HomeMy WebLinkAboutC-1169 - Part I (Fog seal), seal coat program 1968-693394 now, 8807 wf)C5
(RECORDED AT REQJEST OF
PLEASE R..TURN TO:
=IAL T A, f��
LAU; <A LAG - RD OF 10$,CfTYCLERK TY, CALIF.
C;TY OF NRAVVORT B EACH NOTICE OF COMPLETION tvf:�,/P0,,T BOULEVARD 1968 NE'; JPORT BEACH, CALIF. 9266.3 PUBLIC WORKS County Reeordu
FREE
To All Laborers and Material Men and to Every Other Person Interested: CZ
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Seal Coat
on which r r u,Y,,, Q coapa%'
was the contractor, and Ifni ed Bonding Tnsuranra Q=Png
was the surety, was completed.
I, the undersigned, say:
I
CITY OF NEWPORT BEACH
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 December 4, 1968
VERIFICATION
I, the undersigned, say:
at Newport Beach, California.
I am the City Clerk of the City of Newport Beach; the City Council of said
City on Nnvamhcn �.S i4aa 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 December 4, 1968
CITY OF NEWPORT BEACH
CALIFORNIA City Han
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: December 5, 1968
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Seal Coat Pro==, 1968 -69, Pert I
(Fog Seal) Contract No. 1169
on which C. L. Brocdm Construction Co. was the Contractor
and United Bonding Irises m 0MPa sy was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
6 •
November 25, 1968
E - `f
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: SEAL COAT PROGRAM, 1968 -69, PART I (Fog Seal) C -1169
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 Seal Coat Program, 1968 -69, Part I (Fog Seal) has been
completed to the satisfaction of the Public Works Department.
The bid price was: $11,590.00
Amount of unit price items constructed 13,283.06
Amount of change orders:
Total contract cost: 13,283.06
Amount budgeted in Account #02- 3397 -144: 14,000,00
The area of streets in need of seal coating exceeded that which could be done at
the estimated price with the budgeted funds. Inasmuch as the low bid was 17% less than the
estimate, the contract was expanded to seal additional streets, utilizing most of the
budgeted funds:
The contractor is C. L. Brooks Const. Co. of San Bernardino, California.
Engineering was by the Public Works Department.
The contract date of completion was October 25, 1968. All work was completed
by August 21, 1968.
'_4'y
�Q
Jdseph . Devlin
Public W s Director
LP /ldg
114 DYEMARTIN 9 F I R S T S T R E E T
AS SAN FRANCISCO, CALIF. 94105
1074 Artoyo'parl'w Soci Y U K 0 N 1 0 9 4 0
Pasadena, a " 1,
Calif. y
'HAMPSHJWE AVE
625 �..N
682-221'1 9 Ir;RC -W F_ U0415
LOS, AN LrS, C I
o-O N
5204
ect to
noted above has issued -4thar ow-red j" "policy(s) enunmerated below, .subject c
Igo in or cancellation of the ZWF ANY wi I rr,ake every effort I: notify the drt
I r
ARD INSURED AND ADDRESS
F.,
if certificate holder is a loss payee with respect to the described auto, Check.,tietyk.,
POLICY NUMBER
�IWIN'O OF INSLIWA&CE AN6` ERAdff?'
LIMITS
EXPIRATION
WORKMEN'S COMPENSATION
t
Statutory
4 21428
EMPLOYER*S LIABILITY
00 eackiccident
BODILY INJURY LIABILITY
,OW -each person
EXCEPT AUTOMOBILE
$ ,006 each accident
W0 each occurrence
q.
$ 000 aggregate products
PROPERTY DAMAGE LIABILITY
$ _,WQ each, accident
EXCEPT AUTOMOBILE
,OPQ each occurrence
000 aggregate opetitions
;060 aggregate protective..'
000 aggregate products
: 006 aggregate contractual
BODILY INJURY LIABILITY
each petsorl'
— AUTOMOBILE
$ OW each acci
$ .-ON each occurrence
PROPERTY DAMAGE LIABILITY
$ 000'each.acci I dent
— AUTOMOBILE
$ :606 each occurrence
MEDICAL PAYMENTS — AUTOMOBILE
$ each person
. .....
PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH
VALUE UNLESS OTHERWISE STATED
COMPREHENSIVE
$
COLLISION OR UPSET
LESS S deductible
FIRE AND THEFT
$
IF COMPREHENSIVE LIABILITY, CHECK HERE Li
Rif C F 1 V F D
Description of Operations, Locations, or Automobiles Covered; or Additional coverages; or.Special Condition.
AUG 121968
PUBLIC WORKS DEPT.
SIEAL CUT. FROMM* 19W69* PMT 1 (W WO, 909TRACT 1169
ELDORADO INSURANCE COMPANY
Secretary _
•
CONTRACT NO. 1169
CITY OF NEWPORT BEACH
Contract Documents
For The
SEAL COAT PROGRAM, 1968 -69
PART I
(Fog Seal)
Approved By The City Council
on this 24th Day of June, 1968
La ra Lagios, i c
• • 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,
CALIFORNIA, UNTIL10:00 A.M., ON THE 12th DAY OF JUly , 1968,. AT WHICH TIME THEY WILL
BE 6PENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
Seal Coat Program, 1468=69
Part 1
(Fog Seal)
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 BIDDERS 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 ARE
THE FOLLOWING:
I. - PROPOSAL
2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS
PAGE [I - BIDDER'S BOND
PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE IO - 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 DOCUMENTS 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 ENGINEER'S 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-
PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, 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 or PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERF01tME0 FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND "AS SET FORT" THESE ITEMS IN RESOLUTION ND. 6519•
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
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
•
a
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
O eerating Engineers
1711L66)
(_7/1/67)
Oiler and signalman (Group 1)
4.53
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
$.41
Teamsters
(5/1/66)
5/1/67
Dump Truck Driver (Less than 4 yes)
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
S75 -
3.13
Electrician
7/1166)
(711/67)
Journeyman Wiremah
6.11
6.
4 2 8 66)
Lather
46
.
Painters
(7/1/66)
7/1167
Journeyman - spray
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
t
0
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM, 1968 -69
PART I
(FOG SEAL)
CONTRACT NO. 1169
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. 1169, in accordance with the City of
Newport Beach Drawing No. R- 5125 -S, the City's Standard Drawings and
Specifications, and the Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item of work,
to- wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 38,000 EMULSIFIED ASPHALT
GALLONS (SS-1h) FOG SEAL COAT
COMPLETE IN PLACE
@ Thirty and one half cents Dollars
and
Cents
per gallon,
TOTAL PRICE WRITTEN IN WORDS
Eleven Thousand Five Hundred and.Ninety dollars Dollars
and
Cents
$ .305. 11,590.00
TOTAL
$ 11,590.00
p
u a`_'. A V h ..�'.•; NIN.NU.. 1. i.'....:'e.. .: .� ::.�Sf .�
c... .. . ,,:...��x, aaw:te. •... �y„. _, �... �. �... c. tsnsS %�.�..u..su:`.ra'aa`s�ysa�hv.,, ,w.�ua.. �Y..s ".sra��a.. c,..
r WT/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 SMALL PREVAIL, IN CASE OF AN ERROR
1 IN THE EXTENSION OF A UNIT PRICE., THE CORRECTED EXTENSION 'SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS. OF THE CORRECTED TOTALS,
,. THE ESTIMATED QUANTITIES OF WORK IND- ICATED 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 BC 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 SUNDAY., AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF TIE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS.. LICENSE N0, 240166 CLASSIFICATION C -12
ACCOMPANYING THIS PROPOSAL Is bid Bond
CASH., CERTIFIED CHECK., CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE., AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
714 - 887 -6427
PHONE NUMBER
July 8, 1968
DATE
2045 West Washington Street
(s) C. L. Brooks Construction Company
BIDDERS NAME
(SEAL)
(s) C. L. Brooks ,
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
San Bernardino, Calif. 92405 Individual
BIODER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION.. CO- PARTNERSHIP)
"LIST BELOW NAMES OF PRESIDENT, SECRETARY., TREASURER AND MANAGEW IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS '
• • PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
i• None
2.
4.
5•
6.
7•
8.
9•
10.
11.
12.
(s) C. L. Brooks Const. Co.
BIDDERS NAME .
(s) C. L. Brooks
AUTHORIZED SIGNATURE
Individual
TYPE OF ORGANIZATION
(INDIVIDUALS COPARTNERSHIP OR CORPC)tATION)
2045 W. Washington St.
San Bernardino, Calif.`
ADDRESS
FebRIGINAL COPY SEE.CITY CLERK'S•LE,COPY
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, , AS PRINCIPAL,
AND AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF
DOLLARS ($ i, LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
IN TILE 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.OE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY 7RINCIPAL ADOVE NAMED EXECUTED THIS'BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF
19 .
CORPORATE SEAL (IF CORPORATION)
ATTACH ACKNOWLEDGEMENT OF
ATTORNEY SIN FACT)
BY
TITLE
n
PRINCIPAL
SURETY
5
Bond No. CP 38513 PAGE
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
. BY MOTION ADOPTED July 22; 1968 - -
HAS AWARDED TO C. L. Brooks Construction CO.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL, A CONTRACT FOR Seal Coat Program.,
1968 -69, PART I (FOG SEAL) CONTRACT 1169
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 15 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, WE C. L. BROOKS CONSTRUCTION CO.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
UNITED BONDING INSURANCE COMPANY ,
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FIVE THOUSAND SEVEN HUNDRED NINETY FIVE AND NO /100th:DOLLARS ($ 5,795.00 ),
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-
TRACTOR$, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE 'WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
PAGE 6
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE 10 THE BENEFIT OF ANY AND ALL PERSONS COMPANIES AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY, FOR VALUE RECEIVEDp HEREBY STIPULATES AND AGREES THAT NO CHANGE p.
EXTENSION OF TIME$ 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 BONDp AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGES EXTENSION OF TIMES 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 INDIVIDUALO,IT..-
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FRO
ITS OBLIGATIONS UNDER THIS BOND -
IN WITNESS.WHEREOFO THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL ANn
SURETY ABOVE NAMED) ON THE .6th DAY OF August 196.
APPROVED AS TO FORM:
CITY IPTORNEY
C. L. BROOKS CONSTRUCTION CO. (SEAL)
(SEAL)
CONTRACTOR
UNITED BOOM INSURANCE COMPANY, '(SEAL
BY (SEAL)
7GEOORRWBALOVICR
ATTORNEY -IN -FACT
(SEAL)
SURETY
- THIS.SONb WAS-APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
i
DATE
ATTEST:
CITY CLERK
ACKNOWLEDGMENT OF SURETY (by Attorney -in -Fact)
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
I On this _k _day of AuPJIBt ,A.D- 19_6a_, personally appeared before
me George Balovich , who being duly sworn did depose and say that he is the
ATTORNEY -IN -FACT of the UNITED BONDING INSURANCE COMPANY of Indianapolis, Indiana, that the
Seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that
said instrument was signed and sealed on behalf of said Corporation by authority of its Board
of Directors and further acknowledged that he exec aid instrument as such ATTORNEY -IN -FACT
ane as the free act and deed of said Corporatio -7
�CAplrrlfprirrp iP.pir39!,n „jrx'l2lyljyl]
OFFICIAL SE4
+� JANE KEPNER Notary
iP+d(JTd4RY �F'Id BLIC- CALIFORNIA p
LOS ANGELES GO�JJViY� My commission expires
' My Commission Ehpini Wwt. M 1'969
�nprnnnrmnnrmm /pg111t11111tlNIMM1MX
• PAGE 7
PERFORMANCE BOND
Bond No. CP 38513
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED July 22, 1968 "
HAS AWARDED TO C. L. Brooks Construction Co.
HEREINAFTER DESIGNATED AS THE I�PRINCIPAL", A CONTRACT FOR SEAL COAT PROGRAM,
1968 -69, PART I (FOG SEAL) CONTRACT 1169
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, C. L. BROOKS CONSTRUr.TTON r.0_
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR"" AND
UNITED BONDING INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FIVE THOUSAND SEVEN HUNDRED NINETY FIVE AND NO /labOLLARS (8 5.795.00 ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID 110.
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCEIM S, AND ASSIGNS; FOR WHICH PAS'-
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 SMALL 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.
(PER-FORMANCE BOND - CONTINUED)
11
PAGE 8
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 O
WORK T 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 6 DAY OF 'August 196.
APPROVED AS TO FORM:
TY ATTOR
i
0
C. L. BROOKS CONSTRUCTION CO. (SEAL)
BY C� oL '/-✓ J (SEAL)
(SEAL)
CONTRACTOR
UNITED BONDING INSU MIN CE COMPANY (SEAL)
BY o - ..- .�6;�, i.a..�A _ (SEAL)
URETY
GEORGE BALOVICH,.ATTORNEY IN FACT
�rrt-
1
t
ACKNOWLEDGMENT OF SURETY (by Attorney -in -Fact)
STATE OF rALIFO IA
COUNTY OF LOS ANGELES
l On this _.L _day of August ,A.D. 19 68 , personally appeared before
me Georve Balovich , who being duly sworn did depose and say that he is the
ATTORNEY -IN -FACT of the UNITED BONDING INSURANCE COMPANY of Indianapolis, Indiana, that the
Seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that
said instrument was signed and sealed on behalf of said Corporation by authority of its Board
of Directors and further acknowledged that he executed a instrument as such ATTORNEY -IN -FACT
and as the fr��S �G,� aoodlvle' /8 said Corporation.
Ipllnllnn4llln f
NOTARY hU -�Li
LUS ANGELES COUNTY Notary Public
' p8. -
1969 —
uy Com mis s'lo,e Ex p�rxs March
._ ... ......nun,e,ulnllunllljj1ppppO� My commission expires;
UNITED BONDING INSURANCE COMPANY CP 38513
HOME OFFICE: INDIANAPOLIS, INDIANA
Irrevomide Cutified Copy of .
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the United Bonding Insurance Company, a Corporation duly organized and existing under
the laws of the State of Indiana and having its principal office in the City of Indianapolis, Indiana, does hereby nominate, constitute and appoint:
Bert J. Leavitt or Robert M. Jones or George Balovich off
Los Angeles, California
its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed (provided
an individually numbered copy of this Power of Attorney, specifically authorizing the execution of the bond or undertaking is attached to such
bond) any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed
penalty or financial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the
sum of:
.'1'81' Ali "Bfl fIS: it ♦1 iii 11 It :n
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the.
Board of Directors of United Bonding Insurance Company at a meeting duly called and held on the 21st day of April, ISM.
"Article VI, Section 7. The President shall have power and authority to appoint, or delegate to other Corporate Officers, the appointment
of ... Attomey(s) -in -Fact, and authorize them to execute, on behalf of the Company as Surety, bonds and undertakings, recogniraacm can -
tracts of indemnity, and other writings obligatory in the nature thereof; and he may at any time in his judgment remove any such appointee(s)
and revoke the authority given to them; but if the President issues certified copies of such Powers of Attorney stated to be irrevocable within
a designated period, such authority shall continue until the Expiration Date specified in such Certified Copies of Power of Attorney; and with
respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be
affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be
valid and binding an the Company, in the future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached."
IN WITNESS WHEREOF, United Bonding Insurance Company has caused its official seal to be hereunto sfficed and these presents to be
signed by its duly authorized officers th;a 10th day of June jaw
THIS POWER CAN BE USED ONLY ONCE
AND IS VOID IF ALTERED OR NOT USED
STATE OF INDIANA
SS:
COUNTY OF MARION
BY JUL 2 4 1969
Srp;rstim Date
BONDING INSURANCE COMPANY
, wro,4
.. 8` jW7, -� W
�t3� tea°
�� President
pa r>,;. 21Fth day of JU17 A. D. 19 --§�, before the subscri . a Notary Public of the State of Indiana. in and for
the County of Marion, duly commissioned and qualified, came FRANK E. WRIGHT of UNITED BONDING INSURANCE COMPANY, to me
personally known to be the individual and officer described in, and who executed the original of the preceding instrument, and he acknowl-
edged the execution of the same, and being by me duly sworn, deposed and. said that he is the officer of the said Company aforesaid, and that
the seal affixed to the original instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were
duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article VI, Section 7 of the
By -Laws of said Company, referred to in the preceding instrument, is now in force; and that this preceding Certified Copy of said Power of
Attorney, with Company's Corporate Seal imprinted thereon, is irrevocable prior to the aforesaid date limiting the time within which it may
be used.
IN TESTIMONY WHEREOF; I have hereunto set my hand,
above written.
STATE OF INDIANA
I SS:
COUNTY OF MARION J
and affixed my Official Seal al
G RTIFICATION
the City of IInn�dianaap -ol* the day and year first
Notary Public, Marian County, Indian
My commission expires December 29, 1999
I, Bok R Park, as Assistant Secretary of the United Bonding Insurance Company, an Indiana Corporation of Indianapolis, Indiana, do
hereby certify t the above and foregoing is a full, true and correct copy of a Power of Attorney issued by said Company, and said Power of
Attorney is s ' in full force and effect and has not been revoked.
IN WHEREOF, I have hereunto set my hand, affixed the Seal of said Company, in Indianapolis, Indiana, on a (o
daY 19 42$.
a
Frnn 0325 R2 .. - a -
i
PAGE 9
NON - COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESf�NT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS "SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR'
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR.MATERIALMAN
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES oR.REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH "PREVENT ANY SUB-,
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY-PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE.SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TH.IF_r
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER TO,.OR SHARE WITH ANY OTHER PERSON IN ANYWAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS 510.
(s) C. L. Brooks - owner
C. L. Brooks
SUBSCRIBED AND SWORN TO BEFORE ME - -- ^-�
THIS 9 DAY OF July
196 8.
MY COMMISSION ExPIRES:
(s) Wayne C. Lyle Sr.
NOTARY PUBLIC
Wayne C. Lyle Sr.
Notary Public - California
Pri nci pal. Off i ce in
Riverside County
Nay Commission Expires March 14, 1970
FOR ORIGI* COPY SEE CITY CLERK'S FILE C�
• 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 SKILLI.ANO
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
Sealcoating on.City Streets - Buena Park - 1967
Sealcoating on Streets & Parking area - Los Angeles Air Force Station - 1967
Sealcoating on Dark roads - Clevland National Forest - Dept. of Agriculture - 1968
(s) C. L. Brooks
SIGNED
• PAGE II
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA f HEREINAFTER ESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND C' L. Brooks Construction Company
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF.THE SECOND PART. .
WITNESSETH. TNAT 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
SEAL COAT PROGRAM, 1968 -69, PART I (FOG SEAL) CONTRACT 1169.
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT'HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL 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.
2/.7/67
PAGE 12
5. PURSUANT. TO THE LABOR CODE OF THE STATE OF CALIFORNIAjo 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 WORKSp AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS$
LOSS2 DAMAGE, INJURY, AND LIABILITY OF EVERY KINDS NATURES AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROM THE:PERFORMANCE OF THE CONTRACT OR WORK$ REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSO LOSS$ DAMAGE$ INJURY AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSED.. RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT$ REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOFp THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN,
CITY OF NEWPORT O'
MAYOR
ATTEST:
CITY CLERK
CONTRACTOR
n (SEAL)
BY: r.
BY:
APPROVED AS TO FORM:
TY ATTO Y
_ __ -
TITLE
TITLE
if
Z
�am
SPECIAL PRO IONS
----_------
-SEA k: _1968,69
X�m.C.AT PROG"t -
f. 7f
PAIR
(FOG SE
CONTRACT 11619
bb
The work to lie don
of various stre*ett--In the Newport Shof.eb, .Dbver-Shqi6q-,i I�stbluff -and
k
Newport Pier.Areas, in the City of Newport Be ow
h nzoift:Drawing
No. R75125-3i
. .
. . . . . . . .
. .. ....... -
The Contract requireis-All labor, materials, transporta -idii f an d equipment
ti .
falie
necessary to. complete .ail work as shown on thef:Plahs and Iti,`afcci r
o d"C
with the City' Sta0mdA_ Ve xcetwo applicable . portions 70i ihe� 5
cif t
O'� , -ta e of
California, part f Hi
at Public me., of bli&:W0jkj-j*-'Di a Stin
way
Specifications. dated I and theare speciai'j� VII
in y, 1964 _X0 'alone,
21. CONDUCT OrI.WORK.
The -and
Contr - actor shall maintaiti.the. vario"Job sites iori:oiat7 orderly :
. .. . . . .
7
condition at all times i returning l 6 their norinil-uselas- soon
fag a atfreldfts:to
J,
as Possiblei...Barricades warning employed -'
6 required.
a , oi insureAhe public nvf4h rA66 and fetyi-blall times..
co
b
3. TIME OF: C014 P
_j4ETION
The Contractor shAll.commence workwithin Ave(s)" dayfivafter -execution
of the Contract by this AC# have ,co� 411-workorutlifned
y and
er
h ein within forty fiv
4. SCHEDULE"
The Contractor shall submit a..sidh edulid . of work to the City within I I t din 10_
days after award of the Contract by tile' '.City Council: No work shall begin
until the entire. schedule j*,approved, *il,writtagi by the Ctty. The
-c
sa
t
At z
A 3
F 1
t
k
3
'
via i
It
properly ivitii'due regard to the righ #a of the pub',
All pavement'areas to: which sealcomiag rr►ater a
moat be coiplbtely bar4ricaded ta, prohibit vehic
the final ,cleaning, material glaceuxent, an_d curio
Contractor shall aIsaprovide and station somge!
e least °,pods bI
uader con-
a caa ptosecntor
directing the tnovemeat'of traf &c though or ;arousd1he it
directed by the Engineer.
The Contractor shalt: - `schedule bra operations ao that; all "s'
Opened to'traffic at the end of the 6tkiue day exce st whet
' Y�'b �J fi �, fiY #P J.SifYV
L _ .S
NO
AP WIN
d'
cloilviiii� MAN
;t
1
,.
;i
5
is
—
S
r.
Fit M! it
k ..e
5+ �
L
� Y 3
12811 ANY"
S
voila
T
x
E�
.y
Y
d'
1
;i
i
{{i
,i
is
—
Coptxaetor shall di.stribute'Siritten riofisea, ;£ucsn t
when:liis' opera, onj� ref, start a end3 and alertia;
eet at a time :oar any
ed.£or weeii,
s. :.
�® eery, :; Btar�eg
a
S�aolY �AA310 _ a�lei!$ ��
Sf+$talpa E r�get $CSO st, <3
Catiirghor St'r'eet E4,461 f- 33rire: f
h3artherly to�jm
K
•
: The Contractor shall' maintain a aunimum of. one ti
.both directions ou the faYl6,wi . ° streets•
Balboa Boulevard
Newport Boulevard
E:aetblu# Drive from ,TaTnbo'ree Road Ner
1f, id:the opinion of the Engit eery to st4nuea. traffic
':' Contractor shall iof.?sea3 more tsan`dne -half of t6
of the r "einaiuizig streets ,not designated herein.
All necessary barricades; and othex':arequsred,traf
flagmen shall be furnished by the Goutractor, and
. included in tho price -bid for,the .cuntracR iieiztsa -.
6. P�YAdE:NT
The .unit price'.bid for tius work ahail_iacl�ieke
k„
labor, materialsy equlpmeat: and iranapotatian
killing, clearsing, and•`seal coating the asphalt
pave
7. GUAE:E
The Contractor. ahall;,gnarante$ all aiateriala and;tv
of one :year'a €ter acce}rtaace of the c ntrxct',liy the,
8. NOTIFICATIOhT; TQ, IZSJDEAtTu `,.
Twenty- Four {24j hoiira, in advance of Rpglyiag tile:.
Coptxaetor shall di.stribute'Siritten riofisea, ;£ucsn t
when:liis' opera, onj� ref, start a end3 and alertia;
eet at a time :oar any
ed.£or weeii,
s. :.
�® eery, :; Btar�eg
I
�`
'• �. :' -"
.ads �� ,}3 14 ..
�! r
a
�
I
,
.. .. ... '.'
....:.
�. ate.. •, �
. -..
�: f:5:. ._':._ .t%
y" ...
V �
I
yC fk
st-
YY
4.-r
�l k�
tt
A y .:
i
yg�
'
n
w "'It :
F
e ^n
g ti
o
yy�
^sc
i
s
r
y c
S t
-`mss a:: -':.:. �
•..:
i
r.,
.17
..
.
.r^3
Tv
b.'
i r
I pp
GC
AR
The Contra`otbr sha l spray al vage i et grQwi�sg ar at #ha adgae of, -
the asphaltxs:paveYnents with.:a iiexbiOde rnj#ure ate ` Wed hexeint
The spraying ;$hall be' performed a.miaimuszi'of thixtp 130) Bays prior, to
-
.
the; ixsoval 'of'the.vegetation:aad`final cleai►ing opex�!tione'., ".
The proportioning of'ehemical's in the herbucide miittaxe shall be 40
follows:...
10 pounds t'Dowpon "- or' Dalapon„ :
t
7 ;pounds "AminotriazoL' "
,: or Weedazol't or "Amitrol T"'
6 ounces Pont "Du Wetting Ageat' and Spreader" os
IX -77 %Spreading Agent"'
1'00 gallons Water.
"Dow on" and "Dalapon" are "manu#'attured by Dow Ghe�sucai Company,
Midlands,. Michigan.
and are tinanufactured b}* American Cyanamide'
"Aminatriazol" '.
u
Company, Princeton, ;AFew leiaey,
"Amitrol -T " is manufactured by 1lmeheu Products'nc , Arizber, Pena
M.
The. mixture shall be sprayed on the`vagefaton in a'.tnadoer, :that will
result -in complete wetting.of, the pinata .The amount o€ wetting agent
may be adjusted, ; eni ling the herbicide mixture to spread :eveaiy_ over
the leaves sprayed aid avoid'beadiag on of andaag off xhe plant leaves, „ :
"
Special precautYOnsF,_as _ specified . by; manufacturer, shall be exercised ,
in: haAdligg .thi. mixture and in spraying naat, lawn aacl ahrniis, etc '.:on a
:_.
private property Dare shall : -be exi�, rciRed while sp'ra*; g 1p avoid:,
concentrations; excessive runo# #, hawing";:, ,etc of ;tai lieseb#cide mixture
Thirty (30) days of ter'; spraying the i imfbi ids '_miecta e, slx dead or still _
living vegetation shall'. be removed _and dieps�ae8 of Tway from.tha .a`sphaltc.:
pavement surfaces to be sealed. , .. _::
9
0
s
s
i
C�
etc. to assure adherance and penetration of the material to the pavement
surfaces.
11. SEAL COAT MATERIAL
A. Specifications
Fog Seal - The seal coat agent to be used shall be a
mixing type emulsion (SS-1h), paving asphalt
grade 60 -70, conforming to all applicable portions
of Sections 37 -1 and 94 of the State Standard
Specifications.
Water shall be added to the concentrated undiluted
asphaltic emulsion in such proportion that the
resulting mixture will contain not more than 40 percent
of added water. It is anticipated that the percent of
water added will range between 20 and 40 percent of the
resultant applied mixture. The exact quantity of
added water will be determined by the Engineer.
B. Water
If the Contractor desires to use available City water,
it shall be his responsibility to make arrangements
for water purchases by contacting the City's Utility
Superintendent, Mr. Phillips, at (714) 673 -2110,
extension 74.
C. Time of Application
Application of seal coating materials shall be confined
to the hours of 8:30 A. M. to 3:00 P. M. , Monday through
Friday. No work shall be done on September 2, 1968.
Adverse weather conditions shall suspend seal coat
operations when, in the opinion of the Engineer,
continuation of operations would cause unsatisfactory
results in the completed work.
The seal coat materials shall not be applied when the
atmospheric temperature is below 650F.
Special Provisions - 5
s F7 14
—
r
r
ri
i
I
i
j
iY
F
°
r�
i
"
I
i
I.
i
i
.._ • i
D. Method of Application
The seal coating agent l be applied by means of a
pressure type distributor truck with insulated tanks
and in conformance with Sections 93 -1.03 and 94 -1. 03
of the State Standard Specifications.
Special Provisions - 6
n ...: y ,
,u. �. r�.
x
S
F!
3
t
Y.
L
x
m
R S
y.weS M
A'i uy
E
S
i
i
z
g�4JY
4iC�y
iS
Ir T.
xF
y
r z
Y
^f
4
o
pp�.
Mull & Vnawfud!
CERTIFICATE OF INSURANCE
CITY OF NEWPORT BEACH
CITY HALL
3300 WEST NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
RECEIVED
AUG 0 81968
PUBUG WORKS DEPT.
THIS IS TO CERTIFY as to the existence of insurance, as of the date of execution hereof, with Harbor Insucawae
Company, as described below:
Name of Assured: C. L. BROOKS, INDIVIDUAL AND DBA BROOKS CONSTRUCTION CO.
Address of Assured: 2045 WEST WASHINGTON AVENUE, SAN BERNARDINO, CALIFORNIA
ADDITIONAL INSURED: CITY OF NEWPORT BEACH BUT ONLY AS RESPECTS WORK PERFORMED FOR THEM
BY THE NAMED INSURED UNDER CONTRACT 1169, SEAL COAT PROGRAM,
1968 -69, PART I (FOG SEAL).
Location of Risk:
Kind of Insurance:
CCMPREHENSIVE GENERAL LIABILITY INCLUDING AUTOMOBILE
Policy No.
106430
period from
JUNE 1, 1968 to JUNE 1, 1969
Limits:
Bodily Injuryeach
person
$500,000.00
OCCURRENCE
each4@C
$500,000.00 aggregate $ 500,000.00
Property Damage
each accident
$100,000.00 aggregate $ 100,000.00
APPROVED AS TO FOAM
Kind of Insurance:
Dafed :/ 3 6 8
CITY�
Policy No.
period from
�Nl
�to
By %
Limits:
Bodily Injury
each person
$ " °'' °'•.» ..„, �,wy
each accident,
$ aggregate __: $
Property, Damage
—each accident ;
$: aggregate . $ '
Kind oflnsurancp:
Policy No.:
., period from
to
Limits:
It is hereby understood ari@15 at the certificate holder will be given ten (10) days written notice beforeDrE�AZRCon of coverage or cancellation of this
insurance is effective. (SEE REVERSE SIDE)
Dated at LOS ANGELES, CALIFORNIA
PKM:vki
U 6002H -CFS 15M 267
this SIXTH
632 -22i 1
day of AUGUST, 1968
SWEEETT & CRAW
ORD
By
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS
CERTIFICATE REFERS MAY NOT BE CANCRtLED, MATERIALLY CHANGED, NOR
THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY ALLOWED
TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK
OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA,
OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION
IN COVERAGE.
r
'yep
7/22/68 (10)
2
3
4
5
6
7
8
10
11
12
ON
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
asournm jo, 6832
A XLSMXTUM OF Crry CWWXL eff ME *IT
Or MWORT UACH *ARDIM A OWN= YOR TU
WAL CM ?RQMRAM* M84% PAM I (IW MAL)*
C-1169
WWREAS, pursumet to Ow motive inviting bids fow
work conaistift of
thtt
seal seat prog-roel, L%"g, part
I (Fee
3"09 in the city
Of
&T"ovt A"O'ho in amemmeme with
the
Pl=$ said opeettloationt beroftfore adopto4g bids were ro"LV*4
OR the 12th day if Julys 1568, and publicly opened and 4*eUw*dl
and
WWJSAS* it appears that the lowest responsible bidder
theretor to C. L, aro"s aoustructim Oomp"Y1
NWo TOLMYM* BE IT NUMM that the bid of C. L.
Brooks i;omstxuattm CompW for the work in the amount of
#11s$90.00 be ac"ptod and that the oontroat for tto covxu4motion
weft be owa%4*4 to said bidder*
U IT MMM USOLVRD that the V479t =4 city Cloru
are hereby wAthorived and directed to execute a controot In
accordance with the opecift"tLonog bid and this award on be-
half of the City Of Newport B"Ohl, and that tier City Clark be
directed to furnish an executed a*" to the successful bidder.
I ATTEST:
x Yv� : * 77.
,,r low
GLICY
9 0
Date August 16, 1968
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1169
Project Seal Coat Proarem 1968 -69 Part I (Pog Seal)
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: C. L. Brooks CrnstxtAction Campaery
Address; 2045 West Washington Strwt, San BeraWdino, Calif. 92405
Amount: $ 17 �rgQ_00
Effective Date: August 169 1968
Resolution No. 6832
Laura Lagios
LL:dg
Att.
cc: Finance Departmentm
..
August 14, 1968
T0: CITY CLERK
FROM: Public Works Department
SUBJECT: SEAL COAT PROGRAM 1968 -69, PART I (Fog Seal) C -1169
Attached are three sets of Contract Documents and one set of
Insurance Certificates for the subject proj.ect.'
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 Public Work's copies to me.
M��
Derek H. White
Design Engineer..,
DHW /ldg
Att.
E '.
6
TO: CITY COUNCIL
FROM: Public Works Department
41 X 5 9
July 22, 1968
SUBJECT: SEAL COAT PROGRAM, 1968 -69, PART I (FOG SEAL) CONTRACT 1169
RECOMMENDATION.:
G3
Adopt a resolution awarding the contract to Brooks Const. Co. for
$11,590.00 and authorizing the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
Six bids were received and opened in the office of the City Clerk at
10:00 A.M. on July 12, 1968.
BIDDER TOTAL
Brooks Const. Co., San Bernardino $11,590.00
Griffith Co., Costa Mesa 12,350.00
Chamber Mix Concrete, Stanton 13,984.00
Lynam -Wood, Corona del Mar 14,022.00
Nato Corp., Long Beach 14,155.00
R. W. McClellan, Costa Mesa 21,546.00
The low bid is 17% less than the Engineer's estimate of $14,000.00.
Funds available are:
GENERAL FUND - STREET PROJECTS (Non -Gas Tax) 1968 -69
Annual Street and Alley Seal Coating Program 1968 -69 $13,000.00
The total estimated cost of the project is:
Contract amount $11,590.00
Contingencies 1,410.00
3, 0 .
The areas to be Fog Sealed include portions of Newport Shores, Old Newport,
Dover Shores and Eastbluff.
It will be necessary to close these streets for varying lengths of time. Prior
notice will be given to all residents affected by the work. The work will be coordinated
to the extent possible with summer traffic needs. It is emphasized, however, that there
will be some unavoidable inconvenience to motorists.
The plans were prepared by the City.
The estimated date of completion is September 20, 1968.
eph T. Devlin
lic o ks Director
ldg
COUNCIL:
_ �
Dj$POS1T, ION:
FILE:
July 23, 1968
NATO Corporation
P. 0. Box 7707
Inng Beach, California
Attenticn: Mr. Herbert F. Murphy
Gentlemen:
Enclosed is ycuRCxirtiiied check in the amount of $2600 ,Rich
acoomp8►ied your bid proposal in lieu of a Bidder's Bond,
for Seal Coat Program (Fog Seal) C -1169.
Very truly yours,
Laws, t agios
City Cleric
City of Newport Beach
II:ih
Enc.
cc: Public Works Tutor
Attn: TvxeR:.WI4te
I
r,
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1169
FOR
SEAL COAT PROGRAM, 1968 - 69
PART. I
(FOG SEAL)
ADDENDUM NUMBER 1
July 2, 1968
PLEASE ADD:
11. SEAL COAT MATERIAL
E. Rate of Application
Application shall be such that the original undiluted emulsion will
be spread at the rate of 0.08 to 0.10 gallon per square yard, the
exact amount to be determined by the Engineer.
Please show date of receipt of this Addendum on the Proposal or insert a copy with
your proposal.
i
Benjamin B. Nolan
Assistant Public Works Director
t. .-WI-ROOKS CONSTRUCTION CO.
1095 W. WASHINGTON AVE.
SAN RERNARDINO, CALIFORNIA 91905
JF
-�:.,
,_,
yr �
�:
;;
-;
-.F,
s
,. ;
a
--
>t
yr �
0 1 0
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM, 1968 -69
PART I
(FOG SEAL)
CONTRACT NO. 1169
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. 1169, in accordance with the City of
Newport Beach Drawing No. R- 5125 -S, the City's Standard Drawings and
Specifications, and the Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item of work,
to wit,
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 38,000 EMULSIFIED ASPHALT
GALLONS (SS-1h) FOG SEAL COAT
COMPLETE IN PLACE
Dollars
—� and ✓
CQ tp Cents $ o5 $ 111 59o.00
per gallon
TOTAL PRICE WRITTEN IN WORDS
Dollars TOTAL
and
Cents $ //, S90, oo
f
1-
F
fu
t
k
Ke
_
ter',
4,
r
I
United Anding Jnjurance Company
3909 NORTH MERIDIAN STREET
INDIANAPOLIS, INDIANA 46208
BID OR PROPOSAL BOND BONO#CP 37393
KNOW ALL MEN BY THESE PRESENTS, That we,
C. L. BROOKS
of SAN BERNARDINO, CALIFORNIA (hereinafter called the Principal),
as Principal, and the UNITED BONDING INSURANCE COMPANY, an Indiana Corporation, of Indianapolis, Indiana
(hereinafter called Surety), as Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH, CALIFORNIA
(hereinafter called the Obligee) in a sum equal to 10 % of the accompanying bid of the Principal, not however,
in excess of TWO THOUSAND FIVE HUNDRED AND NO /100ths - - - - - -- (,$ 2,500,00 )DOLLARS,
for the payment of which, well and truly to be made, the Principal and the Surety bind themselves, their heirs,
executors, administrators, successors and their assigns, jointly and severally, firmly by these presents.
SIGNED, SEALED, and DELIVERED this 12th Day of JULY 19 fib
THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to
submit to the Obligee a proposal or bid, dated on or about the date mentioned below, for: (1) the performance
of the designated work, or (2) the furnishing of the specified goods, supplies or products, to -wit:
FOG SEAL (BR)
NOW, THEREFORE, if the Principal shall not legally withdraw said bid within or at the times permitted there-
for, but shall duly make and enter into a written contract with the Obligee, in accordance with the terms of said
proposal or bid, or any amendment thereof acceptable to the Principal, within the time permitted therefor after
such contract forms are presented to the Principal for execution, should the Obligee award the Principal the said
work or contract, or any part thereof; and if the Principal shall give bond or bonds for the faithful performance
thereof, and /or for payment for labor and materials going thereinto, as in the specifications or contracts provided;
or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee shall
have actually suffered by reason of such failure, not exceeding the penal sum of this bond, then this obligation
shall be null and void; otherwise to be and remain in full force and virtue.
PROVIDED, HOWEVER, that no action shall lie, or claim be enforced, hereunder unless the award on the basis
of said bid shall have been made within sixty (60) days after the formal opening of said bids; and unless legal
action to enforce any claim hereunder shall have been commenced within six (6) months after the conditions of
this obligation shall have been breached, or, in any event, within twelve (12) months from the date of the formal
opening of said bid.
PROVIDED, always, that this Bond shall not be valid and binding upon the Surety unless accompanied by a
Certified Copy of a Power of Attorney authorizing the undersigned Attorney -in -Fact to execute such a bond,
the Serial Number upon which Copy of Power of Attorney shall correspond with the Bond Number set out above.
IN WITNESS WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed, by
duly authorized officers or representatives, the day and date first above written.
UNITED BONDING INSURANCE COMPANY (SEAL) C. L. BROOKS
1!Z146 4 BY oC )
By ATTORNEY -FACT FOR SURETY (SEAL) PRINCIPAL (SEAL)
Bert d. Leavitt
FORM C -24SR (6- 15 -64)
STATE OF
COUNTY OF
California
Los Angeles
ACKNOWLEDGMENT OF SURETY (by Attorney -in -Fact)
On this 12 day of July ,A.D, 19 64 personally appeared before
me Bert J. Leavitt , who being duly sworn did depose and say that he is the
ATTORNEY -IN -FACT of the UNITED BONDING INSURANCE COMPANY of Indianapolis, Indiana, that the
Seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that
said instrument was signed and sealed on behalf of said Corporation by authority of its Board
of Directors and further acknowledged that he execute instrument as such ATTORNEY- IN-FACT
and as the free act and deed of said Corporation:
•mrmrn,e
�Or�t SEM-1 Notary Public
l r' WCP ER
-� = �—� ws ,. `•`i1i' NM My commission expires;
UNITED BONDING INSURANCE COMPANY CP 37393
NOW OOFFICE: MIAXAMLIS, INDIANA ,
Inavocable cartised copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the United Bonding Insurance Company, a Corporation duly organized and existing under
the laws of the State of Indiana and having its principal office in the City of Indianapolis, Indiana, does hereby nominate, conaUttite and appoint:
Bert J. Leavitt or Robert )L Jones or George Balovich
of Los Angeles, California
its true and lawful agent and attorney-hi-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed (provided
an individually numbered copy of this Power of Attorney, specifically authorizing the execution of the bond or undertaking a attached to such
bond) any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed
penalty or financial guarantee) provided, however, that the penal a= of any one such instrument executed hereunder shall not exceed the
sum of-.
=1 l
1111111111111i r !11l!111;p
I I' ll, , =#=40 mmr�
This Power of Attorney is granted and Is signed and sealed by faftlinde under and by the authority of the following Resolution adopted by the
Board of Directors of United Bonding Insurance Comparty at a meeting duly called and held on the 21st day of April, I=.
"Article VI, Section 7. The President shall have power and authority to sppoiut, or delegate to other Corporate Officers, the appointment
of ... Attorney(•)-in-Fact, and authorize them to execute, on behalf of the Company as Surety, bonds and undertakings, recogmizances, con-
tracts
of indemnity, and other writings obligatory in the nature thereof; and he may at sal time in his judgment remove any such appotatel
and revoke the authority given to them; but if the President issues certified copies of such Powers of Attorney stated to be irrevomble within
a designated period, such authority shall continue until the Expiration Date specified in such Certified Copies of Power of Attorney; and with
respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or situating officer, and the seal of the Company, may be
affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be
valid and binding an the Company, in the future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached."
IN WITNESS WHEREOF United Bonding Insurance Company has caused its official seal to be hereunto affixed and these presents to be
Al by its duly authorized officers this 10th day of June
THIS POWER CAN BE USED ONLY ONCE JUN 2 8 1969
AM IS VOW W ALTERED OR Nor USED BY .
2xvirsuan me , .. . . U11g[EI) BONDING INSURANCE COMPANY
ST
ATX OF INDIANA
COUNTY OF MARION President
in a 1� of State 0. this 26Th A. D. L96&—, before
the County of Marion, duly commissioned and qualified, came FRANK L WRIGHT of UNITED BONDING INSURANCE CO3VANY to me
personally known to be the individual and officer described in, and who executed the original of the precedift'Instrument, and he admowl
edged the execution of the same, and being by me duly swoon, deposed and, said that he !a the officer of the said Company aforesaid, and that
the seal affixed to the original Instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signabire"is officer were..
duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article V7, Section 7 of the
BY-Laws of said Company. referred to in the preceding instrument, is now. In force; and that this preceding Certified Cow of said power of
Attorney, with Company's Corporate Seal imprinted thereon, is irrevocable prior to the aforesaid date limiting the time within which it may
be used.
IN TESTIMONY WHEREOF, I have hereunto set any hand, and affixed toy Official Sea] at the City of Indianapolis, the day and year first
above written.
Notary Public, Marion County, Indiana
CZRTUNATION My commission expires December 29,.lM
STATE OF INDIANA
COUNTY OF MARION SS:
4 Bok K. Park as Assistant Secretary of the United Bonding Insurance Company, an Indiana Corporation of Indmirral Indiana, do
hereby certify that the above and foregoing is a full, true and correct copy of a Power of Attorney =r= Coml and said Power of
Attorney Is. still in full,force and.effect and has not revoked.
in my 1,
y hand, affixed the Seal of said Company, in Indianapolial on 0
7 —*7
2/7; /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 .PRICE, THE CORRECTED EXTENSION SMALL 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 SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE N0. Qq O /bG, CLASSIFICATION C -/a
ACCOMPANYING THIS PROPOSAL IS
(CASH, CERTIFIED '.HECK, UASHIER'S'.HECK OR
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR 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.
7 /Ll - sa l -bya7 -
PHONE NUMBER
JD (4 g Fla ('s
DATE
oZ oy5 wes= LttaShlLs*ok 5Y-,
C4 8,�001<s Cow..pa4
_ BIDDER'S NAME
(SEAL)
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
Sa l3e�ua.cl,wo , Ca/iF.
9aynr I Il+dlu I'd Va(
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER. IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS
• , 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.
t
ITEM OF WORK SUB- CONTRACTOR ADDRESS
C. 1, Q "1 s �euS t ems,
BIDDER'S NAME
AUTHORIZED SIGNATURE
11n /4I u,i U.a f _
TYPE OF ORGANIZATION
(INDIVIDUALO COPARTNERSHIP OR CORPCRATION)
Dvcs u,. Sr,
w. V� C InA LA1. U 0R 6
ADDRESS
• • - PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS) BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESEWT AT THE TIME OF
FILING THIS BID) BEING DULY SWORN ON THEIR OATHS SAY) THAT NEITHER THEY NOR ANY
OF THEM) HAVE IN ANY WAY) DIRECTLY OR INDIRECTLY) ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER) OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM) HAS PAID OR 15 TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY) OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER) OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY) ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS) WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN
THROUGH ANY BID DEPOSITORY) THE BYLAWS) RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY) OR.WHICH "PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED) OFFERED) PAID) OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT) NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON
WHOMSOEVER TO PAY) DELIVER TO) OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER)
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS DAY OF U111)
196 -L.
MY COMMISSION EXPIRES:
WAYNE C. LYLE SR.
F" NOTARY PUBLIC • CALIFORNIA
PRINCIPAL OFFICE IN
-
O RIVERSIDE COUNTY
My Cemmiubn ExPI)q March 14, 1970
r° 2 ?Li aJ
OTARY PUB 1
•
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. EXPERIENCE, SKILL,,AND
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILIT.Y.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
Sc--dl Op a77 ilk ] 1467
C.Tti/ ScMCNfi$ UfLp ,I(� —
I
�`g1 C0. 1`'N� / y rjjNFP i$ f i d41CNA G4PA � �bs /r41P/PS /' ; F--CP Ste/ y7 ' �Q67
Oa 7'14i� OU /-park /`ee.1S '- �IPU�A es/ �A11ene� F6 --gr—
SIGNED
a
� S
6
� d
N
O G
m
�Z N
U Lail
Q W
L 1. a z
~off
►- L) w
4
O
F
W
W
I
iIIINIIIIIIIafiIll�lulN
IIIIWIWIIINIIIIIIIIIRIII@
IIA0II�IYIIIY�NIIBINI
�imnamnmm�nnmme
IIYI��IIIIIIIIII�N�INIY�i
YI�YIII�IIYInYNINlIII�
nn�mannrmunmu
INI�NIUII�llpwll�r
n�I�NNII�„�gll�
4
O
F
W
W
I
1. Apl:^ee the Plans and Specifications.
June 24, 1968
s
(CONTiS 1169, 1170,
2. Authorize the City Clerk to advertise for bids to be opened on
July 12, 1968 as follows:
C -1169 at 10:00 A.M.— OL �
C -1170 at 10:15 A.M. PaAlr -L
C -1171 at 10:30 A.M.
?iSC; rSI(:N:
This Program consists of three separate contracts based upon the use of three
separate peal ;:dating materials known as Fog Seal, Gilsonite Seal, and Slurry Seal.
'he esvimated cost of the work is:
CO C -1169 Fog Seal $14,000 FOS, I
20 C -1170 Gilsonite Seal 20,000 3J C -1171 Slurry Seal 22,500 $56,500
Funds available are:
GENERAL FUND - STREET PROJECTS (Non -Gas Tax) 1968 -69
Annual Street and Alley Seal Coating Program 1968 -69 $54,000
PARK AND RECREATION GUND 1968 -69
Patch and Seal Coat Corona Del Mar Beach Parking Lot 2,500
$56,500
J
to , IS /?, /P1
7_ (2 -L&
The availability of the funds is contingent upon Council approval of these
items as presented in the Capital Irt?provement Projects section of the 1968 -69 City
Budget.
These projects are being presented at this time because the nature of the
seal coating materials is such that warm weather at the time of application considerably
improves the results, and reduces the amount of time streets must be closed to traffic.
The weeks required for advertising, award of contract, and preparatory work causes the
timing to be critical. The projects are separated according to the materials used, se as
to allow ccon*ractors td bid who may only work, with one or two of the materials.
The contract work consists of applying weed killer, surface cleaning, and
applying the sealant. The sealant varies according to the type, age, and /or condition
of the various pavement surfaces.
x=
TO:
CITY COUNCIL
FROM:
Public !Works
Department
SUBjit;
AANUAL STREET
AN : ;, ALLEY SEAL
COATING PROGRAM 1968 -69;
AND 1171)
1. Apl:^ee the Plans and Specifications.
June 24, 1968
s
(CONTiS 1169, 1170,
2. Authorize the City Clerk to advertise for bids to be opened on
July 12, 1968 as follows:
C -1169 at 10:00 A.M.— OL �
C -1170 at 10:15 A.M. PaAlr -L
C -1171 at 10:30 A.M.
?iSC; rSI(:N:
This Program consists of three separate contracts based upon the use of three
separate peal ;:dating materials known as Fog Seal, Gilsonite Seal, and Slurry Seal.
'he esvimated cost of the work is:
CO C -1169 Fog Seal $14,000 FOS, I
20 C -1170 Gilsonite Seal 20,000 3J C -1171 Slurry Seal 22,500 $56,500
Funds available are:
GENERAL FUND - STREET PROJECTS (Non -Gas Tax) 1968 -69
Annual Street and Alley Seal Coating Program 1968 -69 $54,000
PARK AND RECREATION GUND 1968 -69
Patch and Seal Coat Corona Del Mar Beach Parking Lot 2,500
$56,500
J
to , IS /?, /P1
7_ (2 -L&
The availability of the funds is contingent upon Council approval of these
items as presented in the Capital Irt?provement Projects section of the 1968 -69 City
Budget.
These projects are being presented at this time because the nature of the
seal coating materials is such that warm weather at the time of application considerably
improves the results, and reduces the amount of time streets must be closed to traffic.
The weeks required for advertising, award of contract, and preparatory work causes the
timing to be critical. The projects are separated according to the materials used, se as
to allow ccon*ractors td bid who may only work, with one or two of the materials.
The contract work consists of applying weed killer, surface cleaning, and
applying the sealant. The sealant varies according to the type, age, and /or condition
of the various pavement surfaces.
x=
'aoe r
Subject: Annual Street and Alley Seal Coating Program 1968 -5C; 'Contracts 1169,,117t`
and 1171)
The priority of the areas to be trealles been established in the Street and
Alley Maintenance Study. wv
The areas to be Fog Sealed include portions of Newport Shores, Old Newpart, "over
Shores, and casthloff. --
The areas to be Gilsonite Sealed include portions of Old Newport, Lido Island,
and (over Shores.
The areas to be Slurry Sealed include portions of Newport Heights, Nest Newport,
Back: Bad Orive, Eastbluff, Corona del Mar (alleys), Lido Island, and the Corona del Mar
Beach Parking Lot. The parking lot will be Slurry Sealed after a leveling course of
asphaltic concrete has been placed in the low spots. This work will be accomplished.:Jn
the interim under separate contract.
It will be necessary to close these streets and alleys for varying lengths of
time. Prior notice will be given to all residents affected by the work. The work will be:.:.
coordinated to the extent possible with sus er traffic needs. It is emphasized however,
that there will be some unavoidable inconvenience to motorists. In particular, the work
on the parking lot will be scheduled for the latter part of September.
The estimated date of completion is October 1, 1968.
`I
13f3.0
Joserh Devlin
"ublic Works Director
SAE hrO'KiCE . ;. d1�WaL t�i1Q�& 3'
�NIMR Tt 'ui'e office of, the City
Clerk, City Hall, Newport Beach, California, until 10:00 a.m.,
on the 12th day of July, 1968, at which time they will be
opened and read, for performing work as follows:
SEAL COAT PROGRAM, 1968 -69
PART
(FOG SEAL)
CONTRACT 1169
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
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 requir'
completion and execution are the following:
I. - Proposal
2. Page 3 - Designation of Suh- contractors
3. Page 4 - Bidder's Bond
4. Page 9 - Non- collusion Affidavit
5. Page 10 - Contractor's Financial Status
The documents shall be affixed with the a ropriate 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 (:or-
porate Seal shall be affixed to all documents requiring signa-
tures. In the case of a partnership, the signature of at least
one general partner is required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated quantities are approximate oniv, 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, Divi-
sion 111 of Business and Professions' Code. The Contractor
shall state his license number and classification in the propo-
sal.
Plans, Special Pro Pl5:on5, and Contract Documents mac be
obtained at the Public "arks Department, Cite Hall, Newport
Beach, California, at no cost to licensed contractors. A non-
refundable charge of $2.00will be required for each set of plans,
special Provisions, and contract documents for others than
licensed contractors. It i� 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 Standard Specifications.
The City of :Newport Beach reserves the right to reject anv 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 in Resolution No. 6519.
A copy of said Resolution is available in the office of the City
Clerk in the City of Newport Beach.
The following is the schedule of prey at l in g wa a rates, 1966-
6;, for a selective list of classifications. Tog ther with the
information included in Resolution No. 6519, this schedule is
to be considered a part of these contract specifications.
Prevailing "age Oates - 1966 -67
Classification (Selective Listing) (511166) (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
Laying of all non - metallic pipe 4.01 4.16
Tunnel l lassi fications
Vibratorman, Jack Hammer, Pneumatic Tools,
(except driller) 4.315 4.4445
Operating Engineers 17/1/66) (7/1/67)
Oiler and signalman (Group 1) 4.38 4.53
Skip loader (Less % yd.) (Group 2) 4.62 4.77
Rodman and Chairman (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 (511166) (511167)
Dump Truck Dris er (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 (711166) (7/1/67)
Journeyman Wireman 6.11 6.55
(4/28/66)
Lather 4.765
Painters (711166) (711167)
Journeyman - Spray 5.22 5.33
Pi a 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.
ITq., ! QST HE CALIF hk
' ..�:( �9j 8 _ CC11 Farkr .
iLf Jun 6' ..�'¢>ArvoY7uexml`•
r i
.LT J
a
• 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,
CALIFORNIA, UNTIL10:00 A.M., ON THE 12th DAY OF July D 1968$ AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
Seal Coat Program, 1968 =69
Part I
(Fog Seal)
NO 810 WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS
4j DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDERS 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 ARE
THE FOLLOWINGS
I. PROPOSAL
2. PAGE 4 DESIGNATION OF SUBCONTRACTORS
3: PAGE j: - BIDDER'S BOND
[I 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 SMALL BE
AFFIXED TO ALL DOCUMENTS 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 ENGINEER'S 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-
PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON -
i. 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 TOrWAIVE ANY
INFORMALITY IN SUCH 8103.
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 PERFOhM£D FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITrus IN RESOLUTION NO. 6519•
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE tCITY C IRK IN THE CITY OF NEWPORT
BEACH.
/. r
• • July 2, 1968
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NOTICE TO BIDDERS:
CONTRACT NO. 1169
FOR
SEAL COAT PROGRAM, 1968 - 69
PART I
(FOG SEAL)
ADDENDUM NUMBER 1
PLEASE ADD:
11, SEAL COAT MATERIAL
E, Rate of ApDlication
Application shall be such that the original undiluted emulsion will
be spread at the rate of 0.08 to 0.10 gallon per square yard, the
exact amount to be determined by the Engineer.
Please show date of receipt of this Addendum on the Proposal or insert a copy with
your proposal.
Benjamin B. Nolan
Assistant Public Works Director
0
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM, 1968 -69
PART I
(FOG SEAL)
CONTRACT NO. 1169
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
0
The unders.gned 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 furs =..sh all labor, materials,
equipment, transportat:ici., and services necessary to do all the work
required to complete Contract No. 1169, in accordance with the City of
Newport Beach Drawing No. R- 5125 -S, the City's Standard Drawings and
Specifications, and the Special Provisions, and that he will take i . full
payment therefore the following unit price for the completed item of work,
to wit:
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
1. 38,000 EMULSIFIED ASPHALT
GALLONS (SS-1h) FOG SEAL COAT
COMPLETE IN PLACE
@ LLs -DpxcJ Dollars
and
Ji i 7 Cents
per gallon
TOTAL PRICE WRITTEN IN WORDS
&hr 1, , Dollars
' and
�l yy Z� GC��O_� seJ Cents
UNIT TOTAL
PRICE PRICE
$ 0.3ZS $ L,z.35o. cc
TOTAL
2 ✓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 SIDDERO IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT .PRICE, THE CORRECTED EXTENSION SMALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS.
4W I 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 EXECU7ING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY., AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS CF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH:.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS., LICENSE No. 32168 CLASSIFICATION A.,SCI21BI,1010
ACCOMPANYING THIS PROPOSAL IS Bidder's Bold
CASH., CERTIFIED CHECK,, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN BO PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 370C 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 'PRAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE 07 THE WORK OF THIS CONTRACT.
KI 9 2291
PHONE NUMBER
July 12, 1968
DATE
P. 0. Box 395
GRIFFITH COMPANY
BIDDER'S NAME
(SEAL)
AUTHOR I ZED S I GNATURE VICE- PRESIDENT
//
W
AUTHOR I ZEDJ I G TU E ASST. SECRETARY
Costa Mesa, California 92627 CORPORATION
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO-PARTNERSHIP)
'LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO-PARTNERSHIPS
Ben P Griffith President 1001 Linda Flora Dr Los Angeles 90049
W R Mirams Vice President & Secretary 241 Via Genoa Newport Beach 92660
C F Rees Vice President & Treasurer 204 N Hillcrest B1 Inglewood 90301
J F Porcher Vice President - Construction 2921 Illinois Ave South Gate. 90280
Thelma M Barnes Assistant to President 401 S Burnside Los Angeles 90036
W I Gregory Jr Contract Officer -Asst Secy 4535 Carpenter Ave N Hollywood 91607
F C Rodenbrock Assistant Secretary 1603.,2 Silverwood Ter Los Angeles 90026
Bruce E Fuller Assistant Secretary 309 S Alexandria Ave Los Angeles 90005
L W Bunch Assistant Treasurer 411 Osborn West Covina 91790
~ , * PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
3-
4.
5-
6.
7-
8.
9•
10.
12.
GRIFFITH COMPANY
BIDDER'S NAME
AUTHORIZED SIGNATURE VICE- PRESIDENT
CORPORATION
TYPE OF ORGANIZATION
(I NO IV I DUAL , COPARTNERSHIP OR COR PCRAT ION)
P, 0, sox 395
Costa Mesa, California 92627
ADDRESS
.i.
r
I
• • PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, GRIFFITH COMPANY , AS PR I NC I PAL,
AND THE A16RICAN INSURANCE COWAff , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ten -percent
bid in J `
of he total amount-1 DOLLARS ($I&/ Of Bid 1, 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
Seal Coat Program, 1968.69, Part I (Fog Seal)
IN TliE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BEANO 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 12th DAY OF
July 1968.
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
Pre■iun included. III BBSU.
GRIFFITH COMPANY
PRINCIPAL
G �
VICE - PRESIDENT
THE AMERICAN INSURANCE COMPAWL
SURE Y
BY . J. Bolton
TITLE Attorney III Fact
State of California
County 01T,08 Angelis
On July 12, 1968 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared B. J. ft1ton
known to me to be Attorney-in-Fact of TIM WERE' INSURM MANY
'the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said Corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have
My Commission Expires-
360212--6-66
(unto set my jBand and affixed my official seal, the day and year stated in this certificate above.
44
MARY S. ;`BEE CFFICIAI, SEAL
WNOTARY PUBLIC - CALIFORNIA otary Public
AR" PRINCIPAL OFFIC= IN 01,
LOS ANGELES COUNTY
My Commission Expires Jan. 14, 1972
• • PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTE
HAS AWARDED T
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
i
HEREINAFTER SET FORTH:
NOW, THEREFORE, 'uE
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
OLLARS ($ ),
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 HEIR5, 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 BQND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
42O4 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
I
LABOR AND MATERIAL BOND - CONTINUED)
• PAGE 6.
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TOTHE 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 AIT)
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
• • 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 01, 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 15 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 h0.
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS) FOR WHICH PA'_
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.
0
` • • PAGE H
(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
APPROVED AS TO FORM:
CITY ATTORNEY
(SEAL)
(SEAL)
(SEAL)
CONTRACTOR
SURETY
(SEAL)
(SEAL)
• • PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES!UT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH 15 NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE -
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TH.I:i
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANYWAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME.BY
THIS 12th DAY OF July ,
1968.
MY COMMISSION EXPIRES:
My Commission Expires September 10, 1971
GRIFFITH COMPANY
VICE - PRESIDENT
SST. SECRETARY
C. F. Rees & W. I. Gregory, Jr.
NOTARY PUBLIC
BRUCE E. FULLER
BRUCE E. FULLER
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
ASSETS
—5417, Ls'Y -s ard on :E:- na 5009038.94
Accounts Receivable $4,224,724.40
Less Provisio.a for Doubtful Accounts 1319530.00
49093,194.40
Securities at 'lost 179,288.10
Inventories - Aaterial. and Supplies 157 „400.13
Street Improv. Assessments Receivable 931,098.26
Street Improv. Bonds 920169.19
Sundry Refundable Deposits 11„070.50
Miscellaneous ;Dotes Receivable 85,006.61
Advances on Uncompleted Contracts _264
TOTAL 3,197.,`?
R:AL ESTATE IP ?1 ESTMENTS
Real Estate Lots 29,077.91
Buildings and lmprotvments 184649018.77
Less fox- Depreciation 7558096,31 —2-08.2-922.46
TOTAL
V-1.
u!X, 9
6 ;'�::.
LIABILITIES -- CAPITAL AND SURPLUS
CURR„TTT .IAB,'LTT'1ES
TOTAL
:: 7,013,37(-•'9 {
OT3ER ASSETS
183,788.44
Investments and Advances to Subsidiaries
27,255.00
Employees s;:_ r' *..gs Bond Account
and Real Estate Joint Ventures
3939511.54
63x647.61.
Less Prmision for losses
100.000.00
Mortgage Payak,.e - Real Estate
26,414.75
'
Federal In"ome Taxes Payable
293,511.54
Instal3ment Contrac s - Res._L ','state
3,802.;7 =..
25,159.64
Second Mortgages - Real Estate
Unpaid labor Drafts
12,186.24
Cash Surrender Value of L`i£e Insurance
19,380.63
325,970.00
� 251x625 35
TOTAL
65 6:,5 '
FIMC ASSETS
oed ts
Iaad rr P—& 3:Ltes
155,067.81
Autos and Trut;ks
28233,921.78
Less Allowance for Depri.ciation
19385,607.13
8489314.65
Equipment and Plants
48788,617.04
Less Allowance for Depret.iation
285948223.97
291949393-
TOTAL 3,197.,`?
R:AL ESTATE IP ?1 ESTMENTS
Real Estate Lots 29,077.91
Buildings and lmprotvments 184649018.77
Less fox- Depreciation 7558096,31 —2-08.2-922.46
TOTAL
V-1.
u!X, 9
6 ;'�::.
LIABILITIES -- CAPITAL AND SURPLUS
CURR„TTT .IAB,'LTT'1ES
Ac oun a Z«; nixie
2,403,122.83
183,788.44
Due Of ix:= wnd Stockdolders
27,255.00
Employees s;:_ r' *..gs Bond Account
18922.50
In-tallmenl- , 7ontracts 1�ayab .e
63x647.61.
Note P:yable - Security First National Bank
1;,0009000.00
Mortgage Payak,.e - Real Estate
26,414.75
'
Federal In"ome Taxes Payable
96L5y.93
3,802.;7 =..
OT11ER LIABILITIrB
Unpaid labor Drafts
25,941.18
Due Subsidiary ® Piru Rock Company
19,380.63
Mortgage Payable - E E Long Term
� 251x625 35
TOTAL_ ....
.?96, 91 ..
oed ts
CAPITA, STOCK !%1! SUR: 111”
Capital Stcxk Issued 842,900.00
Surplus 6, 25,964.37 _
TOTAL
U1196059959.83
I. • .9
GFIFPFITH COMPANY
CONTRACTORS
bu4.ine,�,', vtaa incorporated in April, 19U, &,4,
sld:- Au Wilton Co. The name wao changc-,.J ter
4'
Incorporated under the lawN of tbp
1-11z G 1-lfornia on December 7, 1922, and p, b�,',*,,n
in operation averaging $36o8OC40C,('1',u-;Q
�nnup--.Ly fb.,' the P.iaOt �!on year4 and
p e year3 t
annu! ;,, fl .-T� ";Iira in con ract ,t� a I
'1,):t;any hai-,l piRrformed work of this na-M-o fo.m
01tirl-a ,-V Los Angeles, San Diego, Chula Vinta.,
B�:,ke�raf laid,, Taft., Arvin, Pazada-n;
• 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 SKILLS 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.
GRIFFITH COMPANY
SIGNED VICE- PRESIDENT
0
C 0 N T RAC T
THIS AGREED£ NT2 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;
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 .
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-
Z. FOR FURNISHING ALL SAID MATERIALS AND LABORS 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 TIMES 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 PROPOSALS 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%l7 • PAGE 12
5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, 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 CLAIMS,
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROM THE'.PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SANE MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIB40 TY FOR NEGLIGENCE.
IN WITNESS WHEREOF, 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:
BY:
APPROVED AS TO FORM:
CITY ATTORNEY
CONTRACTOR
TITLE
ITLE
(SEAL)
'-4 i 6
CITY OF NEWPORT BEACH
SEAL COAT PROGRAM, 1968 -69
PART I
(FOG SEAL)
CONTRACT NO. 1169
PROPOSAL
To the City Council
City of Newport Beach CHAMBER -MIX CONCRETE, INC.
3300 Newport Boulevard P O. BOX 356
1236 WESTERN AVENUE
Newport Beach, California
STANTON, CALIFORNIA
90680
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, transportatic:., and services necessary to do ali the work
required to complete Contract No. 1169, in accordance with the City of
Newport Beach Drawing No, R- 5125 -S, the City's Standard Drawings and
Specifications, and the Special Provisions, and that he will take in full
payment therefore the following a -,pit price for the completed item of work,
to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 38,000 EMULSIFIED ASPHALT
GALLONS (SS -1h) FOG SEAL COAT
COMPLETE IN PLACE
@ No Dollars
and
Thirty Six and Eight Tenths Cents $ ,368 $ 13,984.00
per gallon
TOTAL PRICE WRITTEN IN WORDS
Thirteen Thousand Nine Hundred Eighty Four Dollars TOTAL
and
No Cents $ 13,984.00
G t,r
y c•
f x iT -�'sLQ
h
;: ..
,•:rte"' =$e%
p ^<
y c•
:.
h
;: ..
,•:rte"' =$e%
y c•
:.
h
s:
if
ni
Zf" k
ES J
i
y c•
:.
h
2/7/67 •
. -ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS,
AS 'INDICATED IN THIS PROPOSALD TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER, IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURESy THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT.PRICEy 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 (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE N0. 200227 CLASSIFICATION C 61
ACCOMPANYING THIS PROPOSAL IS Bond
CASH, CERTIFIED CHECKS, CASHIER'S 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 37OG 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 AGRI:ES.TO-
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE Or THE WORK OF THIS CONTRACT.
(714) 8287633
PHONE NUMBER
Julv 11. 1968
DATE
11236 Western Avenue
Chamber -Mix Concrete
BIDDER's NAME
(SEAL)
Presi
AUTHCRIZEO SIGNATURE
�K��if «��'�� Secretary
AUTHORIZED SIGNATURE
Stanton. California 90680 Cnrnnratinn
BIDDER'S ADDRESS TYPE OF ORGANIZATION
e1NOIv IOUAL, CORPORATION, CO-PARTNERSHIP)
11ST BELOW NAMES OF PRESIDENTS, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO-PARTNERS IF A CO-PARTNERSHIPS
President: Dean M. Chambers
Secretary: Fred LaGrande
r PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
f
ITEM OF WORK SUB- CONTRACTOR ADDRESS
I. None
2.
3•
4.
5
6.
7•
8.
9•
lo.
II.
12.
Chamber -Mix Concrete, Inc.
BIDDER'S NAME
AU THORI ED SIGNATURE
Corporation
TYPE OF ORGANIZATION
(INDIVIDUAL., COPARTNERSHIP OR CORPCRATIMl
11236 Western Avenue
Stanton, California 90680
ADDRESS
I
a
r . SCR 7101420 — 16
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW 'ALL MEN BY THESE PRESENTS,
THAT WE, CHAMBER —MIX CONCRETE INC- - - - - - - - - - - - - - - , AS PRINCIPAL,
AND FIREMAN'S FM INSURANCE COMPANY , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PER CENT
OF THE AMOUNT HID — — - — — DOLLARS 4 10% - - - - - ), 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
SEAL COAT PROGRAM 1968 -69 PART I (FOG SEAL)
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 12TH DAY OF
JULY , 19 68.
CORPORATE SEAL (IF CORPORATION) CHAMBER —MIX CONCRETE INC. - --
PRINC,IIPPALL�/J -
(ATTACH ACKNOWLEDGEMENT OF BY:
ATTORNEY IN FACT)
FIREMAN'S COMPANY
SURETY
By
• .l _ TITLE W E. SMITH — ATTORNEY —IN —FACT
NOTARIAL ACKNOWLEDGMENT- ATTORN[Y IN PACT
On this ......... .... --------- .day of_..._...._'7�- ------ ------ 19-_� - -_, before
me, ......_Gertrude M. Methevs _ _ -------- , a Notary Public in and for
STATE OF CALIFORNIA
--- ------------
ORANGE
i
GERJRUDE M. MATHEWS
• I NOTARY. PUBLIC - CALIFORNIA
i x y i PRINCIPAL OFFICE IN
ORANGE COUNTY
360042 -
S.
said--... ------- - - - ---- - ----- ........ ....... . ..... County, State aforesaid residing therein, duly commis-
sioned and sworn, personally spgeared.. -------- ------- W.- E.31MITH -_ - -- - _ - - - - -_ - __ - -_ .......
known to me to be the person whose name is subscribed to the within instrument as the
attorney in fact of
FIREMAN'S FUND INSURANCE COMPANY
and acknowledged to me that he subscribed the name of FIREMAN'S FUND
INSURANCE COMPANY thereto as principal, and his own as attorney in fact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my o c' ral,
GC
at my office in the said ...... ............. ....._.. ..... -. County ::.. ...- .................. ...... ._...........
the day and year in this certificate fi� ove written. 7
Notary Public in and for
State of California.
ORANGE
My commission expires ............ GE9JK UAE.X.. MAI1iEW .5 ..... _ .......................
MY Commission Expires Sat. 2, 00
i
0 PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESLLAT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY) THAT NEITHER THEY NOR ANY
OF THEME 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 SUM OF MONEYS OR HAS GIVEN OR 15 TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN -
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL —
MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR.WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED, OFFERED) PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT) NOR HAS TH.15
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERP WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 11th DAY OF July
K."
MY COMMISSION EXPIRES:
ConcreAe-,4nc-
D.M. Chambers. President
D.M. Chambers
Lecua M. Mendenhall
My Commission Expires Apr. 29, 1969 T
000CCC`a NOTARY PUBL"IC��' //
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.
Bellflower, City of Mr. G. Haffner, Street Supt.
Santa Fe
Springs, City of
Mr.
Phil Studebaker, Director of Public Works
Downey,
City of
Mr.
M. Harldson, Street Supt.
Newport
Beach, City of
Mr.
Joseph Devlin, Director of Public Works
Norwalk,
City of
Mr.
Earl Fink, Director of Public Works
Chamber -Mix Concrete, Inc, has completed Six Million Sq. Yds. of similar work
for City, State and Government Agencies in Southern California in the last
year.
SIGNED - ..
NOTICE TO BIDDERS:
qo
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1169
FOR
SEAL COAT PROGRAM, 1968 - 69
PART I
(FOG SEAL)
ADDENDUM NUMBER 1
July 2, 1968
PLEASE ADD:
11. SEAL COAT MATERIAL
E,. Rate of Application
Application shall be such that the original undiluted emulsion will
be spread at the rate of 0.08 to 0.10 gallon per square yard, the
exact amount to be determined by the Engineer.
Please show date of receipt of this Addendum on the Proposal or insert a copy with
your proposal.
Benjamin B. Nolan
Assistant Public Works Director