CERTIFIED CHECK., CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
639 -1400 _
PHONE NUMBER T
6/18/68
DATE
P. 0. Box 432
Sully- Miller Contr. Co.
BIDOERIS NAME
(SEAL)
(s) Howard Rash, Ass't. Sec.
AUTHORIZED SIGNATURE
Howard Rash, Ass't Sec.
AUTHORIZED SIGNATURE
Orange, Calif. Corporation
BIDDERS ADDRESS TYPE OF ORGANIZATION .
(INDIVIDUALS CORPORATION., CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARYp TREASURER AND MANAGER IF A CORPORATIONp
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
P. L. Luce, Pres.
D. 0. Michaels, V. P., Mgr.
J. Berton, Treas.
H. Rash,,Asst. Secty.
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 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 SUB - CONTRACTOR ADDRESS
Concrete I Jezowski & Markel Santa Ana
4.
r7
1
7•
8.
9•
10.
12
Sully- Miller Contr. Co.
IDDER'S NAME
(s) Howard Rash, Asst. Sec.
AUTHORIZED SI AT RE
Howardo Kash, Asst. Sec.
Corporation
TYPE OF ORGANIZATION
(INDIVIDUAL., COPARTNERSHIP OR CORPORATION)
P. 0. Box 432
Orange, Calif.
ADDRESS
. FOR ORIGINAL COPY SJOCITY CLERK'S FILE COPY
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, Sully- Miller Contracting Company , AS PRINCIPAL,
AND Industrial Indemnity Company, A California Corporation, San FrankA SSORETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OFTen Per Cent of
the Amount of the Bid - - - -- DOLLARS ($ 10% of the Bid), 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
32nd Street from Newport Boulevard to Lafayette Avenue
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TfON AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 18th DAY OF
June 19 68
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
Sully- Miller Contracting Company
PRINCIPAL
(s) Benjamin L. Dady
Benjamin L. Dady, Assistant Secretary
Industrial Indemnity Company
SURETY
BY (s) James 0. Pittman
TITLE James 0. Pittman, Attorney
0 0
PAGE 5
LABOR AND MATERIAL BOND Bond No. YS 636 -0157
Premium Included in
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
HAS AWARDED To SULLY - MILLER CONTRACTING COMPANY,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Recnrfacing of 39nd Street
r. P., + +e A,... Contract No. C -1163
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR,
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE; 'vii: SULLY - MILLER CONTRACTING COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
INDUSTRIAL INDEMNITY COMPANY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
STY THOUSAND T13REE WINDRED NINETY T14REE AbID 7S1100DOLLARS ($ 6,394.75 ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON-
TRACTORS., FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT 15 BROUGHT UPON THE BOND, A REASONABLE
ATTORNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4ZOY OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
R
0 0 PAGE 6 .
(LABOR AND MATERIAL BOND — CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS 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 Arm
SURETY ABOVE NAMED ON THE ISt DAY OF July , 196.L_.
APPROV D AS TO FOR
CIT ATTORNEY
SUL Y- MILLER CONTRACTING COMPANY .(SEAL)
BY: 09 L SEAL)
DONN O. MICHAELS VICE- PRESIDENT (SEAL)
CONTRACTOR
TNDII.CTRTAT. Tmnpb &TTY romRANX (SEAL)
BY: ��� A_e--,<_� (SEAL)
Helen Bennett Attorney
(SEAL)
SURETY
THIS.BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
STATE OF CALIFORNIA,
Ss.
COUNTY OF LO ANGELES .. 1
r . GLEPij ! J.
LOSANG'L—C Y
ON jiffy 1 F 19— i7.&_,
before me, the undersigned, a Notary Public in and for said State, personally appeared
DONN 0. MICHAELS
known to me to be the
VICE PRESIDENT
of the SULLY— MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
� � ►A1 Chfmission Expires May 24,24, - 1911.
< SUSAN FUERST E
NOTARY PUSLIC: CALIFORNIA
PRINCIPAL OFFICE IN_
E L08 ANGELES COUNTY
�i before me, the
signed,
L
nown to me to be the Attorney of the INDUSTRIAL INDEMNITY
COMPANY, the Corporation that executed the within instrument, and
known to me to be the person who executed the said instrument on
behalf .of. the Corporation therein named, and acknowledged to me
that such Corporation executed the same.
1f'Wte::'r{ii�fiiry _..i e..
0
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
PAGE 7
Bond No. YS 636 -0157
Premium: $77.00
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED
HAS AWARDED To SULLY - MILLER CONTRACTING COMPANY ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Resurfacing of 32nd Street
from Newport Boulevard to Lafayette Avenue. Contract No. C -1163.
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, SULLY - MILLER CONTRACTING COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
INDUSTRIAL INDEMNITY COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
SIX THOUSAND THREE HUNDRED NINETY -THREE AND 75/100 DOLLARS 4 6,393.75
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 BY THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN -THIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
a
•
H
(PERFORMANCE BOND - CONTINUED)
PAGE S
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY. STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE ISt DAY OF .Tuly , 196_s_.
APPROVED AS TO FORM:
N •
CI#f ATTOR
SULLY-MILLER CONTRACTING COMPANY (SEAL)
By: . L'a WY,
L. SEAL )
DONN O. MICHAELS VICE- PRESIDENT (SEAL)
CONTRACTOR
INDUSTRIAL INDEMNITY COMPANY (SEAL)
By :.:/i{y1�.L[,(i (SEAL)
SURETY Attorney
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES t SS.
ON JULY 1
before me, the undersigned, a Notary Public in and for said State, personally appeared
DONN 0. MICHAELS
OFFICIAL SEAL
P , GLENN J °Y
NO.Aa1
LOS A..v_. ` 1
known to me to be the
VICE PRESIDENT
of the SULLY— MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
My Co mission Expires May 14, 1971
NAME (TYPED OR PRINTED) -
Notary Public in and for said State.
-i
state of California
Ss. On �r � , before me, the undersigned,
County of Los Angeles a Notary lic said county and state, personally appeared
Helen Bennett
known to me to be the Attorney of the INDUSTRIAL INDEMNITY
COMPANY, the Corporation that executed the within instrument, and
known to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to me
OFF Ic EAL that such Corporation executed the some.
1
NTY 2
PIA
PR INGIPAL Gi4 IN
Lp 5 ANCEIES COU
1 U.. : :. :, : : : : :L .
Y
M Commission Expires April 16, A Notary Public
IYOOG NO (W64) "
i
.:
S
PAGE •9
NON-COLLUSION AFFIDAVIT
THE 816DERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT,THE TIME OF
FILING THIS BIDS 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 AGGREMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF
NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME HAS PAID OR IS
TO PAY TO SUCH BIDDER OR PUBLIC-OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO
"GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH
AFFIANT OR AFFIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED
INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO
OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT
FOR BY THE ATTACHED BIDS; THAT NO 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 MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH,PRE-
VENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT
USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 81D DEPOSITORY; THAT NO
INDUCEMENT 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 BIDDEAL,;ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER WITH ANY PERSON
WOMSOEVER TO 'RAY, DELIVER TO, OR SHARE.WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE .PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
Sully- Miller Contracting Company
;`. (s). W. Duane Rash,
W. Duane Rash, Vice- President
♦ {t
4.
SUSSCRIBEQ''AOID SWORN TO BEFORE ME BY
THIS DAY OF
MY COMMISSION EXPIRES:
196_.
NOTARY PUBLIC .
FOR ORIGINAL COPY SEE Y CLERK'S FILE COPY
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED
IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH
WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCES SKILL, AND
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
45 years in business performing work of a similar character.
(s) W. Duane Rash
W. Duane iala; DOce- President
•
C O N T R A C T
• PAGE II
THIS AGREEMENT, MADE AND ENTERED INTO THIS /` aDAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, HEREINA TER DE IONATED'AS THE
CITY, PARTY OF THE FIRST PART, AND Sully- Miller Contracting Company
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF, THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF _
Resurfacing of 32nd Street from Newport Blvd. to Lafayette Ave.
Contract No. 1163
AND TO PERFORM AND 'COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND - SPECIFICATIONS THEREFORE TO FURNISH AT 'HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR:
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS.AND SPECIFICATIONS.
2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING -
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
,OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE-
SCRIPTION CONNECTED WITH THE WORKS ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY
COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE
SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN -
FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE 810 IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. _
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS;.AND THE SAID PARTIES FOR THEMSELVES, .
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR S PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR-
TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED-IN AND MADE PART OF THIS AGREE-
MENT.
'2/7f67 • 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.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY, THE DIRECTOR OF PUBLIC WORKS., AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS1
LOSS., DAMAGE., INJURY2 AND LIABILITY OF EVPRY KIND, NATURE2 AND DESCRIPTION2 DIRECTLY OR
INDIRECTLY ARISING FROMTHE.PERFORMANCE OF THE CONTRACT OR WORK.9 REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSV LOSS, DAMAGE2 INJURY2 AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSEDS RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THEt
DAY AND YEAR FIRST ABOVE WRITTEN,
ATTEST:
CI Y CLERK `
1
APPROVED AS TO FORM:
TY ATTORN Y
CITY OF NEWPORT BEACHp CALIFORNIA
BY:_� Xl�1
MAYOR
r
SULLY ': "' , :° .:.,'r Ti "IG GOMPANI
CONTRACTOR
(SEAL)
BY: .� �.lv�
_ DONN 0. MICHAELS VICE - PRESIDENT.
TITLE
5; Dme Rash* tr _Pr .aidenj
TITLE
�9
d
6
ti W
N
c
0
N
`m
6
v
is
y
v
W
4
a
LL
G
V
y_ O
O
� Z
5 u
m
r
O.
N
E
0
0
E o
r ro
m
c w
3 _
o c
W
C 6
d e.
O
C_Y d
C O N
C� y
r W Y
3d�
oa y
o �
U
W
N C �
"Y' N
y � O
d E2
N
O.
N C O
o 'FL
UJ
w
E
0
U
O
C
'f}
t
E
w
rz-
T
jw z z
r U7�
4
Z �
J FdO
:i) Z
1
O
INDEX
TO
SPECIAL PROVISIONS
I.
SCOPE OF WORK
II.
CONDUCT OF WORK
III.
TIME OF COMPLETION
IV.
SCHEDULE OF WORK
V.
TRAFFIC CONTROL
VI.
NOTIFICATION TO BUSINESSES
VII.
UNFORESEEN DIFFICULTIES
VIII.
CONSTRUCTION SURVEYS
IX.
GUARANTEE
X.
PROPOSAL ITEMS AND CONSTRUCTION DETAILS
1. Asphaltic Concrete
2. Aggregate Base
3. Portland Cement Concrete
Requirements
4. Portland Cement Concrete
Cross - Gutters
and Spandrels
5. Portland Cement Concrete
Alley Approach
6. Portland Cement Concrete
Curb and Gutter
7. Portland Cement Concrete
Sidewalk - 4" Thick
PAGE
1
1
1
1
2
2
2
2
2
2
2
3
3
4
4
4
4
0
L]
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
THE RESURFACINGG OF 32ND STREET
FROM
NEWPORT BOULEVARD TO LAFAYETTE AVENUE
I. SCOPE OF WORK
SP1of4
The work to be done under this contract consists of the resurfacing of
32nd Street from Newport Blvd. to Lafayette Ave., including'minor repairs,
as shown on Drawing No. R- 5130 -S.
The contract requires all labor, materials, transportation, and equipment
necessary to complete all work as shown on the.Plans and in accordance with
the City's Standard Specifications, applicable portions of the State of
California, Department of Public Works, Division of Highways, Standard
Specifications, dated July 1964, and these Special Provisions..
II. CONDUCT OF WORK
The contractor shall maintain the job site in a neat and orderly condition
at all times. Excess spoil, debris, and broken pavement must be immediately
removed from the job site.
The cost of all removal and cleanup work shall be included in the unit prices
bid for the various items of work and no separate payment will be made
therefore.
III. TIME OF COMPLETION
The contractor shall complete all work on the contract within 40 calendar
days after the date of execution of the contract by the City.
IV. SCHEDULE OF WORK
Prior to commencing construction the contractor shall meet with the engineer
for review and approval of his work schedule.
Ingress and egress shall be maintained to the Fire Station and Police facilit-
ies at all times except for a minimum period during the paving operation. It
will be the contractor's responsibility to notify the Fire and Police Chiefs
at least 12.hours in advance of the paving operation for the portion between
Newport Boulevard and Via Opporto.
This paving shall not begin until emergency vehicles are located to the satis-
faction of the Fire and Police Chiefs.
0
V. TRAFFIC CONTROL
3P2of4.
The contractor shall maintain one lane of traffic in each direction along
32nd Street at all times during construction. The parking lanes may be
used to provide traffic flow. No parking signs shall be attached to the
parking meters by the contractor when parking areas are closed for traffic
detouring or execution of the work.
Barricades, warning devices and flagmen shall be provided, at the contractor's
expense, to insure public safety at all times.
VI. NOTIFICATION TO BUSINESSES
The contractor shall distribute to each affected business.a written notice,
a minimum of forty -eight (48) hours in advance of commencing any construction
work that will involve temporary inaccessibility to the front of their pro-
perties. Said notice shall state when his operations will start and approxi-
mately when they will end.
VII. UNFORESEEN DIFFICULTIES 0
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City will then make a determination as to whether
these conditons constitute extra work and so notify the contractor in writing.
VIII. CONSTRUCTION SURVEYS
All field staking ,for the control of construction will be performed by the
City.. The contractor shall notify the City forty -eight (48) hours in advance
of the time said surveying is required.-
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the contract by the City Council, all materials and workmanship against any
defects whatsoever, any such defects shall be immediately repaired to the
satisfaction of the engineer at the contractor's expense.
X. PROPOSAL ITEMS AND CONSTRUCTION DETAILS
1. As halt5c Concrete
1.1 Genera
The Provisions of Section 12 of the City Standard Specifications shall
govern the furnishing and placing of Asphaltic Concrete, with the fol-
lowing exceptions: 1) the mineral aggregate shall be 3/8 inch maximum -
medium instead of 1/2 inch, and (2) the resurfacing may be spread and
compacted in a layer exceeding 0.17 feet in compacted thickness when
necessary,to fill and smooth out irreglarities in the existing pavement.
1.2 Sealing Existing Cracks
Cracks in the existing A.C. pgement.1/8" wide or greater in areas not
scheduled to be removed and patched with aggregate base and levelling
course shall be filled as follows:
V
0
0
SP 3 of 4
(1) Cracks shall be cleaned of all loose and foreign material with
a jet of compressed air. Spalled or loosened edges adjacent to
the crack shall be removed.
(2) Cracks shall be filled by pouring, squeegeeing and /or brooming a
lean sand - asphalt mixture into the cracks until filled flush with
the adjacent pavement. The asphalt shall be RC -70 Liquid Asphalt.
Treatment of the cracks shall be performed a minimum of 12 hours
prior to tack coating the existing pavement.
The contractor shall adjust all valve covers, manholes, signal
pads, etc., to the newly constructed asphaltic concrete pavement
grade.
1.3 Payment
The unit price bid per ton for asphaltic concrete shall include all mater-
ials, placing, tack coat, crack filling, patching, adjusting manholes,
valve covers, signal pads to finished grade and all other incidentals re-
quired to place the asphaltic concrete as shown on the Plans, specified
herein, or as directed by the engineer.
2. Aggregate Base
All aggregate base to be furnished and placed in this project shall be in
conformance with Section 11 of the City Standard Specifications.
The unit price bid for Aggregate Base shall include the cost of removing all
existing asphaltic concrete and base material, compacting sub - grade, furnish
all materials, labor, and equipment for performing the work as shown on the
Plans, as specified herein, or as directed by the engineer. ,
3. Portland Cement Concrete Requirements
Portland cement concrete shall be Class "B" concrete, 1�," maximum gradia-
tion, conforming to Section 13 of the Standard Specifications and these
Special Provisions.
Special emphasis is made to the amount of water and slump test requirements
in the Standard Specifications.
All existing concrete to be removed shall be saw cut at join locations to
insure a neat break joint.
Vehicular traffic shall be kept off of the newly poured concrete until test
specimens taken yield a compresive strength of 1800 P.S.I. The contractor
will be required to furnish samples of materials and test cylinders to be
taken during placement of the concrete.
• 4 SP4of4
4. Portland Cement Concrete Cross- Gutters and Spandrels
Portland cement concrete shall conform to Section 13 of the Standard
Specifications and these Special Provisions. Concrete shall be Class "B ",
1k" maximum gradiation.
The contractor shall construct only 1(2 of the cross - gutters across
32nd Street at a time.
The removal of all existing cross - gutters, spandrels and adjacent curb
returns, including the cross - gutter across Villa Way south of the center
line of 32nd Street, shall be included in the unit price bid for this item
of work.
The unit price bid per square foot for removal and replacement of Portland
Cement Concrete Cross - Gutters and spandrels and adjacent curb returns shall
include full compensation for removing existing improvements, subgrade
preparation, aggregate base, and performing the work as shown on the Plans
and as specified herein.
5. Portland Cement Concrete Alley Approach
Portland cement concrete alley approaches shall be constructed in confor-
mance with Section 15 of the Standard Specifications.
The unit price bid for the removal and replacement of Portland Cement
concrete Alley Approach shall include full compensation for removal and
replacement of the Alley Approach,including street curb returns, adjusting
valve covers, etc., to grade and all other work required to complete the
work within the approach areas.
6. Portland Cement Concrete Curb and Gutter
Type "A" curb and gutter 6" and Variable Curb face shall be constructed in
conformance to Section 15 of the Standard Specifications.
The unit price bid,per linear foot for the removal and replacement of Type
"A" curb and gutter 6" and Variable curb face shall include all compensation
for removing existing curb and gutter, subgrade preparation, and other mis-
cellaneous work required to construct the curb and gutter as specified herein.
Concrete curb and gutter will be measured per linear.foot complete in place,
excluding alley approach areas, spandrel areas, and their curb returns.
7. Portland Cement Concrete Sidewalk - 4" Thick
The unit price bid per square foot for the removal and replacement of 4"
thick sidewalk shall include full compensation for constructing this item
in conformance with Section.15 of the Standard Specifications, as shown on
the Plans and as designated by the engineer.
II
r- -
i
i
✓onvr I
(rrPicAU
A
8 -P. C.C. OYEQ
..47.45. BASE I
4 --04- sAwry 6AQS
cm M C. C.
.7' AwAf BOTR9M
IF
SEC T /ON A -.4. .
I �
.. D /QECT/ON
I OIF FLOW
OL A N
CITY OF NEWPORT BEACH DRAWN BPS DATE 1�'/4 61
PUBLIC WORKS DEPARTMENT APPROVE
STA/VDA.PD CQOSS GUTTEP- - '�S .._...UBLIC WDRKS dRE roR 1
R.E. N0.
DRAWING N(L STD.— /OQ —L
0
Ceticate of Workmen's Compensation Age
Sully Miller Contracting Company
3000 East South Street, P.O. Box 6399
Long Beach, California 90805
CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CALIFORNIA
IIE: RESURFACING OF 32ND STREET FROM NEWPORT BLVD.TO LAFAYETTE AVE.
CONTRACT NO. C -1163
Date: JULY 1, 1968
This is to certify that Sully Miller Contracting Company is self - insured under provisions
of the California Workmen's Compensation Law and has in its files Certificate of Consent
to Self- insure No.1130, issued October 1, 1967 by the Director of Industrial Relations of
the State of California.
This coverage will not be canceled except on 30 days advance written notice to you.
By G' l
Title J HN A. BERTON- TREASURER
Form 6626M (Now 10/671
CERTIFICATE
' OF
INSURANCE Leatherby Insurance Service, Inc. Protection direction
Box 568 Fullerton, California qW
LA 6.4603 OW 1 -0718
CERTIFICATE cITT OF NBUBORT BRACR w APPROVE O FORM
ISSUED TO 3300 A. ftWPWt BlvdB
Npwt Beach, cautermita Dated: ? V 6d
CITY ORN R F C F I V F D
NAMED SULLY - MILLER CONTRACTING COMPANY . JUL 02 1969
INSURED 3000 East South Street I+ T
Long Beach, California PUBUC �IQtI'.KS U�h
THIS 15 TO CERTIFY that the following described policies and /or certificates are in force and expire as
indicated herein:
KIND OF INSURANCE
INSUROR
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF
STATUTORY
WORKMEN'S COMPENSATION
EXP
CALIFORNIA COMPENSATIONS
BODILY INJURY LIABILITY
5 .000 EACH PM60N
I INCLUDINa AUTOMORILE>
EFF
S .000 EACH OCCURRENCE
EXP
s ,000 AOOREOATE PRODUCT[
PROPERTY DAMAGE
s .000 EACH OCCURRENCE
GENERAL
EFF
S AaaR[aATE
EXP
.000
AUTOMOBILE
5 .000 EACH OCCURRENCE
COMBINED SINGLE LIMIT BODILY
Industrial Indem.
LG 627 -4800
/
U R OERTY DAM
OINJ
5,000 OO EACH OCCURRENCE
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
a
FIRE AND THEFT
S
COLLISION OR UPSET
EXP
LESS S DEDUCTIBLE
LOSS PAYABLE TO
REMARKS
DA
COVERAGE INCLUDES BLANKET CONTRACTUAL.
CITY OF ESUPORT BEACH IS SAM AS AS ADDITIONAL INSURED AS PER COPIES 07
E10)ORSENENTS ATPACHEDR
191E POLICIES ARE ESDORSED AS ft&J iSI "IT IS MIEN UNDERSTOOD An AGREED THAT
THE POLICT TO Wu(:8 THIS CERTIFICATE REnn NAY SOT EE CASCU=, N&TERIALLY
CHASGEDS SOE THE AM= OF COVERAGE THEREOF BEDUMo NOR SHE POLICT ALLONED
TO LAPSE WITIL TES (10) DAYS AFTER RECEIPT ET THE CM Cd= OF THE CITT OF
NEWPORT BEACH. CITT BALLS NSMILT SEAMS CALIFORSIAS OT A REGISTEEED YRITTMI *MCI
OF SDC
July 1, 1968
30 days written notice of such can-
L ".... ... ..._ - .._..., ,ill,,.
AUTHORIZED REPRESENTATIVE
ENDORSEMENT
c ADDITIONAL INSUREDS
IT IS AGREED THAT THE.FOLLOWING ARE NAMED AS ADDITIONAL INSUREDS AS RESPECT ALL OPERATIONS
PERFORMED FOR THEM BY SULLY MILLER CONTRACTING COMPANY:
CITY OF NEWPORT BEACH
ORANGE COUNTY FLOOD CONTROL DISTRICT
ORANGE COUNTY WATER DISTRICT
CITY OF SEAL BEACH
CITY OF HUNTINGTON BEACH
CITY OF TORRANCE
CITY OF DOWNEY
CITY OF GARDEN GROVE
CITY OF PASADENA
CITY OF ANAHEIM
CITY OF ORANGE
CITY OF GLENDALE
CITY OF NORWALK
ARCADIA UNIFIED SCHOOL DISTRICT
CITY OF REDONDO BEACH
THE INSURANCE WITH RESPECT TO SAID PERSON OR
CITY OF HUNTINGTON BEACH
CENTRAL MANUFACTURING DISTRICT, INC.
THE IRVINE COMPANY
SANTA FE LAND IMPROVEMENT COMPANY
IRVINE INDUSTRIAL COMPLEX
CITY OF BREA
CITY OF FULLERTON
TURTLEROCK DEVELOPMENT CORP.
CITY OF HAWAIIAN GARDENS
CITY OF COMPTON
CITY OF WHITTIER
CITY OF WESTMINSTER
CITY OF VERNON
CITY OF GLENDALE
(ENGINEERING SECTION, PUBLIC WORKS DIVISION)
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.
This endorsement is hereby made a part of policy No. LG 627 -4800 issued to SULLY - MILLER CONTRACTING
COMPANY
Endorsement No, 12
INDUSTRIAL INDEMNITY COMPANY
Effective October 1, 1967 By
AUTNORMEO RERREEENTATIVE.
FORM 1.000
,NDO:ScaiEiJT
4
INSURED SULLY - MILLER CONTRACTING CO., ET AL ��""•✓�
PRODUCER LEATHERBY INSURANCE SERVICE, INC. POLICY
THE EFPECTIVE DATE OF T HIS ENDORSEMENT IS OCTOBER OBER 1 , 1967 NG, 03312
TYPE OF COVERAGE UMBRELLA LIABILITY
ADDITIONAL INSURED ENDORSEMENT - BLANKET
17 IS AGREED THAT SUBJECT TO THE COVERAGE AFFORDED BY THIS
POLICY, ALL ADDITIONAL INSUREDS ADDED BY ENDORSEMENT TO
INDUSTRIAL INDEMNITY POLICY NO. LG 627 -4800 SHALL BE AUTO-
MATICALLY CONSIDERED AS ADDITIONAL INSUREDS HEREUNDER.
;T !S FURTHER AGREED THAT COVERAGE AFFORDED BY THIS POLICY
APPLIES SEVERALLY TO EACH SUCH ADD IT1ONA.L INSURED EXCEPT
THAT THE INCLUSION OF MORE THAN ONE .INSURED SHALL NOT OPERATE
TO INCREASE THE LIMIT OF THE COMPANY'S LIABILITY; AND THE
INCLUSION HEREUNDER OF ANY PERSON OR ORGANIZATION AS AN IN-
SURED SHALL NOT AFFECT ANY RIGHT WHICH SUCH PERSON OR ORGANI-
ZATION WOULD HAVE AS A CLAIMANT'IF'NOT SO INCLUDED..
NO'HiNG :-{_-REIN CONTAINED SHALL BE HELD TO VARY. ALTER. WAIVE OR EXTEND ANY OF THE TERMS. OOND:TIONS. OR LIMITATIONS OF THE
POLICY TO WHICH Tn.S ENDORSEMENT 15 ATTACHED OTHER THAN AS ABOVE STATED.
L . =lD I
' .�li D s'] D IM" N CC I `A.. 1.17:...
owv<-o ✓yam .
'•; LOS ANGELES, CALIF• T"'29TH 0"SEPi•, 1907 9Y wUTROX12:0 REFriLa�nTw.�v �
ANGELES, 1 L7 .1 /
1
Date July 11, 1968
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1163
Project o__...-s....!__ of a2nd 8% f..,,,. •T.,.,oa* ni.a to Taf%wtte Ave.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Sully- Miller Contractingg y
Address: p_ n Pnx 1439- Dranm- Calif_
Amount: $ 12,787.50
Effective Date: July 10, 1968
Resolution No. 6gnn \
LL: dg
Att.
cc: Finance Department
Laura Lagios
6 0
July 10, 1968
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: RESURFACING OF 32ND STREET FROM NEWPORT BOULEVARD TO LAFAYETTE
AVENUE
Attached are three sets of Contract Documents and Insurance
Certificates for the subject project.
These documents have been reviewed and approved, as noted,
by the City Attorney's office.
When all documents have been executed by the Mayor and your
office, please retain your copy and,return the Contractor's
and our copy to me.
Derek H. White
Design Engineer
DHW /ldg
Att.
0 0
TO: CITY COUNCIL
FROM: Public Works Department
C- 1163
417 June 24, 1968
&-,s-
SUBJECT: 32ND STREET RESURFACING - NEWPORT BOULEVARD TO LAFAYETTE AVENUE (C -1163)
RECOMMENDATIONS:
1. Adopt a resolution awarding the contract to Sully- Miller
Contracting Company, for $12,787.50, and authorizing the
Mayor and the City Clerk to execute the contract.
2. Authorize the Finance Director to encumber funds in the
amount of $14,000.00.
DISCUSSION:
Six bids were received and opened in the office of the City Clerk at
10:00 A.M., on June 18, 1968.
BIDDER TOTAL
Sully- Miller Contracting Co., Orange $12,787.50
E. L. White Co., Garden Grove 13,385.00
Lynam -Wood Construction Co., Newport Beach 13,870.00
Mark Construction Co., Inc., Garden Grove 13,935.00
Griffith Co., Costa Mesa 14,850.00
R. W. McClellan & Sons, Costa Mesa 15,823.00
Funds are available in the Street and Alley Repair and Construction budget.
The low bid is 50% higher than the Engineer's estimate of $8,500,00.
This difference is largely due to the cost of cleaning and filling the
cracks in the very badly deteriorated areas of the roadway surface prior to place-
ment of the asphaltic concrete overlay. This item is considered an essential part
of the work. No recent unit prices for this procedure were available for use in
preparing the estimate.
The cost of the work is considered reasonable as evidenced by the similar-
ity of the bids received.
The priority of this project has been established in the Street and Alley
Maintenance Study. The condition of the roadway surface is such that this work is
required in order to prevent the need for total reconstruction at a later date.
`(373N
Joseph T. Devlin
Public Works Director
DHW:ms
e-1163
17
CITY OF NEWPORT BEACH
CITY ATTORNEY
June 24, 1968
To: City Clerk
From: City Attorney
Subject: Resolutions awarding Contracts Nos. 1082 and 1163
Transmitted are the following: 49
1. Resolution awarding the contract for the improvements
to West Coast Highway from Station 106 + 55.41 to Station
117 + 12.69 in.the vicinity of the Balboa Bay Club (Contract
No. 1082) to R. W. McClellan 6 Sons, Inc., for the amount
of $19,706.48. (Agenda Item G -4.)
2. Resolution awarding the contract for the resurfacing of 32nd
Street from Newport Boulevard to Lafayette Avenue .(Conti
No. 1163) to Sully - Miller Contracting Company for the Arbount
of $12,787.50. (Agenda Item G -5.)
Tul H. Seymour
THS:mec City Attorney
Atts.
cc - City Manager
Public Works Director
(Attention: Derek H. White)
2
3
4
5'
6
7
8
9
10
11
12
13
14
15
16j
171
18
19
20
21
22
23
24
25
26
27
28
29
s AF.iptJlW'1 "11781 U� $QTY [: 1L- iA" itil: tills
OF RUNAft 39 lWx A CGWM= FOB, THE
BESWA = OF 32nd 8TURT ROK WWPORT IM-
LRYABA TO LAFAYEM. A"MI (CO ACT OD:.11
WM8A8, pursuant to ot
t invitlaO ds for
work consisting Of the resurfac� of .32nd Street ftom Fewp
Boulevard to Lafayette Avenue, in the City of ftwport.Darius,
In accordamo with the plans and specificatiam heve "Ore
adopted., bids Vero received on the 18th day-of Jurls;' i968,
and publicly_ opened and declared; and
WHE1W, it appears that the lowest respossiblo bidder
therefor is Sully - Miller Contracting Company;
=0 Y'EEE YOUI BE IT EESCURD that the bid of .$aSly-
Miller Contracting Company for the work in the amount of
$12,787.50 be accepted and that the contract for the construction
work be awarded to said bidder.
BE IT nRTBER RESOLVED that the Mayer and City Clerk
are iereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on be-
half of the City of Newport Beach, and that the City Clerk be
directed to furnish an executed Copy to the successful bidder.
ADOPTED this -` c1t- day of , ,,,� 1%8.
Z'I
ATTEST:
y
♦ {4,
�I
It t I .a r ►1A..;I
F h
3
t 0 oil
rrt , W
ka
0K.
, I
...............
Al.
21.
A41 WS;
A
4W
NZ
UK
'r1_4A
ApAys-
"M
�Ik�_ v
TI,
TW
not
- I . . .
. . . . . . . . . . . . .
vp
Ia + I"
tzy_
VON
i in 211,
n
K
1 0M i z A
TIT
It Cif, No y'�c }yt 1
30"
s ....... I,
XT m mp wMxy O r
tuf Xh K
.5 i�T_ Ile;
ZAP-. NFL
t-f
o Ile
, AW
A�r.
nlkln
W.
joy
-vat
�-� I., I!_'A!,,9 :- �, , I 'li, CA
Vi c t
Pit !7 mW rt
a
1, YY im "'W
XI-I
7W"
1
-s
rer � •�
CONTRACT NO. C -1163
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
THE RESURFACING
OF
32nD STREET
FROM
NEWPORT BLVD. TO LAFAYETTE AVE.
APPROVED BY THE CITY COUNCIL
ON THIS 27th DAY OF MAY, 1968
"� :1 • PAGE I -A
• (SHEET I OF 2)
CITY OF NEWPORT BEACH: CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CAL IFORN4 A, UNT IL 10:00 A.M., ON THE 18th DAY OF .Tune 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
The resurfacing of 32nd Street, from Newport Boulevard to Lafayette Avenue.
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON
DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN
AMOUNT BID.
A PROPOSAL FORM,FURNISHED BY THE PUBLIC WORKS
CASH., CERTIFIED CHECK OR BIDDER $ BOND MADE
AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARF
THE FOLLOWING:
1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB- CONTRACTORS
3: PAGE - BIDDER'$ BOND
ji PAGE 9 - NON- COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTOR S FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS
SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS THE SIGNATURES OF THE PRESIDENT OR VICE
PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE
AFFIXED TO ALL DOCUMENT3 REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER IS REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENTS CITY HALLS NEWPORT BEACH: CALIFORNIA: AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
STATNDARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519.
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF 'THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
Page lb
The following is the schedule of prevailing wage rates, 1966 -67, for a selective
list of classifications. Together with the information 'included in the Resolution
No. 6519, this schedule is to be considered.a part of these contract specifications.
Prevailing Wage Rates - 1966 -67
Classification (Selective Listing) (5/1/66) (5/1/67)
Carpenters
4.83
Cement Mason Journeyman
4.60
4.84
Laborers
General or Construction
3.70
3.85
Asphalt Raker & Ironer
3.91
4.06
Flagman
3.70
3.85
Guinea Chase
3.78
3.93
Laying of all non - metallic pipe
4.01
4.16
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller)
4.315
4.4445
Operating Engineers
(7/1/66)
(7/1/67)
Oiler and signalman (Group 1)
38
T5'3-
Skiploader (Less 4/5 yd.) (Group 2)
4.62
4.77
Rodman and Chainman.(Group 3)
4.86
5.01
Instrumentman (Group 4)
4.97
5.12
Grade Checker (Group 5)
5.16
5.31
Pavement - breaker operator (Group 5)
5.16
5.31
Grade -all operator (group 6)
5.26
5.41
Teamsters
(5/1/66)
5/1/67)
Dump Truck Driver (Less than 4 yes)
4.35
.50
Water truck driver (2500 gal.to 4000 gal)
4.53
4.68
Building and Construction trades
(5/1/66)
(5/1/67)
Bricklayer & Stone Mason
5715
715-
Electrician
(7/1/66)
(7/1/67)
Journeyman Wireman
6.11
6.55
(4/28/66)
Lather
4.765
Painters
(7/1/66)
(7/1/67)
Journeyman - spray
5.22
5.33
Pipe trades
Plumber
5.55
5.64
Any classification omitted herein.shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Lagios, City Clerk
CITY OF NEWPORT BEACH
RESURFACING OF 32ND STREET
FROM NEWPORT BLVD. TO LAFAYETTE AVE.
CONTRACT NO. 1163
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the location of the work,
has examined the Plan and Special Provisions, has read the Notice Inviting Bids,
and hereby agrees to furnish all labor, materials, equipment, transportation, and
services necessary to do all the work required to complete Contract No. 1163 in
accordance wits the City of Newport Beach Drawing No. R- 5130 -S, the City's Standard
Drawings and Specifications, and the Special Provisions, and that he will take in
full payment therefore the following unit prices for each completed item of work,
to wit:
ITEM QUANTITY ITEM DESCRIPTION
V0. AND UNIT UNIT PRICE WRITTEN IN WORDS
1. 850 Tons Asphaltic Concrete
UNIT TOTAL
Do 11 ars
and
Cents $ % J $ Z 9-7, �A-V/
Per Ton
2. 250 Tons Aggregate` Base
@ & Dollars
and /
Cents $
Per Ton
3. 1200 Sq. Portland Cement Concrete
Feet Cross - Gutters, Spandrels, and
Adjacent Curb Returns
@ Dollars
and
vcy = Cents
Per Square Foot
0.
Y
bit
X
3
�C
IRA-
04:
r
1
s
r,
n
�
E
v �+
�zl
it
We%
— <
e
4
P
Lyn
ry:
ti" -•,.- .,..
r.
70
..
,. ,. , -
4
FEET
.,
^
3
5
Fh
� r
r
1
0
PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 1 Each Portland Cement Concrete 41-1 t
41313&,u.1 , and
Adjacent Crub Returns
@ Dollars
and
Cents
Each
5. 200 Lineal Portland Cement Concrete
Feet Curb and Gutter (6" and Variable
Curb Face))
@ % / )Co Dollars
and
Cents
Per Lineal Foot
6. 400 Sq. Portland Cement Concrete
Feet Sidewalk
@ Dollars
and
Cents $ - 75 $ 3e)�'
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
'
Dollars TOTAL
and
c� Cents $ % ;�7 7 , ��
x
.a
V i
i k
�
F
f 1
v
L
.F f .^
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. C -1163
Contract Documents
For
The Resurfacing
of
32nd Street
From
Newport Boulevard to Lafayette Avenue
ADDENDUM NUMBER 1
1.
Please Revise
Item 4, of the Proposal, to Read as
Follows:
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
NO.
AND UNIT
UNIT PRICE.WRITTEN IN WORDS
PRIC
4 1 Each Portland Cement Concrete Alley
Approach, and Adjacent Curb Returns
TOTAL
PRICE
Please be sure that this Revision is reflected in the Total Price bid in
the Contract Proposal.
Please show date of receipt of this Addendum on the Proposal, or insert
a copy with your Proposal.
June 11, 1968
Derek H. White
Design Engineer
2hi67
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 DISCREPANCY BETWEEN WORDS AND FIGURESS THE WORDS SHALL 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 QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYS
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS 810 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 N0. /15-3 O CLASSIFICATION 14
ACCOMPANYING THIS PROPOSAL IS //,)�C.� S
ti,ASHS LERTIFIED LHECKS LASHIER'S 1-HECK OR
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.
lP cJ �- /�O __,_ r-�c� �!- /�%ic,c�iE'i � �'1•e�r- � �-!�
PHONE NUMBER BIDDERS NAME
(SEAL) ..
Q ATE AUTHORIZED SIGNATURE
// Zos<3 z
AUTHORIZED SIGNATURE
BIDDERS ADDRESS TYPE OF ORGANIZATION
(INDIVIDUALS CORPORATIONS CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENTS SECRETARY, TREASURER AND MANAGER IF A CORPORATIONS
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS
��• .�u� r ��s
• 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.TMAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEERy AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
t'
ITEM OF WORK SUB- CONTRACTOR ADDRESS
Z.
3.•.
4.
5
6.
7•
9•
10.
II.
12.
�ALI!
AUTHORIZED SIGNATURE
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPCRATION)
ADDRESS
' YS- 024301(270) Prawn aw Is
Aemml Sella ChM
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENT,
PAGE 4
THAT WE, SOLLI-MILLEI C0ITIICTII6 4OM PA AS PRINCIPAL
MUSIRIAL INDENDDTY OMPANY,
AND A.Caliiomig Comonitim. Sm Frineiseo , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PER CENT OF
THE AMOUNT OF THE BID-
DOLLARS ($ 10% OF THE BID ), 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
32ND STREET FROM NEWPORT BOULEVARD TO LAFAYETTE AVENUE
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE - INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY), FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT DE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 18TH DAY OF
JUNE 19 68,
CORPORATE_ SEAT (IF CORPORATION) 39LLI- 1I1LE1 COITIACTI16 101 PAt
,JJ PRINCIPALy/�1
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
.- VC,tiAC1ARY
INDUSTRIAL INDEMNITY
SUR
BY j2rij .
TITL AMES 0.. PIT TMAN At
STATE OF CALIFORNIA, )
} s:.
COUNTY OF Los Anceles 1
�fOFFIC1AI- SEAL
R. BARKLEY TACKITT
x..,..,.1?;. Notary pablic- California
principal Office in
Los Angela_ County
;lat
ON June 18 19—As,
before me, the undersigned, a Notary Public in and for said State, personally appeared
BENJAMIN L. DADY
known to me to be the
ASSISTANT— SECRETARY
of the SULLY— MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal. \tom
State of
1 County of
try
IY060 R3 (10164)
California
Los Angeles
ss. On June 18, 1968 , before me, the undersigned,
a Notary Public of said county and state, personally appeared
— --j MS O, PITTMAN
known to me to be the Attorney of the INDUSTRIAL INDEMNITY
COMPANY, the Corporation that executed the within instrument, and
known to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to me
that such Corporation executed the same.
Notary Public
2
ry ��
0 0
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
PAGE 5
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED
HAS AWARDED TO
HEREINAFTER DESIGNATED AS THE "PRINCIPAL") A CONTRACT FOR
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR,
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, l,E
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ($ ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
420+ OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
L1
0
PAGE 6
4 ,
(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 TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL .
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGES 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 INDIVIDUALS IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOFp THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL tfm
SURETY ABOVE NAMED, ON THE DAY OF , 196
(SEAL)
(SEAL)
(SEAL)
CONTRACTOR
(SEAL)
(SEAL)
(SEAL)
APPROVED AS TO FORM: SURETY
CITY ATTORNEY
THIS.BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
0 0
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
HAS AWARDED TO ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
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,
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ($ ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS) FOR WHICH PAY-
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-;
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
i
PAGE 8
u
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE-SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE DAY OF 196_
(SEAL)
APPROVED AS TO FORM:
CITY ATTORNEY
(SEAL)
(SEAL)
CONTRACTOR
SURETY
(SEAL)
(SEAL)
PAGE 9
' F
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESL�T AT THE TIME OF
FILING THIS BID) 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 BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUN OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER) OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL-
MAN WHICH IS NOT PROCESSED THROUGH SAID BID.OEPOSITORY, 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 CONTRACTS NOR HAS THIS.
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
f SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS DAY OF
f
196_.
MY COMMISSION ExPIRES:
SILLY- MILLIS CONTRACTINN
Be Duane Hash. iTice- Presid ®t>
ARY PUBLIC
STATE OF CALIFORNIA,
COUNTY OF
Los Angeles
ON June 18 19 68 ,
before me the undersjged, a Notary Public in and for said State, personally appeared
GLEW4 J. SAS t ^UTAY
NOTARY PUIL ;C,
LOS ANOGLCi__ -- COUNTY
TY
known to me to be the
OfthP JULL1— MILLCM G AIKAL111VU LLTgrJ 11
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
my hand and official seal.
My Comtgssion Expiras May Z4. i13�
PAGE 10
' F
t
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED
IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH
WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCE, SKILL, AND
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
We ])=9 Hash. Y;pb'EY
G
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS
PAGE II
DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF, THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
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.
2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE 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 DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR -
TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE-
MENT.
Z/7/67
PAGE 12
5• PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAp 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.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITYO THE DIRECTOR OF PUBLIC WORKS AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMSO
LOSSS DAMAGE, 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 CONTRACTO REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOFY THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
CITY OF NEWPORT BEACH, CALIFORNIA
BY:
MAYOR
CITY CLERK
BY:
APPROVED AS TO FORM:
CITY ATTORNEY
CONTRACTOR
ITLE
TITLE
(SEAL)
'i . �•.
t
i
-�.' "'._ :..' ":. ::.: ��a �iu�T:..'�- J STF�•'J -- rya,
..SAS." . .":T.
INDEX
4
-
TO
SPECIAL PROV rSI DNS
PAGE
I.
SCOPE OF WORK
II.
CONDUCT OF WORK
ITI.
TINE OF COMPLETION
IV.,
SCHEDULE,. OF WORK
1,
s
ra
V.:
TRAFFIC`CONTROL
2..
VI.
NOTIFICATION TO BUSINESSES
-
2 -:
VII.
UNFORESEEN: DIFFICULTIES
2.`
VIII.
CQNSTRUCTION-SUAVEXS'
-
-
2 -:
IX.
GUARANTEE;- ..-
2
X.
PROPOSAL 'ITEMS AND CONSTRUCTION DETAILS
1. Asphaltic Concrete
2 ;
2: Aggregate Base
_
3 Portland Cement Concrete
Requirements
3
4. Portland Cement Concrete
Cross - Gutters
4... .
and- Spandrels
S. Portland iCement Concrete.Alle
A roach
Y PP
4
6. Portland Cement Concrete
Curh and Gutter -
4
7. Portland Cement Concrete
:Sidewalk - -4"
Thick
4
i Y
5
a.'F
I.
SCOPE OF WORK.
The work to be done . under this contract consists-.of #e of
32nd Street from Newport.Blvd. -to Lafayette Ave., including minor repairs,.
as shown'oh Drawing`No._ R- 5130 -S.
The contract requires all labori. materials, transportation; and equipment
necessary -to complete all work as shown on the Plans.and in accordance with
the City's Standard Specifications, applicable portions of the State of
California; ,Department of Public Works,,Division of. lfigiavetya'. Standard
.
Specifications, dated July 1964, and these Special Provisions`..
II.
CONDUCT OF WORK
The contractor shall maintain the job.site in a neat.and: orderly condition`-
at all times. Excess spoil, debris, and broken pavement must be immediately
removed from the job site. =°
The cost of all removal and cleanup work shall be included in the unit; prices
bid for the various items of work and no separate payment:will be made
therefore.
III.
TINE OF COMPLETION
The contractor shall complete all work on the contract within 40 calendar
days after the date of execution of the contract by Ahe City..
IV.
SCHEDULE OF WORK
Prior to commencing construction the contractor.sha 1 meet with the engineer
for review and approval of his work schedule.
Ingress and egress shall be maintained to the Fire Station <'and Police facilit
`...
ies at all, times except for a minimum: period during the paving operation. It
will,be the contractor's responsibility to notify the Fire—and Police Chiefs
-
.:at least12.hours in advance of the paving operation for the portion between
Newport Boulevard and Via Opporto.
This paving shah not -begin until emergency vehicles are located to the satis-
faction of the Fire and Police Chiefs.
. �• i
°. ,
��
V.
TRAFFIC CONTIIOL
The - contractor shall maintain one Tarns of traffi��a eoch direction along ,
32nd Street at all times during. construction. The:' "Piny Manes may, be:
-used..to provide traffic flow: No . parking signs shade attached to the
parking meters.by the contractor "When parking areas:are,cl.oied'for. traffic
'detouring or_oxecution of the work..
Barricades; darning devices and flagmen . shall be provided, at tha'.contractor's.
expense, to h pre public safety ataTl times.
VI.
NOTIFICATION TO BUSINESSES :.
The contractor shall distribute'to each affected business,a 'Written notice,
a minimum of forty -eight (48) hours in advance of commencing any construction '.
work that will ,involve temporary. - inaccessibility to:the frdnt of their pro-
perties. Said,notice. shall state when his operations will_start.and npproxi
mately when they will; end.
VII. .
-
UNFORESEEN DIFFIC ULTIES
1
Should unknown conditions, subsurface or..:otherwise, be discovered during, the
progress of the work, the City w0l then make a dete:rminatton'as to whether
:..
these conditons constitute extra work and so notify the, contractor in writing
VIII.
CONSTRUCTION SURVEYS .
All field staking for the control of ;construction will be performed by the
City. The contractor shall notify the City forty- eight. hours in advance :.
of the time said surveying is required.
IX.
GUARANTEE.
The contractor shall.guarantee for a- period -of one year, after acceptance of
the contract by the City Council, all materials and;aiorkmanship against any
defects whatsoever.,;any..such defects shall be immediately re pai.red to the
satisfaction of the engineer at the contractor's expense.
X.
PROPOSAL IT:ENS AND CONSTRUCTION DETAILS
s a I n c Concrete
nera
i
The Provisions of Section 12 of the City Specifications shall,
t.
.Standard
govern -the furnishing nd placing of-Aspha ltic,Goncrete; with; the fol-
lowing exceptions: (1) the mineral aggregate siisll W1/8-inch maximum-
medium instead of 1/2 inch, and W the resurfacing maybe spread and
compacted in a.layer exceeding 0.17 feet. in compacted thickness, when
necessary, to;fi11 and smooth, out irreglarities in the existing pavement.
1.2 Sealing Existing Cracks
Cracks in the existing A.C. pavement 1/8" wide or greater in areas not
scheduled to be removed and patched with aggregate._base.and leveling
course shall be filled as follows:
0
I jI
� v
i
we i#A .Lpavemenz,, r.ne.aspnaii sna1'r oe r�-
—
a.
Treatment 4f the cracks shall .6e'perigrmetl. a minimum of:12 hours
K
prior to =tack coating the existing pavement
The cotcractor shall adjust ail valve covers, manholes, °signal
pads, , to the newly Onstructed asphaltic concrete pavement
;._grade. , ..
-
= 1:3 PdYment
The unit rite bid per ton for asphaltic concrete ShaT <,inslude all matmr
- als, placingj.tack. coat, crack filling, patchiuj, adj�siRing manholes,,
-
valve covers, signal pads to finfsfied: grade and X11 other incidentals re
quired to place =:the asphaltic. 'concrete as shown'an the..Plans:..specifled .
herein, or as directed by the engineer.°
2. Aggregate Base
y
All aggregate base to be furnished and placed to -this project . sha -11 be in
" conformance with Section 11 of the City 5tandardSpeciftcations:,
' The unit price bid for Aggregate: Base shall include thesost of;remov - a11,
existing asphaltic concrete and. base' `material,.;compactiq sub= grade, furnish
all materials,'aabor, and equipment far,perforining the fork as shown, on the
_.
Plans, as specified_ herein, or. :as directed by the engineer_
3.:. Portland Cement - Concrete Requirements,
Portland cement concrete shall be-Cl- s "B" concrete, Tt," niaximum.gradia= .
tion, conforming to Section.13 aUthe Standard ;$peaificatiflns and :these
` Special Provisions..
special emphasis s.made.to the amount of water.and slump test �oequirements
in.the.Standard Specifications:
_ All existing concrete to be removed shall be:sdw.cut A. $u - locbtlgns to
.insure a neat break joint:
Yetiicular:traffic:: shall . be. kept off of the newly poured ,concrete.. until :.test
specimens taken- yie`kd a compresivei strength of,1800 P,S.,j. The -contractor
will be required to.furnish sample5`of materials and test cylinders to be
taken during placement of the.concre"te.
ri
:�
,:_
����9f
y
Y
7_ _.
4. Port land.:Cewnt�- toncrete Cross- 6itt%i-,s amd Spa�idrsl-s '
5.
6
7.
._; ?-:: _« :=` .. ._ _,...,c `" f 4,
Portland cement. concrete shall conform to Secti 13 of :`the; Standarii.
Specifications and these Special Provisions Concrete shall be Glass "B ",
1?g" maximum gradiation.
The contractor shalt construct:only 1 /2.of the cross- gutters across
32nd Street at a time.
The removal of all existing cross - gutters, spandrels and adjacent curb
„
returns, including.the cross - gutter across Villa Way south of :the canter::,-`
.line of 32nd Street; shall be, included in the unit price. bid for this item
of work.
The unit price bid, per square foot. for removal and replacement of Portland
Cement Concrete'Cross- Gutters and: spandrels and: adjaceiit, curb ` returns sha11
include full compensation for removing ex is ti ng.improveaients, subgrat6e.
_
preparation, aggregate base, and performing the wdrk as' Shown :on. the Plans
and is specifi:ed-herein.
Portiand.Cement Concrete-Alley 'Approach
Portland cement concrete alley approaches shall:be constructed 'i,n confor
mance with Section 15 of the Standard Specifications. -:
The unit price bid for the removal and rep] aceFkh.t of Portland Cement '
concrete` Alley Approach shall ificlti& full compensation, for removal and`
replacement of.the Alley Appruach,.including street curb returns, adjusting
valve covers, etc., to grade and :all other work _requi red .to.compt.ete the
work within the approach areas:. .
Portland'Cement Concrete Curb and Gutter
Type "A” curb and gutter 5" and.Variable Curb face shall be. constructed in
.
conformance to Section.15 of the Standard Specifications:.
The unit price bid per linear f ootr for the removal and r?eplacemen #'of Tyye
"A"
curb and gutter 6" and Variable � h`a11 curb`fa s include. a71 coa nsatibn
for removing existing curb and gutter, =subgradepreparation, and ottter'mis
cellaneous work required to construct the curb .and gutter as, specified herein..-F_
-
Concrete curb and gutter will be measured per linear loot complei fin place,
excluding alley approach areas, spandrel'.areas, and their curb retur`s.
Portland Cement Concrete --Sidewalk -.4" Thick -
The unit price bid per square foot for the removal and replacement of 4"
thick sidewalk shal7'include full.: compensation for constructing - this - item
in conformance with Section.-15 of the. Standard Specifications, as shown
.on
the Plans and as designated by the engineer.
._; ?-:: _« :=` .. ._ _,...,c `" f 4,
t
0
V
J
( MIC41)
6oP.C.C. O!/EI
..4045. 04SE
PL A Al
�fLOIY LIVE .
4 -104• SAX ry B4QS
do M;(C. C.
i fkl7M LiOrmhf
O/?EMOM
ff fLOW
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
S %4ND4479 CV055 GUTTE,P
ZMM
UA/E
SEC MAI A-A
DRAWN %/A- -s. DATE /z. /4 -ce/
APPROVE
—A . �...UBLIC WORKS DIRECTOR
R.E. N0.
DRAWING N0. .STD.- I0.4 -L
a
r
�NIIIII�
q
■Ilplllllllll�i�
m�mmmM�mn��
IIIIIIIIIIIIIIIIIIII��
nnnn�uiunu�n
�IIIIIIIIIIIIA�'
��
III
YIIIINIIIIIIIvII�
��
111
�
11111111111111
�
�
19
m
z
z
M
M
au
l
1
W D-ir
,litP
Q
N
C
3
3
a
1-
x
n
y
n
0
n
h
ri 0 -I
zo —
n Z 1r
z A
m a .,I
'illyto z
rL
0
mv�r
rn
(f n
i l�lR
:in
�r
�J
N
C
3 I
� I
a 1
nammunn,u�����n
�II�IIIIIIIIIIIIIA������I
■nnm�nemim�������
IIIIWIINIIYIIflIIn���
nr�i�m'nnnn�m
�IIRIIIIIIIIIIIIIIIIIIIII
�rnnanennm�nnm
I�II�II�IIIII�IhIIIN�
ri 0 -I
zo —
n Z 1r
z A
m a .,I
'illyto z
rL
0
mv�r
rn
(f n
i l�lR
:in
�r
�J
N
C
3 I
� I
a 1
No
0
N
rn Z O :q
0��
z��;
mD
m n
cn z
:2 is
0
- �CD3�O
mf�DAD
s
N
C
3
3
D
-C
mm�
=
am
ma
WIN
Al
�IUII�pIII�IINIIIN■I
aII1111111R1��1
�
��IIII�IIIIIIYII
�W�YIIIYIIIIIIIIIIYi
�en�nmtmm�nA�
IIIIInIIINUI�IIIIAIII�I
�aIIgII�RII�IAII��II
rn Z O :q
0��
z��;
mD
m n
cn z
:2 is
0
- �CD3�O
mf�DAD
s
N
C
3
3
D
-C
u
x
n
a
0
M"
zo-
0�1
zxrFi
D
cc7n zl�
a)V -ir
-C� —O
m
I
N
C
3
3
D
-C
�i
IIRI�
��RAYIAdY��9�
mm�nomno�n�o
rIIIIIIIIlu1l�lYln�
�IIIYIIY�A��OIYII�
��ieuNi�nau�an
�YIIIIIIRnIIIYIIIIIYwAII
vwwum�nemwui
�I��IR9111NIII101
■eneemnnunu�AU�
nlll�lllllllnll
�
zo-
0�1
zxrFi
D
cc7n zl�
a)V -ir
-C� —O
m
I
N
C
3
3
D
-C
May 27, 1968
ff -Y
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 32ND STREET RESURFACING - NEWPORT BOULEVARD TO LAFAYETTE AVENUE
C -//�3
RECOMMENDATIONS:
to Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
10:00 A.M. on June 18, 1968.
DISCUSSION:
The estimated cost of the work is $8,500, Funds are available in the Annual
Street and Alley Repair and Construction budget.
The entire roadway from Newport Boulevard to Lafayette Avenue will be resurfaced
with a two inch layer of asphaltic concrete.
The contract work also includes replacing a small amount of deteriorated con-
crete curb and gutter, sidewalk, cross - gutters and asphalt paving.
The priority of this project has been established in the Street and Alley Main-
tenance Study: The condition of the roadway surface is such that this work is required
in order to prevent the need for total reconstruction at a later date.
eph T. Devlin
lic ke4s Director
/ldg
COUNCIL:
5_ -)'f,
�]A`�,
LEGAL NOTICE - LEGAI - ,TFICE
CITY.OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
:SEALED BIDS.will be received at.the office of the City ark,
Cityty Ball, . Newport Beach, Califomia; until 10:00'a.m., on the
18tb day of l]one, 1968, at-which time they will be opened and
read, for erlotml6g'Wdrk eskYlowa;
THE RESQRFACING OF 92ND STREET FROM NEWPORT.
BOULEVARD TO LAFAYETTE AVENUE.
- CONTRACT 1163
No bid will be received unless it is made on a proposal form
furnished by the Public. Works Department. Each bid must be
accompanied by cash, certified check or- Bidder's Bond made .
pa able to.the City of Newport Beach, for an amount equal to
at least 10 percent of the amount bid, -
The documents included within the sealed bids which require
completion and execution are.the following:,
Proposal .
2. Page 3 - Designation of Sub- contractors
3. Page 4 -.Bidder's Bond
4. ..Page 9 - Non- collusion Afhdovi{
5. Page 10 - Cimtractorla, Financial! Slates.
The documents shall be affixed with thef,aapptd coriate signatures
and titles of the persons signing on beCel(' `'.the bidder. For
corporations,f,{t stores �p }pent o Ice President
and Secreterg dP A stont t: 'ete,require.'gnd the Cor-
porate al affixe documents requiring signa-
tures the cane of 'a pac 4f�fhj 0 signature of, at least
one geriG ral partner is regmled:
AN bids r e to be compared on the basis of the Engineer's
estimatcL The estimated quantities or approximate only, being
.given solely as a basis for the comparison of bids.
No bid will be accepted from a Contractor who has not been
licensed in accordance with theprovisions of Chapter 9, Divi-
sion III of Business: and Professions' Code. The Contractor
shall state: his license number and :classifi cation in the propo-
sal.
Plans, Special Provisions, and.Contract Documents may be .
obtained at the Public Works Department, City Hall, Newport
Beach, California, at no cost to licensed contractors. A non-
refundable charge of S2:00will be required for each set of plans,
special Provisions, and contract. documents for others than
licensed contractors. It is .requested that the plans and special
provisions be returned within 2 weeks after the bid opening.
A non - refundable charge of $2.06 will be required for each set
of City of Newport Beach Standard.Specifications.
The City of Newport Beach reserves the right to reject.any or
all bids and to waive any informality in such bids.
In accordance with the provisions of Section 1770 of the Labor
Code, the City Council of the City of Newport -Beach has as-
certained the general prevailing rate of per diem.wages in the
locality in which the .work is to be performed for each craft or
type of workman or mechanic needed to execute the contract and
has set forth these items infiesolution No. 6519. .
A copy of said Resolution, is available in the office of the, City
Clerk in the City of Newport Beach,
The following is'the" 'schedule of prevailing wage rates, 1966-
67 for a selective list of classifications. Together with the
information included in Resolution No. 6519, this schedule is
to be considered a part of these contract specifications.
Prevailing Wage Rates - 1966 -67
Clossification(Selective' Listing) (5/1/66).(5/1/67)
Carpenters 4.83
Cement Mason Journeyman 4.60 4.84
Laborers
General or Construction 3.70 3.85
Asphalt Raker& Ironer _ 3.91 4.06
Flagman 3.70 3.85
Guinea Chaser .3.78 3.93
Layiu of all non-metallic pipe 4.01 4.16
Tunnel C: lassifications
Vibratormau; Jack Hammer, Pneumatic Tools,
(except driller) 4.315 4.4445
0 grating Eagiaeers.. (7/1/66) (7/1/67)
Oiler and signalman,(Grou 1) 4 .38 4.53
Skiplooder (Less y:yd;) (Group 2) 4.62 4.77
Rodman and Chairman (Group 3) 4.86 5.01
lastrumentman (Group 4) - 4.97 5.1.2
Grade Checker (Group 5.)� � 5.16 � 5,91
Pavement- breaker operator (Group 5) 5.16 5.31
Grade -all operator (Group 6) - 5.26 5.41
Teamsters (5/1/66) (511167)
Dump Truck Driver (Less than 4,yds) 4.35 4.50.
Water truck driver (2500 gal. to 4000 gal:) 4.53 4.68
Building and Construction trades (511166) (5/1/67)
Bricklayer & Stone Mason 5.15 5.15
Electrician (7/l/66) (711167)
Journeyman Wireman 6.11 6.55
Lather
(4/28/66)
-
Painters' 4.765
(7/1/66)..(7///67)
Journeyman - Spray 5.22 5.33
Pi a trades
I�lumber 5.55. 5.64
Anyy classification omitted . herein shall be the prevailing
era ft rate.
Overtime, :Sunday. an& Holiday rates are at prevailing. craft.
rates.
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Logios, City Clerk
pul;UA"dae 6, 1968, l the Newport Harbor i
7 'l /J