Loading...
HomeMy WebLinkAboutC-1186 - Street resurfacing program 1968-69 Phase IMail to: City Clerk 3300 Newport Blvd. Newport Beach, Cal? 92660 8623 NOTICE OF COMPLETION PUBLIC WORKS 8525 685 (RECORDED AT REQUEST OFI Mfr Oi NEWPrRT PEACH IN OFF:_'!.',: r -CORDS OF ORAN'�E COUNTY, CALIF. 1969 J. PVL :E V.UYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: FREE YOU WILL PLEASE TAKE NOTICE that on March 19, 1969 C4 the Public Works project consisting of street resurfacing, and reconstruction, 1968 -69, Phase I on which E. L. White Co., Inc. was the contractor, and The American_ Insurance Company was the surety, was completed. CITY OF NEWPORT BEACH Public rks Director VERIFICATION v I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 10, 1969 at Newport Beach, California. .- — N i VERIFICATION OF CITY CL] 1, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 7. 1969 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 April 10, 1969 at Newport Beach, California. io 1 �i April 23, 1969 E. L. Whitey, Inc. 12311 Chapman Avenue Suite 121 Garden Grove, California Subject: Surety The American Insurance Company Bonds No. : 7102146 Project Annual Street Resurfacing F, Reconstruction Pmpram, 1968 -69 Contract No: 1186 Gentlemen: The City Council on April 7, 1969 accepted the work of subject project and authorized the Citv Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed'. Notice of Completion was filed with the Orange County Recorder on April 11, 1969, in Book No. 8925, Page 685. Please notify your surety company that bonds may be released 35 days after recording, date. Very truly yours, Laura Tanios City Clerk City of Nmyport Reach ih cc: Public Works Department J / � r !. CITY OF NEWPORT BEACH CALIFORNIA Date: April 10, 1969 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hell 3300 W. Newport Blvd Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of sircel resurfacing and reconstruction, 1968 -69, Phase I Contract No. C -1186 on which E. I:. White Co. , Inc and The American Insurar:ce Company Please record and return to us. LL: Encl. was the Contractor was the surety. Very truly yours, Laura Lagics City Clerk City of Newport Beach TO: CITY COUNCIL FROM: Public Works Department 0 April 7, 1969 SUBJECT: STREET RESURFACING AND RECONSTRUCTION, 1968 -69, PHASE I (C -1186) 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: ! v The contract for Street Resurfacing and Reconstruction, 1968 -69, Phase I, has been completed to the satisfaction of the Public Works Department. The bid price was: $69,760,00 Amount of unit price items constructed: 67,272.37 Amount of change orders: - Total Contract cost: 67,272.37 Amount budgeted in Account #02- 3397 -177: 70,000.00 The contract price was less than the bid price primarily due to the quantity of unsuitable material to be excavated and replaced on Bayside Drive not being as extensive as had been anticipated. The contractor was E. L. White Co., Inc, of Garden Grove, California. Engineering was by the Public Works Department staff. The contract date of completion was March 7, 1969. The contractor was delayed 14 days due to rain. The work was completed by March 19, 1969. COUNCILL: TZ AC/7 eph T evlin lic WdC s Director D /ldg CERTIFICATE OF., INSURANCE Box Insurance Service, Inc. Box 568 Fullerton, California LA 6 -4603 Ow 1 -0718 CERTIFICATE CITY OF NEWPORT BEACH ISSUED TO CITY HALL 3300 W. NEWPORT BLVD. NEWPORT BEACH, CALIF. NAMED INSURED E. L. WHITE CO., INC. P. 0. BOX 712 GARDEN GROVE, CALIF. protection _ direction k; THIS IS TO CERTIFY that the following described policies and /or certificates are in force and expire as indicated herein: KIND OF INSURANCE INSUROR POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION 20 -238- EFF5 /15/68 STATUTORY WORKMEN'S COMPENSATION Argonaut Ins. Co. 066105 EXP4 1/69 CALIFORNIA COMPENSATION- BODILY INJURY LIABILITY S .000 EACH PERSON (INCLUDING AUTOMOBILE) EFF S .00O EACH OCCURRENCE EXP S .00O AGGREGATE PRODUCTS PROPERTY DAMAGE EFF B .000 EACH OCCURRENCE GENERAL S AGGREGATE EXP .000 AUTOMOBILE S OOO EACH OCCURRENCE COMBINED SINGLE LIMIT BODILY T Fireman's Fund L- 1410409 EFF9 /1/68 INJURY AND PROPERTY DAMAGE Continental_Cas. RDU 9009703 EXP9 1 69 Bl, OOO,.000 EACH OCCVRR ENCE AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF S FIRE AND THEFT S COLLISION OR UPSET EXP LESS S DEDUCTIBLE LOSS PAYABLE TO REMARKS JOB: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69, PHASE I. THE CITY OF NEWPORT BEACH IS HEREBY NAMED AS AN ADDITIONAL INSURED, AS PER COPIES OF ENDORSEMENTS ATTACHED. * It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage 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." * This policy shall not be canceled nor materially reduced in coverage until after (10) days written notice of such can - celation or reduction in coverage shall have been mailed to this certificate holder. BY AUTHORIZED REPRESENTATIVE • ENDORSEMENT This endorsement, effective December 3, 1968 (12:01 A. M., standard time) issued to E. L. WHITE CO., INC. by FIREMAN'S FUND INS. CO. ADDITIONAL INSURED 0 forms o port of policy No. L- 1410409 IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE FOLLOWING PROVISIONS: 1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES CITY OF NEWPORT Bmckl CITY BALL 3300 W. NEWPORT BLVD. NEWPORT BEACH, CALIF. BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69, PHASE I. 2. THE INSURANCE WITH RESPECT TO SAID PERSON OR ORGANIZATION DOES NOT APPLY: A) TO LIABILITY ASSUMED BY SAID PERSON OR ORGANIZATION UNDER ANY CONTRACT OR AGREEMENT. B) TO ANY ACT OR OMISSION OF SAID PERSON OR ORGANIZATION OR ANY OF HIS EMPLOYEES, OTHER THAN GENERAL SUPERVISION OF WORK PERFORMED BY THE NAMED INSURED. C) TO OPERATIONS WHICH HAVE BEEN COMPLETED OR ABANDONED BY THE NAMED INSURED. All other terms and conditions of this policy remain unchanged. E❑�or 9pt No. 9Q- -� '1%�.ia 11/ %g9Pc Authorized Represenfat ve 't;z vz- 6504 -t • ENDORSEMENT This endorsement, effective peCOmbmr 3, 1968 (12:01 A. M., standard time) issued to E. L. WHITE CO., INC. by CONTINENTAL CASUALTY COMPANY r: Y 6 i 110Ja1Mik iw1wo forms o port of policy No.RDW40- 900 -97 -03 IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE FOLLOWING PROVISIONS: 1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BLVD. NEWPORT BRACH, CALIF. BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS: AbiNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69, PHASE I. 2. THE INSURANCE WITH RESPECT TO SAID PERSON OR ORGANIZATION DOES NOT APPLY: A) TO LIABILITY ASSUMED BY SAID PERSON OR ORGANIZATION UNDER ANY CONTRACT OR AGREEMENT. B) TO ANY ACT OR OMISSION OF SAID PERSON OR ORGANIZATION OR ANY OF HIS EMPLOYEES, OTHER THAN GENERAL SUPERVISION OF WORK PERFORMED BY THE NAMED INSURED. C) TO OPERATIONS WHICH HAVE BEEN COMPLETED OR ABANDONED BY THE NAMED INSURED. All other terms and conditions of this policy remain unchanged. i711nt ` P]- 5594.1 uth ,,d Representative ^ � r' �J Y CONTRACT NO. 1186 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS For The ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 PHASE I Approved by the City Council on this 28th Day of October, 1968 6;4ae'� �9Q LAURA LAGIOS, CIT 16PIERK PAGE i —A (SHEET I OF Z) 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, UNTIL 10:00 A.M., ON THE 13th DAY OF November , 1968, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69 PHASE I CONTRACT 1186 NO BID WILL BE RECEIVED UNLESS IT 15 MADE ON DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT BID. A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS CASH, CERTIFIED CHECK OR BIDDERS BOND MADE AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. — PROPOSAL Z. PAGE 3 — DESIGNATION OF SUB — CONTRACTORS 3o PAGE BIDDERS BOND ],I 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 ENGINEERS ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION ill 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 Z WEEKS AFTER THE BID OPENING. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION ND. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. 0 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, 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 - 1968 -69 Classification (Selective Listing) (5/1/68 Carpenters 5.33 Cement. Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Enaineers (7/l/6.L Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) -b5- Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Con,;truction trades (5/11681 Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6.75 ( 5/23/68 Lather 5.08 Painters (7/1/68) Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA1 Laura Lagios, City Clerk CITY OF NEWPORT BEACH PR 1 of 2 ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 PHASE I CONTRACT 1186 DDnDncni To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the locations of the work, has examined the plans and special provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1186 in accordance with the City of Newport Beach Drawing No: R- 5133 -S, the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following prices for each completed item of work, to wit: ITEM N0, QUANTITY UNIT ITEM DESCRIPTION WRITTEN IN UNIT TR ICE WORDS UNIT PRICE TOTAL PRICE 1, 3,800 Tons Aggregate Base @ Fi „p DOLLARS $ 5.70 $ 21,660.00 and CENTS er on _ 2e 850 Cu,Yd. Select Material @ Five DOLLARS $ 5.34 $ 4,539.00 and Thirty -four CENTS Per C.Y. 3, 1,200 Tons Asphaltic Concrete Base Course @ Six DOLLARS $ 6.63 $ 7,956.00 and Sixty -three CENTS Per Ton 4. 2,900 Tons Asbestos Asphaltic Concrete Surfacing @ Ten DOLLARS $ $ and Fifty -nine CENTS 10.59 30,711.00 Per Ton •• PR20f2 EM DESCRIP71ON -UN T CL N0: UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 5, 800 S, F. Portland Cement Concrete Cross Gutter Approachs (8" thick) with 4" Aggregate Base @ DOLLARS $ and ninety -five CENTS Per S. F, 6, 26 Each Adjust Water Valve and Survey Monument Covers to Grade @ Forty -four DOLLARS $ and CENTS Per Each 7� 26 Each Adjust Sewer Manholes to Grade 0.95 $ 760.00 m @ One Hundred FifteM&LLARS $ 115.00 and CENTS Per Each TOTAL PRICE WRITTEN IN WORDS: Sixty -nine thousand seven hundred sixty DOLLARS and CENTS ADDENDUM N0. 1 RECEIVED $ 1,144.00 $ 2,990.00 TOTAL: $ 69,760.00 THE.A.V E RICYIN INSVItANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We E. L. WHITE CO., INC. (here',caltr. caiiea the principal), as pr'mclpal. and THE AMERICAN INSURANCE COMPANY, a corporate n crgan:zed and doing c'.;s:r.e. =s under and by virtue of the laws of the State of New fersey, and duly licensed [or the purpose of making, guaranteeing or beconi r-a soie s'arety upon bonds cr undertakings required or authorized by the laws of the Stale of CALIFORNIA , as Surety are heid and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF THE AMOUNT BID Do :tars (: ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby n nd ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS. the above bounden principal as aforesaid, is about to hand in and suLmit to tho obligee a bid or proposal for the ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM 1968 -1969 PHASE I. CONTRACT 1186. c. accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. !:OW IHEREFORE.:f the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required State of Calif. County of Los Angel es es. On November 11, 1968 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Carl Armstrong, known to me to be Attorney -in -Fact of The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my }rand and affixed my official seal, the day and year stated in this certificate above. My Commission Expues_ :�. z�S:.:.u_;. ,., '/� . r r Notary Public l; ^;!NP M. C1.Aa 360212 -6-66 a. 1 TILE AMERICAN IN.SL'IIANCF COALPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We E. L. WHITE CO., INC. ( hereinafter tailed the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New Jersey, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds cr undertakings required or authorized by the laws of the State of CALIFORNIA , as Surety, ate held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF THE AMOUNT BID Dollars (S ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby 'n:nd ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and sui,ma to the obligee a bid or proposal for the ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM 1968 -1969 PHASE I. CONTRACT 1186. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the na;d obligee, and said principal .shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. CI WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 11th day of NOVEMBER I 19 68 . BY: re"�-L 4—,,� Ll T AMERICAN URANCE COMPANY l By Fact Omey -in- Carl Armstrong tl If-0.77— (TA) —11.66 2 ✓7767 0 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSALO TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER, gN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTEN31ON OF A UNIT PRICEY THE CORRECTED EXTENSION SHALL BE CALCU'LA -ED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDHCATED 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 CN, THE FART OF TI-!E UNDERSIGNED IN MAKING UP THIS BiDo THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BCNDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYq AFTER HAVING RECEIVED NOTICE THA "C THE CONTRACT IS READY FOR SIGNATURE, THE PROC,EED3 Cr CHEC?: OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE. CITY OF NEWPORT BE.AC;'. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REG;STRATION OF CONTRACTORS. LICENSE N0.248797 CLASSIFICATION C-12 ACCOMPANYING THIS PROPOSAL IS BIDDERS BOND CASH, CERTIFIED CHECK, CAS4iER"S CHECK OR BOND IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. THE uNDERSSIGNED IS AWARE OF THE PROVISIONS OF SECTION X700 OF THE LABOR CODE WHICH REQUIRE EVER`" EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF— !N.SURANCE IN ACCORDANCE WITH THE PROVISIONS OF 'PEAT CODES AND AGREES TO COMPLY WIT': SUCH PROVISIONS BEFORE COMMENCING THE: PERFORMANCE 07 T,4E WORK OF' THIS CONTRACT. 6 38-316.3 __..._ P;!ONE NUMBER _11 -13 -68 D (el F.F. L_ Whites rn - Tnc _ BIDDER'S NAME" (SEAL) s E. L. White President A;,., "HER'ZED SfGNAT }RE (s) Elaine Stevens AuvmoRiZED SIGNATURE 12311 Chapman Ave.. Sutie 121,Garden Grove Corporation BIOD£P'S ADDRESS T'fPE Or ORGANIZ.AT!ON (INO IV IDUAL, CORPORATION, CO °PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CC— PARTNERS IF A CO °PARTNERSHIP% E. L. White Elaine STevens President and Manager Secretary - Treasurer • • 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 SUBCONTRACTOR ADDRESS 2 Zi r .. ,-,- „ Mil 6. 7- 8. 9- I0. !2. 1 n BIDDER'S NAME (" E ' Whi tes AUTHORIZED SIGNATURE Cnrnnratinn TYPE OF ORGANIZATION }} (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) —1 311 "apman Ay:n Sei ie 121 ADDRESS GArden Grove "FOR ORIGINAL CO0SEE CITY CLERK'S FILE COPY" • PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENT, THAT WE, , AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN TiIE 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 15 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 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) Im TITLE PRINCIPAL RETY BOND NO. 7102146 _ • • PREMIUM PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH,, STATE OF CALIFORNIA, BY MOTION ADOPTED November 25, 1968 HAS AWARDED TO E. L. White Co., Inc. 8 HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 Contract 1186 PHASE I IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH= NOW, THEREFORE., L ;E E. L. WHITE CO., INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND THE AMERICAN INSURANCE COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF THIRTY —FOUR THOUSAND,EICHT HUNDRED EIGHTY AND NO /100 -- DOLLARS ($ 34.880.00 )� SAID SUM BEING ONE-HALF OF THE ESTIMATED AMOUNT' PAYABLE DY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES., OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROViSIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KINO, 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. I 0 0 (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 SURETY1 FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. dN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL' IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL F ' SURETY ABOVE NAMED, ON THE 2ND DAY OF DECEMBER , 196 8 . E. L. WHITE CO., INC. (SEAL) By C.% 1 �'. (SEAL) (SEAL) CONTRACTOR THE AMERICAN INSURANCE COKrANS SSE AL) BY: �/F• C2 _(SEAL) Carl Armstrong Attorney -in -Fact (SEAL) APPR�YVEED AS TO FORM. SURETY Jai ATTORNEY�1 THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK State at California + County of Orange S ss: On December 2, 1968 , before me, a Notary Public in and to- said County and Stale, residing therein, duly commissioned and sworn, personally appeared Carl Armstrong known to me to be Attorney -in -Fact of The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknow {edged to me that such corporation executed the same IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this c ftificate abo,e. t' My Commission Expires Ngt�y Pub is 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 Nauembe� SFr 1..958 HAS AWARDED TO E I White CD i:nr , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 Contract 1186 PHASE I 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, E. L. WHITE CO., INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND THE AMERICAN INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF THIRTY -FOUR THOUSAND,EIGHT HUNDRED EIGHTY An NO /WLARS ($ 34.880.00 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -' MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SMALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SMALL BECOME NULL AND VOID; OTHERWISE IT SMALL REMAIN IN FULL FORCE AND VIRTUE. BOND NO. 7102146 • • PREMIUM 5419.00 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED Nauembe� SFr 1..958 HAS AWARDED TO E I White CD i:nr , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 Contract 1186 PHASE I 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, E. L. WHITE CO., INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND THE AMERICAN INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF THIRTY -FOUR THOUSAND,EIGHT HUNDRED EIGHTY An NO /WLARS ($ 34.880.00 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -' MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SMALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SMALL BECOME NULL AND VOID; OTHERWISE IT SMALL REMAIN IN FULL FORCE AND VIRTUE. • • PAGE a (PERFORMANCE BOND - COiINUED) 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 DOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 2ND DAY OF DECEMBER _o. 196L__- E. L. WHITE CO., INC. „(SEAL) BY: C �� It -._T (SEAL) (SEAL) CONTRACTOR THE AMERICAN INSURANCE COMPANY (SEAL) BY: L. _i (SEAL) SURETY Carl Armstrong - AttorneyLin -Feat APPROVED AS TO FORM: I ITy ATTORNEY r" 7� California State of tom, County of Orange ss: On December 2, 1965 , before me, a Notary public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Carl Armstrong known to me to be Attorney -in -Fact of The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. �t IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the�ay and year stated in this certi incite above. ,t My Commission Expires Not ublic i • • PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEME HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS 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 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 DID OR AWARDING OF THE CONTRACTS NOR HAS TH.I:; BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TOE 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 13th DAY OF November , E• MY COMMISSION EXPIRES: May 14. 1971 (s) Elma Elaine Stevens NOTARY PUBLIC FOR OR *AL COPY SEE CITY CLERK'S FILE &Y 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. We have just completed a project for the Irvine Industrial Complex. We have numerous contracts with the County of Orange, City of Santa Ana, City of Anaheim and the City of Newport Beach, tha have completed. (s) E. L. White SIGNED ` • • PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS ( j l DAY OF C,n-,, i5, i, , 196 , BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF.THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 PHASE I CONTRACT 1186 AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT.HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3, THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4, THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. 2/7,At7 • • 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 FROMTHE 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 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 WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY F NEWPORT BEACH, CALIFORNIA BY' MAYOR V CITY CLERK , CONTRACTOR BY: K�LCCAt� �'p�(//i'LZt�.uv TITLE APPROVED AS ,TO FORM: C/ 1 ITY ATTORNEY NOTICE TO BIDDERS: • CITY OF NEWPORT BEA• PUBLIC WORKS DEPARTMENT CONTRACT NO 1186 CONTRACT DOCUMENTS FOR STREET RESURFACING AND RECONSTRUCTION PROGRAM PHASE I ADDENDUM NUMBER 1 1. Please revise Paragraph 9 of Section V of the Special Provisions (Page SP 2 of 6), Traffic Control, to read as follows: Harbor View Drive, Baycrest Road, Skylark Lane and Highland Avenue These streets may be closed to thru traffic during the tack coat and resurfacing operations from the hours of 8:00 AX to 4:30 P.M. Jamboree Road -Ford Road, Eastbluff Intersection A minimum of one 12 foot lane in each direction shall be open to traffic on Jamboree Road from 8:30 A.M. to 4:30 P.M< One 10 foot lane controlled by flagmen shall be open to traffic on Ford Road and Eastbluff Drive from 8:30 A.M. to 4:30 P.M. during the the tack coat and resurfacing operations. All existing traffic lanes must be open to traffic from 4:30 P.M. to 8:30 A.M. on Jamboree Road, Ford Road and Eastbluff Drive. 2. Please revise Paragraph e and f of Item 4, Section X of the Special Provisions (Page SP 6 of 6), Asbestos - Asphaltic Concrete Surfacing to read as follows: e. AdjW! of Utilities, etc. The contractor shall adjust all water va ve covers, an manholes, etc. to the newly constructed asbestos - asphaltic concrete pavement grade. The adjustment of these facilities to grade shall be paid for as separate bid items. The contractor shall pave over all gas,electric, and telephone valve covers, manholes, etc. These facilities will be adjusted to the newly constructed pavement grade by others. The contractor shall pave over the abandoned water valve and traffic pad at the Jamboree Road, Ford Road, Eastbluff Drive intersection, and will not be required to adjust these facilities to grade. f. Payment. The unit price bid for asbestos - asphaltic concrete surfacing shall include full compensation for tack coating, placing and compacting the materials, excluding the utility structures to grade. 3. Add the following items to Section X of the Special Provisions. 6. ADJUSTING WATER VALVE COVERS TO GRADE The unit price bid for adjusting water valve covers to grade shall include full compensation for removing and replacing all materials to the newly constructed asbestos - asphaltic concrete pavement grade. Page 2 Addendum No. 1 November 7, 1968 (Add to Section X of the Special Provisions) 7. ADJUSTING SEWER MANHOLES TO GRADE The unit price bid for adjusting sewer manholes to grade shall include full compensation for removing and replacing all materials to the newly constructed asbestos - asphaltic concrete pavement grade. 4. Plan R- 5133 -S, Sheets 2, 3 and 5 are revised as shown and are attached hereto. 5. The previously distributed Proposal consisting of five (5) bid items is hereby superseded with the attached revised proposal consisting of seven (7) bid items. PLEASE BE SURE THAT THESE REVISIONS ARE REFLECTED IN THE TOTAL PRICE BID IN THE CONTRACT PROPOSAL. PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SUBMITTED. November 7, 1968 Derek H. White Design Engineer INDEX TO SPECIAL PROVISIONS PAGE Ia SCOPE OF WORK 1 II:. CONDUCT OF WORK 1 III TIME OF COMPLETION 1 IV. SCHEDULE OF WORK 1 V, TRAFFIC CONTROL 1 VI, NOTIFICATION TO BUSINESSES & RESIDENCES 2 VII, UNFORSEEN DIFFICULTIES 3 VIII CONSTRUCTION SURVEYS 3 IX, GUARANTEE 3 X PROPOSAL ITEMS AND CONSTRUCTION DETAILS 3 1: Aggregate Base 3 2< Select Material 4 3 Asphaltic Concrete Base Course 4 4 Asbestos - Asphaltic Concrete Surfacing 4 5, Portland Cement Cross Gutter Approach Slabs - 8" thick 6 I II III SP l of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 PHASE I SCOPE OF WORK The work to be done under this contract consists of reconstructing portions of Bayside Drive and Marine Avenue and resurfacing of portions of Bayside Drive, Marine Avenue, Harbor Island Road, Harbor View Drive, Baycrest Road, Skylark Lane, Highland Avenue, and Jamboree Road at Ford Road as shown on the City of Newport Beach Drawing No,R- 5133 -S. The contract requires all labor, materials, transportation, and equipment necessary to complete all work as shown on the Plans and in accordance with the City's Standard Specifications, applicable portions of the State of California, Department of Public Works, Division of Highways, Standard Specifications, dated July, 1964 and these Special Provisions: CONDUCT OF WORK The contractor shall maintain the job site in a neat and orderly condition at all times: Excess spoil, debris, and broken pavement must be immediately removed from the job site. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no separate payment will be made therefor. TIME OF COMPLETION The contractor shall diligently pursue and complete all work on the contract within 40 consecutive calendar days after the date of execution of the contract by the City. IV� SCHEDULE OF WORK Prior to commencing construction the contractor shall meet with the engineer for review and approval of his work schedule: The contractor will not be allowed to work on Marine Avenue during the period from December 20, 1968 through January 5, 1969. V. TRAFFIC CONTROL The contractor shall submit to the City, in writing, a plan of the proposed method of traffic control for approval prior to starting work. Under no circumstances will work be allowed to commence until subject plan is approved by the City. Full compensation for traffic control, including flagmen, shaii be considered as in- cluded in the prices paid for the various contract items of work and no additional compensation will be paid therefor Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of tack coat. Affected residents must be given a written advance notice 36 - 48 hours prior to resurfacing operations • • SP 2 of 6 Adequate barricading to the satisfaction of the engineer shall be utilized to insure public safety and to prevent tracking of the tack coat asphalt, and surface marking of asphaltic concrete resurfacing prior to its curing. The contractor shall provide and station competent flagmen for directinq movement of traffic through or around the work area as directed by the engineer.. Extreme safety precautions shall be taken while working on Marine Avenue due to limited sight distance, No materials or equipment shall be stored where it will interfere with the free and safe passage of public traffic at any time, If construction operations are suspended for any reason, the contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic. The contractor shall provide continuous dust control on all unpaved areas opened to traffic. The surfaces of all interim traffic lanes during the construction period shall be maintained in a smooth and stable condition, free from ruts and bumps.. The following provisions for handling traffic shall be provided: Bayside Drive A minimum of one 10 foot lane in each direction shall remain open to traffic at all times, Marine Avenue A minimum of one 10 foot lane, controlled by flagmen, shall be kept open from 9:00 AM to 3:30 PM during construction operations. A minimum of one 10 foot lane in each direction shall be kept open to traffic from 3:30 PM to 9:00 AM, Monday through Friday, and for 24 hours on Saturday, Sunday, and holidays. Harbor Island Road A minimum of one 10 foot lane in each direction shall remain open to traffic at all times except for a distance of 100' from the Harbor Island bridge, where traffic may be limited to one 10 foot lane controlled by flagmen. Harbor View Drive, Baycrest Road, Skylark Lane and Highland Avenue A minimum of one 10 foot lane in each direction shall remain open to traffic at all times. Jamboree Road - Ford, Eastbluff Intersection A minimum of two 10 foot lanes in each direction shall be maintained on Jamboree Road at all times. A minimum of one 10 foot lane in each direction shall be maintained on Ford Road and Eastbluff Drive at all times. VI. NOTIFICATION TO BUSINESSES AND RESIDE The contractor shall distribute to each affected business and residence a written notice, a minimum of forty -eight (48) hours in advance of commencing any construction work that will involve temporary inaccessibility to the front of their properties. Said notice shall state when his operations will start and approximately when they will end. P VII. UNFORESEEN DIFFICULTIES SP3of6 Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City will then make a determination as to whether these conditions constitute extra work and so notify the contractor in writing. VIII. CONSTRUCTION SURVEYS All field staking for the control of construction will be performed by the City. The contractor shall notify the City forty -eight (48) hours in advance of the time said surveying is required, Where the contract work includes removal of the existing roadway crown, as shown on the plans, the new roadway shall be constructed to the same cross sectional profile and grade. The City will provide the elevations necessary to reestablish the profile in such locations. IX. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the contract by the City Council, all materials and workmanship against any defects whatsoever, any such defects shall be immediately repaired to the satisfaction of the engineer at the contractor's expense. X- PROPOSAL ITEMS AND CONSTRUCTION DETAILS AGGREGATE BASE Aggregate shall conform to the provisions for Class 2 aggregate base which is 1 1/2 inch maximum as specified in Section 26 of the State Standard Specifications and these Special Provisions. At least 65 percent by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No, California 205, The R -value requirement will not be waived as provided in Section 26- 1.02A.. The provisions of Section 26 -1.035 are superseded by the following: At the time aggregate base is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distributed throughout the material. In lieu of the spreading requirements specified in Section 26, aggregate base material shall be spread upon prepared subgrade by means of approved spreading devices which will deposit a uniform windrow or layer, and after spreading as above specified, the material shall be shaped in accordance with Section 26. Motor graders may be used for the aforementioned shaping. Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. The use of bottom dumps will be permitted Compaction shall conform to Section 11 -04 of the City's Specifications: The unit price bid for aggregate base shall include subgrade preparation and apply to all aggregate base utilized at the various project locations, and as required to provide ingress and egress to properties during the construction operations as directed by the engineer, (Exception - the 4" thick aggregate base required in bid item #5, shall be included in the unit price bid for that item). SP4of 6 2. SELECT MATERIAL Select material shall be of quality suitable for sub -base material, free of vegetable matter or other unsatisfactory material and have a sand equivalent (S..E,) of not less than 30 when tested by California Test Method #217, Select materials must be approved by the engineer prior to their use on various project sites- The unit price bid for select material shall include subgrade preparation, 3. ASPHALTIC CONCRETE BASE COURSE a. General. The provisions of Section 12 of the City's Specifications shall govern the furnishing and placing of asphaltic concrete. b, Asphaltic Concrete Street Pavement. Aggregate grading requirements for base course may be either medium or coarse grading, 3/4 -inch maximum, as specified in Section 39 -2.02 of the State Standard Specifications. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 3 percent and 7 percent by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the City, The provisions in Section 39 -2.04A and 39 -2:04B are superseded by the following: At least 75 percent by weight of the material retained in the No. 4 sieve shall have at least one fracture face as determined by Test Method No, Calif, 205. Prime coat and paint binder shall be applied in amounts specified in Section 12 of the City's Specifications. Prime coat shall be liquid asphalt grade SC -250- Paint binder (tack coat) shall be mixing type asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. c. Payment. The unit price bid for asphaltic concrete base course shall include full compensation for tack and prime coating, placing and compacting the materials where shown on the Plans or directed by the engineer, 4, ASBESTOS - ASPHALTIC CONCRETE SURFACING a: General. Asbestos - asphaltic concrete surfacing shall be produced and placed in conformance to Section 12 of the City's Standard Specifications and these Special Provisions, b, Materials. Asphalt. Asphalt binder shall be steam - refined paving asphalt having a penetration range of 85 - 100% conforming to Section 39 of the State Standard Specifications. The amount of asphalt binder mixed with aggregate and asbestos mixture shall be between 8 % and 9%% by weight of dry aggregate mixture. The exact amount will be determined by the engineer. A rg9 e� acatte,Mineral aggregate for asbestos - asphaltic concrete shall be Type B, 3 /erinch maximum gradation conforming to Section 39 of the State Standard Specifications,. 0 LI SP 5 of 6 Asbestos Fiber. Asbestos fiber shall be Chrysotile asbestos Coalinga type, as manufactured by Johns- Manville Corporation, or approved equal fiber, meeting the following standards: Ro -Tap Test (100 grams 3 minutes) +65 mesh 40% minimum Qama Wet Wash +200 mesh 20% minimum Penetration efficiency 70 - 95% While stored at the site of the batch plant, the asbestos shall be given suitable protection from water and moisture. Any asbestos which is wet or damp shall be rejected for use. c Proportioning and Mixin Materials° The composition of the asbestos - asphaltic concrete surfacing mixture sha consist of the following: Materials Aggregates (including filler materials) Asphalt binder Asbestos Percent by weight 88.5 to 89.5 8,5 to 9.5 2.0 Asbestos fiber shall be added to the mixer from the weight bin or through an inspection plate in the pug mill mixing chamber, Mixing shall conform to Section 39 -3.04 of the State Standard Specifications with the following exceptions: Asbestos fiber shall be added to the dry agreegate in the mixer and dry mixed for a minimum of 10 seconds, at which time asphalt may be added. The combined aggregate, asbestos, and asphalt shall then be wet mixed for an additional 30 seconds minimum. 2. The asbestos - asphaltic concrete mixture shall be 310 - 350OF at time of discharge from the mixer, The mixing operations shall be performed in a manner that will provide a homogeneous, uniform mixture of asphalt, aggregate, and asbestos fibers throughout all material delivered to the job site. Streaks and /or pockets of asbestos shall be considered as evidence of inadequate mixing or other mal- function, and material containing such streaks or pockets will not be accepted by the engineer. Unacceptable material shall be removed from the project and disposed of by the contractor at no expense to the City. d. Spreading and Compacting. Spreading and compacting shall conform to Sections 39 -5 and A-96 of the State Standard Specifications with the following exceptions: The asbestos - asphaltic concrete mixture shall not be less than 300OF and not more than 340OF when delivered to the project site. Any material delivered to the project at less than 300OF will be automatically rejected. Trucks utilized to transport the mixture from the plant to the project site shall be covered to assure uniform temperature control. Uncovered loads arriving at the project location will be subject to rejection. , 0 SP6of6 2, No mixture shall be placed on the grade unless atmospheric temperature is at least 50OF and rising. 3. Rolling equipment required shall consist of two steel- wheeled rollers and one pneumatic tired roller, all equipped with scrapers to prevent the mixture from sticking to the rollers. 4. The contractor is cautioned that asbestos - asphaltic paving mixtures "set -up" at higher temperatures than normal asphaltic concrete mixtures and every effort shall be made to compact the mat as close as practical to the paving machine while the material is in a compactable condition. 5: A tack coat consisting of SS -lh Liquid Asphalt shall be applied to all existing pavement and asphaltic concrete base course prior to placing the asbestos - asphaltic concrete surfacing. The rate of application shall be between 0.04 to 0 -08 gal, per square yard as directed by the engineer. e- Adjustment of Utilities, etc, The contractor shall adjust all valve covers, manho es, signal pads, etc„ to the newly constructed asbestos - asphaltic concrete pavement grade.. f: Payment, The unit price bid for asbestos - asphaltic concrete surfacing shall inch full compensation for tack coating, placing and compacting the materials and adjusting utility structures, etc, to grade, 5. PORTLAND CEMENT CONCRETE CROSS GUTTER APPROACH SLABS - 8' THICK Portland cement concrete cross gutter approach slabs (8" thick) shall be con- structed on Highland Avenue at Irvine Avenue and at Mariners Drive as shown on the plans. Concrete used for the construction of the approach slabs shall be Class "B," 1'2 inch maximum gradation, over 4" of aggregate base, The contractor shall construct only one -half street width (20 feet) of the approach slab at a time.. Weakened plane joints shall be constructed at 10' intervals by saw cutting 2" deep or by use of a plastic joint material such as "quick joint" or equal.. Contact joints shall be constructed as per Standard Drawing STD - 113 -L. The unit price bid for Portland cement concrete cross gutter approach slabs , 8" thick, shall include full compensation for removing the existing street pavement, base and sub -base material and constructing the 8" thick P.C.C. approach slabs and 4" aggregate base as shown on the Plans or as directed by the engineer. 444. GgOS TO BC CZ2d7EO /v17N 4S%YWGT MGTEQ /4L � � �. • `+i �''a . ' � •r r � � ; �' d . .4 < .L - .O 6 •a . t s m d .9MGL7T,5/ H4B8 Gv/A C•C. � � �pOwEL SOCL�ETGL� MGTGL F /BE2 G1G� fi'dSTK'A'1dTEB /�L. 0.....OES /6.t/ TH /CL��(/ES�S �C. C. P�YMT• CONTACT JO /NT WITH NEW CONSTRUCT /ON /f/O SCdGG; . /%% /.qt/ -. .A. .� 4 � • A� � e. �6 6� Q �GX /$T /.V6 PYMT•4 •Q 7�`4X2G�5'MOOT//6.De A. d .SLdB . A� ' dLL ade-9 70 6W C2.WTE.p w 17W dSPVaLT Roitrr �I CONTACT JOINT AGAINST EXISTING CONCRETE PAVEMENT SLAB x/O 5'Cd4,g5r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND ALLEY CONCRETE PAVEMENT DRAWN ft! CS• DATE APPROVEDI ]BLIC WORKS DIRECT( ( / R.E. NO. DRAWING 0. STD. -113- L �y fs. _ 1 2:�i 6902 2 ", IOia O1P ®OWGiL !W i� . RiiACi1 A A i�NTl�ART 3 6TRW RXS A�tUS A= � ION 1968 -69, Pv"R . tR d'd�i'litACP . ll6b 4 5 ii¢R�A$, p to t.emtice. ieYiti� .ds.for work. 6 is conneotion with the ':street resurfacing a pj`i"6ustsaetion 7. proarem for 1%4-69 t Yhase fit; 3n the city of oe"Ort Beach, 8 s+ta erdau ce wick the "plane add speaUicatious } tirtafora ad�ptRd, 9 aim veve recei%*d ou the 13th � of Noonatwt! 1968, � �ribliely 10 operiad.aud deciazed; and 17 WM9j t, it atra that the leapt r* Si.ble. bidder I2 tbarofer IC � «; L<: White 4q «. Inc. of Gard.$n t�rq►vt; 13 Nqv* Timurms. Im IT R83O'LVZO that tk a 6" of L. 14 White Go:. #-. Xna. for tier w =tip Lul tt.* amount of ':0,69 , 364* 0 . ties 15 accept*d and that the coatraat the aoast%vAtlon work be:,: 16 ° girded t`: 0414 : bi azer ., 17 u IT 3'�a lvu�%W that the layer' mat. iq Olerk 18: are hereby authari$ed au4 direota+d to execnts a 90"trae.t 19 aaeordranae i6th the app "tious, bid OM' LW 'anar+d an beiaslf 20 of the Oity..e€ Newport Bcach..and that tile.. City Clerk be directed . 21 to furnish m executed copy to the tsccessEul bidder. 22 ADWrIM this 2_ Sth day ©f 23 Nevetebar .1946. 24 25 Smyor a d u ti xy @'Si i I .�.G _ I t • _.e?:7i.'.y -� .. gqd�',; .:•.. #rS.�1Y 4�. tee •.n ,. :.. .: .. ikL. hkE.;, "_` tf.a.,. :R( '. ,.. �:'�. ...:.%: .v_:_r TO: Public Works Department FROM: City Clerk 0 M . - P• SUBJECT: Contract No. 1186 Project gtrwat Resurfacing E Recongtructim Pmmarn, 1968 -69 Phase I Attached is signed copy of subject contract for transmittal to the contractor. Contractor: E. L. White Ccngxuty. Inc. Address: 12311 Chapman Ave., Suite 121 - Garden Grove, Calif. Amount: $ 69,760.00 Effective Date: imOaube qua Resolution No. 6902 Laura Lagios LL:dg Att. cc: Finance Department E TO: CITY CLERK FROM: Public Works Department 0 December 10, 1968 SUBJECT: Annual Street Resurfacing & Reconstruction, 1968 -69, Phase I - C -1186 Attached are four sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's and Bonding Company's copies to me. Derek H. White Design Engineer DHW /em Atts. 0 • November 25, 1968 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGR.Ati, 1968 -69, C -1186 RECOMMENDATIONS: Adopt a resolution awarding the contract to E. L. White Co., Inc. for $69,760.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: E' , (a) Four bids were received and opened in the office of the City Clerk at 10:00 A.M. on November 13, 1968. BIDDER TOTAL E. L. White Co., Inc., Garden Grove $69,760.00 Griffith Co., Costa Mesa 75,255.00 Sully- Miller Contr. Co., Long Beach 75,434.00 R. W. McClellan A Sons, Costa Mesa 78,675.50 The low bid is 1% less than the Engineer's estimate of $70,940.00. Funds are available in the Annual Street and Alley Reconstruction and Resurfacing Program, Account 02- 3397 -177. The contract work consists of resurfacino portion of: Bayside Drive - Linda Isle Drive to the Bayside Shonpinq Center Marine Avenue - Bayside Drive to the Balboa Isle Bridge Harbor Island Road - Bayside Drive to Harbor Island Bridqe Harbor View Drive - Goldenrod Avenue to 1200 feet easterly Highland Avenue - Mariners Drive to Irvine Avenue Baycrest Road - Tradewinds Lane to Irvine Avenue Skylark Lane - Highland Drive to Commodore Lane On portions of Bayside Drive and Marine Avenue the roadway structural section will be reconstructed. This operation will require closing traffic lanes and will cause unavoid- able inconvenience to motorists. The situation will be especially difficult in the vicinity of the Balboa Island Bridge. The estimated date of completion is January 24, 1969. r eph T. Devlin lic Wb ks Director �DHW /lag GuL�FhSIL: DiSPISI -ION: r,.r y ! & FILE: • CITY OF NEWPORT BEACH 0 E CITY ATTORNEY DEPARTMENT To; City Clerk From, City Attorney Date: Nov. 19, 1968 Subject: Annual street resurfacing and reconstruction program, 1968 -69, Phase I. C -1186 Forwarded is a resolution which, if adopted by the City Council, will authorize the execution of a contract with E. L. White Co., Inc., for the work to be done in connection with the above program. It is requested that this matter be included on the Council Agenda for the meeting of November 25, 1968. TULLY SEYMO City Attorney THS:mh Encl. cc: City Manager Public Works Director file 0 11 THE AMERICAN INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, E. L. WHITE CO., INC. ihereinaiter celled the principal). as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing nueicess uncle. and by virtue of the laws of the State of New jersey, and duly licensed for the purpose of making; guaranteeing or __cc:ning spie surety upon bones or undertakings required or authorized by the laws of the State of CALIFORNIA , a% S=, -!y are held and firmly bound unto CITY OF NEWPORT BEACH (here'mafter called the Obligee) :L the jest arid toll sum of TEN PERCENT OF THE AMOUNT BID [:c:lars !S ) lawful money a' the United States of America, `Cr the payment of which, well and truly to be we :-erect' clnd cu- selves and our and each of our succesners and assigns. jointly and severally, firmly by these presents. ':'HE =O D:TION OF THIS OBLIGATION IS SUCH 'THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand .n and sdprnil to the obligee a bid or proposal !or the ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM 1968 -1969 PHASE I. CONTRACT 1186. .n acccidcnce. wuh the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. ::07", IHEREFCRE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal mivs eopon by the said cbltgee. and said principal shall enter into a contract and bond for the completion of said work as required rly a :her: this oriligation to be null and void, otherwise to be and remain in full force and effect. C: WIT';—SS WHEREOF, said Principal and said Surety have ceased these presents to be duly signed and sealed this 11th day of NOVEMBER )9 68 , S AMERICA N URANCE COMPANY 1 By c7 noeY'in -Faw Carl Armstrong rn 360277— (TA) —11 .66 C: z b O O O z m M x r O • d 0 z 0 ro 9 r 0 d yA '> z r. zd� Stale of Calif. County of Los Angel 6s ss: On November 11, 1968 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Carl Armstrong known to me to be Attorney -in -Fact of The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my ))and and affixed my official seal, the day and year stated My Commission Expires j1Y Ccr`T:- .n F ­ ,�� ✓l/ - � Nnlnry kohl 360212 -6-66 this certificate above. `aea`nraht!! r CONTRACT NO. 1186 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS For The ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 Approved by the City Council on this 28th Day of October, 1968 Z12,,'� 6�-� LAURA LAGIOS, CITY/ ERK PHASE I E. "- WHITS CO., INC._ 12311 Chapman Ave. Suite 121 . Garden Grove, California 92640 Phone: 638 -3163 • . PAGE I —A (SHEET I OF Z) 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, UNTIL 10:00 A.M., ON THE 13th DAY OF November , 1968, AT WHICH TIME THEY WILL BE OPENED AND.READ, FOR PERFORMING WORK AS FOLLOWS: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69 PHASE I CONTRACT 1186 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 REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. — PROPOSAL Z. PAGE 3 — DESIGNATION OF SUBCONTRACTORS oPAGE Ii — 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 15 REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN Z WEEKS AFTER THE BID OPENING. A NON— REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS, IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK 15 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. 9 9 Page lb The following is the schedule of prevailing wage rates, 1968 -69, 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 - 1968 -69 Classification (Selective Listing) (5/1/68 Carpenters 5.33 Cement Mason Journeyman 5.13 Laborers 4.83 General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Engineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement - breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamster (5/19/68) Dump Truck Driver (.Less than 4 yds.) 4.bb Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction trades (5/1 /fiRl Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6.75 (5/23/68 Lather 5.08 Painters (7/1/68} Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk CITY OF NEWPORT BEACH• PR 1 of 2 ANNUAL STREET RESURFACING & RECONSTRUCTION PROGRAM, 1968 -69 . PHASE I CONTRACT 1186 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the locations of the work, has examined the plans and special provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1186 in accordance with the City of Newport Beach Drawing No. R- 5133 -S, the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION-UNIT RICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 3,800 Tons Aggregate Base @ Fk C, DOLLARS $ S. 7- $ 91 ` and y CENTS Per/Ton 2. 850 Cu.Yd, Select Material @ /: DOLLARS $ J y $ S 3% and s.�>s �.,e CENTS Per C, Y. 3. 1,200 Tons Asphaltic Concrete Base Course @ „% x DOLLARS $ 6 $ .1 [. and ./'1 j t -r�� CENTS —Per Ton 4. 2,900 Tons Asbestos Asphaltic Concrete Surfacing DOLLARS $ jc. $� and is r / w : CENTS 'Per Ton PR2Of2 EM CR P N -U CE NO UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 5, 800 S: F, Portland Cement Concrete Cross Gutter Approachs (8" thick) with 4" Aggregate Base @ DOLLARS and l;�c'.> L4 CENTS P r S o 6. 26 Each Adjust Water Valve and Survey Monument Covers to Grade @ / DOLLARS and CENTS Per Each 7� 26 Each Adjust Sewer Manholes to Grade @C�fi / ✓k „/ /,/-/-,.,DOLLARS and CENTS Per Each TOTAL PRICE WRITTEN IN WORDS: ADDENDUM N0- 1 RECEIVED �!R1(, $ , J' 2 $ 7c $ $ r $ % / ✓- $:y TOTAL: DOLLARS and CENTS Z/7/E7 ALL BIDS ARE '°0 BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK AS INDICATED IN THIS PROPOSALD TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. k CASE: OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. BN 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. ,44pt 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 CN THE FART OF I.lf UNDERSIGNED IN MAKING UP T41S BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING 'THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IC) DAYS, NOT INCLUDING SUNDAY :AFTER HAVING RECEIVED NOTICE TH.A's 'THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF :.?!ECK OR EOND ACC.OMPANYm ING THIS BED SHALL. BECOME THE PROPERTY OF THE CITY OF NEWPORT BEAC°:. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA FRO''✓IDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. ..�"/, 7%% CLASSIFICATION /1— m ACCOMPANYING THIS PROPOSAL IS Nd {LASH, CER7IFEED CHECK, CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN lO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION g7OC OF THE LABOR CODE WHICH REQUIRE EVER`:" EMPLOYER TO BE INSURED AGAINST LIABILITY FCR WORKMMZK'S COMPENSATION OR TO UNDERTAKE SELF- tNSURANCE tN ACCORDANCE WITH THE PROVISIONS OF 'THAI' Ci�DEy AND AGREES TO COMPLY WIT-;H SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIt3 CONTRACT. Z3y -J/Z3 PPONE NUMBER BIDDER NAME (SEAL) DATE :°H CPIZEO S?GNA,JFE AUTHORIZED SIG;VATURE Ae BIDDER °s ADDRESS � -�. �T/�t �f TYPE OF OR G'ANEZATION ,INDIVIDUAL, CORPORATIuN, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRET.ARY2 TREASURER AND MANAGER IF A CORPORATI ONy AND NAMES OF ALL CO-PARTNERS IF A CO- PA.RTNERSHIP> �/ j t . • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY 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 2. 3• 4. 6. 7• 8. 9. 10. 11. 12. BIDDER'S NAME AUTH R ZED SIGNATURE TYPE OF ORGANIZATION j (INDIVIDUALy COPARTNERSHIP OR CORPCRATION) ADDRESS /% /•� 0 0 PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS-3 THAT WE, , AS PRINCIPAL, AND - , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN TiIE CITY OF NEWPORT BEACH, 15 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 (IO) 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 15 READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) m TITLE PRINCIPAL URETY rl LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTE HAS AWARDED HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROViSIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR .ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, +E AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS ($ ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES; OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED INS 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 ,ATTORNEY S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. • • PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. 9N WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL •''' SURETY ABOVE NAMED, ON THE DAY OF , 196 ONTRACTOR (SEAL) (SEAL) (SEAL) (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= ITY LLERK C 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT • PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO f HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS ( ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -' MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN -THIS OBLIGATION SHALL BECOME NULL AND VOID OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. i p • • PAGE S (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE, SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF , 196_ TRACTOR (SEAL) (SEAL) (SEAL) (SEAL) (SEAL) SURETY APPROVED AS TO FORM: ITY ATTORNEY n NON- COLLUSION AFFIDAVIT PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�_T AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERSI 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.I� BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY 7� THIS /3 DAY OF 196. MY COMMISSION EXPIRES: MY Comm s';PR E+¢im May 14, IM NOTARY PUBLIC ......................c c:.....w........... t OFFICIAL ELMA ELAINE STEVENS • NOTARY PUBLIf,C PRINCIPAL QFFICE IN ORANGE COUNTY 4 f SUBSCRIBED AND SWORN TO BEFORE ME BY 7� THIS /3 DAY OF 196. MY COMMISSION EXPIRES: MY Comm s';PR E+¢im May 14, IM NOTARY PUBLIC ......................c c:.....w........... t OFFICIAL ELMA ELAINE STEVENS • NOTARY PUBLIf,C PRINCIPAL QFFICE IN ORANGE COUNTY 0 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. We have just completed a project for the Irvine Industrial Complex. We have numerous contracts with the County of Orange, City of Santa Ana, City of Anaheim and the City of Newport Beach, that we have completed. 5 1 NED • • PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF , 196_, 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. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID 15 ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED, 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, 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 0 PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER 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 FROMTHE 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 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 WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA ITY LLERK BY: BY: APPROVED AS TO FORM: CITY ATTORNEY YOR CONTRACTOR I TLE TITLE (SEAL) NOTICE TO BIDDERS: CITY OF NEWPORT BEA# PUBLIC WORKS DEPARTMENT CONTRACT NO 1186 CONTRACT DOCUMENTS FOR STREET RESURFACING AND RECONSTRUCTION PROGRAM PHASE I ADDENDUM NUMBER 1 Please revise Paragraph 9 of Section V of the Special Provisions (Page SP 2 of 6), Traffic Control, to read as follows: Harbor View Drive, Baycrest Road, Skylark Lane and Highland Avenue These streets may be closed to thru traffic during the tack coat and resurfacing operations from the hours of 8:00 AX to 4:30 P.M. Jamboree Road -Ford Road, Eastbluff Interse A minimum of one 12 foot lane in each direction shall be open to traffic on Jamboree Road from 8:30 A.M. to 4:30 P.M. One 10 foot lane controlled by flagmen shall be open to traffic on Ford Road and Eastbluff Drive from 8:30 A.M. to 4:30 P.M. during the the tack coat and resurfacing operations. All existing traffic lanes must be open to traffic from 4:30 P.M. to 8:30 A.M. on Jamboree Road, Ford Road and Eastbluff Drive. 2. Please revise Paragraph a and f of Item 4, Section X of the Special Provisions (Page SP 6 of 6), Asbestos - Asphaltic Concrete Surfacing to read as follows: e. Adjustin of Utilities, etc. The contractor shall adjust all water va ve covers, an manholes, etc. to the newly constructed asbestos - asphaltic concrete pavement grade. The adjustment of these facilities to grade shall be paid for as separate bid items. The contractor shall pave over all gas,electric, and telephone valve covers, manholes, etc. These facilities will be adjusted to the newly constructed pavement grade by others. The contractor shall pave over the abandoned water valve and traffic pad at the Jamboree Road, Ford Road, Eastbluff Drive intersection, and will not be required to adjust these facilities to grade. f. Payment. The unit price bid for asbestos - asphaltic concrete surfacing sha include full compensation for tack coating, placing and compacting the materials, excluding the utility structures to grade. 3. Add the following items to Section X of the Special Provisions, 6. ADJUSTING WATER VALVE COVERS TO GRADE The unit price bid for adjusting water valve covers to grade shall include full compensation for removing and replacing all materials to the newly constructed asbestos - asphaltic concrete pavement grade. Page 2 Addendum No. 1 November 7, 1968 (Add to Section X of the Special Provisions) 7. ADJUSTING SEWER MANHOLES TO GRADE The unit price bid for adjusting sewer manholes to grade shall include full compensation for removing and replacing all materials to the newly constructed asbestos - asphaltic concrete pavement grade. 4.. Plan R- 5133 -S, Sheets 2, 3 and 5 are revised as shown and are attached hereto. 5. The previously distributed Proposal consisting of five (5) bid items is hereby superseded with the attached revised proposal consisting of seven (7) bid items. PLEASE BE SURE THAT THESE REVISIONS ARE REFLECTED IN THE TOTAL PRICE BID IN THE CONTRACT PROPOSAL, PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SUBMITTED. November 7, 1968 Derek H. White Design Engineer CITY OF NEWPORT BEACH ANNUAL STREET RESURFACING & RECONSTRUCTION PHASE I CONTRACT 1186 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 2 PROGRAM, 1968 -69 The undersigned declares that he has carefully examined the locations of the work, has examined the plans and special provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1186 in accordance with the City of Newport Beach Drawing No, R- 5133 -S, the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT PRICE NO. UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1, 3,800 Tons Aggregate Base @ DOLLARS $ $ and CENTS Per Ton 2. 850 Cu.Yd. Select Material @ DOLLARS $ $ and CENTS Per C,Y. 3. 1,200 Tons Asphaltic Concrete Base Course @ DOLLARS $ $ and CENTS Per Ton 4. 2,900 Tons Asbestos Asphaltic Concrete Surfacing @ DOLLARS $ $ and CENTS Per Ton E PR2Of2 EM DESCRIPTION -U CE N0: UNIT WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 5, 800 S: F. Portland Cement Concrete Cross Gutter Approachs (8" thick) with 4" Aggregate Base @ DOLLARS $ and CENTS Per S. Fe 60 26 Each Adjust Water Valve and Survey Monument Covers to Grade @ DOLLARS $ $ and CENTS Per Each 7� 26 Each Adjust Sewer Manholes to Grade @ DOLLARS $ $ and CENTS Per Each TOTAL PRICE WRITTEN IN WORDS: TOTAL: DOLLARS and ADDENDUM NO, 1 RECEIVED E u m m i O w z z m A old I 1 tQ U n ��I g N N C 3 3 a n . �IN�111� �I ■ ■111 ■IIIIIIAII All■���IIAI lul ■eAllllllllllll i�umomm�nu■� AI � INI AI III z z m A old I 1 tQ U n ��I g N N C 3 3 a NOTICE LEGAL OF NER o ➢erred. end rea3; for Der �._ - ANNUAL STREET RESURFA G 711 [? W ASTRUCr' "SION PROGRAM,-1968 -69 — PHASE;f - -- " CONTRACT 1186 -: No bid wrlfbe received unless it is made on a ptopoaa► form furnls -geT byy the Public Works Department. Each bid must be- accomPenied:by cash, certified check or Bidder's Bond made pa able to.the City of Newport Beach, for an amount equ9l to el least. 10 percent of the amount bid. The documents included within the sealed bids which require eom➢letionand execution are the following: 1. . — Proposal 2. Page 3 — Designation of Sub - contractors 3.. Page 4 — Bidder's Bond 4. Page 9 — Non- collusiod Affidavit 5. Pe ge 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 corperations,;.the signatures of the President or Vice President and Secrerprt or Assistant Secretary are required and the Cor- porate Seal shell be affixed to all documents requiring signs - tares: 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 Engiaerer's estimate. Tlie estimated quantities are approximate only, Jiting 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 ,III of Business and Professions' Code. The Contractor shall state his license number and classification lathe prope- sal. -- Plans, Special Provisions,- and - Contract Documents may be obtained at the Public Works Department, City $ell; - Newport Beach, California, at no cost to licensed contractors. A non- refundable charge of 82.00will be required for each set of plans, special Provisions, and contract documents for otfiers than licensed contractors. It is requested that the pin �a and, special provisions be returned within 2 weeks after the blylopening. ' A son - refundable charge of 12.00 will be requirR for each set Hof City of Newport Beach Standard Specifica;ions.:- The City of Newport Beach reserves the right to reject say or all bids and to waive any informality, in such bids. In accordance with the provisions of Section 1770, of - the, La4ur Code, the City Council of the City of Newport Beach has as- certained the general prevailing rate of per dieerwages, ia .the locality in which the work is to be performed [o I 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 prevailing wage .rates, 1968 -69, 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 speci- fications. Prevailing Wage Rates — 196869; 1 Classification (Selective Listing) - (5/1/68) Carpenters - - .. 1 5.33 Cement Mason Journeyman5.13 Lahore is General or Construction - 3.97 Asphalt Raker & Ironer - 4:16 Flagman '3.97 Guinea Chaser 4.05 Laying of all nonmetallic pipe - 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 1 - 4,695 Operating .Engineers pJl /68) Oiler and signalman (Group 1) 4 68 Skipfoeder (Less 4/5 yd.) (Group 2) -4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) - __ I:. - - 5.27 Grade Checker (Group 5) - "5.46. Pavement - breaker operator (Group 5) - 5.46 Grade -all operator (Group 6)- - 5.56 Teamsters - - (5/79/68) Dump Track Driver (Less than 4 yds.) L65 Water track 40ver (2500 gal. to 4000 ga1J • 4.83 Building Md. Construction trades (5/1/68) Bricklayer'$Smne Mason _ 5.30 Electrician Journeyman Wiremen - 6.75 - .'- {5/23/68). Lather .. - 5.08 �Painre s - (7/7/68) Journeyman — spray 5.79 Pipe trades - Plumber 5.79 Any classification- omitted herein shall . be the prevailing craft rate.. - - ,Otietdme,- Sunday and Holiday rates are at prevailing craft. rates. CITY OF NEWPORT BEACH; CALiFC)I IAA Learn Lteas; City Cie* Publish- Oct- 3.% 190 1 '4fs**Ra*or Vast I_ e-vk� -J ,414 0 0 0-1410 TO: CITY COUNCIL FROM: Public Works Department October 28, 1968 //-/-7 SUBJECT: ANNUAL STREET RESURFACING AND RECONSTRUCTION PROGRAM, 1968 -69, PHASE I (C -1186) RECOMMENDATIONS: Approve the Plans and Specifications, 2, Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on November 13, 1968. DISCUSSION: The estimated cost of the work is $77,000.00,. Funds are available in Account 02- 3397 -177. The contract work consists of resurfacing portions of: Bayside Drive - Linda Isle Drive to the Bayside Shopping Center Marine Avenue - Bayside Drive to the Balboa Island Bridge Harbor Island Road - Bayside Drive to Harbor Island Bridge Harbor View Drive - Goldenrod Avenue to 1,200 feet easterly Highland Avenue - Mariners Drive to Irvine Avenue Baycrest Road - Tradewinds Lane to Irvine Avenue Skylark Lane - Highland Drive to Commodore Lane On portions of Bayside Drive and Marine Avenue the roadway structural section will be reconstructed. This operation will require closing traffic lanes and will cause unavoidable inconvenience to motorists. The situation will be especially difficult in the vicinity of the Balboa Island Bridge, The priority of this project has been established in the Street and Alley Maintenance Study. The condition of these roadway surfaces are such that this work is essential in order to prevent the need for more total reconstruction than is now required. The estimated date of completion is January 24, 19690 )� , - T' 0 9", Joseph T. Devlin 00" Public Works Director DHW /ldg