HomeMy WebLinkAboutC-1369(E) - Balboa Boulevard Improvements West Coast Highway to 44th StreetOCT 15 1974
TO: CITY COUNCIL
FROM: Public Works Department
October 15, 1974
CITY COUNCIL AGENDA
ITEM NO. H -9
C. - 1 30)
SUBJECT: ACCEPTANCE OF BALBOA BOULEVARD IMPROVEMENTS, WEST COAST HIGHWAY
TO 44TH STREE
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.
4. Assess liquidated damages in the amount of $2,100.00.
DISCUSSION:
The contract for the improvement of Balboa Boulevard from West
Coast Highway to 44th Street has been completed to the satisfaction of the
Public Works Department.
The bid price was: $261,611.00
Amount of unit price items constructed 257,758.67
Amount of change orders 9,172.99
Total contract cost 266,931.66
Nine change orders were issued. The major items covered were
installation of a special signal pole (required by the State Division of
Highways), temporary wiring required to keep the Coast Highway signal in
operation, removal of unsuitable muddy material under the street, and re-
placement of the detectors and cable on Coast Highway.
The cost of the signal work at the Coast Highway intersection
was shared 50% by the State, 25% Orange County and 25% City. The cost of
the remainder of the project was shared approximately 50 -50 by the County
and City.
The total contract costs per agency were:
State
$ 24,422.59
County
109,377.70
City
133,131.37
The above costs do not take into account the $2,100 reduction
should the liquidated damages be assessed and are only for the construction
contract. An accounting of the total project including right of way
acquisition and engineering will be provided at a later date.
Santa Ana.
The design engineering was performed by Williamson and Schmid of
October 15, 1974
Subject: Acceptance 0 Balboa Boulevard
to 44th Street (C -1369)
Page 2
Improvementsfest Coast Highway
The contractor is Donn 0. Michaels of Newport Beach, California.
The required contract date of completion was August 1, 1974. The
signal at Coast Highway was not turned on until August 8, nor the signal at
River Avenue until August 22, 1974. During the course of the contract the
general contractor, Donn 0. Michaels, his traffic signal subcontractor,
Baxter - Griffin, and their supplieh, Automatic Signal, were repeatedly reminded
of the need for the signals to be completed on time. All of the street work
was completed well in advance of the contract date, the only delay being in
delivery of the signal control equipment. The Standard Specifications provide
for extensions of time for delays caused by unsuitable weather, war, flood,
strikes, etc., however none of the reasons listed apply in this case. Automatic
Signal has stated that they were unable to obtain a reasonably standard connector
from their vendor. Apparently no effort was made to obtain this item from
another source.
They have also stated that their engineers were delayed waiting for
information from the City. The records indicate that the information was not
requested until 40 days after the contract was awarded. The City replied
verbally within 7 days and sent written confirmation 14 days later.
The recommended assessment of liquidated damages in the amount of
$2,100.00 is based on the 21 day delay from August 1 to August 22, 1974 at the
rate of $100 per day provided for in the Standard Specifications.
Joseph T. VI in
Public Wor s Director
./GPD:hh
�1 0 61
RESOLUTION NO.
l RESOLUTION OF THE CITY COUNCIL OF THE CITY
0^ N01PORT BEACH AUTHORIZING THE EXECUTION
oy A COOPERATIVE FINANCING AGREEMENT BETWEEN
THE CITY OF NEL'IPORT BEACH AND THE STATE OF
:,ALIFORNIA DIVISION OF HIG01AYS FOR TRAFFIC
SIGNAL MODIFICATION AT INTERSECTION OF BALBOA
BOULEVARD AND COAST HIGF,1AY, CONTRACT NO. C -1369
WfIEREAS, there has been presented to the City Council
C9ty of Newport Beach a certain cooperative financing
between the City of Newport Beach and the State of
Division of Highways for traffic signal modifi_ca-
i. intersection of Balboa Boulevard and Coast Highway;
;,HEREAS, the City Council has considered the terms
_.......:ions of said agreement and found them to be fair
_0-W, THEREFORE, BE IT RESOLVED that said cooperative
agreement above described is approved, and the Mayor
Clerk are hereby authorized and directed to execute
inn behalf of the City of Newport Beach.
ADOPTED this 24th day of
CERT;FIED AS TF:E O' lAL
1 -.
�Tt CILRK OF THE CITY OF tie PORT GiACH
.,�
GOT
October , 1972.
,., %/ 1LM
DON din
10/.17/72
bih�
''' Yi L.- i
0 d
CITY OF NEWPORT BEACH
CALIFORNIA
M - •
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Balboa Boulevard Improvements
from West Coast Mghway to 44th Street Contract No. 1369
on which Donn O. Michaels was the Contractor
and Summit Insurance Co. of New York
Please record and return to us.
LL:
Encl.
was the surety.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
0
TO: Public Works Department
FROM: City Clerk
d
Date March 15, 1974
SUBJECT: Contract No. 1369
Project Balboa Blvd. Widening -,-;wt Coast Higlerey to 44th Street
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: n,,,,,, n_ ' JAI Y.LR
Address: P. 0. '.�,= 1871, 'wort Beach, CA
Amount: $ 2619611.00
Effective Date: Marich 14, 1974
Resolution No. _8201
Laura Lagios
LL:dg
Att.
cc: Finance Department [�
March 14, 1974
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: BALBOA BOULEVARD IMPROVEMENTS WEST COAST HIGHWAY TO 44TH STREET
CONTRACT NO. 1369 - AHFP PROJECT NO. 637
Attached are three copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy and the insur-
ance certificates, and return the remaining copies to our department.
Don Webb
Project Manager
DLW:h
Attachments
0
Dom 0. Michaels
P. 0. Box 1891
Newport Beach, CA 92660
of
Subject: 7urety : Summit Insurance Company of New York
Bonds No. : 512161
Project: : Balboa Boulevard Ireprovements
Coast Highway to 44th Stmt
ontract No.: 1369
The City Council on October 15, 1974 accepted the work of subject
project and authorized the City Cleric to file a Notice of Comple-
tion 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 October 18, 1974, in Book 11267, Page 1252. Please notify
your surety company that bonds may be released 35 days after
moor-ding., date.
L-ure I.agios, 'MC
city Clerk
LL:swk
cc: Public Works Department
RECORDING REQUESTED
BY AND MAIL TO
Laura Iagios, City Clerk
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92660
1 6268
r7311
NOTICE OF COMPLETION
PUBLIC WORKS
BK 11267PS 1252
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. OCT 18 1974
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 22. 1974
the Public Works project consisting of Balboa Boulevard Improvements from West
Coast Highway to 44th Street. C -1369
on which Donn O. Michaels
was the contractor, and Summit Insurance Company ot New York
was the surety, was completed.
VERIFICAT
I, the undersigned, say:
CITY OF NEWPORT BEACH
Director
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 October 16, 1974 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 October 15, 1974 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 October 16, 1974 at Newport Beach, California.
i;_
LEGRAND rNSURANCE COUNSELORS
1505 EAST 17TH STREET, SUITE 102 SANTA ANA, CALIFORNIA 92701
(714) 547 -7666
Hate: March S, 1974
To: Public Works Department
City of Newport Beach
3300 Newport Boulevard,
Newport Beach, California 92660
y.RECEIVED''`
{' Alit WGA.k3' t
CF
BEACH
Attention: Don Webb, Project Manager
Re:
DONN O. MICHAELS - Certificates of Insurance
Contract No. 1369
Gentlemen:
( ) Original policy enclosed
( ) Memorandum policy enclosed
( ) The original of this policy has been sent to the Mortgahee
I ) Enclosed endorsement forms a part of your policy and should be attached to yonr copy
without fail
( ) Invoice enclosed
( ) Authorization letter enclosed
( ) Anniversary billing, please check valves and advise if any change required.
We are enclosing completed Certificate of Insurance forms as provided by
your office for our captioned insured which evidence Comprehensive Liability
and Umbrella Excess Liability insurance coverages as respects the above
captioned contract job. These will replace those issued and forwarded to you
on March 6, 1974. We regret any inconvenience the earlier issue caused you,
ho�v ever, the respective insurance company certificate forms has, been accept -
Very truly yours, able by you in the past. Should you
LEGRAND INSURANCE COUNSELORS
/J require anything further, please let
It C/, �v(/ /� us know.
By: G. Nordwall {
:mr
enclosures (2)
cc: Donn O. Michaels
0 CITY OF NEWPORT BEACH 0
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0. 1369
Project Description: BALBOA BOULEVARD IMPROVEMENTS - WEST COAST HIGHWAY
TO 44TH STREET
This is to certify that the HARBOR INSURANCE COMPANY
(Name of nsurance Company)
has issued to . DONN O. MICHAELS
ame of nsure
P O. Box 1871 Newport Beach, California
ress of nsure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Coverage
Policy No.
POlit9 . Term ...._.....Limits
of
iabil it
Each ccurance
(Minimum:
ggr%ate
(Minimum:
$500,000)
500,000 Protectiv
$1,000,000 Products
500,000 Contractu
COMPREHENSIVE LIAB.
From: 5/18/72
500,000. Protective
Combined Single
Limit Bodily Injury
or Property Damage
110779
To: 5/18/74
$ 500.000.00
500.000_ Products
sn �1. Ono Contractui
Each occurence
This policy includes at least the following coverages:
it )
,1
See Certificate Attached
or Excess Urn rella
Coverage
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: LEGRAND INSURANCE COUNSELORS
Address of Agency or Broker: 1505 E. 17th St. , Suite #102. Santa Ana, Calif. 92701
Countersigned by:
kAUthorizeo insurance Company Kepresentative)
H. G. Nordwall
Effective date of this endorsement: Feb. 27. , 19 74 , Endorsement No. 26
0 0
sLil—i.'13 PUN2,01
0 CITY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO.1369
Project Description: gALgOA gnillFVARO IMPROVEMENTS - WEST COAST HIGHWAY
TO 44TH STREET
This is to certify that the CON TIN
ame o nsurance ompany NY
has issued to
ame of nsure
P. O. Box 1571, Newport Beach, California
(Address of Insure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Coverage
Policy No.
-7aCh uccurance
Aggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protective
$1,000,000 Products
500,000 Contractual)
COMPREHENSIVE LIAB.
From:
Protective
Combined Single
$
Products
Limit Bodily Injury
To:
Each occurence
Contractual
or Property Damage
UMBRELLA Excess
RDU 999-
4/01/73
1 000 000 00 'n
x o
Limit.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable),
Name of Agency or Broker: LEGRAND INSURANCE COUNSELORS
Address of Agency or Broker: 1505
Countersigned by:
kAUtnorizeo insurance Company Kepresentative)
H. G. Nordwall
Effective date of this endorsement: Feb. 27, , 19 74 , Endorsement No..
fn
2
,x
J
i
�1
W Zq
1
{
y
A
p �
Z
VI
M oo
9
ill
C
n
i
t
NIRIAII�II
�pl�tl9�lltl
■INpIN�919Nq
�A�flR�d
IIAIII�IAI
IIIIINNINI
�1
W Zq
1
{
y
A
p �
Z
VI
M oo
9
ill
C
n
i
t
tn
Pl. n--4
Z O 1
U! .Z
9
n,
U7
C
3
a
x
-t
Hill������I��I
wmnpn��eiAei
'�eiudmmnn
��IINII��
Pl. n--4
Z O 1
U! .Z
9
n,
U7
C
3
a
x
-t
SF44MIT INSURAW COMPANY OF NEW '*RK 15112 6
POWER OF ATTORNEY °'
KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY OF NEW YORK, a corporation of tha Stateof New York, having.its
principal offices in the City of Houston, Texas, does make, co°N1 'a and appoint: CaY'1 Ma nne�T ,R Cj-,�+;, Rid 11amann j
its true and lawful Attorney is) -in -fact, to make, enicute, Yak1w@ "deriver for and on its behalf, as surety, sM ils Ita wit dal oily fgA.all bonds, undertakings
and contracts to suretyship, in behalf of: nQNN 0. M I CHAELS as Principal
and City of NeWOort Beach � $500.0 . as Obligee provided that no bond or under-
taking or contract of suretyship executed under this authority shall exceedsM amount ' St to exceed 0.00***
This Power of Attorney is granted and is signed and sealed by facsimile undr the following Resolution adopted by the Board of Directors of SUMMIT
INSURANCE COMPANY OF NEW YORK at a meeting duly called and held on The y of August, 1972:.
"RESOLVED, all bonds of the corporation shall be executed in the corporat.44;e of the company by the Presldem or "Vice president, or by such other officers
as the Board of Directors may authorize. The president or any vice president, secretary or any assistant secretary may appoint attorneys -in -fact or agents who
shall have authority to issue bonds in the name of the company. The corporate seal is not necasnary for ths.validky of any bonds of the corporation."
IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NEW YORK has caused these presents to be signed by its officer undersigned and its cor-
porate seal to be hereto affixed duly attested by its secretary this 12th day of September, 1972.
SUMMIT INSURANCE COMPANY OF NEW YORK
I11
i '..w Attest: \. (.fhcYa.�}'1 / o42) "%IA By�jz (i
Secretary Pr Ident
STATE OF TEXAS 1 -+
l u:
COUNTY OF HARRIS)
On the 12th day of September, 1972, before me pVSa/il9y came Kenneth F. Cooke, to me known, who being by me duly sworn, did depose and say: that he
resides in the County of Harris, State of Texas; that he is the President of SUMMIT INSURANCE COMR,ANY OF NEW YORK, the corporation described and which
executed the above instrument; that he knows the seal of. sild corporation, that the seal affixed to said instrument is such corporate seal; that it was so affixed by
order of the Board of Directors of said corporation and that heergned his name thereto by like order.
a '� -ry"
iN�h �a141.11N(L \l �i.'r,yt4 M {l
Notary Public 0Note ry BARA
antl ANTE NEs BRDy Texas
STATE OF TEXAS 1
My Commission Expires June 1, 1673
i a., CERTIFICATE
COUNTY OF HARRIS) � '-
I,the undersigned, duly elected to the office stated below. now the incumbent in SUMMIT INSURANCE COMPANY OF NEW YORK, a New York Corporation,
authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked;,and
furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now In force..
Signed and sealed at the City of Houston, Texas. Dated �} 1
caacYa�l I �
retil n3
A&00,17 1 77 • ,"_z�.. -x�ca x- .nta=..._v� �.. .. Aa _.
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this /41n/ day of �jgACc -/ . 19_?Y_,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and
Donn 0. Michaels
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
Balboa Boulevard Improvements West Coast Highway to 44th Street - Contract No. 1369
AHFP Project No. 637
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 to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications, and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the 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.
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:
4
ey
OF NEWPORT BEACH, CALIFORNIA
Contractor
(SEAL)
By; i
By-
!N] ei62
Ti e
Title
4' TO BE USED FOR
CONTRACT NO. 1369 SUBMITTING BIOS TO
CITY OF NEWPORT BEACH CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR ,.
BALBOA BOULEVARD IMPROVEMENTS
WEST COAST HIGHWAY TO 44TH STREET
Approved by the City Council this
14th day of January, 1974.
Laura Lagios, City Clerk
AHFP PROJECT NO. 637
SUBMITTED BY:
Contractor
Address
Ci ty Zip
Telephone
.4le- /I.0tv,
Total Bid Price
PR 1 of 8
BALBOA BOULEVARD IMPROVEMENTS
WEST COAST HIGHWAY TO 44TII STREET
CONTRACT NO. 1369
AHFP PROJECT NO. 637
PROPOSAI,
To the City Council
City of Newport Beach
3300 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 exam-
ined the Hans and Special Provisions, and hereby proposes to furnish
all materials and do all the work required to complete Contract No.
1369 in accordance with the Plans and Specifications, and will take
in Lull payment therefor the following unit prices for each item
complete in place, to wit:
ITEM QUANTITY — ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE. WRITTEN IN WORDS PRICE PRICE
1 2630 tons Construct A. C. pave-
ment including prime coat
@ _Dollars
and roc
- -Cents $ $ '
Per Ton
2. 1500 toils Construct aggregate base
@ Dollars
—� -and
/11L�/TS� Cents $_l_/
Per Ton —
REVISED 2 -1 -1974
71155
3. Lump Sum Clearing and Grubbing .
Dollars
AXL�7eS and
— Cents $3�isD°'s�6dG�
Lump Sum
4. 1.60 S.F. Construct 4" P.C.C. pavement
@ Dollars
and
Cents $�� $ /GU oo ✓
Per Square Foot
5. 2066 L.F. Construct Type "A" Curb and
Cutter per CNB Drawing 105 -L
@ Dollars
i�TS/�yTS Cents $
Per Lineal Foot
6. 64 L.F. Construct Type "B" Curb per
CNB Drawing 105 -L
@ T,felLAeS Dollars
-- -and � `1210
_ Cents $ 3 — $
Per Lineal Foot
7. 1355 L.F. Construct Type "D" Curb per
CNB Drawing 106 -L
L T�F/b Dollars
and
�x'�yG- 2/Jl /�_yyG �la/TS Cents
Per Lineal Foot
0
71155
9366 LrF. Construct 4" P.C.C. side-
walk including 4'x 3'
treewells per CNB Drawing
@_ Dollars
and 75 sG
Cents $ $
Per Square Foot
REVISED 2 -1 -1974
PR 2 of 8
ITEM QUANTITY
NO. AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN
UNIT
WORDS PRICE
TOTAL
PRICE
3. Lump Sum Clearing and Grubbing .
Dollars
AXL�7eS and
— Cents $3�isD°'s�6dG�
Lump Sum
4. 1.60 S.F. Construct 4" P.C.C. pavement
@ Dollars
and
Cents $�� $ /GU oo ✓
Per Square Foot
5. 2066 L.F. Construct Type "A" Curb and
Cutter per CNB Drawing 105 -L
@ Dollars
i�TS/�yTS Cents $
Per Lineal Foot
6. 64 L.F. Construct Type "B" Curb per
CNB Drawing 105 -L
@ T,felLAeS Dollars
-- -and � `1210
_ Cents $ 3 — $
Per Lineal Foot
7. 1355 L.F. Construct Type "D" Curb per
CNB Drawing 106 -L
L T�F/b Dollars
and
�x'�yG- 2/Jl /�_yyG �la/TS Cents
Per Lineal Foot
0
71155
9366 LrF. Construct 4" P.C.C. side-
walk including 4'x 3'
treewells per CNB Drawing
@_ Dollars
and 75 sG
Cents $ $
Per Square Foot
REVISED 2 -1 -1974
ITE
NO.
9.
10
11
12.
13.
14
71155
PR 3 of s
AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
931 S.F. Construct 6" P.C.C. driveway
commercial Type I per CNB
Drawing 111 -L
@ LtnLGA,e Dollars
and
_ Cents S / $ t�3/ ° —°
Per Square Foot
1060 S.F. Construct 6" P.C.C. driveway
Commercial Type II per CNB
Drawing 112 -L
@ dl/G'1JOLLAL _Dollars
and
_Cents $ /� $
Per Square Foot
308 S.F. Construct 6" P.C.C. driveway
Residential Type I per CNB
113 -L
@ Z } Z_'IXYW loe __Dollars
and
_Cents
Per Square Foot
216 S.F. Construct 8" P.C.C. cross
gutter per CNB Drawing 109 -L
@ ;/40 GLYL✓W5; Dollars
and
_ Cents $ $ 432 oU
Per Square Foot
478 S.F. Construct 6" P.C.C. alley
approach per CNB Drawing 117 -L
@ O;iG � Dollars
-- - - - - - -- -and
_ _ _Cents $ % $ �7�
Per Square Foot
2259 S.F. Construct 4" "cobblestone"
concrete median paving
@ GUG-- 'OG2tGAL Dollars
- - -- - -- -and
��ryUt�/Fii/c�ecz�r5 Cents $ / _$ 31J�_3s
Per Square Foot
C■
PR 4 of 8
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
15
16
17.
WJ
19.
20.
71155
288 L.F. Construct A.C. berm (8" C.F.)
@_ Dollars
and
/.CTyG�.7/T� _Cents
Per Lineal Foot
32 S.F. Construct asphalt chinker
strip
%/✓lam //a1G.9�S Dollars
_and
_Cents
Per Square Loot
1000 S.F. Remove existing concrete
pavement
@ __Dollars
and
f /FT GG�/T� S Cents $
- e-- -- -- - - - --
Per quare Foot - - --
8 each Construct curb inlet per
CNB Drawing 306 -L
@ O•C/G -'Tf l/54u0 L�YLgG�Do11ars
and
_ Cents $ /'J
Each
8 each Construct junction structure
No. 1 per CNB Drawing 310 -L
—Dollars
F /Fly 4x�/rseS and
_ __Cents $9�0
Each
1 each Construct junction structure
No. 2 per CNB Drawing 311 -L
@O.YG- ll�GS9- (/O,GYYIA•e5 Do 11 a r s
and
Cents
21. 3 each Construct concrete pipe
collar per CNB Drawing 313 -L
@iLI/G//liU071�rliP�S Dollars
and
_ Cents $ zgt:: 6
Each -- - � --
22• 859 L.F. Construct 18" A.C.P. (Class III)
@ E2/� o� Le 424f4H,aS Dollars
and
_ _ Cents
Per Lineal Foot
23. 82 L.F. Construct 24" A.C.P. (Class III)
Dollars
and
_Cents
Per Lineal Foot
24• 76 L.F. Construct 30" A.C.P. (Class III)
@/f /�1�ZS __Dollars
and m
_ _Cents $
Per Lineal Foot
25. 457 L.F. Construct 36" A.C.P. (Class III)
Dollars
and
_ _Cents $�'° -�
Per Lineal Foot
26. 48 L.F. Construct concrete encasement
per detail on Sheet No. 6
@T,lr/!, -,V/ IZ2 Dollars
and
Cents
Per Lineal Foot
27. 8 each Remove existing catch basin
@ JWp�sj yp�� xr cam Dollars
gS and
_Cents
Each
71155
PR 5 of 8
ITEM QUANTITY
ITEM DESCRIPTION V UNIT
TOTAL
NO. AND UNIT
UNIT
PRICE WRITTEN IN WORDS PRICE
PRICE
21. 3 each Construct concrete pipe
collar per CNB Drawing 313 -L
@iLI/G//liU071�rliP�S Dollars
and
_ Cents $ zgt:: 6
Each -- - � --
22• 859 L.F. Construct 18" A.C.P. (Class III)
@ E2/� o� Le 424f4H,aS Dollars
and
_ _ Cents
Per Lineal Foot
23. 82 L.F. Construct 24" A.C.P. (Class III)
Dollars
and
_Cents
Per Lineal Foot
24• 76 L.F. Construct 30" A.C.P. (Class III)
@/f /�1�ZS __Dollars
and m
_ _Cents $
Per Lineal Foot
25. 457 L.F. Construct 36" A.C.P. (Class III)
Dollars
and
_ _Cents $�'° -�
Per Lineal Foot
26. 48 L.F. Construct concrete encasement
per detail on Sheet No. 6
@T,lr/!, -,V/ IZ2 Dollars
and
Cents
Per Lineal Foot
27. 8 each Remove existing catch basin
@ JWp�sj yp�� xr cam Dollars
gS and
_Cents
Each
71155
IT
NO
28
29.
30.
31
32
33
71155
AND UNIT
4 each
each
`J
ITEM otbURIP1'1UN
UNIT PRICE WRITTEN IN WORDS
Remove existing junction
structure
@ Do 11 a r s
and
Cents
Each
Remove and relocate existiiny
trees
PRICE
PRICE
$ LSD `-D $ °°
@ 6UG-- yG,f%/>j?N7J //Cltl. 1 a r s
and
_ _Cents
Each _ - - --
Lump Sum Remove existing 4 foot high
concrete block wall. Remove
and replace existing concrete
slab and protect existing
column in place. (Northwest
corner of Balboa Blvd. and
Channel Place.)
/y� D 011 a r s
and _
Cents $�_ZYJ`r'
Lump Sum
Lump Sum Relocate existing "car wash"
sign, "Stop & Go Market" sign
and light standard, including
all connections
@ o11ars
and
Cents
Lump Sum
15 L.F. Relocate existing 21" RCP
@ Dollars
and
Cents $ $ �LoJ
Per Lineal Foot
1 each Adjust water meter to grade
@ Qf/G- fiL.U_OO�?,CY1lfe_DoIIars
and
Cents $/Ol/"—°
.+ s
PR 7 of 8
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE _ PR.ICE
34. 1 each Construct 1" water service
per CNB Drawing STD 502 -L
@T /.!/lS,ylil/OP�?JG /G13� Dollars
UdLGA/� and
Cents
Each
35. 12 each Adjust water valve boxes to
grade per CNE STD No. 511 -L
@ _Dollars
and
Cents $�r��
Each
36. 2 each Remove water service to main
shut off cock and crimp pipe
@ Dollars
and
Cents $ �
Each —� — -- --
37. 4 each Relocate water lines to
clear storm drain construction
Zt/�e -5 0142 A 5Dollars
and
Cents $ /J�$_ -°
Each
38. 10 each Adjust manholes to grade
@ yll 7 YI AOS Dollars
and
Cents lip $
39. 1 each Remodel sewer pump station
per detail on Sheet No. 2
@l:IVG-- A�11 �o11ars
and
°
Cents $492-D - $
Each
40. Limp Sum Guarding underground
construction
@iZ2 /.�TTIi! /1y�5',gr/U Dollars
`iYG"/i`G�!/1J.QG -7J C�YG9.�Sand
Cents
Lump Sum
71155
6
0.0 0 T y
341 50,00 + ?1
16o,00+
7 3 01,0 0 +"
1 9 2,0 0 +'
3726,25+
702li,5C +r
931,OC +1:
1060,00 +;
308,OO +L
It32,00+
47 0,00+
3953.25 +1
432,00+
64,00+
0 C., 0 0 +li
8 o0C,00 +it
6000,00 +L
1 000,00 +R
600,00+
20616.0
21 32,00 +R
2 200,OO +II
17366,00 +r:
1200,00 +11
2000,00+:
1 000,00+
2100,00 +y
500,00 +H
2000,00 +11
300,00+
100,00 +u
250,00 +r
720,00 +;:
1 60,00 +p,
4 0 0 0,0 0+ s
900,00 +'u
1000,00 +':
4500,00+
45000,00 +Z
29000'.00+11
4750,00 +5
261 611,OOT-7
11
E
0
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
41. Lump Sum Construct traffic signals at
the intersection of Balboa
Blvd. and Coast Highway
@ o I I a r s
and
Cents
Lump Sum
42. Lump Sum Construct traffic signals at
the intersection of Balboa
Blvd. and River Avenue
@TlriU//' /.i/ /yE'59�a Dollars
and
Cents $ '40�$GYD`�
Lump Sum
43 5 each Construct Type 1 -D street
light standard with high
pressure sodium vapor
luminaire
11 a r s
and
Cents
TOTAL PRICE WRITTEN IN WORDS: TOTAL:
Sie'�/uuoP�vv�/seS Dollars
and
Cents $ °—'
CONTRACTOR'S LICENSE N0.h�0/
der 's Nan
DATE - 0AeW1,Q1149
(Authorized Signature)
BIDDER'S ADDRESS /'/J �aY /{�/ ,1/llciaGJY�7/6G/L, °i3tiF. 9�GG3
TELEPHONE NUMBER
NOTE: Designate the supplier for the traffic signal controllers for Bid Items 41
and 42 in the space below:
Lll/ldl.�/iTJC 9.�,U.CYJ"
Name of Controller Supplier
0 AD 1 of 2
February 1, 1974
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA BOULEVARD IMPROVEMENTS
WEST COAST HIGHWAY TO 44TH STREET
CONTRACT NO. 1369
AHFP PROJECT NO. 637
ADDENDUM NO. 1
I. CHANGES TO PROPOSAL:
A. Remove Sheet No. PR 1 of 4 and insert Revised Sheet No. PR 1 of 4.
The revised sheet changes the quantities of Bid Items 1 and 2.
B. Remove Sheet No. PR 2 of 8 and insert Revised Sheet No. PR 2 of 8.
The revision deletes Bid Item 3 for "Construct variable thickness A.C.
pavement" and adds Bid Item 3 for "Clearing and Grubbing ".
C. On Sheet No. PR 6 of 8 change the quantity of Bid Item No. 29 from
16 ea. to 14 ea.
II. CHANGES TO THE SPECIAL PROVISIONS
A. Add the following sentence to Section X: "FLOW AND ACCEPTANCE OF WATER" on
Page 4.
The cost of implementing this section shall be included in the various
items of work and no separate payment shall be made for this item.
B. Change the first sentence in the paragraph numbered 2 of Section XI -D
"TEMPORARY ASPHALT CONCRETE RESURFACING " - to read
2. Payment for furnishing, placing, maintaining, and removing temporary
concrete resurfacing shall be included in the unit prices paid for
the items of work requiring temporary resurfacing.
C. Add to Section XI "CONSTRUCTION DETAILS" the following subsection:
R. CLEARING AND GRUBBING
Clearing and grubbing shall conform to the provisions of Section
300 -1 of the Standard Specifications and these special provisions.
The plans show areas where variable thickness asphaltic concrete
pavement is to be constructed over existing pavement. No pavement
removal will be required in these areas. Existing concrete islands
and curbs in these areas shall be removed.
CHANGES TO THE SPECIAL PROVISIONS - Continued
R. CLEARING AND GRUBBING - Continued
0 AD2of2
In the area shown to remove existing pavement over concrete pavement,
the AC and AB shall be removed down to the concrete pavement. Concrete
pavement removal is covered under Section XI -A and shall be paid for
under a separate item.
The lump sum bid item for Clearing and Grubbing shall cover all items
of clearing and grubbing not separately covered by a bid item.
III. CHANGES TO PLANS:
Add Revised Sheets 2, 3, 4 and 5 to Plan No. R- 5216 -5.
These sheets reflect changes in pavement sections and areas of pavement removal
and should clarify the construction of the street section.
SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH
YOUR PROPOSAL
(00e, 0�
Don Webb
Project Manager
Date Received ut orized Signature
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 10:30 A.M. on the 12 day of February 19 74,
at which time they will be opened and read, for performing work as follows:
BALBOA BOULEVARD WIDENING - COAST HIGHWAY TO 44TH STREET
CONTRACT NO. 1369
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 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 an t e Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a artnership,
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.
One set of.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.
(cont.)
0 0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) 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 Avenue, 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
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 Resolu-
tion No. 8090 adopted September 10, 1973. 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).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
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 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. Ga 9�/ Classification ,4
Accompanying this proposal is f� /�✓0� 7Z So
Cash, Certified Check, Cashier's Check or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3100 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.i
Phone Number :Bi der s Na e
(SEAL)
Date ' Authorized Signature
Authorized Signature
�.(//J/Y /OIJiAG
Type of Organization
(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:
- 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. 9- -, 1.4 &1, Dq1/ /S 401 a UGI�'
3.
7.
8.
9.
10.
11.
12..
L�1I/,//G.
I, Bidder's Name
LUG
Authorized Signature
Type of rganizat on
(Individual, Co- partnership or Corp)
ress
0
0
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, 06&x4 .�
and MARYLAND CASUALTY COMPAFY
Page 4
as Principal,
, as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of,.�,M
Dollars ($ /D O ), 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 /a day of
19Z.
Corporate Seal (If Corporation) L6
P incipa
i oNn/ U.
(Attach acknowledgement of
Attorney -in -Fact)
NfARYLAND CASUALTY CowAlW
Surety
By
Title A. A. CHRISTIAN ATTORNEY -IN -FACT
)\
\
\ \�
\ � ƒ`
\2
o
\\
ow
\\
\\
�
\
\
`0
/(}
\j
/ \3
j \CL-
0- 2,0
0 \\
!/5
\/§
2>
: \»
! n.
, o ;>
\�\
\
: ?
�2 \
\ /
2 ƒ
$
j
\ \
% p
/ §
�/ ,
• 0
Page 5
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 soug by this bid.
)AA LaA
1
Subscribed and sworn to before me by
this day of
My commission expires:
Notary Pwl 1 c
_'— OFFICIAL SEAL =
JUDITH K. CALEY
NO' -�YP 31_:C- CALIFORNIA
S:
V R,P 'fPAL PAL OFFICE IN
ny N';E COUNTY
My COMPMSsiOn [:xpires ept. 5. 1976 ='
Gnumrnninnmiii mi�m.,., n.,,��.�......_.._....,�i�iin mim..... i
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The.undersigned submits herewith a statement of his financial responsibility.
,�<1-S .B�z/ 51/�/i1722� Ge�iy7f .�.rsU.TZ �i.0 S
igne
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.
O>' :5r g�1�
gne
Coractor's License No 260701
Page 8
LABOR AND MATERIAL BOND
Bond No. 512161
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted
has awarded to
February 25, 1974
Donn 0. Michaels
hereinafter designated as the "Principal ", a contract for Balboa Boulevard Improvements
West Coast Highway to 44th Street - Contract No. 1369 - AHFP Project No. 637
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 DONN 0 MICHAELS
as Principal, hereinafter designated as the Contractor and
SUMMIT INSURANCE COMPANY OF NEW YORK
as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of --- - - - - --
ONE HUNDRED THIRTY THOUSAND EIGHT HUNDRED FIVE & NO/ 100 --------------------------------
-@1ffXXVXNKKHXXXyVKXK®XXNxXXX ------- --- ------- - --- - -- Dollars ($ 130,805.50 )
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.
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 12th day of March , 19 74
ONN 0 MICHAELS (Seal)
L(Seal)
(Seal)
ontractor
SUMMIT INSURANCE COMPANY OF NEW YORK (Seal)
Approved as to form:
City ttorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attest:
City Clerk
By 4 —(Seal),
Carl Bann, Atto ney -in -Fact)
(Seal)
SUMMIT INSURANCE COMPANY OF NEW YORX
c/o C. P. Mann & Co., Inc.
3960 Wilshire Blvd., Suite 400
Los Angeles, California 90010
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
ss.
ON March 12, 19 74
before me, the undersigned, a Notary Public in and for said State, personally
appeared Carl Mann, known to me to be the person whose name is subscribed
to the within Instrument, and acknowledged to me that he executed the same,
as Attorney -in -Fact for SUMMIT INSURANCE COMPANY OF NEW YORK.
WITNESS my hand and official seal.
Q.
MARY RUT:! RANCE
a1 j NOTCF'I PU6l ICCnLIP'�4r�!A
LOS\h Ea CU UiJiY
Notary Public in gad for said State.
SUMMIT INSURANS COMPANY OF NEW T&K
5112 6
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the SUMMIT INSURANCE COMPANY Of Ni W Y0HK,.1 uu pw.n rte, of the Srateof New York, having its
principal offices in the City of Houston. Texas, does make, commute and appOlnt. ��11. lt-LIlll, Jill- i" I 1 "I lit',. _LL.LL Simi6()11
its true and I awl uI At torneyls F in fact, to make, ..acute, seal and deliver for forr lnnot nn us bahe ❑..c, sir. nry, and as I.1 a,., and deed, any and all bonds, undertakings
and contracts to au ref V sh i p',, CCm behhalI o�f: --pp,�.'� 11,�-- DDNN O.—M LCHAEL.S _.. -. -- -- ._..�— .. - -as Principal
and__ city _y_t_�rtN- sax--k-_aeach as ULbgae provided than no bond or under
taking pr conoact of ewet"In" executed under IN, aothorhv shall exceed stm 'an +iron, of n,n ni c ,.clad _ .'ll If ! IF, I
This Power of Attorney Is granted and is signed and sealed by facsintil. i nda and by the tuuuwing Hesohllmn adupmd by the board of Diiii of SUMMIT
INSURANCE COMPANY OF NEW YORK at a meeting only called and held on the Nth dnv of August, 1972
"RESOLVED, all bonds of the corporation shall be executed in the corporate name of the cun,p;u,y by the Prna Jmrt nr Vice president, or by such other officers
as the Board of Directors may authorize. The pres.dem or any vice mesicfeN, secretary or any assrtranl see rate, , ntay appoint attorneys In fact or agents who
shall have authority to issue bonds in the name of the .,,pan,, The corporate seal .. nJl nui essnry to, the validity of any bonds of the Corpora ,lire,"
IN WITNESS WHEREOF, the SUMMIT INSURANCE COMPANY OF NE W YORK h.,, ; :anted rhev;• fneserll,. ,, he slyr,ed by Its ofLCer underygnnd and Its cor
porato seal to be hereto afti xed duly attested by Its secretary this 12th day of September, 1912.
SUMMIT INSURANCE COMPANY OF NEW YORK
+; c Attaavl 21tY„ 11JTmrv. ;127'4
o Ry,
Secretary" Pr 6lreril
STATE OF TEXAS 1
ss:
COUNTY OF HARRIS)
On the 12th day of September, 1972, before me personally came Kenneth F. Cooke, to me known, who being by me duY sworn, did depose and say that he
residasin the County of Harris, Stata of Texas; that he is the President of SUMMIT INSURANCE COMPANY OF NEW YORK, the corporation described and which
executed the above instrument; that he knows the seal of said' :Orporation, dial the seal affixed to idol insbun Rot is sntli corporate seal; float it was so affixed by
order of the Board of Directors of said corporation and that he signed his name lherem by like onji"
,r
Notary Pubhc BARBARA ANNE TTE BY RD
NOI.ny Pubin in end for Hariis County, Texas
STATE OF TEXAS 1 My Commission E.pves June 1, 1973
COUNTY OF HARRIS
CERTIFICATE
I, the undeaign ad, duty caballed to the office slated below, now the incumbent In SUMMIT INSURANCE COMPANY OF NEW YORK, a Now York Corporation,'
authorized to make this certiticam, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains In full force and has nor been revoked; and
furthermore, that the Resolution of the Board of Directors. set forth in rho Power of Attorney ix now In finis.
Signed and sealed of be City of Houston, Texas Dated
.... S j'
Y Con tor's License No. 260701
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
i
Page 10
Bond No. 512161
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 25, 1974
has awarded to Donn 0. Michaels
hereinafter designated as the "Principal ", a contract for Balboa Boulevard Improvements
West Coast Highway to 44th Street - Contract No. 1369 - AHFP Project No. 637
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, DONN 0. MICHAELS
as Principal, hereinafter designated as the "Contractor ", and
SUMMIT INSURANCE COMPANY OF NEW YORK
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
NO /100 ---------------------------
TWn HNNDRED SIXTY ONE THOUSAND SIX HUNDRED ELEVEN &/ Dollars ($ 261.611.00 ),
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.
Page it
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or 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 instrument has been duly executed by the Principal and Surety
above named, on the 12th day of March , 19 74 .
(Seal)
B Y fib'
rd C t 11 (Seal)
(Seal)
Contractor
SUMMIT INSURANCE COMPANY OF NEW YORK `Seal)
By �f�e.,�,� _ (Seal)
Carl Mann, Attorney -in -Fact
(Seal)
Surety
SUMMIT INSURANCE COMPANY OF NEW YORK
c/o C. P. Mann & Co., Inc.
3960 Vlils'rirc Blvd., Suite 400
Approved as to form: Los Angeles, California 90010
City Attorney
zo
%E
y \|f/
\a
sm
kk
[ § / &-
��r■E«
®k ■s/
(� } \-
(>
2 2 &|}
of }ƒ
2■■� ■
� Iƒ
� k
k) .
.
\� �
. . \
(
j (
(�£ §
§.
\>S
§, \
}i`m2z
)�\\ {
.
{/ .
§■ ;« 22 �
�
RESOLUTION NO. 8 2(
FEB L� 1974 A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
FOR BALBOA BOULEVARD WIDENING -- COAST
By th9 CE+Y COUNCIL HIGHWAY TO 44TH STREET, CONTRACT NO. 1369
Jr +v ry"`.p- REACH
WHEREAS, pursuant to the notice inviting bids for
work in connection with Balboa Boulevard widening -- Coast
Highway to 44th Street, in accordance with the plans and
specifications heretofore adopted, bids were .received on the
12th day of February, 1974, and publicly opened and declared;
and
WHEREAS,.it appears that the lowest responsible
bidder therefor is Donn O. Michaels;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Donn O. Michaels
for the work in the amount of $261,611.00 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach, and that the City Clerk
be directed to furnish an executed copy to the successful
bidder.
ADOPTED this 25th day of February, 1974.
Mayor
ATTEST;
City Clerk
DON/bc
1/22/74