HomeMy WebLinkAboutC-1291 - Third Avenue Street Improvements - Avocado to CarnationE
E. L. White Co., Inc.
12311 Chapman, Suite IZ1
Garden Grove, California 92640
It
October 5, 1970
Subject: Surety: The Americsn Insurance Company
Bonds No.: 7104195
Project: Third Avenue Street Improvements
Contract No.: 1291
The City Council on September 14, 1970 accepted the work of
subject project and authorized 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 September 23. 1970, in Book No. 9411, Page 795. Please
notify your surety company that bonds may be released 35 days
after recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
i
C: t: i ..... _ .. A
.. .. .'..D
'14592 4
NOTICE OF COMPLETION
'{ 9411 paiT95
I RECORDED AT REQUEST OF
�
` CM nr «ca nm W"
ORANGE COUNTY, CALIF.
PUBLIC WORKS FREE 9'05 AM SEP 23
C3 1. WYM CRRLY11.
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE. NOTICE that on _
the Public Works project consisting of Third Avenue
on which E. L. White Co., Inc.
was the contractor, and The American Insurance Company
was the surety, was completed.
I, the undersigned, say:
1970
ments
1970
unty RKMW
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 September 21, 1970 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 September 14, 1970 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 September 21, 1970 at Newport Beach, Califo.rni.a.
j Z,
ell
d
0 f
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: September 21, 1970
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Cmpletion of Public
Works project consisting of Third Avenue Street Improvements
Contract No. 1291
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.
SEP 141970
September 14, 1970
By the CITY COUNCIL
CITY AF Nv -woART BEACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 17FIRD-_AY,FNUE STREET IMPROVEMENTS (G -1291)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
2;7-6
The contract for the construction of the Third Avenue Street Improvements
has been completed to the satisfaction of the Public Works Department.
The bid price was: $ 300850.50
Amount of unit price items constructed: 29,750.91
Amount of change orders: - --
Total contract cost: 29,750.91
Amount budgeted in Account No. 02- 3397 -205: 329500,00
The contractor is E. L. White Company, Inc, of Garden Grove, California.
The contract date of completion was September 5, 1970. All work was completed
by August 24, 1970.
eph T. evlin
lic s Director
D /bg
0
CITY OF NEWPORT BEACH
Date M1 13, 1970
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1291
Project I= A9= gam' IMpMUMM
Attached are 3 executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor: g, 1„ WffM CD,* ]M,
Address: 12311 QMju1s min 121, GftftR 6m"t CA 92640
Amount: $ 4309"0'$0
Effective Date: 7_7_M
Resolution No. 720C_ adopted on 6 -22 -76
i
LL:dg
Att.
cc: Finance Department ❑
t
0
July 7, 1970
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: THIRD AVENUE STREET IMPROVEMENTS, CONTRACT 1291
Attached are four sets of the subject contract and the
necessary insurance documents. Will you please have the
contracts executed on behalf of the city, retain your
copy (plus the insurance) and return the remaining three
sets to our office for distribution.
Ed L. McDonald
Project Engineer
ELM /ldg
Att.
ENDORSEMENT
This endorsement, effective 6 -26 -70
112:01 A. M., standard time)
issued to E. L. WHITE CO., INC.
by CONTINENTAL CASUALTY COMPANY
forms a Part of Policy No. RDU240 900 97 03
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.
Newport Beach, Calif.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
Third Avenue Street Improvements C -1291
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.
A; t c, :`vcj) AS
D? it CA CITY ATTORNEY
BY Z? _ ................
All other terms and conditions of this policy remain unchanged.
Endorsement No.
PY•eeee•t
me
I
3
ENDORSEMENT
This endorsement, effective 6 -26 -70 , forms a part of policy No. LC -166 47 74
(12:01 A. M., standard time)
issued to E. L. WHITE CO., INC.
by FIREMANS FUND INSURANCE COMPANY
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.
Newport Beach, Calif.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
THIRD AVENUE STREET IMPROVEMENTS C -1291
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.
Authorized Repreaentafiw�,��
P2�66041 Mc - ..
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 Hall
3300 W. Newport Blvd.
Newport Beach, Calif.
NAMED E.L. White Co., Inc.
INSURED P.O. 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 Nat'l
DM610186
EFF 10 -1 -69
STATUTORY
WORKMEN'S COMPENSATION
EXP
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
$ .000 EACH PERSON
EFF
(INCLUDING AUTOMOBILE)
EXP
$ ,000 EACH OCCURRENCE
$ .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 -7
EFF 9 -1 -69
$1 ,000,000 EACH OCCURRENCE
INJURY AND PROPERTY DAMAGE
EXP 9 -1 -70
Auto b General
Continental Cas.
RDU900 -97
3EFF 9 -1 -69
EXP 9 -1 -70
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE AND THEFT
$
COLLISION OR UPSET
I EXP
LESS $ DEDUCTIBLE
LOSS PAYABLE TO
REMARKS
Job: Third Avenue Street Improvements - C -1291
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 -26 -70
tI1C D
BY__ L� Q-&*L- ( ✓
AUTHORIZED REPRESENTATIVE
FORM 34a -8 .. AkC ;.
fe
issued to
by
ENDORSEMENT
This endorsement, effective 6 -26 -70
(12:01 A. M., standard time)
E. L. WHITE CO., INC.
CONTINENTAL CASUALTY COMPANY
ADDITIONAL INSURED
forms a Parr of Policy No. RDU240 900 97 03
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY
INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES
CITY OF NEWPORT BEACH
City Hall
3300 W. Newport Blvd.
Newport Beach, Calif.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
Third Avenue Street Improvements C -1291
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.
APPROVED AS TO FGAM
Dated: [ /ja
.PTY A. ORNEY
Sz -z/ 1P._..,_ .....................
All other terms and conditions of this policy remain unchanged.
Endorsement No. '1'8
t
ENDORSEMENT
This endorsement, effective 6 -26 -70
(12:01 A. M., standard time)
issued to E. L. WHITE CO., INC.
by FIREMANS FUND INSURANCE COFTANY
i
, forms o port of policy No.
ADDITIONAL INSURED
LC -166 47 74
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY
INJURY AND FOR PROPERTY DAMAGE LIABILITY APPLIES, SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" ALSO INCLUDES
CITY OF NEWPORT BEACH
CITY HALL
3300 W. Newport Blvd.
Newport Beach, Calif.
BUT ONLY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED
IN CONNECTION WITH THE FOLLOWING DESCRIBED OPERATIONS:
THIRD AVENUE STREET IMPROVEMENTS C -1291
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.
APPROVED AS TO rORM
Dated: % 6(70
.CITY A 0 NEY
All other terms and conditions of this policy remain unchanged.
Endorsement No. 18
os -eesrt Mc
° A~ized lk arsssntatM
i 9
CERTIFICATE
of LEATHERBY ' INSURANCE SERVICE, INC.
INSURANCE BOX 5347 FULLERTON, CALIFORNIA 92632
(7 14) 879 -8903 (213) 691 -0718
CERTIFICATE City of Newport Beach
ISSUED TO City Hall
3300 W. Newport Blvd.
Newport Beach, Calif.
NAMED E.L. White Co., Inc.
INSURED P.O. 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 Nat'l
DM610186
EFF
10 -1 -69
STATUTORY
WORKMEN'S COMPENSATION
EXP
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
E ,000 EACH PERSON
EFF
(INCLUDING AUTOMOBILE)
E .000 EACH OCCURRENCE
EXP
S ,000 AGGREGATE PROD.
PROPERTY DAMAGE
$ .000 EACH OCCURRENCE
EFF
GENERAL
$ ,000AGGREGATE
EXP
AUTOMOBILE
$ ,000 EACH OCCURRENCE
COMBINEDSINGLE LIMIT BODILY
Fireman's Fund
LC166 -47 -7
JEFF 9 -1 -69
$1 000.000 EACH OCCURRENCE
INJURY AND PROPERTY DAMAGE
EXP 9 -1 -70
,
Auto & General
Continental Cas.
RDU900 -97
3FF 9 -1 -69
EXP 9 -1 -70
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
S
FIRE AND THEFT
$
COLLISION OR UPSET
EXP
LESS E DEDUCTIBLE
LOSS PAYABLE TO
REMARKS
Job: Third Avenue Street Improvements - C -1291
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 -26 -70
me _
BY
FORM 14E•8 THORIZED REPRESENTATIVE, /
CONTRACT NO. 1291
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
THIRD AVENUE STREET IMPROVEMENTS
APPROVED BY THE CITY COUNCIL
ON THIS 25TH DAY OF MAY 1970
Laura agios, y 0, erc
C• OF NEWPORT BEACH, CALIFORNIA • Pg. 1
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until /G: 3 a A.M. on the 16th day of. VQ �, 1970 at
which time they wi a opened and read, or ping reork as follows:
THIRD AVENUE STREET IMPROVEMENTS
CONTRACT NO. C -1291
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 r
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 Corporatimfs; the signatures of the President or Vice President
and Secretary or Assistant Secret are required and the Corporate Sear Sha1T_6e af`fixe _
to aTT 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 Nall, 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 California 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.
Pg. lA
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
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 and
as Certi e d Check, as ier 5 Check or Bon
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 Num e� r
June 16 1970
ate
E. L. White Company, Inc.
Bidder's Name
(SEAL)
/s/ E. L. White, President
Authorized Signature
Authorized igna ure
Corporation
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:
E. L. White
President and Man
Elaine Stevens 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
1. Concrete
2. Engineeri
3.
4.
5.
6.
7.
8
9
10
11
12
Sub - contractor
L. J. Davis
Raub. Bein and Frost
Address
Anaheim, California
Costa Mesa, California
E. L. White Com an 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
Adaris
FOR ORIGINAL, S CITY CLERK'S FILE COPY •
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, E. L. White Co., 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 bid 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
3rd Avenue Street Improvements - Contract No. 1291
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) E. L. White Co., Inc.
rincipa
(Attach acknowledgement of
Attorney in Fact)
Carl Armstrong, Attorney -in -fact
BY: /s/ E. L. White, President
Martha Capps, Notary Public THE AMERICAN INSURANCE COMPANY
Commission Expires October 21, 1973 Surety
By BY: Carl Armstrong, Attorney -in -Fact
Title
• •
PAGE 7
Band No. 7104195
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 E. L. White Company, Inc.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL, A CONTRACT FOR
THIRD AVENUE STREET IMPROVEMENTS - C -1291
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, _ F. L. WHITE COMPANY, INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR ", AND THE AMERICAN
INgIIRANCF CnMPANY �
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
SAID SUM BEING EQUAL TOM" THE ESTIMATED AMOUPT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-
MENT, WELL AND TRULY TO BE MADE, WE SI -ND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT,,AND MEANINQ,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS' OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME MULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. -
(PERFORMANCE BOND - CONTINUED)
0
PAGE 8
AND SAID SURETY, FOR VALUE RECEIVE01 HEREBY STIPULATES AND AGREES THAT NO CHANGE
EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SMALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND/ AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE/ EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CO"o
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOFs THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMEDA ON THE 96th DAY OF JUNE 196 •
E.L. WHITE CO.. INC. (S[AL)
BY (SEAL f-
('Sett`)" "
CONTRACTOR
APPROVED AS TO FORM:
CI V ATTOR
:.ul 11 G 1 1 ul' L 1
SU rY
CARL ARMSTRONG Rftorney -in ct:�
0
`J
S:ateol Cali`orni
County of nrange 1 ss:
'5., Junc 14TH , before me, a Notary Public in and for said County and State, residing
therein., duly commissioned and sworn, personally appeared Gr, L �ntr n' r
known to me to be Attorney -in -Fact of T. =.
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 ereunto set;my hancrrMd affixed Iny official seal, the day and year stated in this certificate above.
MARTHA CAPPS
Y' -•,' NpT �:;: 'UELI }C.ALIFOr HIA �/
mp I•' P ^It ICI P. ".L CFFIS °_ 1:J / fl
My Commission Expires -_. AA -- -� �-V
My Commission G:)ires 0ct_21 197^3
diary Publi
KNOW ALL MEN BY THESE PRESENTS,
LABOR AND MATERIAL BOND
THAT
PAGE 5
Bond No 7104195
Premium $185.00
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT, BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED June 22 1970
HAS AWARDED TO E. L. White Company, Inc. ,
HEREINAFTER DESIGNATED A$ THE PRINCIPAL „, A CONTRACT FOR
THIRD AVENUE STREET IMPROVEMENTS - C -1291
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS.AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND.
THE TERMS THEREOF REQUIRE THE FURNISHING OF A -BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF H13 OR ITS SUBCONTRACTORS, SMALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON., FOR,
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, WE E. L. WHITE COMPANY, INC.
AS PRINCIPAL, HEREINAFTER DE31ONATED AS THE CONTRACTOR AND THE AMERICAN
INSURANCE COMPANY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FIFTEEN THOUSAND FOUR HUNDRED TWENTY FIVE AND 25/d000LL4RS ($. 15.425.25 ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR AS31ONSO
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS*
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, -USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY 'KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPDCT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME] IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE:SOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED SY,THE PROV13tONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE.'OF CAtIFeRN1A•.
PAGE G
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SMALL INURE TO THE BENEFIT OF ANY AND ALL PER50NSI 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
TH13 BONDS 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 CHANOEp
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGES EXTENSION OF TIMEp 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 SMALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOFs THIS INSTR HAS BEEN DULY EXECUTAQ BY THE PRINCIPA,6,AND
SURETY ABOVE NAMED ON THE ccu�ww�l DAY OF JUVt
E. L. WHITE CO., INC.. (Scu)
BY
(SEAL)
CONTRACTOR
THE AMERICAN �INSURANCE �COMPANY _ (S AtT
CARL ttorney- n. aclr
1S EA{)
SURETY • -
APPROVED AS TO FORMS
CITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST=
CITY tLERK
State of CAL IFOMJA ss:
County of ORANGE
e:: June 26, 1970 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared CARL ARMSTRONG
known to me to be Attorney -in -Fact of I rn
THE .IC.A'J IiJSURA :'ICS COi ?PApJY
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
i n MARTHA CAPPS
%1%yy NJT (.'/ 'JZLI }aALIFJ RNIA
My Commission Expires Gt
official seal, the day and year stated in this certificate above.
n
oanrcc: cOUN,Y Notary Public
My Commission Expires Oct 21, 1973 0
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 16th day of June ,
19 70 .
My commission expires:
May 14, 1971
L. White Co
� /s/ E. L. White, President
Elma Elaine Stevens
Notary Public
# FOR ORIGINAL SEE CITY CLERKS FILE COPY
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 a_ ^50,0().00 worth of Heavy Construction Equiptment
Can !fond $1,n0O,,iOO.()0 on contracts.
Have Accounts Receivable $76,390.94
Cash in Hank $62,666.43
Keep all accounts paid current.
s E. L. White
Signed
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.
1970
City
of
Westminster
Public Works
893 -4511 Ext 228
1970
City
of
LaPalma
Public Works
523 -7700
1970
City
of
Huntington Beach
Public Works
516 -6551
1970
City
of
Orange
Public Works
633 -2300
1970
County
of Orange
Road Department
834 -3456
1969
City
of
Garden Grove
Public Works
537 -4200
1969
City
of
Newport Beach
Public Works
673 -2110
1970
Irvine
Industrial Complex
Ray Kimmey
833 -1010
-E
A..0
'T y
m +a:.�.�car.�' �'Y':a,• Y �� cri v-i as 'A-`hr s�ai°° � y, ^_.'vL
.
9 0
PAGE II
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS % 25✓ DAY OF I ?�
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND E. L. WHITE COMPANY, INC.
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
1.. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
THIRD AVENUE STREET IMPROVEMENTS - C -1291
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 MATERIALSS1y 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 L0$ 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 SMALL RECEIVE IN
FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. .
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES,HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN. CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS 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.
z 2/7/67 • • PAGE 12
5e PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA., THE CITY COUNCIL HAS
ASCERTAINED THE.GENERAL PREVAILING RATES OF PER DIEN WAGES FOR EACH CRAFT OR TYPE OF
WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS
INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE;;:OF AND INDEMNIFY AND SAVE HARMLESS THE
CITYO THE DIRECTOR OF PUBLIC WORKS) AND THEIR OFFICERS AND EMPLOYEESS FROM ALL CLAIMSg
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KINDO NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FRGMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSq LOSS, DAMAGED INJURYO AND LIABILITYS
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 OF NEWPORT BEACH CALIFOY IA
BY:
MAYOR
ATTEST:
.CITY CLERK
CONTRACTOR:
BY:
APPROVED AS TO FORM:
/ 7,J
CITY ATTORNEY
ITLE
_I
• CITY OF NEWPORT BEACH • 1.1
PUBLIC WORKS DEPARTMENT
THIRD AVENUE
STREET IMPROVEMENTS
CONTRACT NO. 1291
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1291
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
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1260 Construct 6 -inch C.F. Type "A"
Lineal Feet curb and gutter.
@ Two Dollars
and
Sixt -Five Cents $ 2.65 $ 3,339.00
er inea Foot
2. 450 Construct 8 -inch and variable C.F.
Lineal Feet Type "A" curb and gutter.
@ Two Dollars
and
Sixt -Five Cents $ 2.65 $ 1,192.50
er inea I Foot
3. 2000 Construct 8 -inch thick portland
Square Feet cement concrete cross gutter over
4 -inch thick aggregate base.
@ One Dollars
and
Twent -Five Cents $ 1.25 $ 2,500.00
Per qua re Foot
4. 4 Construct 61,-inch thick portland
Each cement concrete alley approach over
4 -inch thick aggregate base.
@ Two Hundred Fifty Five Dollars
and
Cents $ 255.00 $ 1.020.0n
Per Each
1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS " 'PRICE " PRICE
5. 60
Square Feet
6. 950
Square Feet
7. 1150
Square feet
8. 1400
Tons
Construct 6k -inch thick Portland
cement concrete alley pavement
@ One Dollars
and
- - - - -- Cents
Per Square Foot
Construct 4 -inch thick portland
cement concrete sidewalk
@ - - - - - -- Dollars
and
Sixtv -Five Cents
Per Square Foot
Construct 6 -inch thick portland
cement concrete drive approaches
@ --- - - - - -- Dollars
and
Eighty Cents
Per Square Foot
Construct asphaltic concrete base
course (8- inches thick)
$1.00 $ 60.00
$ .65 $ 617.50
$ .80 $ 920.00
@ Ten Dollars
and
Ei ht -Five Cents $ 10.85
er on
9. 300 Construct asbestos asphaltic concrete
Tons surfacing (la- inches thick)
@ Fourteen Dollars
and
Twent -Five Cents
er on
10. 700 Construct variable thickness asphaltic
Square Feet concrete patching
@ ----- - - - - -- Dollars
and
Ni net -Seven Cents
er qua re Foot
11. 550 Adjustment or replacement of walks
Square Feet and landings
$ 15,190.00
$ 14.25 $ 4,275.00
$ .97 $ 679.00
@ One Dollars
and
Twent -Five Cents $ 1.25 $ 687.50
e quare oot
• • 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT'PRICE WRITTEN IN WORDS PRICE PRICE
12. 3 Each Adjust manholes to grade
@ Ninety Dollars
and
--------
-_ -__ Cents $ 90.00 $ 270.00
Per Each
13. 2 Each Construct survey monument
@ Fifty Dollars
and
---- - - - - -- Cents $ 50.00 $ 100.00
Per Each
TOTAL PRICE WRITTEN IN WORDS:
Thirty Thousand Eight Hundred Fifty Dollars
and
Fifty Cents
$ 30,850.50
By +he c;TY COUNCIL June 22, 1970
CITY C f:_'i!f R`;' ,ZACH
TO: CITY COUNCIL E _ 3 c 1
FROM: Public Works Department ( J
SUBJECT: THIRD AVENUE STREET IMPROVEMENTS (C- 1291)
RECOMMENDATION:
Adopt a resolution awarding the contract to E. L. White Company, Inc.,
Garden Grove, California for $30,850.50 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 10:30 A.M.
on June 16, 1970.
BIDDER TOTAL
E. L. White Co. Inc., Garden Grove $30,850.50
Universal Asphalt Co. Inc., Santa Fe Springs 30,866.50
Patco Construction Co., Corona del Mar 32,899.00
Sully- Miller Contracting Co., Orange 32,960.00
The low bid is approximately 4.5% less than the engineer's estimate of $32,500.00.
The funds are available in Account 02- 3397 -205.
E. L. White Company, Inc. has previously performed satisfactory street work
for the city.
This project provides for the reconstruction of the deteriorated street
improvements on Third Avenue from Avocado Avenue to Carnation Avenue in the Corona del
Mar area.
The plans were prepared by the city. The estimated date of completion is
October 16, 1970.
h T�kevlin
c W* Ns Director
LM /ldg
xt SOL1�'IUn 1 7200
A RESOLUTION OF THE CI 1 CWTeiCIL OF TU CITY
OF NEWPOla BBAE`.1'1 AWARDUO A GONTRWT M
TiiI" AVENUE MMM UNUM TS, COMA=
not 1291
Iduaw, pursuant to the notice inviting bids J!Qitj►rk
In coaxwetion with Third Avenue street. Leprovem ftwZontract
So. 1291, in accordance with the plans and specifications here-
tofore adopted, bids were received on the 16th day of J=41, 1970,
and publicly opened and declared; and
W=UJ►S, it appears that the lowest responsible bidder
therefor is L. L. White gaVany, Inc., of Qarden Grove;
K)W, THMFOBt, U IT RESMVED by the City Council
of the City of 100port beach that the bid of R. 16. White G"N any,
lac., for the work in the mmut of 430,8 50.50 be aacapted°
and that the ooatreat for the described work be awarded to said
bidder;
BE IT rummbt MUE VID that the Mayor and City Clerk
are hereby aut,harised and directed to execute a contract in
accordance with the spcecifiaationa, bid a this award on behalf
of the City of agwport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
AUMPM this 2::.a4 day o.f use, .
My—or
ATUS"T
eit-Y Clerk TOb11 W
o � /G' ::3p�� •
I
May 25, 1970
ny iFo C Tf COUN"1L /— O
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: THIRD AVENUE STREET IMPROVEMENTS, C -1291
RECOMMENDATIONS:
1. Approve the Plans and Specifications
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M., June 16, 1970.
DISCUSSION:
This project provides for the reconstruction of the deteriorated street
improvements on Third Avenue from Avocado Avenue to Carnation Avenue in the Corona
del Mar area.
The estimated cost of the work is $32,500. The funds are available in Account
02- 3397 -205.
Plans were prepared by the City.
The estimated date of completion is October 16, 1970.
eph Devlin
lic o ks Director
n.
0 0
CONTRACT NO. 1291
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
THIRD AVENUE STREET IMPROVEMENTS
APPROVED BY THE CITY COUNCIL
ON THIS 25TH DAY OF MAY 1970
/ /
/�i wi /I zwlif MW
W
CROF NEWPORT BEACH, CALIFORNIA Pg. 1
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10 13 O A.M. on the 16th _ day of Ju �, 19�, at
which time they wi open and read, for per orming,work, as follows:
THIRD AVENUE'STREET IMPROVEMENTS
CONTRACT NO. C -1291
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 CorporatirnYS, the signatures of the President or Vice President
and _Sec�retaarry or Assistant Secret are required and the Corporat— a SeaT ShaTT_Ui_a f xxeed-
to 'aTT �uments req�u ring s gnatures. 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 S ecifications for Public Works Construction (1967 Edition
and Supplements) as prepar y t e Sout ern Ca i orn a 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.
Pg. IA .
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 Nay 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
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 providi g for
the registration of Contractors, License No. _-?Ye "7P 7 Classification L-42-
Accompanying this proposal is
(Gash, Certified Check, Gas
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(7/ yj CY- 3/c 3
one Number
✓/✓e
/4- 197
Date
Bidder's Name
=(SEAL)
2!� Ail Z v- ga.
Authorized ig ature
Authorized igna ure
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:: M
/' /9NA5(.0 e .
�AiNC V �i�,'e,✓J o(K/Cf >9.Cy - /iffA,Pu,yE,P
0 0
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
4.
5.
6.
7.
8.
9.
10.
11.
12.
C. l✓,U: 'e-
Bidders Rame
e4juthdrilzed Si nature
—Type of Organization
(Individual, Co- partnership or Corp)
AGaress
s • • Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
as Principal,
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)
rincipa
(Attach acknowledgement of
Attorney in Fact)
0
Title
Surety
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
/6 " day of ✓ ✓,✓e ,
191.
My commission expires:
My Commission Ezpims Flay id, 1771
J
Notary ubliic
...._..... .... ._-.. ... ... ...........................
.....,. .
! OFFICIAL
ELMA ELAINE STEVENS
o NOTARY PUBLIC- CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
r
Signed
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.
0 -, 1, , 4 -
igne
• CITY OF NEWPORT BEACH • 1.1
PUBLIC WORKS DEPARTMENT
THIRD AVENUE
STREET IMPROVEMENTS
CONTRACT NO. 1291
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1291
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
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1, 1260 Construct 6 -inch C.F. Type "A"
Lineal Feet curb and gutter.
@ Dollars
and
re Cents
er Lineal Foot
2. 450 Construct 8 -inch and variable C.F.
Lineal Feet Type "A" curb and gutter.
@ % Dollars
and
of�x+ /rc Cents
er Lineal Foot
3, 2000 Construct 8 -inch thick portland
Square Feet cement concrete cross gutter over
4 -inch thick aggregate base.
@ CAE Dollars
and
;iw�e, ry Five Cents
er sqdare Foot
4. 4 Construct 62 -inch thick portland
Each cement concrete alley approach over
4 -inch thick aggregate base.
$ -� 6.T
@ %WO /Jl Jr<j Fig FvC Dollars
and
Cents $ aRrr.o Per Each
$ '7 fo C. cc
•
. 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT "PRICE WRITTEN IN WORDS PRICE PRICE
5. 60 Construct 6k -inch thick portland
Square Feet cement concrete alley pavement
@ Oki Dollars
and
Cents
Per Square Foot
6. 950 Construct 4 -inch thick portland
Square Feet cement concrete sidewalk
@ Dollars
and
S;x>r r, V, Cents
Per Square Foot
7. 1150 Construct 6 -inch thick portland
Square Feet cement concrete drive approaches
$ 40. $ 60.00
$ , lf< $ G /7. fo
@ Dollars
and
E n> Cents $ J01
er squate Foot
8. 1400 Construct asphaltic concrete base
Tons course (8- inches thick)
@ 1'XA1 Dollars
and
uc Cents
er I on
9. 300 Construct asbestos asphaltic concrete
Tons surfacing (1;- inches thick)
@ Dollars
and
Cents
der Ton
10, 700 Construct variable thickness asphaltic
Square Feet concrete patching
.r,o
@ Dollars
and
/U ✓4ry JE ✓f^� Cents $ , 97 ¢ $ 6 79.0 0
der Squarre Foot
11. 550 Adjustment or replacement of walks
Square Feet and landings
@ ENE Dollars
and
Wert , ✓c
Cents $ $ W So
er square Foot
TOTAL PRICE WRITTEN IN WORDS:
y Dollars
and
Cents r0
0
,.3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT`PRICE WRITTEN IN
WORDS
PRICE
PRICE
12.
3 Each
Adjust manholes to grade
@ /11' �,
Dollars
and
i
Cents $
90,00
$ )70,00
Per Each
13.
2 Each
Construct survey monument
@ FF>
Dollars
and
Cents $
$ /o o...
Per Each
TOTAL PRICE WRITTEN IN WORDS:
y Dollars
and
Cents r0
THE A31 ERIOCAN INS 116CANCPC®11 PANY
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 COMPAKY, a corporation organized and doing
business under and by virtue of the laws of the Stats of New )srsay, and duly ►kensed kr the pwposs of makfnq, guaranteeing or
becoming sole surety upon bonds or undertakings required or authorized by Ihe,lowe of the Stale of CALIFORNIA ,
as Surety. are hold and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee)
to the just and full sum of TEN PERCENT OF THE AMOUNT BID
Dollars (S ) lawful money of the United States of Amerka, (or 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, these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, Ihi above boutt4n principal m aforesaid is about to hand
in and submit to the obliges a bid or proposal for the
3RD AVENUE STREET IMPROVEMENTS CONTRAOT #1291
in accordance with the plane 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 for the eompletion of said work an 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 Surety have caused these presents to be duly signed dad sialed-this = 11th
day of JUNE .19 .70
THE CAN
BY
CARL ARMSTRONG Atfem.r taTea
360277 —(TA) -11.68 - _ _ -
State at CALIFOR Ili
County of ORANN s
h
On JUNE II 1970 before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared CARL ARMSTRONG
known. to me to be Attorney -in -Fact of THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF. I have hereunto set myhand an
S O!FI'.:IAL SEAL
t MARTHA CAPPS
My Commission Expires 1'uC. CALIFORNIA
" PRIIICIPAL CFr)ZL rI
ORANGE COUNTY
My Cernmission Expires Oct 21, 1973
official seal, the day and year stated in this certificate above.
Notary Public
u
s
n
a
nnmmm�.m9�as�a
=o�aasa�
,u�1IlYHI�IN������
N�MIIIINIYI�YI�'�II�
nmm�nmYnnau������
�III�IIIIIII�IUW�l����
uunnneinimiemaun�
�I�NIIIIININIIIIIRI�nII
�IIIIIWNIIIMIIRINYnII�
nmimumnnnm�mi
i�i��iin�i��lliunm
III�I�IIIIIIIInIAII��II�
�D-ar
��R
�C�
� c i �.