Loading...
HomeMy WebLinkAboutC-1238 - Corona del Mar and Balboa Island Alley Improvements 1969-70CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Date: January 13, 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 alley improvements Corona del Mar area and Balboa Island Contract No. 1238 on which Coxco. Inc. was the Contractor and Industrial Indemnity Company was the surety. Please record and return to us. LL49 Encl. Very truly yours, Laura Lagios City Clerk City of Newport Beach MAIL TO Laura Lagios, City Clerk 0 CITY OFJ NEWPORT BEACH 8800 NEWPORT BLVD. NEWPORT SEACN, CALIF. 92660' 7110 NOTICE OF COMPLETION PUBLIC WORKS v 2 8rut46 \, L To All Laborers and Material Men and to Every Other Person Inter YOU WILL PLEASE TAKE NOTICE that on November 15, 1970 the Public Works project consisting of Alley Improvements Corona del Mar area and Balboa Island on which Coxco, Inc. was the contractor, and I was the surety, was completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 13, 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 January 11, 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 January 13, 1971 at Newport Beach, Cali €gsfa 1�. RECORDED AT REQUEST C 0117 OF Repom So= IN OFFICIAL -RECORDS of ORANGE COUNTY, CALIF. FREE C2 9:05 AM JAN 14 1971 L WYLIE CARLYLE, Comfy Remder January 11, 1971 JAN 11 1971 4-6 TO: CITY COUNCIL By the CITY COUNCIL CITY qua Nawo?o:T REACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS, CORONA DEL MAR AND BALBOA ISLAND, 1969 -70 (C -1238) 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 3$ days after . Notice of Completion has been filed. DISCUSSION: The contract for the 1969 -70 alley improvements in Corona del Mar and Balboa Island has been completed to the satisfaction of the Public Works Department. The bid price was $206,483.00 Amount of unit price items constructed 198,045.76 Amount of change orders 6,311.81 Total contract cost 200,626.33 Amount budgeted in Account No. 02- 3397 -205 2060483.00 There were two major change orders. One, for the removal and replacement of a retaining wall at the end of an alley adjacent to the Bayside Drive canyon, was in the amount of $1,963.35. The other, for the improvement of the south speedway between Ruby Avenue and Diamond Avenue, was in the amount of $3,730.54. The remainder was for minor items including removal and replacement of steps to accommodate a change in grade of the alley, filling and paving over abandoned manholes, etc. The contractor is Coxco, Inc. of Stanton, California. The contract date of completion was January 3, 1971. All work was completed by November 15, 1970. With the completion of this contract, the alleys have been paved with concrete in 52 blocks in Corona del Mar. There are portions of alleys in 15 blocks northerly of Bayside Drive /Coast Highway.which remain to be done. eph T..D vD lic Wo Director ldg n9 VENDOR COXCO, Inc. v, "rawer C Stanton, Calif. SHIP TO QUANTITY PURCHASE ORDER NO. ~ 1 TOTAL INVOICE IN DUPLICATE C OF NEVRORT BEA NUMBER MUST j As per contract APP -ORDER APPEAR ON ALL INVOICES, SHIP - VOICE 3300 NEWPORT BOULEVARD PINS NOTICES, SILLS OF LAD- IxD, EzP.RE99 RELENTS AND NEWPORT BEACH, CALIFORNIA 92660 - PACZAeE$ Resolution 7201 - PHONE: (714) 6%3-2110 DELIVERY PRl2[7C.._'lMALL IN- FOR CITY USE ONLY DATE JUn!10, 1970 CODE DEPARTMENT City COUnCil QUANTITY DESCRIPTION OF ARTICLES OR SERVICES REQUIRED UNIT PRIDE TOTAL Alley ilrprovements Corona del :ar and Balboa Island As per contract 206,483.00 Contract 1238 Resolution 7201 FOR CITY USE ONLY I M P O R i A.N T - CODE AMOUNT CITY OF NEWPORT BEACH - 3397 -200 p 206,483.00 Show as c separate item any retail sales tax, use tax or Federal tax appiiceb ie is this pvcchase. This order subject to California sales tax. I, D. W. MEANS All rsLowabie trans po::a:: on charges must be prepaid cad shorn as a sepa:ato "Lm on ^e invoice. Do not PURCHASING AGENT ma!ude Federal transportation tax. DEPARTMENT COPY F 3 j s �' i say w.e t,_• -'..� � �. i,' r Y-,.gL c S`i^�j is t i. , wl i _ to -_ -� 4 '}'[ - • {� y 1 }� ` x 'x E CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1238 4 Date day nI 19" E� roject MjEy 1.7iljj }.'7.If- COMM iT.. f.•.. o 1 UL MD Attached area, executed copies of subject contract for your files and for transmittal to the contractor. Contractor: en®� Mw_ Address: P. 0. Drew co 8twAmp CA Amount: $ 206,463.00 Effective Date: 7 -7-70 Resolution No. 7201 adopted on 6 -22 -70 i i� i� g. LL:dg Att. cc: Finance Department 13 ND. 24 A.P. R.P. It is agreed that the CITY OF NEWPORT BEACH is named as an additional insured under this policy. This endorsement forms o port of and is for otturhment to the follO.Yinq described policy issued by the PACIFIC INDEMNITY COMPANY and it effective from the inception dole of the policy unless onolher Phecrive dote is shown below. LC LWAYS COMPLETE ONLY WHEN THIS ENDORSEMENT 15 NOS PREPARFO WITH THE POLICY OR 15 NOT TO BE EFFECTIVE FROM THE INCEPIIOM PLEI ED JA'T Or THE POLCY MbER ` IxS UREb DATE Oi 155UE EFFECTNE DATE Oi THIS NOQRSEMENT 11514 COX BROS.CONSTRUCTION COMPANY,ET AL 7/8/70 7%1/70 FOR HOME OFFICE USE ONLY DRB: edm ALBERT G. RUBEN & CO. ,INC. LINE KING COMM, e NT R, OFF. AGE � PRpDUCEft AUTHORIZED REPRESENTAT Form IA026o C( i Atted are four sets of necessary insurance docurm executed on behalf, of the insurance) and return the for distribution. Fd I MchonaId subject contract and the Will you please have the contracts ;��' your copy (plus the Manq ree sets to our office. �'.. i 5'. !{�9 �:� i .'.' . 3�' n'� . �'.. INSURANCE COMPANY OF NORTH AMERICA AND PACIFIC 10PLOYERS GROUP OF INSURANCE C&ANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends P'EG ,. _.,or alien the coverage, limits, terms or conditions of the policies it certificates.) . 0 is to go CO. CODE ......_ COMPANY CODES r (a) Standard Workmen's ° -. -. _ .CITY OF NEWPORT BEACH © ALLIED INSURANCE CO. - ".� City Hall 3300 W. Newport Blvd. © PACIFIC EMPLOYERS INDEMNITY CO. JNewport Beach, Calif. ® PACIFIC EMPLOYERS INSURANCE CO. L COMPANY ® ; One Accident and 500, 000 OF NO THE AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by -X- below, have been issued to: ALBERT B. ROaERI &COMPANY, INC. Name and Address Aggregate Disease of Insured— Cox Bros. Construction Co., Coxco, Inc. etal 1450 E. 17th St. have C Gqtant>on , s lif. covering in tFe erns ereo,a the lolfowing oafiims: P. O. Box 11364 accordancewi Santa Ana, Calif. 92711 State of California ❑ TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation & ® © PWC 019210 7/1/70 -71 ; One Accident and 500, 000 Employers' Liability Aggregate Disease (b) General Liability PremisesOperations (including "In- ❑ ❑ cidental Contracts" as defined below) $ Each Person 2 Elevators ❑ ❑ S❑ Accident .2 t Independent Contractors F1 ❑ $ Each I❑ Occurrence °o Completed Operations/Products ❑ ❑ m Contractual, (Specific type as de- ❑ ❑ $ Aggregate -- Completed scribed in footnote below) — — — — — — Operations/Products — — Premises - Operations, (Including — S❑ ,accident "Incidental Contracts" as defined below) ❑ ❑ $ Each IL] Occurrence o Elevators ❑ ❑ ; Aggregate—Prem./Oyer. 2 Independent Contractors ❑ ❑ ; Aggregate— Protective 2 Completed Operations/Products ° ❑ ❑ b Aggregate -- Completed Operations/Products Contractual, (Specific type as de- ❑ ❑ scribed in footnote below) I E Aggregate -- Contractual (e) Automobile Liability Owned Automobiles ❑ ❑ ; Each Person tt RE Hired Automobiles ❑ Accident Each Non-owned Automobiles _ — ❑ � ❑ Occurrerxa! . $ — — — — — to Owned Automobiles ❑ ❑ l/ S❑ Accident 8o Hired Automobiles ❑ El ` $ Each ) E] Occurrence °a Nonowned Automobiles (d) I AM AWARE; OF AND W LL COMPLY WITH SECTI N 3700 OF THE LABOR COD RE UI t G EVERY E PLOYER T BE INSURED AGAINST LIABILITY OR W RK N" S COMP OR TO UNDERTAKE Dated (if applicable): 1' Description (or Job): Definitions: "Incidental contract" means any written (1) lease of premises (2) easement agreement, excepl operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality require with work for the municipality, (4) sidetrack agreement, or (5) elevator nairltenanca ag It is the intention of the company that in the event of cancelation of the / policy or policies by the company, ten (10) days' written notice of such cancelation will be given'to you at the address stated above. Albert G. Ru en & .. . I -in" 20011 4" YID. NLLSA,. , .. ... ,..:... ., 1. tili101ffAL , in connection with constnxtion or demolition frm nicipat rinanre except in connection :3 eq? .y � _ I i � i Y °F a 1[1N INDEMN11Y DOMP& CERTfFICATE-OF INSURANCE ALBERT 6...,R P 14W St. CITY OF NEWFOItT $ P,.Q 31364 City Hall n' art lif 92711 3300 W. Newport Blvd Newport Beach, Califsy�', iH1S'.IS TO CERTIFY as to the existence as 40 this date. of the below described mwghn2e with the Pacthc InderLmF}y Y Should any'.change occur m this insurance, the tmder"ned will en e¢vQr ib give written notice to the holder of • to but failure to give such notice shoal impase':narif�:#gaa1F'9fY or lmbtli>;y, company.orihe'itM ifsigaed i -. l.' Nome of Insured Cioxco, Inq , and Cox Bros. CO ctlon Co Address of Insured P. 0. Drawer lIC!', Stanton-; Calif. `location of Risk Corona del Mar' and Balboa Island.,,.., ' oexrlption of 'Risk Alley :I € 7X-7,1 x x' < Workmen's.Compensafion::Policy No Tema, f om AZ s�� " t , ." fiamprehensir e'.Liebrlity:_ Policy (Vo.,' j_,�,1;,2,115i�%'... .' Ir my1, 1970 toJtkCmprehansiveGenmalLbbibty Insurancar ° Bodily Injury Liability f 500, 000 each person, f 500 O g x , each ocd/nepce. f 50� � a89re ato. s' t ' Property Damage liability _,.. f 5Q0; 000 .each occanrnrf5 .500, Aggregate ' F a z Comprehgnsiva Automobile L16piRry Insdrdn<e: i Bodily Injury Liability f each person f' 'do each occurrence' I y ty - . 500, 000:.'x... z• i " Properly Damage Liability 4 500, 000 each occurrence G owners'. Landlords and Tenants Gobijtty: ❑ Policy No. Manufacturers' and Contractors' Liability: ❑ Term: tram to Bodily Injury Liability f each person. f' . - - each occur %Cisco Property Damage Liability f each occutylfn5x.af oggre" . 4: Policy No. � 'Term: from .This Certificate of Insurance neither affirmatively or negatively amends, extends or altersrthe coverage' afforded by any -of the above. mentioned policies.' REMARKS: It .1S hereby understood and agreed that the policy to. which this certificate refers r 'may. not be cancelled, materially changed, nor . the policy allowed to lapse untkLAen (10) days, after receipt by the City Clerk of the City of Newport Beach, City Hall; Newport Bea h, 4, 0 CaLk}W�'�a; of a rg�ijtered written notice of such caxw_ellat on or,.reduction in coverage: 30th. June 1970 Albert G. ben & Ro., 4nc. y By i.. i i vt c t rpb @ s r t A 'flQ A r or p .r ••,. .« 4, tV .+WIC :5.:1 N. e. m.a_.M_1k14rs .. ..l u: 1 I 1 1 i i vt v p .r ••,. .« 4, tV .+WIC :5.:1 N. e. m.a_.M_1k14rs .. ..l u: C T4Y CL��tC CONTRACT NO. 1238 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS CORONA DEL MAR AREA AND BALBOA ISLAND Approved by the City Council on this 25th Day of May, 1970 / � ri . . P • C 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 16th day of June , 1970 , at which time they wi bTT a opened and read, for performing work asoT olowws: ALLEY IMPROVEMENTS, CORONA DEL MAR AREA AND BALBOA ISLAND CONTRACT NO. 1238 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 Seal Shall TT-6 affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non- refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern Ca i ornia Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special 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 0 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. 206707 Classification a Accompanying this proposal is Bond (Cash, Certified Check, as ier 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. ,0, ,- C XCO INC Bidder's ame (SEAL) Is/R. D Cox ut off ze ignature Authorized igna ure Corporation 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: Coxco, Inc. M. A. Cox, President R. D. Cox, Vice President R. D. Cox, 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 I. NONE 2. 7. 8. 0 10 11 12. COXCO INC. Bid er s Name /s /R. D. Cox, Vice President Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp) COXCO, INC. c/o Cox Bros. Construction Co. Post Office Box C Stanton. California 90680 ress FOR ORIGINAL, SEE CITY CL KS FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, COXCO, INC. as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF TOTAL AMOUNT BID IN Dollars ($ - - -- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -1970 CONTRACT No. 1238 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 16th day of June . 19 70 - Corporate Seal (If Corporation) COXCO, INC. Principal (Attach acknowledgement of By: /s/ R. D. Cox, Vice President Attorney in Fact) Francis G.'Jarvis, Jr. Attorney -in -Fact Mary A. Jenny, Notary Public INDUSTRIAL INDEMNITY COMPANY ommission expires ugus Surety By /s /Francis G. Jarvis, Jr. Title Attorney -in -Fact EXECUTED IN FOUR (4) ATERFARTS , p ,qk charged for t6W. Bond Is Wcluded in that rhuNa w fie Won mee BoW LABOR AND MATERIAL BOND BOND NO. Y8629 -4710 KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO COXCO INC. , HEREINAFTER DESIGNATED AS THE It PRINCIPAL", A CONTRACT FOR ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -70 (CONTRACT NO. 1238) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS.AND SPECIFt- 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, ON OTHER SUPPLIES OR TEAMS USED IN, UPON..,, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND,. THE SURETY ON THIS BOND WILL PAY THE SAME TO THE 'EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE Bum, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND I � 1111144 ; .L? k ' F r' AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED THREE THOUSAND, TWO HUNDRED FORTY -ONE AND 50 /100 ------------- - - - - -- DOLLARS (* 103.241.50 ), SAID SUN 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 SUPPLIESP OR TEAM5,.USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPEC1- FLED 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 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 or CIVIL PROCEDURE 50 AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR A331GNS 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 CMANGE� 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 SURETY ABOVE NAMED, ON THE 29th APPROVED AS/J TO FORM. TY ATT EY BEEN DULY EXECUTED BY THE PRINCIPAL AND _ DAY OF NNE , 1970 IY CO %C0. INC. iStii - �ISIAI F Pres. THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTI CITY' LERK E 0 a I v State of California J� I� ss. On June 29, 1970 , before me, the undersigned, County of Orange a Notary Public of said county and state, personally appeared Francis G Jarvis, Jr known to me to be the Attorney of the INDUSTRIAL INDEMNITY COMPANY, the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. vo�+oe:.:�v�a000a�oea sc.sc :�•; .. � .... „ ' MARY A. JENNY rte. NOTARY PUBLIC UA.Wo �`•. + PFiNC;PAL Orr r \ - ORANGE COUrt.v ,;' Notary Public orstau sw. Mr comm,..�.� L. 4. A., . sr, Mary . Je tny, IYO50 R3 110164) -- ,j s • FOR ORIGINAL SEE CI LERKS FILE COPY EXECUTED IN FOUR (4) COUNTERPARTS PAGE 7 Bond No. YS- 629 -4710 Premium: $1,026.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 22 1970 HAS AWARDED To COXCO INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -70 (CONTRACT NO. 1238) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, CO %CO3 INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR% AND IMSTRIAL INDEMNITY COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUN OF TWO HUNDRED SIX THOUSAND FOUR HUNDRED EIGHTY -THREE AND N0 1100 ------------- - - - - -- DOLLARS ($' 206,483.00 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO SE.PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS 08LIGATION 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. 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 A80VE 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 29th DAY OF JUNE, 1970 , fl- . (SEAL) V' G Pres. — = EiL) - _- TRACTOR (SEAL) L) Francis G. Jar)dxd Jr., Attorney -in -Fact - i I[ APPROVED AS TO FORM: CITY A TORNEY t r _E a • 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 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: September 20, 1971 COXCO, INC. BY: /s/ R. D. Cox, Vice President /s/ James H. Dailev o ary 1suTiTic 1 • FOR ORIGINAL SEE CITY CLERKS 9 LE COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 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. 1969 City of Newport Beach J. T. Devlin (714) 673 -2110 1970 City of Norwalk Fred Roo$ (213) 868 -3254 1970 City of Corona Arthur Goulet (714) 737 -1280 COXCO, INC. igne 0 C O N T R A C T PAGE II THIS AGREEMENT, MADE AND ENTERED INTO THIS 14 DAY OF , I9f7%v, BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND COXCO, INC. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I.. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -70 (Contract No. 1238) 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 LOSB 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 DOESIHEREBY 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 AGREEMENT. 2/7/67 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 B16S AND IS INCORPORATED BY REFERENCE HEREJM. C. THE CONTRACTOR SHALL ASSUME THE DEFEN,0-f6F AND INDEMNIFY AND SAft MARMLE33 THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR:_ /FFICERS 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. CITY OFJPORT ACH, C IFORNI BY: MAYOR ATTEST: t � w CITY C ERK GOXCO. INC. TITLE APPROVED AS TO FORM: ITY ATT NEY J CITY OF NEWPORT BEACH ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -70 CONTRACT NO. 1238 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PRIof3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1238 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 82,500 Construct 6h -inch thick P.C.C. Square Feet alley pavement (Corona del Mar) @ One Dollar Dollars and E q hteen Cents Cents $ 1.18 $ 97,350.00 er quare oot 2. 25,300 Construct 6 -inch thick P.C.C. Square Feet alley pavement (Balboa Island) @ One Dollar Dollars and Fourteen Cents Cents $ 1.14 $ 28,842.00 Per Square oot 3. 26 Each Construct 6h -inch thick P.C.C. alley approach over 4 -inch thick aggregate base (Corona del Mar) @ Five Hundred Dollars and -- Cents $ 500.00 $ 13,000.00 Per Each 4. 9 Each Construct 6 -inch thick P.C.C. alley approach over native soil (Balboa Island) Two Hundred and Sixty Dollars and Cents $ 260.00 $ $.34o -nn • • PR2of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 650 Construct 8 -inch thick P.C.C. Square Feet trench patching @ One Dollar and Dollars and Thirt Four Cents Cents $ 1.34 $ 871.00 --Per quare oot 6. 800 Construct 8 -inch thick P.C.C. Square Feet street paving @ One Dollar and Dollars and Thirt Four Cents Cents $ 1.34 $ 1,072.00 er quare o0 7. 12,400 Construct 6 -inch thick P.C.C. Square Feet garage approaches or sidewalk sections @ One Dollar and Dollars and Fifteen Cents $ 1.15 $ 14,260,00 er Square Foot nc" 8. 225 Construct 4 -4st thick P.C.C. vl1 Square Feet sidewalk @ One Dollar and Dollars and Four Cents Cents $ 1.04 $ 234.00 Per Square Foot 9. 130 Construct 6 -inch curb face, Type "A" Lineal Feet P.C.C. curb and gutter @ Five Dollars and Dollars and Ei ht Cents Cents $ 5.80 $ 754.00 er nea o0 10. 550 Construct 12 -inch wide variable Lineal Feet Height P.C.C. cut -off wall under alley edge @ Twelve Dollars Dollars and sevent cents Cents $ 12.70 $ 6,985.00 Per inea o0 11. 200 Construct variable height modified Lineal Feet Type "B" curb @ Four Dollars Dollars and Cents $ 4-nn $gyp nn Per Lineal Foot .` • PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE'WRITTEN IN WORDS PRICE PRICE 12. Lump Sum Modify drainage inlet in alley #25 -B @ Five Hundred Dollars Dollars and Cents $ 500.00 $ 500.00 Per ump um 13. Lump Sum Modify drainage inlet in alley #18 -B @ Seven Hundred Dollars Dollars and Cents $ 700.00 $ 700.00 Per Lump Sum 14. Lump Sum Modify existing under drain at 608 Iris @ Two Hundred and Dollars and Twenty Dollars Cents $ 220.00 $ 220.00 Per Lump Sum 15. 17,500 Construct 8 -inch thick A.C. street Square Feet paving and patching @ One Dollar and Dollars and Fifty Seven Cents Cents $ 1.57 $ 27,475.00 Per Square Foot 16. 10,000 Construct 4 -inch thick A.C. garage Square Feet approaches and patching @ One Dollar _ Dollars and - - - - - -- Cents $ 1.00 $ 10,000.00 Per Square Foot 17. 2800 Construct variable thickness A.C. Square Feet feather join @ Thirty Cents Dollars and - - - - - -- Cents $ 0.30 $ 840.00 er quare oot 18. 4 Each Construct warning sign @ Sixty Dollars Dollars and - - - - - -- Cents $ 60.00 $ 240.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Two Hundred and Six Thousand Four Hundred and Eighty Three Dollars and - - - -- Cents. JI:U June 22, 1970 CIL FROM: Public Works Department - SUBJECT: ALLEY IMPROVEMENTS, CORONA DEL MAR AREA AND BALBOA ISLAND (C -1238) RECOMMENDATIONS: Adopt a resolution awarding the contract to Coxco, Inc. of Stanton, California for $206,483.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 10:00 A.M. on June 16, 1970. BIDDER TOTAL Coxco, Inc., Stanton, California $206,483.00 R. J. Noble, Orange, California 224,082.50 Silver & Ruiz Construction Co., Fullerton 237,915.00 Sully- Miller Construction Co., Orange 268,938.75 Coxco, Inc. has performed similar work in the past in a very satisfactory manner for the city. The low bid is 5.5% more than the engineer's estimate of $196,000.00. Available unencumbered funds in the Annual Street and Alley Account No. 02- 3397 -205 are $203,535.12. Additional funds of $2,947.88 are required in order to award the contract to the low bidder. A budget amendment has been prepared for council consideration in the event the contract is awarded. This project provides for the replacement of the alley pavements where deteriorated water and sewer mains have been replaced in the Corona del Mar area and on Balboa Island. The plans were prepared by the city. The estimated date of completion is January 15, 1971. �• t seph Devlin blic orks Director ldg i � � s BESi3 lNi. 7,201 A U50LUTION OF THE Crft MMU OF TIDY QM Of MLWkORT SEACH AWA;RCIM dt QMTRACT FOR ALLEY UWWV ilTS, CORO CA DEL X" AREA AND ]fill" ISLAND, CMdRACT 1O. C12.38 WHEREAS, pursueett to the notice inviting bids for work in connection with allay improvemonta, Corona Del Mar erns, end Balboa Island, in accordan" with the plans and specifEica- ties heretofore Adopted, bids ware received on the 16th day Of June, 1970, and publicly opened and declared; and WOLU", it appears that the lowest responeibles bidder therefor is Coxce, Inc. of Stanton; NOW& TOXMU, BR IT UMLYZA by the City Council of the City of tart Beach that the bid of Ccsteso, Inc. for the work in the amount of $2060483.00 be aocaptaed, and that this contract for the described work be aided to said bidder; BE IT YMUR RESOIA O that the Heyor and City Clerk an hereby authoriaeed and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clark be directed to furnish an executed copy of the successful bidder. A9OMD this fact day of Ji,u,g., 1979. A2TM t ty clsik ear TRStbl 6/17%70 er, 'kg u ko 1 777 VI. .4T Qk� Am, I v 4 �qL Ig- , r Imp z - 05'. nli wr,. ek 3, n`a �?AY' 2 5 '1175 May 25, 1970 BY the CITY COUNCIL CITY C; BEACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ALLEY IMPROVEMENTS, CORONA DEL MAR AREA AND BALBOA ISLAND, C -1238 RECOMMENDATIONS: 1. Approve the Plans and Specifications 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., June 16, 1970. DISCUSSION: This project provides for reconstruction of approximately 30 deteriorated alleys with p'ortland cement concrete surfacing. The majority of the alleys are in the Corona del Mar area where water main replace- ment is presently under construction. Remaining seven alleys are on Balboa Island where City forces have been replacing deteriorated sewer mains. The estimated cost of the work is $196,000. The funds are available in Account 02- 3397 -205. Plans were prepared by the City. The estimated date of completion is January 15, 1971. in iirector CITY OF NEWPORT. BEACH PR 1 of 3 ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND COMO, 11lC. j 1969 -70 �a Go* 9,06, Coxstraci4on Co. CONTRACT N0. 1238 P. O. Box C Stanwe,Californis PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1238 in accordance with the Plans and Specifications, and will take in full „payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL 1. 82,500 Construct 6k -inch thick P.C.C. Square Feet alley pavement (Corona del Mar) Dollars and �D/� /�.•N fH /f ^ Cents $ ��� $ 97i33D.� der Square Foot 2. 25,300 Construct 6 -inch thick P.C.C. Square Feet alley pavement (Balboa Island) @ a0e �O /�� Dollars and /' 04- �vrAV -P? !�°i Cents Per square Foot 3. 26 Each Construct 6k -inch thick P.C.C. alley approach over 4 -inch thick aggregate base (Corona dell Mar) Dollars ' and Cents er Lacn 4. 9 Each Construct 6 -inch thick P.C.C. alley approach over native soil Io ` (Balboa Island) @ Dollars and f Cents 60•� 4. 2,ayv40 NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE PR 2 of 3 TOTAL PRICE 5. 650 Construct 8 -inch thick P.C.C. Square Feet trench patching @ f/ Dollars ✓ �i1� and' Cents 7y $ --Per quare Foot 6. 800 Construct 8 -inch thick P.C.C. Square Feet street paving @ e// e 'al�y OA` Dollars 2!/r1 .Tws� ` '_'r Per squaw Foot and Cents $ � ?y $ /�07�•� � 7. 120400 Construct 6 -inch thick P.C.C. Square Feet garage approaches or` sidewalk sections @ / //gyp �01� dL- Dollars and Cents $ /�5 $ /�i'i�bo•rn ear squareFoot 8. / % --' 225 Construct 4 -' thick P.C.C, 0A quare Feet sidewalk @�%'JP 5���' of­ Dollars � and Cents $ / py $ Per square Foot 9. � 130 Construct 6 -inch curb face, Type "A" Lineal Feet P.C.C. curb and gutter @ Fi�y �S��iS o<---- Dollars //� ei;,K�d and Cents $ sgo $ 7SY W —der i n Mott 10. "�L\ 550 Construct 12 -inch wide variable Lineal Feet Height P.C.C. cut -off wall under alley edge @ %� �l/ r Dollars , °L ✓1°G�rl /sue L��21f and Cents $ 12,-7D $ 6.985 Per, Lineal Foot 11. 200 Construct variable height modified Lineal Feet Type "B" curb era @ �vy �O bf Dollars j x Cents $ y� ro $ '0V • PR 3 of 3 QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12, Lump Sum Modify drainage inlet in alley #25 -B @ �LL� -, a yli!`,�q/ %/j `j'Dol 1 ars and co Cents $ SIiU $ ✓�Ofl'`� Per Lump Sum 13. Lump.Sum Modify drainage inlet in alley #18 -B ✓7 @0-10YJ7� O' �Of Dollars and Cents $ 7� l� $ 7��0 Per Lump Sum 14. Lump Sum Modify existing under drain at 608 Iris A @IA" ,p �a// pvyol //i Dollars and Cents ` eh Amp Sum 15. 17,500 Construct 8 -inch thick A.C. street Square Feet paving and patching @ APO �D` � Dollars and ��Tr/ ✓P/7°/7 /Ptr/J Cents —Per Sq re ooF` t 16. 10,000 Construct 4 -inch thick A.C. garage Square Feet approaches and patching @ J �° (/���— Dollars and ov Cents $ / $ /o, 6i» Per Square Foot 17. 2800 Construct variable thickness A.C. Square Feet feathery join,[ @ �`J /d /� �r°� /-f Dollars and Cents $ O 30 $ Per Square o0 18. 4 Each Construct warning sign @ k�r/X7Y Dollars 1 and w Cents $ 60 , $ x'10 . Per Each TOTAL PRICE WRITTEN IN"WORDS:� Dollars and ytr3. 7 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 signatur @, 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. = 06 -7 o7 Classification .9 Accompanying this proposal is \ VO.l ll, YGI 41 1 1 GY YIIG YID, 4 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. C•y e�3 -�6Gy ,)',0 INC. one Number Bidd r Name (SEAL) �� ate o z ignature Como, W, Augorized Signature ** QW Bros. Construction b ®; P.O. Box C qp *P Type ot'�rgam ti on a (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: CO'X000 INC. M. A. Cox . President J. A QOX - Wee lses. OLD. Cox 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.. ,� Bi der s Name ��Iowf Au - i gnatu D, C pow oX • titoo L 00_ - Type of Organization (Individual, Co- partnership or Corp) CDX0O, MQC. Qrna_ Constructl" CO. F.O. Box C Mtas"Aalifornia ress A • Bond YS- 640 - 3151 -31 nu for *Page 4 8oix! :t included t" 1W ,Mee+ a 16.. A, ,,,J Bid good.- BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, COXCO, INC. and INDUSTRIAL INDEMNITY COMPANY as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the SUM of TEN PERCENT (107) OF TOTAL AMOUNT BID IN Dollars ($ ---- - - - - -- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of ALLEY IMPROVEMENTS CORONA DEL MAR AND BALBOA ISLAND 1969 -1970 CONTRACT No. 1238 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 16th day of JUNE , 19 70. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) Tit I WN 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 thi s fG ' day of J'uA; 19-70 My commission expires: h,ly Comm=on ExpAres Sept 20, 1971 r S <e BOO +i 4 „ IN,, U!i: O :.: t.q.:. ;..e i Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. STATE OF CALIFORNIA — TRANSPORTATION AGENCY RONALD REAGAN. Govarnor DEPARTMENT OF PUBLIC WORKS DIVISION OF HIGHWAYS P.O. BOX 1499, SACRAMENTO 95807 _ November 18, 1969 Coxco Associates P. O. Box 'C' . Stanton, California 9.0680 Gentlemen: Y V Reference is made to your Statement of Experience and Financial Condition received on November 12, 1969. This statement has been reviewed and,`on the basis of the information contained therein, you have been qualified to bid on the 'following classes of work under the jurisdiction of the Division of Highways in the maximum amount of $5,005,000 Bids on any one type of work shall not exceed the maximum f R that type as, shown: / All Classes of $5,005,000 Construction The above rating is based on working capital. On the basis of net worth, it would be possible to prequalify 170 up to the maximum amount for the items shown below Maximum Rating Item Based on Net Worth All Classes of $5,545,000 Construction Sincerely, P. C. Sheridan Office Engineer I 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 Telei r.7 Cn�i�rrrr Zoe /�d ,�p� s+rJf- r�L� .»GZw /mss • 7-1s'/ A77- =mo lift' En in M' yy L�N�iHisr. /970 1;f4e �ea�o A.fls.., i /4rMl igne i Q D. Coz . Vice N S re fq 1 O •1 m A N Z z D � r • O L e �n i N C 3 3 a A 1 Illlllm,l0�l��g�0l�ll nnnmma� miuenm IIIIII�RIN�IIAINIhIII nnnmein�nemauiu� �IIIII�AIII�Il01NINllI� NIIIII�RIII�IIOI�RIIIIII nn i�nnmo�nwiuomn ��I I��III�IIgIp�Nll m A N Z z D � r • O L e �n i N C 3 3 a A 1