HomeMy WebLinkAboutC-1334 - Fernleaf Street End Improvements in China Covexa
January 17, 1972
Jezowski 6 Markel, Inc.
2619 W. Edinger Avenue
Santa Ana, CA 92704
Subject: remleaf Street End Improvements in
China Cove, C -1334
Enclosed is Your Cashier'-, Check in the amount of
$541.15 which was submitted in lieu of bidder'- bond
with your proposal on the above job.
Laura Lagios
City Clerk
LL:,-,wk
enc.
1
SEP 13 1971 September 13, 1971
BY fhe CITY COUNCIL
CITY OF M!1WP0aT ar+ACH 34 .
T0: CITY COUNCIL
FROM: Public Works Department
SUBJECT: FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE (C -1334)
RECOMMENDATIONS:
1. Adopt a resolution awarding the contract to R. W. McClellan
& Sons, Inc. of Costa Mesa, California for $5,370.75.
2. Authorize 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 3:00 P.M.
on September 7, 1971.
Bidder Amount
R. W. McClellan & Sons, Inc., Costa Mesa $5,370.75
Jezowski and Markel, Inc., Santa Ana $50411.50
Lynam -Wood Construction, Corona del Mar $60489.00
Trautwein Brothers, Newport Beach $12,310.00
The low bid is 23% less than the engineer's estimate of $7,000.00. Funds for
the project are available in Budget Appropriation No. 02- 3397 -259.
This project provides for the reconstruction of the Fernleaf Street end bulk-
head and related street improvements in China Cove.
The plans were prepared by the city. , The estimated date of completion is
November 6, 1971.
eph evlin,
lic r s Director
iL 4��t
August 23, 1971
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE (C -1334)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 3:00 P.M. on September 7, 1971.
11-,7
DISCUSSION:
This project provides for the reconstruction of the Fernleaf Street end
bulkhead and related street improvements in China Cove.
The estimated cost of the work is $7,000.00. Funds are available in Budget
Appropriation 02- 3397 -259.
The plans were prepared by the city. The estimated date of completion is
November 6 ,1971.
cue t,// , ►,
Joseph T. Devlin
Public Works Director
ELM /bg
z-
n,I-e
G November 22, 1971
NOV 2 21971
TO: CITY COUNCIL By the CITY COUNCIL
FROM: Public Works DepartmengITY OF Nliwwvau BEACH
SUBJECT: ACCEPTANCE OF FERNLEAF:STREET END IMPROVEMENTS (C- 1334)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the Fernleaf Avenue street end
bulkhead in China Cove has been completed to the satisfaction of the Public Works
Department.
The hid price was: $ 51370.75
Amount of unit price items constructed 5,527.65
Amount of change orders -
Total Contract Cost: 50527.65
Amount budgeted in Account No, 02- 3397 -259 $ 7,000.00
The contractor is R. W. McClellan and Sons, Inc. of Costa Mesa,
California.
The contract date of completion was December 14, 1971. All work was
completed by November 12, 1971.
oseph T. Devlin
ublic o ks Director
D /.ldg
R. W. lAcClellan & Sons, Inc.
151 Commercial Way
Costa Mesa, CA
0
December 20, 1971
Subject: Surety . The American Insurance Company
Project . Fernleaf Street Edd improvements
Contract No.: 1334
The City Council on November 22, 1971 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 December 6, 1971 in Book Mo. 9914, Page 234. Please notify
your surety company that bonds may be released 35 days after
recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
a.:
0 0
CITY OF NEWPORT BEACH
CALIFORNIA
Date: December 3, 1971
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Attached for recordation is Notice of Cm pletion of Public
Works project consisting of Fernleaf Street End Improvements
Contract No. 1334
on which R. W. McQellan & Sons, 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.
R- CORDING REQUESTED
"DY AtlD MAIL 10
CITY CLERK.
3300 W Newport Blvd.#
Newport Beachq Calif 92660
4365
NOTICE OF COMPLETION
PUBLIC WORKS
0 �uK 9914 °AsE234
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 12, 1971
the Public Works project consisting of Fernleaf Street End Improvemexts (C -1334)
on wnxcn r. w
was the contractor, and
was the surety, was cor
I, the undersigned, say:
Insurance
CITY OF NEWPORT BEACH
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 3, 1971 at Newport Beach, California.
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on November 22. 1971 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 3, 1971 at Newport Beach, California.
�y
v
ff E
RECORDED IN OFFICIAL RECO,v S
OF ORANGE COUJ -i Y, GgLIFORNIA
9:05 A.M. DEC 6 19711
J. WYLIE CARLYLE, County Recorder
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1334
Project Fwnl"f Strwt EW
In ChiM Cam
Date fit. 19s 197'1
Attached are ....3. executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor:
Address: 151 ca merOw wart Oosta Myra, CA
Amount: $ Ss370.7b
Effective Date:
Resolution No. 7626 adopted on 2,13 -71
LL:dg
Att.
cc: Finance Department ❑
i
Laura I�agl ..
t:
`3
c
0 0 ia -� �t
;. September 28, 1971
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE, C -1334
Attached are 4 sets of the subject contract documents and
the appropriate insurance certificates. Will you please
have executed on behalf of the city, retain your copy
and the certificates and return the remaining copies to
our department for distribution.
GGe me
Ed McDonald
Design Engineer
EM /ldg
Att.
lI
0
CERTIFICATE OF INSURANCE
t, J
IMPERIAL INSURANCE COMPANY
P 0, BOX 22; • LOS ANGELES, CALIF. 90054 • PHONE (213) 625 -0431
This is to Certify, that policies in the name of
NAMED R. W. McClellan & Sons, Inc.
INSURED
and 151 Commercial Way
ADDRESS Costa Mesa, California
I
are in force at the date hereof, as follows:
y
RU $043 _i
(Ed. lo-M)
KIND OF - -�
POLICY
!
POLICY
LIMITS OF LIABILITY
BODILY INJURY
PROPERTY DAMAGE
INSURANCE__
NUMBER_ PERIOD
WORKMEN'S
WCP
12991 -1
Elf.
10/1/71
Compensation
of
NIL
COMPENSATION
1011/72
California
COMPREHENSIVE GENERAL
GLA
906045
EN.
10/2/71
S
250 , 000 Each person
s 100 000 Each occurrence
LIABILITY
Exp.
lO/2/72
s
500 ,000Eacnoccurrence
E 50pQ 000 Aggregate
$
OOOAggregate
roauCts & contr
MANUFACTURERS' AND —
I
Eft.
$ '
DOD Each person
E DDO Each occurrence
CONTRACTORS' LIABILITY
Exp.
S
000 Each occurrence
S 000 Aggregate
OWNERS', LANDLORDS'
i
Eft.
_
$ �
, 000 Each person
$ . 000 Each occurrence
AND TENANTS' LIABILITY
–
Exp..
, S
000 Each occurrence
$ 000 Aggregate
CONTRACTUAL
EH.
$
, 000 Each person
$ , 000 Each occurrence
LIABILITY
I_Ex_o.
_ —�5
_ .000 Each occurrence
$ , 000 Aggregate
AUTOMOBILE LIABILITY
��
�1 Owned Automobiles
GLA
906045
Ex.
10/2/71 !d
250.00O Each person
�S 100 ,000 Each accident
Hired Automobiles
;Exp.
10/2/72
500 000 Each accident
i
�� Non -Owned Automobiles
COMPREHENSIVE AUTO-
Ef.
1
000 Each person
--
$ 000 Each occurrence]
MOBILE LIABILITY
OTHER:
I
000 Each occurrence
_-
ctu
al
It is hereby understood and agreed that the policy to which this certificate refer
may not be cancelled, materially changed, nor the policy allowed to lapse until
ten (10) days after receipt by the City Clerk of the City of Newport Beach, Cal.
In the event of any ma!eriai chmlge m, or cancel:alion of, said oolicies, the undersigned company will endeavor to give written notice to the party to whom this
certificate is issued, but fadme to give such notice shall impose no obligation nor liability upon the company.
of a registered notice of such cancellation Dated: 10/28/71
or reduction in coverage. Further agreed Nameot Imperial Insurance
City of Newport Beach is named as additional Company:
insured as applies to work performed by R. W. —
McClellan & Sons, Inc, oa zeo 6cra`esen :n E
CERTIFICATE ISSUED TO:
City of Newport Beach
NAMdE 3300 W. Newport Blvd.
ADDRESS Newport Beach, California
�YI
C°
0
CERTIFICATE OF INSURANCE
IMPERIAL INSURANCE COMPANY
P BOX 2217 . LOS ANGELEVCALIF. 90054 . PHONE (213) 6250431
This is to Certify, that policies in the name of
NAMED R. W. McClellan & Sons, Inc.
INSURED
and 151 Commercial Way
ADDRESS Costa Mesa, California
I
- J
are in force at the date hereof, as follows.
GU 6843 -r
(Ed. 10.66)
KIND OF
POLICY
POLICY
LIMITS OF
LIABILITY
INSURANCE
NUMBER
PERIOD
BODILY INJURY
PROPERTY DAMAGE
WORKMEN'S
IWCP 12991 -1
EfE
10/1/71
Provided by Workmen's
Compensation Law —State of
NIL
COMPENSATION
I
Exp.
10 1 72
California
COMPREHENSIVE GENERAL
I GLA 906045
Eft.
10/2/71
$ 250 , 000 Each person
$ 100
.000 Each occurrence
LIABILITY
Exp
10/2/72
$ 500 000 Each occurrence
$ 50Q
000 Aggregate
$ goo 000 Aggregate
roaucts
& contT
MANUFACTURERS' AND
E .
$ 000 Each person
$
000 Each occurrence
CONTRACTORS' LIABILITY
Exp.
S 000 Each occurrence
$
000 Aggregate
OWNERS', LANDLORDS'
LAND TENANTS' LIABILITY
Eff.
- Exp
$ 000 Each person
S 000 Each occurrence
$
$
000 Each occurrence
000 Aggregate
CONTRACTUAL
; Ett.
$ 000 Each person
$
000 Each occurrence
LIABILITY
' Exp.
+ -
--
$ .000 Each occurrence
$
000 Aggregate
AUTOMOBILE LIABILITY
i
I
�5
I
=; Owned Automobiles
GLA 906045
jElf
10/2/71
250, 000 Each person
�g 100
.000 Each accident
j Hired Automobiles
`
,Exp
10J2J72
is 500 000 Each accident
71, Nan -Owned Automobiles
COMPREHENSIVE AUTO-
IEf(.
$ 000 Each person
$
000 Each occurrence)
MOBILE LIABILITY
I
.Exp.
$ 000 Each occurrence
- ----- - -- - -- -- --
OTHER:
�- - -- - -
!-
.
- - - --
- - —
ctu
al
It is hereby understood and agreed that the policy to which this certificate refer;
may not be cancelled, materially changed, nor the policy allowed to lapse until
ten (10) days after receipt by the City Clerk of the City of Newport Beach, Cal.
In the evens of any mater a' chani,c m. o: cancellation of, said policies, the undersigned company will endeavor to give written notice to the party to whom this
certificate is issued. but fa,t,re to give °uch notice shall impose no oWigallon nor liability upon the company.
of a registered notice of such cancellation Dated: 10/28/71
or reduction in coverage. Further agreed Hart" Imperial Insurance
City of Newport Beach is named as additional Company:
insured as applies to work performed by R.
McClellan & Sons, Inc. THORQz REPRESS VE
CERTIFICATE ISSUED TO:
City of Newport Beach
NAME 3300 W. Newport Blvd.
and
ADDRESS Newport Beach, California
CO CERTIFICATE OF IIISIIRAf
IMPERIAL 'USURANCE COMPANY
P.O. BOX 2211 . LOS AN' CALIF. 90054 - PHONE (213) 625 -0431
This is to Certify, that policies in the name of
r
NAMED R. W. McClellan & Sons, Inc.
INSURED 151 Commercial Way
Y
ADDRESS Costa Mesa, California
L
are in force at the date hereof, as follows:
I
6U 6843 -x
(Ed. 10.66)
KIND OF
POLICY
POLICY
LIMITS OF LIABILITY
BODILY INJURY
PROPERTY DAMAGE
INSURANCE
NUMBER
PERIOD
WORKMEN'S
WCP 12991 -1
Eff,10 /1/71
Providd
CompensationyLawr- -State of
NIL
COMPENSATION
Exp. 10/1/72
California
COMPREHENSIVE GENERAL
Eff.10 /2/71
$ 250, 000 Each person
$ 250, 000 Each occurrence
LIABILITY
GLA 906045
Exp. 10/2/72
$ 500, 000 Each occurrence
$ 500, 000 Aggregate
$ 5 00, 000 Aggregate products
& contract
MANUFACTURERS' AND
Eff.
$ 000 Each person
$ , 000 Each occurrence
CONTRACTORS' LIABILITY
Exp.
000 Each occurrence
$ , 000 Aggregate
OWNERS', LANDLORDS'
Eff.
$ 000 Each person
$ 000 Each occurrence
AND TENANTS' LIABILITY
Exp.
$ 000 Each occurrence
$ 000 Aggregate
CONTRACTUAL
Eff.
$ , 000 Each person
$ , 000 Each occurrence
LIABILITY
Exp.
$ , 000 Each occurrence
$ , 000 Aggregate
AUTOMOBILE LIABILITY
❑ Owned Automobiles
GLA 906045
Eff. 10/2/71 $ 250 ,000 Each person $ 500, 000 Each accident
❑ Hired Automobiles
Exp. 10/2/72 $ 500 000 Each accident
❑ Non -Owned Automobiles
COMPREHENSIVE AUTO-
Eff.
$ 000 Each person
$ , 000 Each occurrence
MOBILE LIABILITY
Exp.
$ 000 Each occurrence
OTHER:
Eff.
Exp.
ual
It is hereby understood and agreed that the policy to which this
certificate refers may not be cancelled, materially changed, nor the
policy allowed to lapse until ten (10) days after receipt by the City
In the event of any material change in, or cancellation of, said policies, the undersigned company will endeavor to give written notice to the party to whom this
certificate is issued, but failure to give such notice shall impose no obligation nor liability upon the company.
Clerk of the City of Newport Beach, Calla gf a registered written notice of
such cancellation or reduction in coverage
Name
It is agreed that the City of Newportcompany: Imperial Insurance
Beach is named as additional insured as
applies to work performed by R. M. McClellan Au4NORi hEPHSSENTATiVE
CERTIFICATE ISSUED TO: & Sons, Inc.
City of Newport Beach
NanddE 3300 W. Newport Blvd.
ADDRESS L Newport Beach, California
1
CONTRACT NO. 1334
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
Approved by the City Council
this 23rd day of August 1971.
SUBMITTED BY:
ont
91 rk-
R.. Wra. ctor McClellan A Sons. Inc.
re mmercial Way
ress
ta me, City ip
_714- 548 -5511
Phone
$5.370 75
Tot�irice
0.
•
CITY OF NEWPORT BEACH
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
CONTRACT NO. 1334
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and
hereby agrees to furnish all labor, materials, equipment, transportation, and services
to do all the work required to complete Contract No. 1334 in accordance with the City
of Newport Beach Drawing H- 5049 -S, the City's Standard Drawings and Specifications,
and these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Remove existing concrete rubble
wall, including barricades
@ Five Hundred Dollars .
and
s Nn Cents $ sop-nn $ -son an
Lump Sum
2. Lump Sum Construct P.C.C. gravity bulkhead
including stairs and rails, landing,
and aggregate drain
@ Three Thousand Five Hundred Dollars
and
No Cents $ 3500.00 $3500.00.
Lump Sum
3. 325 Construct 4 -inch thick P.C.C.
Square Feet sidewalk with cut -off wall
@ Nn Dollars
and
Seveniiy Five Cents $ .75 $ 243.75
Per Square Foot
4. 41 Construct 6 -inch curb face
Linear Feet P.C.C. Type "A" curb and gutter
@ Five Dollars
and
No Cents $ .5.00 . $ 205.00.
Per Linear Foot
• , PR2of 2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 56 Construct P.C.C. Type "B" curb
Linear Feet
@ Five Dollars
and
No Cents $ s_nn $ 280.00
Per Linear Foot
6, 70
Construct 6 -inch thick P.C.C.
Square Feet
gutter
@ No
Dollars
and
Six t
Cents
$ .60 .
$ 42.00
er Square Foot
7. 400
Construct 4 -inch thick asphaltic
Square Feet
concrete pavement
@ No
Dollars
and
Ninety Five
Cents
$ .95
$ 380.00
Per Square Foot
B. Lump Sum
Construct modified CNB STD -114 -L
barricade utilizing Cor -Ten steel
with W- 21 -R -18" x 18" yellow -9
reflector sign
@ Two Hundred Twenty
Dollars
and
No
Cents
$ 220.00
$ 220.00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Five Thousand Three Hundred Seventy Dollars
and
Seventy Five Cents $ 5,370.75
CONTRACTOR'S LICENSE NO. 247553
DATE 9 -7 -71
R_ W_ Wrlellan R Snnc_ Tnr_
BIDDER'S ADDRESS 151 Commercial Way, Costa Mesa, California 92627
TELEPHONE NUMBER 714 -548 -5511
i,
Page 1
OTY OF NEWPORT BEACH, CALIFORNIA•
NOTICE INVITING SIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 3:00 P.M.: .. on the 7th day of September 1971
at which time they w�pened and read for performing wo— r k as o o1T ws:
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
CONTRACT NO. 1334
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 signaturetand 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
eti 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.
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 (1970
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 OverlandiAvenue., Los Angeles, California 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.
..._ .... ��': -S. sc�c "P�F+�'— s�F-M� .�- .�v��'.....�.; a4xs"•.,SS6lies� tf(��- ;ms's -� sS .. _. �.... �2��>�P
Page 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).
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 works 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 Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying 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. 247553 Classification C=12
Accompanying this proposal is SA, SC -21, SB -1, SC -32
Cash, Certif ed Chec , Cashier's Check or BondT
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 workmeW 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 - 548 -5511
Phone Number
Sent ember 7. 1971
Date
R. W. McClellan & Sons Inca -
Bid er s Name —
(SEAL)
A California Pr ration
Type of Organizatpillon
(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:
Michael W. McClellan, - Secr. Treas.
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. NONE .
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12...
R. W. McClellan & Sons, Inc.
A California Corporation
Type of rgan zat on
(Individual, Co- partnership or Corp)
151 Commercial Way
Costa Mesa. lif ia 92627
ress
0 0
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, R. W. McClellan & Sons, 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 Contract Bid Dollars ($ 10% of bid ), 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
FERNLEAF STREET END IMPROVEMENTS IN CHINA.COVE (CONTRACT 1334).
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, Sunday and Federal Holidays) 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 7th day of
September. 1971 , 19 71
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
NOTARY PUBLIC:
R. .W. p aT MC CLELLAN & SONS, INC.
rih nci
Page
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 7th day of September ,
191]_.
My commission expires:
April 3. 1975
04$ -
, s
y
/s/ Anne Shimmin
Notary PUblIC
OR6NAL ON FILE WITH CITY CLERK
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The. undersigned submits herewith a statement of his financial responsibility.
R. W..MC CLELLAN & SONS, INC.
„I l
Signed
R...W, McClellan, Jr.
I
Page 7...
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.
City of Newport Beach
City of Costa Mesa
University of California Irvine
Based on .fobs completed and past experience.
R.
1S
I
gne
ro-
• • Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted September 13, 1971
as awarded to R. W. McClellan & Sons, Inc.
...........
hereinafter designated as the "Principal ", a contract for
Fernleaf Street End Improvements in China Cove (Contract No. .1334).
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per -
formance 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 R. W. MCCLELLAN & SONS, INC.
as Principal, hereinafter designated as the Contractor and. " .. .' . " .. .. ..
The American Insurance Company
n
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Two Thousand
Six Hundred Eighty Five & 38/100 Dollars ($ 2;685.38
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
state of California
County of Orange as:
On September 21 1971 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared George L. Doubledee
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 executea
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my }land and affixed my official se ,he day and year at fed ' this certificate above.
My commission expires May 8, 1974
My Commission Expires ETH E. PARKER
t V-ie C! calilornia
360212 -6.66 0
P!inciyal Office in
Orange County
..................... ...............................
• Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alterations or additions to the terms of the contractor or to the
work or to the specifications.
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such.principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 21st day of September , 19 71
Approved as to fo,,r�m:.
ice &Ktk � n
- -Ci-ty Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Attest:
ae
City Clerk
R. W. McClellan & Sons,
1)
1)
(Seal)
Contractor
B �al)
G •g L ubledee ttorney -in -Fact
(Seal)
The American Insurance Compl)
0 •
Page. 10
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 September 13, 1971
has awarded to R. W. McClellan & Sons, Inc:
hereinafter designated as the "Principal ", a contract for
Fernleaf Street End Improvements in China Cove (Contract No. 1334).
in the City of Newport Beach, in strict conformity with the drawings and specifications
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 whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, R. W. McClellan and Sons, Inc.
as Principal, hereinafter designated as the "Contractor ", and
The American Insurance Company
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Five
Thousand Three Hundred Seventy & 75/100 Dollars ($ 5,370.75 )I
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; 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 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 provided
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.
..:..:' '.:.:.. - >.. sc¢. -:.✓ iE�e3vz °- �a�_.:"'.?ua v .��. -�v,. t�# 's:Y!�'`'.�...M.mS .�,.iti
State of Cali£orn�a
Orange
County of ss:
On September 21, 1971 before me, a Notary Public in and for said County and State, residing
therein, duty commissioned and sworn, personally appeared George L. Aoubledee
known to me to be Attorney -in -Fact of The American Insurance Company
the corporation described in and that executed the within and foregoina instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my pand and affixed my official sp4j,46e day and ye_qcetektedX this Aertificate above.
My Commission Expires My commission expires May 8, 1914
notary Public
of California
360212 -1-66 a<d Slate
Principal Office in
oraolre County
6
(Performance Bond - Continued)
Page 11
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 to 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 contract
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 instNument has been duly executed by the Principal and Surety
above named, on the 21st day of September , lg 71
(Seal)
R W Mc Clellan & Sons Inc. (Seal)
Contractor
(Seal)
g Seal)_
or L. ubledee Attorney -in -Fact
he American Insurance Comp.atiy _(Seal)
Surety
Approved as to form:
4-'W44 oi&4e
ty ttorney
0
CONTRACT
0
Page 12
THIS AGREEMENT, made and entered into this /Y7F/ day of p c Tc �7,c4 , 1 g_L,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and R. W. McClellan & Sons. Inc_
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be-furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated tube borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in:full compensation
therefore the lump sum price, or if the bid is.on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case May be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials':and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
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.
0 0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the 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.
ATTCCT.
Approved as to form:
'o.
ity Attorney
CITY OF NEW RT BEACH, CAL ORNIA
By:
ayor
WPp�r
on rac or
(SEAL)
By.
_
it e
C
By:
Ture..ci1
ec
Title
s.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
CONTRACT NO. 1334
I. SCOPE OF WORK
SP l of 3
The work to be done under this contract consists of the construction of a gravity
bulkhead. It also includes a flexible steel barricade, sidewalk, curb and gutter,
stairs, and miscellaneous asphalt paving.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plan (Drawing No. H- 5049 -S),
and the City's Standard Drawings and Special Provisions.
The City's Standard Specifications are the Standard Specifications for Public Works
Construction, 1970 edition.
II. COMPLETION OF WORK
The Contractor shall complete all of the work within 60 calendar days after the
date of award of the contract by the City.
III. CONSTRUCTION SURVEY
All field staking for the control of construction will be set by the City. The
Public Works Department shall be notified a minimum of 48 hours in advance of the
time that grades or lines are required.
IV. TRAFFIC CONTROL
No materials or equipment shall be stored where it will interfere with the free and
safe passage of public traffic. Adequate barricades, warning devices, and signs
shall be employed to insure the public safety.
V. WATER
The Contractor shall make his own provisions for securing and applying water
necessary to support his work. If the Contractor desires to use city water, he
shall make arrangements for water purchases by contacting Mr. Tom Phillips, at
(714) 673 -2110, Extension 271.
VI. PROTECTION OF EXISTING IMPROVEMENTS
The Contractor shall be responsible for protection of public and private improvements
adjacent to the project. Special care shall be taken to protect the planter and
porch of the adjoining resident. Any improvements removed without designation, or
otherwise damaged, shall be replaced or repaired at the Contractor's expense.
• • SP2of3
VII. PAYMENT
The cost of removing and disposing of existing improvements, excavation, subgrade
preparation, and miscellaneous incidental items shall be included in the various
items of work and no additional compensation will be allowed.
VIII: CONSTRUCTION DETAILS
A. Removals and Backfill
All of the concrete rubble seawall at the street end shall be removed and
the sand graded to match the sand line shown on the Plans.
Asphaltic concrete as shown on the Plans shall be removed by sawcutting a
minimum depth of 1; inches prior to removal. Sand backfill as is necessary
to bring the subgrade up shall be provided by the Contractor. The sand
shall have a minimum sand equivalent of 70 and shall be compacted as
specified in Section 301 -1.3 of the Standard Specifications..
If, during construction, the asphaltic concrete pavement remaining is
undermined, the Contractor shall remove the undermined pavement at his
own expense.
The existing concrete block sea wall which extends from under the house
to the concrete rubble wall shall be left standing for at least 10 feet
into the rubble wall from the walkway. Special care shall be taken not
to undermine the existing b. :ck walk.
A portion of the existing planter hanging on the side of the wooden walkway
shall be removed and shortened to accommodate the new bulkhead. The cost
of this item shall be included in the other items of work.
B. Structural Concrete
Structural concrete used in the monolithic bulkhead, sidewalk, stairs,
and landing,and curb and gutter shall be Class 6.0 -B -3000 using Type V
Portland Cement.
C. P.C.C. Bulkhead and Appurtenances
The lump sum price bid for the P.C.C. bulkhead shall include the stairs and
railings, landing, aggregate drain, etc., required to construct the bulkhead
complete in place.
The bulkhead shall have a smooth finish free from rock pockets on all
exposed surfaces. All exposed edges shall be finished with a 1/2 inch chamfer:
The bulkhead shall be kept continuously wet for a minimum of 10 days after
the concrete pour. No paving or backfilling shall be started for at least
three weeks after pouring of the bulkhead.
D. Steel Pipe Hand Rail
The pipe hand rails shall be 2 -inch
Schedule 40 steel pipe. All joints
aluminum fittings.
diameter, double hot -dip galvanized
shall be Speed Rail or Nu -Rail cast
E. Modified Standard Street Barricade
• SP3of 3
The modified 25 -foot length street barricade shall be constructed to the
dimensions shown on CNB STD -114 -L and as shown on the Plans. The railing
shall be constructed of Cor -Ten steel.
F. Asphaltic Concrete
Asphaltic concrete shall be Type III C1 -85 -100 paving grade asphalt.
Rolling shall be as specified by the Field Engineer.
G. Drinking Fountain Filter Drain
The drain shall be included in the lump sum price bid for the bulkhead,
stairs and landing, etc.
Class 2 permeable material shall be placed below the existing drinking
fountain. It shall extend vertically 6- inches below the cut -off walls as
shown on the Plans.
H. Existing Improvements
Existing improvements such as the planter, the brick walk, and the street
signs shall be replaced at the conclusion of the project. The replacement
shall be included in the stated bid items.
I. Protection of New Improvements
The Contractor shall have a worker protect the new concrete improvements
against vandalism until they have substantially dried.
i
PZSOLUTION pp. 7526
- . 1 .,: ,. '.:, �.
WF - N%,°x'%a, pursuant to the notice inviting bids fag
work in connection with Fernleaf Street end improv'sMORts in
China Cove, in accordance with the plans and speoifieatiOns
heretofore a3optod, bids see" seoeived on the 7th day of
Septewber, 1971, and publicly opened mr -3 dsalaroKli cad
W1SRUS# it appears that the lowest reeppbsible
bidder therefor in R. W. 14eClelian & SODS# InC., of CO2ta
Aieea I
WN, T$EREPORE, BE IT RESOLVED by the City Council
of the City of Na"ort Beach that the kid of R. W. McClellan
& Sons, Inc. for the work in the amount of 3$,17(}.75 be ae-
eaptisd, and that the contract for the described worn be
,warded to said biddart
BE IT FURTHER PMOLVZO that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and award on behalf
of the City of Newport Beach, and that the City Clark be directed
to furnish an exseuted coov to the successful bidder.
AsWPTEU this 13th day of September, 1971.
F+�`s"1ST z
City Clerk
Mayor
v
x
ri
1
a
f9
mn-t
ma
m 0
cn?m
m °s-ir
m
v
N
C
3
3
a
-c .
iOKIIIIIIIYNYI"
IYI�IMII�Yfl91��
nnmm�aa!�,
Nn�ouui�euu�n
IWllllNnl�
IInINNI�
oil
ieuuuun�
IIAIA
mn-t
ma
m 0
cn?m
m °s-ir
m
v
N
C
3
3
a
-c .
u
x
n
ri
0
w
Z
MI
M
m
A
mva-�r
C
3
a
z
11
"Hamm
Illllllgllll�lll��ll
mnomnnHm����i�
�u��umn�m
191
■III�IIIIIIIIII
111111
11IM11111111111
IIIAI��A�IIIAIIIAAII�
I11
ll�l�
�IIII�III�I�
Z
MI
M
m
A
mva-�r
C
3
a
z
1
PR1of2
CITY OF NEWPORT BEACH
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
CONTRACT NO. 1334
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and
hereby agrees to furnish all labor, materials, equipment, transportation, and services
to do all the work required to complete Contract No. 1334 in accordance with the City
of Newport Beach Drawing H- 5049 -S, the City's Standard Drawings and Specifications,
and these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work, to wit:
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
Lump Sum
Remove existing concrete rubble
wall, including barricades
@ Five Hundred
Dollars
and
& No Cents
Cents
$ 500.00
$
500.00
Lump Sum
2.
Lump Sum
Construct P.C.C. gravity bulkhead
including stairs and rails, landing,
and aggregate drain
@ Three Thousand Five Hundred
Dollars
and
No Cents
Cents
$ 3500.00
$
3500.00
Lump Sum
3.
325
Construct 4 -inch thick P.C.C.
Square Feet
sidewalk with cut -off wall
@
Dollars
and
Seventy Five
Cents
$ .75
$
243.75
Per Square Foot
4.
41
Construct 6 -inch curb face
Linear Feet
P.C.C. Type "A" curb and gutter
@ Five
Dollars
and
No Cents
Cents
$ 5.00
$
205.00
Per Linear Foot
' PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 56 Construct P.C.C. Type "B" curb
Linear Feet
@ Five Dollars
and
No Cents Cents $ ,-no $ 2Rn_nn
Per Linear Foot
6. 70 Construct 6 -inch thick P.C.C.
Square Feet. gutter
@ Dollars
and
Sixty Cents Cents $ .60 $ 42.00
Per Square Foot
7. 400 Construct 4 -inch thick asphaltic
Square Feet concrete pavement
Ninety Five Cents
Per Square Foot
B. Lump Sum Construct modified CNB STD -114 -L
barricade utilizing Cor -Ten steel
with W- 21 -R -18" x 18" yellow -9
reflector sign
Dollars
and
Cents $ •95 $ 380.00
@Two Hundred & Twenty Dollars
and
No Cents Cents $ 220,00 $ 220.00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Five Thousand Three Hundred & Seventy Dollars
and
Seventy Five: Cents $ 5.370.75
CONTRACTOR'S LICENSE N0. 247553
DATE 9 -7 -71
BIDDER'S ADDRESS 151 Commercial Way
TELEPHONE NUMBER 714 -548 -5511
B A er s Name
f
ut orize Signature)
Costa Mesa Calif 92627
r •
THE AMERICAN INSURANCE COMPANY
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS:
That We, R. W. McClellan & Sons, Inc.
(hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing
business under and by virtue of the laws of the State of New Jersey, and duly licensed for the purpose of making, guaranteeing or
becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California '
as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee)
in the just and full sum of TEN PERCENT OF CONTRACT BID:
Dollars I$ (10% contract B&d)ol money of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by. these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the
End
Contract No. 1334 Fernleaf Street j, Improvements China Coves:
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal
thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required
by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 7th
day of September ly 71
R. W_ McClellan & Sons, Inc.
THE AMERICAN INSURANCE COMPANY
Anorney -in -Fact
360277— (TA) —11.66
state of Califoripia
' County o} ss.
Orange
On 7th Hay September 1971
therein, duly commissioned and sworn, personally appeared
�;„
before me, a Notary Public In and for said County and State, residing
George L. Doubledee
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.
:h
- IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the and year stated in thi erti to above.
lly commission eynr,R Mev 8, 1974
My Commission Expires -K
Not Notary PeSlir
360212$86 State of Caiilornis
CONTRACT N0: 1334
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
Fills
FERNLEAF STREET END IMPROVEMENTS IN CHINA COVE
Approved by the City Council
this 23rd day of August 1971.
SUBMITTED. BY:
R W McClellan & Sons Inc
contractor
151 Commercial Way
Address
Costa Mesa Calif 92627
City Zip
714- 548 -5511
Phone
$5,370.75
otal i rice
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 3:00 P.M.: . on the 7th day of September , 1971
at which time they -7TT-6e opened and reador performing worT as follows:
FERNLEAF STREET END 'IMPROVEMENTS IN CHINA COVE
CONTRACT NO. 1334
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.
i
The title of the project and the words "SEALED BID "'Ishall.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
area
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience Referdnces
These documents shall be affixed with the signature'and titles of the persons signing on
behalf of the bidder. For corporations, the signatures of the President or Vice
President and Secretary or Assistant Secretary are required and the Corporate Seal shall
be affixed to all documents requiring signatures. In the'case of a Partnership, the
signature of at least one general partner is required.
No bids will be accepted from a contractor who has lot been licensed in accordance with
the provisions of Chapter 9, Division III of the Business tand 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 Hail, Newport Beach, California, at no cost to licensed contractors.
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 (1970
Edition and Supplements) as prepared by the Southern:California Chapters of the American
Public Works Association and the Associated Generalltontractors of America. Copies may
be obtained from Building News, Inc., 3055 OverlandiAvenue., Los Angeles, California 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.
• i
Page 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).
0
6 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 works 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 Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying 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. 247553 Classification yj C -12 -.
SA, - SC -21, SB -1, - SC -32:
Accompanying this proposal is
Cash, Certified Chec Cashier s Check or Bond
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this;,contract.
714 -548 -5511 R W McClellan & Sons Inc
Phone Number Bidders Name
i (SEAL}
September 7, 1971
Date A th rile Signat re
Authorized Signature
A California Corporation
Type of Orga m zation
(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:
• W McClellan, Jr. Pres.
Michael W McClellan. Secr. Treas.
• W McC1ellan.Sr. Sr. Vice Pres.
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
1, None
2.
3.
4.
5.
6.
7.
8.
E7
10.
11.
12,
Address
A California Corp
Type of rgan zat on
(Individual, Co- partnership or Corp)
151 Commercial Way,
Costa Mesa Calif 92627
Address
6 9
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
Page 4
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, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of
19
Corporate Seal (If Corporation)
Principal
(Attach acknowledgement of
Attorney -in -Fact)
By
Title
Surety
i Page
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 7th day of September
19 71,
My commission expires:
April 3, 1975
R W McClellan.& Sons Inc.
Lr'
. ♦ . OFFI f.IAL SEAL
e :'1't +, >;_ ANNE SHIMMIN i
♦ � +i'>+ =� %Y,' N0�'.•.RY FII ;e L:C — CALIFORNIA
PC C1C li'AL OFFICE IN
ORANGE COUNTY i
COMMission b 4
. ♦ Y pfe5 Apr. 197$ •
n ♦•♦eo•♦♦eore♦•coe♦o♦♦e♦♦e♦♦o♦.
090565
Notary Pull -ic Anne Shimmin
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Based on past experience and jobs completed.
I
i
page 7
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.
City Newport Beach
City Costa Mesa
r
University of California Irvine
Based on jobs completed and past experience.