HomeMy WebLinkAboutC-1205 - Construction of Jamboree Road, Palisades, MacArthur extensionT!:: f/
12,91
E C O N RE L IT `
ELECTRONICS. A DIVISION OF TAMAR 1 13225 SOUTH WESTERN "ENUE/GAROENA, CALIFORNIA 90249
APR 14 1971
March 29, 1971 By the CITY COUNCIL \ ��
rITY
The Honorable Mayor and yF�✓ c,� fF :-
Members of the City Council
City of Newport Beach , chi
3300 Newport Boulevard
Newport Beach, California 92660
Subject: Public Works Contract 1205
Jamboree Road Improvements
Dear Mr. Mayor and Members of the Council:
This is to advise you that the Econolite Company will accept the
City's claim for liquidated damages in connection with the delay
in completion of the above referenced Public Works contract.
The amount of assessed liquidated damages to be retained by the
City is $3,300.00.
The Econolite Company wishes to point out that the E. L. White
Company, Inc., the prime contractor on the project, was not
Econolite's customer; the electrical contractor, the Steiny &
Company, was our customer.
In summary we concur with the City Council, the Econolite Company
is liable in the amount of $3,300.00 for assessed liquidated
damages. The method of actually assessing this shall be deter-
mined by the Council, we in turn wish to be certain there will
be no additional charges assessed to the Econolite Company for
this project.
Very truly yours,
ECONOLITE, A Division of
Tamar Electronics, Inc.
Frank Brunner
Division Manager
cc: E. L. White Company,
Steiny & Company
Dele APR 13 1971
COPIES SENT T0:
.W.ror
Inc. L�i
J Wnnn¢e
0�3 \ ror n¢V
❑ hr..rr works Director
0 VW.... mg U{re¢for
UIb¢r
APR 1 1� ;'
C�-O�
yPIES SEN
u T
T1
Mayor
7U' ...7r
rn o¢y .x �
0 i'iun niog IHreew
Veber
CO
4-1
C -)
...,:':+'c_ S � -- - _ .0 ism ::5�;_:. �yatr X`- a'.�.r.�4 - '�3 .v$49✓.�,�' a.. ' Z�»_ — -' -��
A!.
i
3� Fyp ° i
Z'
March 16, 1971
5
the HonorabiQ.. Mayor and y,
"embers of the' City Council
City of Newport Beach:
3300 Newport Boulevar > -
Ne er -
wp._. t Beach, Californx 60
Subjecii : Public. Works Contract 1205
Jamboree Road improvements bar'
Dear Mr. Maygr and Members of tt i'Council:
This is to advise-you that ECOntlite, Inc., is willing to
settle the City's`claim.for liquidated damages in
connection with the de n completion
'
p etion ofthe above
referenced Public Worksract by stipulating that the
City may retain the sum $3, 300, from the balance owing
E. L. White Company, Inc. the..p�rime'contracr on'the
project. to
r -t
Econolite, Inc., agrees that it will allow, a, deduction of.
said sum of $3,300 from the amount due it -from E ',.. Wh'ite
Company, Inc., in connection with said project.
Yours very truly,:'
ECONOLITE, INC. -1
By; ��zdll�l" . /J/y///l7/1/li J
Cc: E. L. White Company, Inc.
Public Works Department
City Attorney
W
..... _ _,.._. �. _....," '1q¢ ..,cd$. $S {r :3��. ?:i: u�° �w¢: �' +.- ..Y+ti�E.,'�lidnW.z.'..`;Av <..- d �.: .4�4c'!Kt'�'•,.E
PLEA->E RETURN TO:
LAURA LAGIOS, CITY CLERK 22164
CITY HALL
NEV-PORT BEACH, CALIF. 92660
NOTICE OF COMPLETION
PUBLIC WORKS I FREE
C3
2Rr
9589 pa526
RECORDED AT REQUEST OF
ON OF NEWPORT BEACH
�N OFFSCIAI RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM MAR 31 1971
' 'j 1. WYLIE CARUU,
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 3, 1971
the Public Works project consisting of Jamboree Road Improvements,
Road to MacArthur Boulevard (C -1205)
on which E. L. White Go., Inc.
was the contractor, and The American Insurance Company
was the surety, was completed.
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 March 30, 1971 at Newport Beach, California.
I, the undersigned, a
I am the City Clerk of the City of Newport Beach; the City Council of said
City on March 22, 1971 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 March 30, 1971 at Newport Beach, California.
V-
_ -
L
MAR 4'y 1W 1
TO: CITY COUNCIL By he CITY COUNCIL
CITY ,or.
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF JAMBOREE ROAD IMPROVEMENTS, PALISADES ROAD
TO MAC ARTHUR BOULEVARD (C -1205)
RECOMMENDATIONS:
March 22, 1971
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.
4. Assess liquidated damages in the amount of $3,300.00.
DISCUSSION:
1
The contract for the improvement of Jamboree Road between Palisades Road and
MacArthur Boulevard has been completed to the satisfaction of the Public Works Department.
The bid price was: $259,631.66
Amount of unit price items constructed: 258,813.32
Amount of change orders: 4,233.00
Total contract cost: 263,046.32
Change orders were issued for the following work:
1. Provide a longer traffic signal mast arm to accommodate a County
requested change in the MacArthur Boulevard intersection.
2. Place hydro -mulch erosion control on the cut slope southerly of
Palisades Road.
3. Provide a time delay switch in the traffic signal controller at
the Palisades Road intersection.
4. Remove and replace approximately 160 lineal feet of 12 -inch water
main to the new roadway grade.
5. Remove approximately 500 lineal feet of temporary asphalt curb in
southbound Jamboree Boulevard northerly of MacArthur Boulevard.
If
March 22,
Page Two
Subject:
1971
Acceptance of Jamboree Road Improvements, Palisades Road to MacArthur Boulevard
Financing of the contract was as follows:
City (Gas Tax) $77,699.71
City (Water Fund) 4,540.40
County (Road Department) 63,909.40
County (A.H.F.P.) 77,699.71
State Division of Highways 39,197.10
Of interest is the fact that the accomplishment of this project required the
negotiation of 6 separate cooperative agreements. The cooperation of Lockheed Aircraft
Corporation, The Irvine Company, the State Division of Highways, and the Orange County Road
Department enabled the success of the project.
The contractor is E. L. White Company, Inc. of Orange, California.
The contract date of completion was November 16, 1970.
All work with the exception of the traffic signal at MacArthur Boulevard was
completed by that date. The signal was placed in operation and'the read opened to
traffic on February 3, 1971, 79 days after the required completion date.
On March 8, 1971, the Public Works Department recommended to the City Council
that liquidated damages in the amount of $7,900.00 be assessed for a 79 day delay in
the completion of the traffic signal equipment. Because of extenuating circumstances
associated with the delivery of parts and the testing of the equipment the vendor
(Econolite) requested that consideration be given to a reduction in the amount of
liquidated damages. As a result the Council directed the staff to see if a fair and
reasonable settlement could be negotiated. In the negotiations, Econolite brought out
some points which, while not specifically included in the Standard Specifications, were
within the spirit of the sections dealing with extensions in time of completion. It
was finally determined that the delays caused solely by Econolite totaled 33 days.
Econolite has agreed to pay damages amounting to $3,300.00 for this period of time.
The $3,300.00 will be apportioned among the agencies participating in the project.
l
J seph T. evlin
P blic r Director
' • COLLINS RA� COMPANY NEWPORT BEACH
4W
COLLINS
�w
ROBERT D. JOHNSON, Newport Beach, California 92663 area code 714/833 -0600 Cable: COUNRAD NEWPORT BEACH
Vice President and General Manager
July 9, 1968
City of Newport Beach
C/
A /F.%
Newport Beach, California
Attention: Mrs. Doreen Marshall, Mayor
Gentlemen:
Completion of Jamboree Boulevard
Since the transfer of Collins Radio Company's activities in early 1961
to our 180 -acre facility on the Irvine Ranch, our company has been a
part of the Newport Beach community. In company with the Irvine Company,
Lockheed Aircraft, Ford - Philco, the University, the State and County
Highway Departments, and the cities of Newport Beach and Costa Mesa,
we have tried to assist in the orderly and effective planning design,
and construction of the key highway system service for our community.
Since 1961 it has been the mutual understanding of those named above,
that concurrent with the completion of the San Diego Freeway to its
junction with the Santa Ana Freeway, Jamboree Boulevard would be com-
pleted as a major arterial highway from the Pacific Coast Highway to
the Sen Diego Freeway and beyond. The City of Newport Beach and the
Orange County Road Department have each completed significant segments
of Jamboree, and are to be commended on the planning, design, and ex-
ecution of this work.
The San Diego Freeway is scheduled for completion this calendar year -
1968. The joint County of Orange -City of Newport Beach projects from
Coast Highway to Palisades Road are now open to traffic. The County of
Orange project to widen and realign Jamboree to its hall divided arterial
design will be completed from MacArthur Boulevard to the San Diego Free-
way this fall. However, the 1500 -foot stretch of the projected piece of
Jamboree between Palisades Road and MacArthur appears to be unplanned.
We understand that the City of Newport Beach has no provision in this
year's budget for this work. We are also concered that there apparently
is no planning for a traffic signal at the new intersection of Jamboree
and MacArthur. This signal will be a necessity for traffic safety at
this intersection. COUNCIL:
as -b�
7 -/z - 6 S SP °I'IUX
Ire
r /[Q!H /J.y /� /�oz'`° L ✓�� FILE:v
- 2 -
City of Newport Beach July 91 1968
Newport Beach, California
Many of our employees as well as those of other occupants of the ad-
jacent area who reside in Newport Beach need these vital links in going
to and from work. Furthermore, all Newport Beach residents east of the
harbor and the Back Bay will use the Jamboree route for direct freeway
access.
We respectfully urge that every effort be made to give the highest
priority to the construction of the missing link. We will be happy to
discuss this need with you, the Council and the City staff at your con-
venience.
Sincerely yours,
and General Manager
R. D. Johnson
RDJ:sh
cc: Mr. Harvey L. Hurlburt
City Manager
Newport Beach
Mr. William Mason
President
Irvine Company
Mr. John Lawson
Vice President and General Manager
Aeronutronic
A Division of Philco -Ford
"1
L-.A
E. L. White Company, Inc.
P. O. Box 712
C1 d G
June 7, 1971
ar ea rove, CA
Subject: Surety : The A►ric seurance Company
Bonds No. : 7104196. _
Project : Jamboree Improvements, Palisades
Road to MacArthur Boulevard
Contract No.: 1203 .
The City Council on March ZUc 1971 accepted the work of subject
project and authorised the City 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 March 31, 1971, in Book No. 9589, Page 526. .Please notify
your surety company that bonds may be released 3% days after .
recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
.,..�_..:.._.. d�: -.:_,�
NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 3, 1971
the Public Works project consisting of Jamboree Road Improvements
Road to MacArthur Boulevard (C-1205)
on which E. L. White Co. , Inc.
was the contractor, and The American InsuWance COMPaRY
was the surety, was completed.
I, the undersigned, say:
CITY OF NEWPORT BEACH
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on March 30, 1971 at Newport Beach, California.
I, the undersigned,
I am the City Clerk of the City of Newport Beach; the City Council of said
City on March 22, 1971 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 March 30, 1971 at Newport Beach, California.
0
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: March 30, 1971
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Jamboree Road Improvements,
Palisades
Road to MacArthur
Boulevard
Contract No. 1205
on which
E. L. White Co..
Inc.
was the Contractor
and The American Insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL :dg
Encl.
d
MAR b lb/
aY the CITY CITY OF NEWPORT BEACH
CITY ort Mcw"oOUR�AC
H Office of
CITY ATTORNEY
To: The Honorable Mayor and
Members of the City Council
From: City Attorney
v� 1.
118
March 8, 1971.
Subject: Advisability of assessing liquidated damages
against E. L. White Company in connection with
a contract for improvement of Jamboree Road
between Palisades Road and MacArthur Boulevard.
The memorandum from the Public Works Department in connection
with the above- referenced project, recommends :assessing liqui-
dated damages on the contract with E. L. White Company. In
light of the recommendation, this office feels obligated to
point out certain additional information that the Council may
want to consider in reaching its decision on whether or not to
assess liquidated damages in this matter.
The standard specifications for Public Works construction
provides for $100 per day liquidated damages When the contractor
fails to complete the work within the time allowed. The Jamboree
Road improvements project was completed 79 days after the speci-
fied completion date. The standard specifications also provide
for delays and extensions of time under certain circumstances
where the delay is caused by unforeseen events beyond the control
of both the contractor and the agency. Labor disputes and
strikes are two reasons cited in the specifications which may
constitute such a delay.
There is evidence that would indicate that the reason for the
79 day delay in the contract which is the- - -subject of this
memorandum is 'due to the fact that the.contractor was unable
to obtain certain parts from the supplier (Econolite) due to
the fact that R.C.A. was on strike and R.C.A. was the manu-
facturer of a certain type of "rectifier" needed by the supplier.
The strike lasted from June 2, 1970, to August 30, 1970. The
project in question was commenced on July 13, 1970, during the
R.C.A. strike. Therefore, it has been suggested that the con-
tractor, E. L. White Company, had knowledge of the strike and
should have looked elsewhere for his supplies. There are,
-1-
•
re: Liquidated damages
0
March 8, 1971.
however, certain questions which remain unanswered. Did the
specifications call for that certain part and no other? Were
there other manufacturers besides R.C.A. who made the necessary
"rectifier "? In addition, there is some evidence that E. L.
White Company was never advised of the strike and; in fact, the
supplier (Econolite) did not disclose this information to either
E. L. White Company, or the subcontractor, Steiny & Company.
In light of the foregoing, the contractor.may have a valid
reason for the delay in completion of the project. The City's
contract is with E. L. White Company and there is no direct
relationship with the supplier.
For the reasons stated, we have reservations about the ability
of the City to successfully defend the recommended assessment of
liquidated damages if the matter is litigated. We therefore
recommend that if the Council determines to assess liquidated
damages that the sum be segregated in a reserve account pending
expiration of the statute of limitations or the completion of
litigation, in the event that suit is brought against the City.
THS:adw
/ -
TULLY SEYMO
City Attorney
-2-
4�(- lyre
By the CITY COUNCIL
CITY 10'a plsyy PT R$ACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF JAMBOREE ROAD IMPROVEMENTS, PALISADES ROAD
TO MAC ARTHUR BOULEVARD (C -1205)
RECOMMENDATIONS:
March 8, 1971
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.
4. Assess liquidated damages in the amount of $7,900.00.
DISCUSSION:
M
The contract for the improvement of Jamboree Road between Palisades Road and
MacArthur Boulevard has been completed to the satisfaction of the Public Works Department.
The bid price was: $259,631:66
Amount of unit price items constructed: $258,813.32
Amount of change orders: $ 4,233.00
Total contract cost: $263,046.32
Change orders were issued for the following work:
1. Provide a longer traffic signal mast arm to accommodate a County
requested change in the MacArthur Boulevard intersection.
2. Place hydro -mulch erosion control on the cut slope southerly of
Palisades Road.
3. Provide a time delay switch in the traffic signal controller at
the Palisades Road intersection.
4. Remove and replace approximately 160 lineal feet of 12 -inch water
main to the new roadway grade.
5. Remove approximately 500 lineal feet of temporary asphalt curb in
southbound Jamboree Boulevard northerly of MacArthur Boulevard.
•
March 8, 1971
Page Two
Subject: Acceptance of Jamboree Road Improvements, Palisades Road to MacArthur Boulevard
Financing of the contract was as..follows:
City (Gas Tax) $77,699.71
City (Water Fund). $ 4,540.40
County (Road Department) $63,909.40
County (A.H.F.P.) $77,699.71
State Division of Highways $39,197.10
Of interest is the fact that the accomplishment of this project required the
negotiation of 6 separate cooperative agreements. The cooperation of Lockheed Aircraft
Corporation, The Irvine Company, the State Division of Highways, and the Orange County
Department enabled the success of the project.
The contractor is E. L. White Company, Inc. of Orange, California.
The contract date of completion was November 16, 1970.
All work with the exception of the traffic signal at MacArthur Boulevard -was
completed by that date. The contractor and traffic signal- supplier were 'repeatedly
advised of the completion date and the $100.00 per day liquidated damage provisions of
the specifications. The signal was placed in operation and. the road opened to traffic
on February 3, 1971, 79 days after the required completion date.
lin
Director
PURCHASE ORDER
a4 OF NEWPORT BEAT
390111 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 92660
PHONE: (714) 673 -2110 .-
VENDOR
No.
INVOICE IN DUPLICATE
THIS ORDER NUMBER MUST
APPEAR ON ALL INVOICES: SHIP-
PING ,NOTICES, SILLS OR LAD-
ING, EXPRESS RECEIPTS AND
PACKAGES..
DELIVERY TICKETS SMALL IN-
C LUDE'UNIT PRICE.
E. L. White Co.,.Inc. DATE June 30, 1970
P. 0. Box 712
Garden Grove, Calif. DEPARTMENT City Council
SHIP TO
QUANTITY DESCRIPTION OF ARTICLES OR.SERVIC ES ftEQ UIRED UNIT PRICE TOTAL
Jamteree .Road ifiprovements - Palisades/ftortilar
as per contract
This is purchase order 1.'1, #3799
See P. 0. #2 for )80,000.00;, #3900'
P. 0. #3 for 95,000.00, and #3801'
P. U. #4 for 5,000.00 43802
Contract #1205
Resolution #7172
. I M P O R T A N T
79,631.66 Show as a separate item any retail sales tax, use tax
or Federal tax applicable to this purchase.
This order subject to California sales tax.
All aliowab:e transportation charges must be prepaid
a .d nu ,n .^.., c :_epnr Tic itcm on the invoice. Do not
include Federal, transportston tax:. ..
DEPARTMENT COPY
79,631.66
CITY OF NEWPORT BEACH
D. W. MEANS
PURCHASING AGENT
,
VENDOR
C
SHIP TO i..
PURCHASE ORDER NO. 8 � � ��
CA, �Wl NEWPORT 3 INVOICE IN DUPLICATE
THIS .ORDER N MUST
APPEAR_oX ALL INVOICE, S, SXIP-
*00 NEWPORT BOULEVARD PIRO #NOTICES, BILLS OF LAD-
. INO, EXPRESS RECEIPTS, AND
NEWPORT BEACH, CALIFORNIA 92660 " PACKAGES' ..
DELIVERY TICKETS 'SMALL IN-
PHONE: (714) 673 -2110 CLUDE UNIT PRICE.
C. L. White Co., Inc. _n� DATE June 30, 1970
P. Box 712
Garden Grove, Calif. DEPARTMENT City Council
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICES REQUIRED
UNIT PRICE
TOTAL
Jamboree Road improvements - Palisades /MacArthur
as per contract
This is purchase Order #2, #3800
80,000.00
See P. U. iii for $79,636.66, #3799
P. 0. #3 for 95,000.00, and #3801
P. 0. #4 for 5,000.Du #3802
Contract #1205
Resolution 17172
FOR CITY
USE ONLY
IMP 0. R T A N T
.
CITY OF NEWPORT BEACH
CODE
AMOUNT
'.0- 3389 -501
r'
80,000.00
Show as a separate item any retail sales tax, use tax
or Federal tax applicable to this purchase.
r
it
This order subject to California sales tax.
D. W. MEANS
All allowable transportation charges must be prepaid
and s=hown as a separate item on the invoice. Do not
PURCHASING AGENT
include Federal transportation tax.
DEPARTMENT COPY
I
12!
VENDOR
PURCHASE ORDER
aA OF NEWPORT BEAR
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 92660
PHONE: (714) 673.2110
E. L. White Co., Inc.
r. o. Box 712
Garden Grove, Calif.
SHIP TO
No.
INVOICE IN DUPLICATE
THIS ORDER. NUMBER MUST'
APPEAR ON ALL INVOICES, SHIP -
ING NOTICES, BILLS OF LAD-
EXPRESS RECEIPTS AND
GES.
D LIVERY TICKETS SMALL IN-
CLJDE UNIT PRICE.
DATE June 30, 1970
.. LIEPARTMENT MY Council
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICES REQUIRED
UNIT PRICE
TOTAL
Jamboree Road improvements - Palisades /MacArthur
:Fsc.
as per contract
Tnis is purchase order #3, #3801=
95,bQ�.04
See ±'. 0. #1 for $79,631.66, #3799
P. J. #2 for 80,000.00, and #3800
P. U. #4 for 5.000.00 #3802
Contract #1205
Resolution #7172
FOR CITY
USE ONLY
I M P O R T A N T
CITY OF NEWPORT BEACH
CODE
AMOUNT
i- 3329 - 054
95,000.00
Show as a separate itam any retail sales tax, use tax
or Federal tax applicable to this purchase.`
" -"'
This order subject to Calitocnia sales tax.
D. W. MEANS
All aiiaevabTe transportation ch a: ges must he prepaid
and shown as a separate item on the invoice. Do not
PURCHASING AGENT
include Federal transportation tax.
DEPARTMENT.COPY
5
VENDOR
C
cum Tn
PURCHASE ORDER �`�'`
No. 3802
3 ,
CA OF NEWPORT B a& INVOICE IN DUPLICATE
TMIB_, -ONA - NUMBER .MUST I
APPEAR ON'ALL INVOICES, SNIP- -
PING NOTICES, BILLS. OF LAD-
' 3300 NEWPORT B D INS, EXPRESS, RECEIPTS AND j
NEWPORT BEACH, CAU FORNIA 92660 - ,; -PACKAGES.
' 7141 673 -2110 DELIVERY TICKETS SMALL IN
PHONE
.� ! CL
UOE UNIT PRICE.
E. L.. White Co., Inc. = DATE June 30; F970
P. 0. Box 712
carirn Grove, Calif. DEPARTMENT City Council
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICE"EQUIRED
UNIT PRICE
TOTAL
Jamboree Road improvel.,ents -Palisades/MacArthur
as per contract
This is purchase order #4, #3802
5,000:00
See P-0. #i for $79,631.66, #37"
P, 0. #2 for 80,000,00, and #3800
P. 0. #3 for 95,000.00 #3801
Contract. #1205
Resolution #7172
FOR CITY
USE ONLY
-
I M P O R T A N T
-
CITY OF NEWPORT BEACH
CODE
AMOUNT
:
3- 9297 -066,
5.000.00
Show as a separate item any retail sales tax, use 'tax
.
or Federal tax applicable to this purchase.
"^-- - -
This order subject to California sales tax.
- D. W. MEANS -
All allowable transportation charges must be prepaid
and shown as a separate item' on the invoice. Do not
PURCHASING AGENT
-
include Federal transportation tax.
"
DEPARTMENT COPY
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1205
0
Date July 14. 1970
Attached are 8 executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor: E. I.. Vdts Cmpww, rm.
..
Amount: $ 269,681.66
Effective Date: July "s 1970
Resolution No, 7179 adopted on 6 -22 -70
M
LL:dg
Att.
cc: Finance Department ❑
ENDORSEMENT
This endorsement, effective (� -35 -7Q
(12:0) ., standord time)
issued to E. L. WHITE CO., INC.
by FIREMAN'S FUND INSURANCE COMPANY
0
, forms a part of policy No. LC -166 47 74
ADDITIONAL INSURED
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY
INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES
CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NAT BEACH, CALIF.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
JAMBOREE ROAD IMPROVEMENTS — C -1205
2. THE INSURANCE WITH RESPECT TO SAID PERSON OR ORGANIZATION
DOES NOT APPLY:
A) TO LIABILITY ASSUMED BY SAID PERSON OR ORGANIZATION UNDER
ANY CONTRACT OR AGREEMENT.
B) TO ANY ACT OR OMISSION OF SAID PERSON OR ORGANIZATION OR
ANY OF HIS EMPLOYEES, OTHER THAN GENERAL SUPERVISION OF
WORK PERFORMED BY THE NAMED INSURED.
C) TO OPERATIONS WHICH HAVE BEEN COMPLETED OR ABANDONED BY THE
NAMED INSURED.
All other terms and conditions of this policy remain unchanged.
Endorsement No. 19 �Zc
shp Authorized Representative
pz•esee1
CERTIFICATE
OF LEATHERBY INSURANCE SERVICE, INC.
INSURANCE BOX 5347 FULLERTON, CALIFORNIA 92632
(714) 879 -8903 (213) 691 -0718
CERTIFICATE City of Newport Beach
ISSUED TO City Ball
3300 W. Newport Blvd.
Newport Beach, Calif.
NAMED White L
E. L. ite an
INSURED B Company, Inc.
P 0 Boa 712
Garden Grove, Calif.
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
Zenith National
EFF 1O -1 -69
STATUTORY
WORKMEN'S COMPENSATION
EXP
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
$ .000 EACH PERSON
EFF
(INCLUDING AUTOMOBILE)
$ ,000 EACH OCCURRENCE
EXP
E .000 AGGREGATE PROD.
PROPERTY DAMAGE
$ ,000 EACH OCCURRENCE
EFF
GENERAL
$ ,000 AGGREGATE
EXP
AUTOMOBILE
$ ,000 EACH OCCURRENCE
COMBINED SINGLE LIMIT BODILY
Fireman's Fund
LC166 -47 -74
EFF 9 -1 -69
$1,000.000 EACH OCCURRENCE
INJURY AND PROPERTY DAMAGE
EXP 9 -1 -70
Auto 5 General
Continental Cas
RDU900 -970
EFF 9 -1 -69
EXP 9 -1 -70
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE AND THEFT
$
COLLISION OR UPSET
EXP
LE55 $ DEDUCTIBLE
LOSS PAYABLE TO
REMARKS Job: Improvement of Jamboree Road from Palisades Road to MacArthur
Boulevard, A.H.F.P. No. $01 - Contract No. 1205
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be
construed as extending coverage not afforded by the policy(ies) shown above or as affording insurance to any insured not
named above. This policy shall not be cancelled nor materially reduced in coverage until after 10 days written notice
of such Cancellation or reduction in coverage shall have been mailed to this certificate holder.
DATE 6 -29 -70
BY -2 y+� Dom= I✓���� /
(AUTHORIZED REPRE6 NTATIVE
FORM 148-B 14B•B
c L •
ENDORSEMENT
This endorsement, effective 6 -25-70
02:01 A. M., standard time)
issued to E. L. WRITE CO., INC.
by FIREMAN'S FUND INSURANCE COMPANY
u
, forms a part of policy No. LC -166 47 74
ADDITIONAL INSURED
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY
INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES
CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NROPORT BEACH, CALIF.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
JAMBOREE ROAD IMPROVEMENTS — C -1205
2. THE INSURANCE WITH RESPECT TO SAID PERSON OR ORGANIZATION
DOES NOT APPLY:
A) TO LIABILITY ASSUMED BY SAID PERSON OR
ANY CONTRACT OR AGREEMENT.
UNDER
B) TO ANY ACT OR OMISSION OF SAID PERSON OR ORGANIZATION OR
ANY OF HIS EMPLOYEES, OTHER THAN GENERAL SUPERVISION OF
WORK PERFORMED BY THE NAMED INSURED.
C) TO OPERATIONS WHICH HAVE BEEN COMPLETED OR ABANDONED BY THE
NAMED INSURED.
All other terms and conditions of this policy remain unchanged.
Endorsement No.
ehp
ne- esse-t
J
_
T- Authorized Representative i+.. 0
CERTIFICATE
OF
INSURANCE
0 0
LEATHERBY INSURANCE SERVICE, INC.
BOX 5347 FULLERTON, CALIFORNIA 92632
(714) 879 -8903 (213) 691 -0718
CERTIFICATE • City of Newport Beach
ISSUED TO City Hall
3300 W. Newport Blvd.
Newport Beach, Calif.
NAMED
INSURED E. L. White Company, Inc.
P 0 Box 712
Garden Grove, Calif.
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
Zenith National
EFF 10 -1 -69
STATUTORY
WORKMEN'S COMPENSATION
Insurance Co.
DM610186
EXP 0 -1 -70
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
1
$ .000 EACH PERSON
EFF
(INCLUDING AUTOMOBILE)
$ ,000 EACH OCCURRENCE
EXP
E ,000 AGGREGATE PROD.
PROPERTY DAMAGE
$ .000 EACH OCCURRENCE
EFF
GENERAL
$ ,000 AGGREGATE
EXP
AUTOMOBILE
$ ,000 EACH OCCURRENCE
COMBINED SINGLE LIMIT BODILY
Fireman's Fund
LC166 -47 -74
EFF 9 -1 -69
$ 1,000.000 EACH OCCURRENCE
INJURY AND PROPERTY DAMAGE
EXP 9 -1 -70
Auto 5 General
Continental Cas
RDU900 -970
EFF 9 -1 -69
EXP 9 -1 -70
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE AND THEFT
$
COLLISION OR UPSET
EXP
LESS $ DEDUCTIBLE
LOSS PAYABLE TO
REMARKS Job: Improvement of Jamboree Road from Palisades Road to MacArthur
Boulevard, A.H.F.P. No. 501 — Contract No. 1205
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be
construed as extending coverage not afforded by the policy(ies) shown above or as affording insurance to any insured not
named above. This policy shall not be cancelled nor materially reduced in coverage until after 10 days written notice
of such cancellation or reduction in coverage shall have been mailed to this certificate holder.
DATE 6 -29 -70 /
AUTHORIZED REPRESENTATIVX» e
FORM 148 -B
CONTRACT NO. 1205
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
IMPROVEMENT OF JAMBOREE ROAD
FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
A.H.F.P. NO. 501
APPROVED BY THE CITY COUNCIL
ON THIS 25 DAY;OF MAY 1970
1/. a
Laura agio6 /, /Uty CTert
0
June 8, 1970
CONTRACT NO. 1205
IMPROVEMENT OF JAMBOREE ROAD
FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
AHFP NO. 501
ADDENDUM NO. 1
Please revise Section 11 -7 on Page 7 of the Special Provisions as follows:
PARAGRAPH 2
Class 1 aggregate base, 3/4" maximum size, conforming to the requirements of
Section 26 -1.02A of the Standard Specifications, modified as follows, may be substituted
for Class 3 aggregate base as specified above:
Sieve Size Percentage Passing Sieve
1 -1/2" 100
3/4" 90 -100
No. 4 35 -55
30 10 -30
200 2 -9
Sand equivalent by Test Method No.
Calif. 217 shall be 40 minimum.
PARAGRAPH 4
At the discretion of the Engineer, the R -Value requirement may be waived as provided
in Section 26 -1.02A and B of the Standard Specifications.
Please show date of receipt of the Addendum on the Proposal or insert a copy with
your proposal.
njam n S. Nolan
Assistant Public Works Director
GPP /ldg 1
Date received Authorized ,
TI— Signature
ETTY 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 9.30 A.M. on the 16th day of J nene , 19]Q, at
which time they will be a opened and read, for performing work as follows:
JAMBOREE ROAD CONSTRUCTION - PALISADES ROAD TO MAC ARTHUR BLVD.
CONTRACT NO. 1205
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signatures and titles of the persons signing on
behalf of the bidder. For Corporations, the signatures of the President or Vice President
and Secretary or Assistant Secretary are required and the Corporate S of Sha e1Tb affTxe�
to aTT documents requiring signatures. In the case of a Partnership, the signature of at
least one general partner is required.
NQ bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Wprks Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepare y the Southern California Chapters of t e merican Public
Wprks Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
i •
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
5 -15 -69
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
FOR
JAMBOREE ROAD FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
CONSTRUCTION
BID ITEMS OF WORK
P OX, ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
1 4 ea. Remove existing concrete catch
basins
Two Hundred
Dollars each $ 200.00 $ 800.00
2 Lump Sum Remove existing 54" culvert
outlet structure
Two Thousand
Dollars Lump Sum $ $ 2,000.00
3 226 l.f. Remove 10" and 18" CMP culvert
Five Dollars
per 1.f. $ 5.00 $ 1,130.00'
4 Lump Sum Abandon 12" CMP culvert (to be
removed or filled with sand)
Five Hundred
Dollars Lump Sum $ $ 500.00
5 Lump Sum Clearing and grubbing
Two Thousand
Dollars Lump Sum $ $ 2,000.00
0
ITEMS H UNIT PRICE
UNIT
PRICE
ITEM
QUANTITY
WRITTEN IN WORDS
IN
FIGURES
AMOUNT
6
13.940
c.y.
Roadway excavation
Seventy Cents
per c.y.
$
,70
$ 9,758.00
7
400140
c.y.
Local borrow material, com-
pacted cubic yards in place,
including original ground
Fifty -Five Cents
per c.y.
$
.55
$ 22,077.0
8
14,600
tons
Aggregate base
Three Dollars
per ton
$
3.00
$ 43,800.0
9
1,001
1.f.
16" A.C.P. water main
Fifteen Dollars
l.f.
$
15.00
$15,015.0
10
2
each Butterfly Valves (Dresser 450 or
equal)
Seventeen Hundred
Dollars each
$
1700.00
$3400.00
11
73
1.f.
8" A.C.P. (Class 150) water main
Seven Dollars
per l.f.
$
7.00
$511.00
12
1
each
8" gate valve per std. 507 -L
Three Hundred
Dollars each
$
$300.00
APPROX. ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
13 3,530 tons Asphalt concrete
Six Dollars
Seventy Cents per ton $ 6.70 $ 23,651.00
14 4,260 s.y. Place asphalt concrete
(miscellaneous areas including
capping)
Fifty Cents
_ per s.y.
$ .50
$
2,130.00
15
Lump
Sum
18" RCP inlet structure
(including encasement, grate
and junction structure No. 4)
Six Hundred
Dollars Lump Sum
$
$
600.00
16
Lump
Sum
84" RCP inlet structure
Two Thousand
Dollars Lump Sum
$
$
2,000.00
17
Lump
Sum
84" and 54" RCP outlet struc-
ture, including 54 l.f. of chain
link fence
Seven Thousand
Dollars Lump Sum
$
$
7,000.00
18
Lump
Sum
84" RCP concrete block plug
Three Hundred
Dollars Lump Sum
$
$
300.00
0 0
APPROX. E WITH UNIT PRICE
UNIT
PRICE
coated
ITEM QUANTITY WRITTEN IN WORDS
IN
FIGURES
AMOUNT
19 96 1.f. 54" RCP (13000) including
per l.f.
$ 17.00
$ 340.00
concrete collar
(12 Ga.),
Thirty Eight
Dollars per l.f.
$
38.00
$ 3648.00
20 264 l.f. 84" RCP (1350D)
per l.f.
$ 16.50
$ 2046.00
Seventy Five
protection
Dollars per l.f.
$
75.00
$ 19,800.00
21 20 l.f. 24" CMP (12 Ga.), bituminous
coated
Seventeen
Dollars
per l.f.
$ 17.00
$ 340.00
22 124 l.f. 22" x 13" C.M.P.A.
(12 Ga.),
bituminous coated
Sixteen Dollars
Fifty Cents
per l.f.
$ 16.50
$ 2046.00
23 150 tons 1/4 ton rock slope
protection
Eleven Dollars
per ton
$ 11.00
$ 1650.00
24 2,570 l.f. Type "B" curb
One Dollar
Seventy Cents per l.f. $ 1.70 $ 4369.00
25 1,390 l.f. Type "D" curb
One Dollar
Seventy Cents per l.f. $ 1.70 $ 2363.00
28 13,162 s.f. 3" PCC paving (median and
traffic islands)
Forty Three Cents
per s.f. $ ,43 $ 5659.66
29 7 ea. Clearance and guide markers
Seven Dollars
each $ 7.00 $ 49.00
30 7 ea. Adjust valve box covers to
grade
Forty Dollars
each $ 40.00 $ 280.00
31 Lump Sum Traffic signal modification
(Jamboree at Palisades)
Twenty Three
Thousand Dollars Lump Sum $ $ 23,000.00
32 Lump Sum Traffic signal installation
(Jamboree at MacArthur)
Fifty Four Thousand
Dollars Lump Sum $ $ 54,000.00
ITEMS WITH UNIT PRICE
UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS
IN FIGURES
AMOUNT
26 550 1.f. Type "C" curb
One Dollar
Eighty Cents
per l.f.
$ 1.80
$ 990.00
27 310 l.f. Type "E" curb (A.C.)
in place
including A.C.
One Dollar
Fifty Cents
per l.f.
$ 1.50
$ 465.00
28 13,162 s.f. 3" PCC paving (median and
traffic islands)
Forty Three Cents
per s.f. $ ,43 $ 5659.66
29 7 ea. Clearance and guide markers
Seven Dollars
each $ 7.00 $ 49.00
30 7 ea. Adjust valve box covers to
grade
Forty Dollars
each $ 40.00 $ 280.00
31 Lump Sum Traffic signal modification
(Jamboree at Palisades)
Twenty Three
Thousand Dollars Lump Sum $ $ 23,000.00
32 Lump Sum Traffic signal installation
(Jamboree at MacArthur)
Fifty Four Thousand
Dollars Lump Sum $ $ 54,000.00
0
0
APPROX. ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
33 Lump Sum Remove two buildings
Fifteen Hundred
Dollars Lump Sum $ $1500.00
34 Lump Sum 33" RCP (1800D) including
junction structure, inlet,
and grate
Twenty -Five Hundred Dollars
Lump Sum $ $2500.00
GRAND TOTAL PRICE WRITTEN IN WORDS
Two Hundred Fifty Nine Thousand 9Q'k'W f GRAND TOTAL
Six Hundred Thirty One Dollars and and
Sixty Six Cents Cents $ 259.631.66
t
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Sunday, after having received
notice that the contract is ready for signature, the proceeds of check or bind accompany-
ing this bid shall become the property of the City of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 248797 Classification C -12
Accompanying this proposal is Bidder's Bond
(Cash, Certified Check, Cashier's Check or Bond
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 638 -3163
Phone NUmber
June 16, 1970
ate
E. L. White Co., Inc.
Bidder's Name
(SEAL)
/s/ E. L. White, President
Authorized Signature
Authorized Signature
Corporatio
ype of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- 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 Sub - contractor Address
1. Signals Steiny, Inc. ( Steiny Mitchel) Anaheim, California
2. Pipe Work Thomas Contracting Company Garden Grove, California
3. Concrete L. J. Davis Company Orange, California
5.
6.
7.
8.
9.
10.
11.
12.
E L White Co. Inc.
Bi der s Name
/s/ E. L. White, President
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp)
12311 Chapman, Suite 121
Garden Grove California 92640
ress
• FOR ORIGINAL, SEE CITY CLERKS ILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, E. L. WHITE COMPANY, INC. as Principal,
and THE AMERICAN INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the amount bidDollars ($
, 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
JAMBOREE ROAD FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD (AHFP PROJ. NO. 501) C -1205
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday and Sunday) from the date of the
mailing of a notice to the above bounden principal by and from said City of Newport
Beach that said contract is ready for execution, then this obligation shall become null
and void; otherwise it 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 11th day of
June 19 70
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney in Fact)
Carl Armstrong, Attorney -in -Fact
Martha Capps, Notary Public
Commission expires October 21, 1970
E. L White Co Inc.
r ncipa
BY: E. L. White, President ( /s /)
THE AMERICAN INSURANCE COMPANY
urety
By Carl Armstrong
Title Attorney -in -Fact
BOND NO. 7104196
PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREASs THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH STATE OF CALIFORNIA
BY MOTION ADOPTED June 22, 1970
HAS AWARDED TO E. L. White Company, Inc.
HEREINAFTER DESIGNATED AS THE °PRINCIPAL °p A CONTRACT FOR
Jamboree Road from Palisades Road to Mac Arthur Boulevard (AHFP Proj. No. 501) C -1205
IN THE CITY OF NEWPORT BEACH- IN STRICT CONFORMITY WITH THE DRAWdNQB.AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK'.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 19 ABOUT TO EXECUTE SAID CONTRACT AND.
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT. PROVIDINQ
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SMALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIOMSp PROVENDER OR OTHER SUPPLIES OR TEAMS USED INS UPOH.. FORS
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONEE 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, THEREFOREp WE F._ L_ WHTTF rOMPANV` INC-
AS PRINCIPALS HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH IN THE SUM OF
FIFTEEN AND 3 /100ths
J]NE HTINT)RF.I] TWENTY —NTNF. THffiRAND FIGHT R7T)RF.D DOLLARS �� 199�R15_Rj )'o
SAID SUM BEING ONE —HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACTS FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES2 OUR HEIRS.9 EXECUTORS AND ADMINISTRATORS2 SUCCESSORS OR ASSIONS2
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS,
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUSCON-
TRACTORSp FAIL TO PAY FOR ANY MATERIALS PROVIS11ONSp PROVENDERp OR OTHER SUPPLIES
OR TEAM411 USED IN/ UPON/ FORS OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONEE OR FOR ANY OTHER WORK OR LABOR THEREON Or ANY KINDS OR FOR AMOUNTS OUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAMEj IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSOO IN CASE SUIT IS BROUGHT UPON THE 90140t A REASONABLE
ATTORNEYS FEES TO BE FIXED BY THE COURT. AS REQUIRED BY,THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT COOK OF THE STATE. OF CAt IFSRNIA.
• •
PAnE 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 CHANGES EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE MAMED, ON THE 25th DAY OF .r_ JUNE , 19k w
E. L. WHITE WMANY, C, 6rAL)
La+a )
fSEAL%
CONTRACTOR .-
APPROV D ,KS TO FORM:
r
UAMA CITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTESTS
CITY tLcRK
tSLAL)
SEAL)
CARL ARMSTRONG, Attorneg -i� Fect
SURETY
Stare of CALIFORNIA
County of ORANGE i ss'
On June 2$, 1970 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared Carl Armstrong
known tome 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.
r IN WITNESS WHEREOF, I
r
A; My Commission
I InUand and affixed my official seal, the day and year stated in this certificate above.
OFFICIAL SEAL �)
ESTHER PUBLIC LI PAULSON
NOTARY VUeLIC•CALIFORNIA
OPME IN NotaryY Public
ORANGE COUNTY ES1HR H. PAUL N
hly CrImmisslen Expims September 12, job
• BOND NJ&7104196
PREMIUM: $1,339.00
PAGE 7
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTSp THAT
WHEREAS$ THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH$ STATE OF CALIFORNIA
BY MOTION ADOPTED June 22 1970
HAS AWARDED TO E. L. White Company, Inc.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR
Jamboree Road from Palisades Road to MacArthur Boulevard (AHFP Pro.i. No. 501) C -1205
IN THE CITY OF NEWPORT 13EACHO 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,. WEp _ E. L. WHITE COMPANY, INC.
AS PRINCIPAL., HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
THE AMERICAN INtURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO TIIE CITY OF NEWPORT BEACKV IN THE SUM OF
�ii THIRTY -ONE AND g /100THS
TWO iTNi] RD FTFTV -NTNF. L ^n iCANn STX HMRFD DOLLARS kf 9- 59�(i11_FiFi )A
SAID SUM BEING EQUAL TO JIM= THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEYI ITS SUCCESSORSI AND ASSIGNS; FOR WHICH PAY -
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES$ OUR HEIRSS EXECUTORS AND AD-
MINISTRATORSO SUCCESSORS OR ASSIONSp JOINTLY AND SEVERALLYS FIRMLY BE THESE PRE-
SENT$.
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 BYI AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE $AID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PARTS TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIEDv AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT,.AND MEANINOM
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH ITS'OFFICERS AND
AGENTS AS THEREIN STIPULATED THEN THIS OBLIGATION SHALL BECOME NULL AMC VOID;
OTHERWISE IT SMALL REMAIN IN FULL FORCE AND VIRTUE.
I ti►
n
U
(PERFORMANCE BOND - CONTINUED)
• PAGE 8
AND SAID SURETY, FOR VALUE RECEIVED,.HERE8Y STIPULATES AND AGREES THAT NO CHANGED
EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONK
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALp
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF$ THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMEO$ ON THE 25TH DAY OF JUNE , ioA 70
APPROVED AS TO FORM:
` CITY ATTORNEY
E. L. WHITE'COMPANY INC. (SEAL)
K'`'CAL% .
By = = (SE -AL)
CONTRACTOR
/ ,
77-
lt�
CARL .. ARMSTRONG,
my� -Fact
State of CALIFORNIA
County of ORANGE ss:
On. Jube 25, 1970
therein, duly commissioned and sworn, personally appeared
before me, a Notary Public in and for said County and State, residing
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 hand and affixed my official seal, the day aTy state 'n this certificate above.
IIIIIINIIMIIIIt1111111111114111111111111Hp14111M1144MIIIIIM111111111111HIIpI441M41p4444t1ry
OFFICIAL SEAL
ESTHER H. PAULSON
` My Commission Expires? - ^' "^ ^• ' ^OgNIA
PRINCIPAL OFFICE IN Notary Public
ORANGE COUIM ESfHER H. PAULSON
NY Commission Expires septemw 72. 1WO
Page 9
NON - COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present.at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants 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
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 16th day of June ,
19 70.
My commission expires:
May 14. 1971
E._ L. White Company, Inc.
/s/ E. L. White, President
Elma Elaine Stevens
Notary P011C
FOR ORIGINAL SEE CITY CLERKS FILE COPY
• 0
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Have been in the contracting business since August of 1965.
Completed 3.5 million dollars in work 1968 and again in 1969.
Approximately the same.
Own $250,000.00 worth of Heavy Construction Equiptment
Can Bond $L,000,000.00 on contracts.
Have Accounts Receivable $76,390.94
Cash in Bank $62,666.43
Keep all accounts paid current.
s E. L. White Y _
igne
Page 10e
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Orange
Public Works
633 -2300
Completecl For Whom Performed (Detail)
Person
to Contact
Telephone No
1970 City of Westminster
Public
Works
893 -4511 Ext
537 -4200
1469:, City'of
Newport Beach
1470' City, of LaPalma
Public
Works
523-7700
r
- L9T0.' city 'of Huntington Beach
Public
Works "
536 -6551
X970 City.of
Orange
Public Works
633 -2300
County'ofl0rsnge
Road Department
834 -3456
City
of-Garden Grove
Public Works
537 -4200
1469:, City'of
Newport Beach
:Public Works
679 -2110
1970; Irvine Industrial Complex Ray Kimmey 833 -1010
M
" r:
r
x
0
C O N T R A C T
0
PACE II
THIS AGREEMENTS MADE AND ENTERED INTO THIS/.0k4 DAY OF 1962-01
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIAN HEREINAFTER DES ONATED AS THE
CITY PARTY OF THE FIRST PARTS AND E. L. White Company. Inc.
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSEITH: THAT THE PARTIES HERETO 00 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
J bboree Road from Palisades Road to MacArthur Boulevard (AHFP Pro,i. No. 501) C -1205
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., EQUIPMENTS LABORS AND MATERIALS NECESSARY THEREFORE (E%-
CEPT SUCH MATERIALS IF ANYO AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO 00 EVERYTHING REQUIRED" BY"THIS. AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
2. FOR FURNISHING ALL SAID MATERIALS AND LABORS TOOLS AND EQUIPMENTS AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENTS 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; ALSDO 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 PRICES OR IF THE BID IS ON THE UNIT PRICE
SASISs THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS
NAMED IN THE BIDDING SHEET OF THE PROPOSALS AS THE CASE MAY BE,
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOYS AND
DOE& HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIMES IN THE MANNERS AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES
THEIR HEIRS, EXECUTOR30 ADMINISTRATORS, SUCCESSORS AND ASSIGNSj DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS., CONTRACTOR'S PROPOSALS AND
THE PLANS AND SPECIFICATIONSj AND ALL AMENDMENTS THEREOFS WHEN APPROVED BY THE PAR-
TIES HERETOs OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
PLANS AND SPECIFICATIONS9 ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT.
2 /7X7 • w PAGE 12
5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAO 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., DAMAGED INJURYO AND LIABILITY OF EVERY KINDS NATURES AND DESCRIPTIONS DIRECTLY OR
INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI-
81LITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS., LOS3,9 DAMAGES INJURY, AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSEDp RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF., THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
b
CITY ER
i
APPROVED AS TO �FORK:
CITY ATTORNEY
CITY OF NEWPORT BEACH ALIF IA
'47 !7BY: C, .
MAYOR
mm mm's will
(SEAL)
TITLE
BY:
TITLE
r•J
(SIT'{ u.- f- i= ;':JPORi C h --;':
TO: CITY COUNCIL
FROM: Public Works Department
June 22, 1970
SUBJECT: JAMBOREE ROAD CONSTRUCTION - PALISADES ROAD TO MAC ARTHUR BOULEVARD
(C -1205)
RECOMMENDATION:
Adopt a resolution awarding the contract to E. L. White, Inc.,
Garden Grove, for $259,631.66 and authorizing the Mayor and the
City Clerk to execute the Contract.
DISCUSSION:
E -3 r-e)
Five bids were received and opened in the office of the City 'Clerk at 9:30 A.M.
on June 16, 1970:
Bidder
City Total
E. L.
White, Inc.
Garden Grove
$259,631.66
Sully
Miller Contracting Company
Orange
$278,763.76
Hess
Construction Company
Long Beach
$278,999.46
Mark
Construction Company
Garden Grove.
$288,159.36
R. J.
Noble Company
Orange
$290,355.30
The low bid was 7% above the engineer's estimate of $242,704.00
The project will be funded as follows:
City Gas Tax $ 80,000.00
AHFP (County) 809000.00
County of Orange 59,000.00
State Division of Highways 36,000.00
City Water Fund 5,000.00
$260,000.00
Cooperative financing agreements with the State, County and and County AHFP
have previously been approved by the Council.
Presently budgeted for this project in the Gas Tax Fund and the Gas Tax
Contributions Fund (AHFP) is $75,500. It will be necessary to increase this amount by
$4,500 in each fund. A budget amendment has been prepared for Council consideration.
E. L. White, Inc. has performed satisfactorily on past contracts and appears to
be qualified to do the work,required by this contract.
The estimated date of completion is November 1, 1970.
eph Devlin
lic o k in
:bg
6 6
R2 :,,0i, 101 IID. 7.7 2 1 2
A RL5'rL3 MX" OF `'`ka SJITY »A=IL OF THE {: Iii
OV NVAPM HACH A =YTft= ?OIL
WWRLA.S. r%' - 'rsua. it to the notice ;![ vitirY g Oids for work
in ocsYi v c cr;. With irvrov ry =r : i jamboree Road £roo k alisades
auj to HgzarLhar Frjulevard, Im uZoordancae with taw playas and
spec z:wi�atiious hexer.- '--VG as:vpt ;', as wore received or.. the
16th day kI «Tiaras, 1970, pia; puL.1-twiy Dpeued and .!aclazea, and
i HEVAS, it appears that the lowest responsible bidder
u-;.,�vfor is E. L. White, IA:;- of Carden Grove;
NW # }Sc., BL IT RE%LVED by Cane City Gca mci.l
of t.?* city of Ne-Wort teach. chat che fait! of E. L. White, Inc.
'or tkw i ozk its the ai=unt of $254,631.66 be accepted, and
that -the contract for the described worts be awarded to saki
bic4ur:
IT IMHEA ALSOLVLaa that the Mayor and City Clerk
are to reby authorized and direct execute a coatrazt in
a.xor4am;e with Lha spacifiaationaa bid and this award on behaif
the i,ity of. HewpoAt A(-"h, and that the City Clams b€ uiraated
to fuxvish an excauced copy to the s=aessful bidder.
AWfUJ this 12rid day of June, 1473,
ATILS
;.ty Clerk
year
TU Bbl
6117/70
CONTRACT NO. 1205
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
11111:1
IMPROVEMENT OF JAMBOREE ROAD
FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
A.H.F.P. NO. 501
APPROVED BY THE CITY COUNCIL
ON THIS 25 DAY OF MAY 1970
'Laura Lagiot,l City C er
, 7
A 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 9:30 A,M. on the 16th day of June , 193Q, at
which time they wi a opened and read, for performing work as7o Tows.
JAMBOREE ROAD CONSTRUCTION - PALISADES ROAD TO MAC ARTHUR BLVD.
CONTRACT NO. 1205
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signatures and titles of the persons signing on
behalf of the bidder. For Corporations, the signatures of the President or Vice President
and Secretary or Assistant Secretary are required and the Corporate Sea Sha eTT�ixe3-
to all documents requ r ng signatures. In the case of a Partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening..
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepare by the Southern California Chapters of t e merican Public
Works Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
.•
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
5 -15 -69
June 8, 1970
CONTRACT NO. 1205
IMPROVEMENT OF JAMBOREE ROAD
FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
AHFP NO. 501
ADDENDUM NO. 1
Please revise Section 11 -7 on Page 7 of the Special Provisions as follows:
PARAGRAPH 2
Class 1 aggregate base, 3/4" maximum size, conforming to the requirements of
Section 26 -1.02A of the Standard Specifications, modified as follows, may be substituted
for Class 3 aggregate base as specified above:
Sieve Size Percentage Passing Sieve
1 -1/2" 100
3/4" 90 -100
No. 4 35 -55
30 10 -30
200 2-9
Sand equivalent by Test Method No.
Calif. 217 shall be 40 minimum.
PARAGRAPH 4
At the discretion of the Engineer, the R -Value requirement may be waived as provided
in Section 26 -1.02A and B of the Standard Specifications.
Please show date of receipt of the Addendum on the Proposal or insert a copy with
your proposal.
njam n B. Nolan
Assistant Public Works Director
GPP /ldg
Date received l
Authorized
Signature
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
FOR
JAMBOREE ROAD FROM PALISADES ROAD TO MAC ARTHUR BOULEVARD
CONSTRUCTION
BID ITEMS OF WORK
APPROX. ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
1 4 ea. Remove existing concrete catch
basins
!o l- each $ 000, 00 $ 200, 00
2 Lump Sum Remove existing 54" culvert
outlet structure
Lump Sum $
3 226 l.f. Remove 10" and 18" CMP culvert
per l.f. $
4 Lump Sum Abandon 12" CMP culvert (to be
removed or filled with sand)
A S Lump Sum $
5 Lump Sum Clearing and grubbing
9
0 L4" 4Ae C- Lump Sum $
$ ?,000, 00
5-,00
$ ,� Do . vo
$ ZGOO•
0
0
12 1 each 8" gate valve per std. 507 -L
each $ $300,00
APPROX.
ITEMS H UNIT PRICE
UNIT
PRICE
ITEM
QUANTITY
WRITTEN IN WORDS
IN
FIGURES
AMOUNT
6
13,940
c.y.
Roadway excavation
per c.y.
$
. %0
$
7
40,140
c.y.
Local borrow material, com-
pacted cubic yards in place,
including original ground
�22,
D77 op
per c.y.
$ , S3
$
8
14,600
tons
Aggregate base
S°3 8� o0
per ton
$
3, o o
$'
9
11001
l.f.
16" A.C.P. water main
%SOIj.OU
10
2
each ��
8!itterfly Valves ( Dresser 450 or
equal)
each
$
/700, oo
$ 3116)0,00
11
73
l.f.
8" A.C.P. (Class 150) water main
per l.f.
$
loo
12 1 each 8" gate valve per std. 507 -L
each $ $300,00
0
16 Lump Sum 84" RCP inlet structure
�16 GG /JOO& Lump Sum $ $ 2>000,00
17 Lump Sum 84" and 54" RCP outlet struc-
ture, including 54,1.f. of chain
link fence
04Z/JeS Lump Sum $ $ %poo,00
18 Lump Sum 84" RCP concre�te / block plug
Lump Sum $ $ 30o G�
APPROX.
ITEMS WITH UNIT PRICE
UNIT
PRICE
ITEM
QUANTITY
WRITTEN IN WORDS
IN
FIGURES
AMOUNT
13
3,530 tons
Asphalt concrete
�y7JrAJ X akagS per ton
$
61 %D
14
4,260 s.y.
Place asphalt concrete
(miscellaneous areas including
capping)
�7
7-:!;-
✓
_per S.Y.
15
Lump Sum
18" RCP inlet structure
(including encasement, grate
,and junction structure No. 4)
Lump Sum
$
$ 61,0: 00
16 Lump Sum 84" RCP inlet structure
�16 GG /JOO& Lump Sum $ $ 2>000,00
17 Lump Sum 84" and 54" RCP outlet struc-
ture, including 54,1.f. of chain
link fence
04Z/JeS Lump Sum $ $ %poo,00
18 Lump Sum 84" RCP concre�te / block plug
Lump Sum $ $ 30o G�
•
APPROX. APPROX. ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
19 96 l.f. 54" RCP (1300D) including
concrete collar
LkzZ4w&-S per l.f.
$
09,00
20
264 l.f.
84" RCP (1350D)
�FUFvT ?' �=i y�
k�GGG,4 per l.f.
$
-7.::;;00
$
A9 900,d0
21
20 l.f.
24" CMP (12 Ga.), bituminous
coated
tan�C per l.f.
$
1'f e; C>
22
124 l.f.
22" x 13" C.M.P.A. (12 Ga.),
bituminous coated
S2g -� ) L4-'14,es
,o i 72' 7-5 per l.f.
23
150 tons
1/4 ton rock slop`
'protection
`G/�UE.Ci %lflGG�.LS
per ton
$
/�'00
$
/6Sd.00
24
20570 l,f,
Type "B" curb
75 per 1 .f.
$
1170
$
�36 y. co
25
1,390 l.f.
Type "D" curb
Per l.f.
$
/,70
$
Z363.o0
r]
I*
ITEMS WITH UNIT PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
26 550 1.f. Type "C" curb
per l . f . $ $ QUO, gas>
27
310 l.f.
Type "E" curb (A.C.) in place
including A.,,C\\.
per l.f.
$
l�3 D
$
28
13,162 s.f.
3" PCC paving (median and
traffic islands)
f N��E �f�i
' •
O.2T �' S
per s.f.
$
$
29
7 ea.
Clearance and uide markers
each
$
%DO
I
$ 5100
30
7 ea.
Adjust valve box covers to
grade 1
each
$
y0,0&
31
Lump Sum
Traffic signal modification
(Jamboree at Palisades)
742,5 � L Lump Sum
$
$Z3,b��•va
32
Lump Sum
Traffic signal installation
(Jamboree at MacArthur)
fly— C&,4,05 Lump Sum
$
$ J yOwi oo
ITEMS WITH T PRICE UNIT PRICE
ITEM QUANTITY WRITTEN IN WORDS IN FIGURES AMOUNT
33 Lump Sum Remove two buildings
Lump Sum $ $ /aaao:oo
34 Lump Sum 33" RCP (1800D) including
junction structure, inlet,
and grate — i
Lump Sum
GRAND TOTAL PRICE WRITTEN IN WORDS
77r/co r`�U.ui�2Fd FifTi'�/ivF %�`ac✓59vr� Dollars
$r�Cf/ar�o2lsrS T.s1�er�/ mtiF i�0�� 4�s and
Cents
$ $ co
1
GRAND TOTAL
$
i
1
IJ
,.
M"E AM1 'JACAN INSURANCPCOMPANY
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS:
That We. E . L. WHITE CO., INC.
(hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing
bustress under and by virtue of the lawe of the Stale of New )ereey, and duly licensed for the purpose of makinq, guaranteeinq or
becoming sole surety upon bonds or undertakings required or authorized by the,laws of the State of CALIFORNIA
as Surety, are 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 ($ ) lawful money of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, Jointly and severally, firmly by, thew presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesatd, Is about to hand
to and submit to the obligee a bid or proposal for the
JAMBOREE ROAD
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 said obligee, and said principal shall enter into a contract and bond far the completion of sold work as required
by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surely have caused these Presents to be duly signed and sealed this I I th
day of JUNE ►9 70
360277— (TA) -11-66
BILI 'kli
THE AMERICAN INSURANCE COMPANY
- � emu. %(.r.':�:•.__C• -_.
By . ,.,
C RL ARMSTRONG Atlemeq•tn•Faet
st,-.,o 01 CALIFOR IA,,:
County C! ORAM
en JUNE 11, 1970 , before me, a Notary Public in and for said County and State, residing
duly commissioned and sworn, personally appeared CARL ARMSTRONG
known to me to iu, Atiornoy-m-Fact of THE AMERICAN INSURANCE COMPANY
tie corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the sa.d instrument in behalf c[ the said corporation, and he duly acknowledged to me that such corporation executed the same.
1N WITNESS WFEFIE01r, re to et m and and allixed my official seal, the day and year stated in this certificate above.
MARTHA CAPPs
"f, Commission Expire -M I -UnIC-CAL(FO NIA
L/ PRMCIR^dL CFFI-�: (,14 Notary Public
'47� OplAtllcc COUNTY
My Commission Expires Oct. 21, 1973
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Sunday, after having received
notice that the contract is ready for signature, the proceeds of check or bind accompany-
ing this bid shall become the property of the City of Newport Beach.
Licensed in accordance with the Statutes of the State of California providin for
the registration of Contractors, License No. �g�6 197 Classification o-/ z-
Accompanying this proposal is
4
ludsn, l.ertitlea LneCK, Gasnler -s LneCK or lion
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
one umm ear Bidder Name
(SEAL)
ate 'Authorized ignature
Authorized igna ure
a%) 7.1 ry.
Type of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
i 4
c 'E
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
2
3
4.
5.
6.
7.
8.
9.
10.
11.
12.
4)
Type of Organization
(Individual, Co- partnership or Corp)
�f /Ai °maro' u,
Address
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, , as Principal,
and , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), 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 the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday and Sunday) from the date of the
mailing of a notice to the above bounden principal by and from said City of Newport
Beach that said contract is ready for execution, then this obligation shall become null
and void; otherwise it 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)
Principal
(Attach acknowledgement of
Attorney in Fact)
z
Title
0 0
Page 9
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants 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
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this /� day of 7 e ,
19�
My commission expires:
My Ccmm65101 "P'r ?s Oily Id, 1271
ary PUMIC
., ..... » ...... .......................OFFICIAL cc
_. ELMA ELAINE STEVENS
p NOTARY PUBLIC -CALIFORNIA 5
t' PRINCIPAL OFFICE IN f
ORANGE COUNTY f
i«........... ....._.. ...... .. ........................ ..... ..............'
0 0
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Si gne — /��
0 0
Page l0a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Signed
u
s
n
m
1
I
i�
_ r
M 0-1
0�
ma
z �Iv
cnz�
co
v
N
C
3
3
a
X
-c
i�i�ui�'
�dI11111,�Nnliwlfl
�YIIIII�IIIAR�IIIII!
_ r
M 0-1
0�
ma
z �Iv
cnz�
co
v
N
C
3
3
a
X
-c
I
rn 0 -4
0 q.
M
ri n
)>
;v --i
(n z rr
In
I
r
I
hop
51cmr
t9
CD
A
fQ
- G
;7
K
97
fN
FO
!1
4
rk
12
rn
Lk
0
U
. lu
Ap
ri
11
wn
Y.
n
ri
ri
-v
C,
c
lu
-
ri
ko
&i
D
v%
Ll
0
0
ril
'I
h
I'l
'I
Zi
C:
rn 0 -4
0 q.
M
ri n
)>
;v --i
(n z rr
In
I
r
I