Loading...
HomeMy WebLinkAboutC-1583 - Storm drain improvements, Dahlia Avenue south of 2nd AvenueNov i 1 1974 TO: CITY COUNCIL FROM: Public Works Department November 11, 1974 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE (C -1583) 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 Dahlia Avenue storm drain has been completed to the satisfaction of the Public Works Depart- ment. The bid price was: $28,199.50 Amount of unit price items constructed 27,959.50 Amount of change orders None Total contract cost 27,959.50 Amount budgeted in the General Fund 44,000.00 (Account No. 02- 3497 -011) The design engineering was performed by Jack Norris, Consulting Civil Engineer. The contractor is A and A Construction of Torrance, California. The contract date of completion was September 23, 1974. The work was substantially completed by that date, with the final clean up completed by October 22, 1974. jO �2i � —rte Joseph fiDe lin Publ ic Director GP :hh 7 . /%Vi ,JUii 4 4 iJ"1 By the CITY COUNCIL CITY OF M *W" RS 36ACH TO: CITY COUNCIL June 24, 1974 CITY COUNCIL AGENDA ITEM NO. H -2 (a) c FROM: Public Works Department SUBJECT: DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE (C -1583) RECOMMENDATIONS: 1. Adopt a resolution approving a quitclaim deed for a portion of a storm drain easement subject to receipt of executed Q y 6� Grants of Easement for new alignment of storm drain; and authorizing the Mayor and the City Clerk to execute the quitclaim deed. 2. Authorize the City Clerk to have the quitclaim deed recorded with the Orange County Recorder. 3. Adopt a resolution awarding the contract to A & A Construction j Co. of Torrance, California for $28,199.50, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: This project provides for the reconstruction and realignment of a failing portion of an existing 36" storm drain in Dahlia Avenue and in easement southerly of Second Avenue. Realignment of the storm drain requires a modifica- tion of the existing storm drain easement. Negotiations are underway with the property owners involved for new Grants of Easement and the quitclaim of a por- tion of the existing easement. Granting of the quitclaim should be subject to receipt of the fully executed Grants of Easement. There is no foreseeable need on the part of the City to retain the easement. Exhibit "A ", attached, shows the easement to be quitclaimed. Two bids were received and opened in the office of the City Clerk at 11:00 A.M. on June 17, 1974. Bidder Amount A & A Construction Co., Torrance, Calif. $28,199.50 Savala Construction Co. Inc., Costa Mesa, Calif. 39,389.00 The low bid is approximately 3.1% above the engineer's estimate of $26,600.00. Budgeted funds are available in Account No. 02- 3497 -011. The low bidder is qualified to perform the work and has completed similar projects satisfactorily. Plans were prepared by Jack P. Norris, Consulting Civil Engineer. The estimated date of completion is September 15, 1974. oseph T. vlin ublic W s Director SB:hh Att. i i I � 1✓ LOT JS �,, ri( ✓,;l N, 57'4O ,Y ORA /N E TO /51f— ?aCWIR 77L�— "Jrr Of Aid e 4-4 . i y I I I I 1 I 1 1 LOT 17 ' i CITY CF NEWPORT BEACH DRAWN ,V DV DA rE -�'2 PUBLIC `NORKS DEPARTMENT APPROVED i S70,QM DRAIN 4751i1 7. PUBLIC WORKS CIRECTOR 3Lir. 431) CORONA DEL MAR 'rRACT DRAWING NO. j RAW 530 -5 JUN 2 4 1974 RESOLUTION NO. 829 Y By the CITY COUNCIL A RESOLUTION OF THE CITY COUNCIL OF THE CITY CITY 6W Nwo!pRT 115ACFVF NEWPORT BEACH AUTHORIZING EXECUTION OF A QUITCLAIM DEED TO JEAN THOMPSON, RELEASING THE CITY'S INTEREST IN A PORTION OF A STORM DRAIN EASEMENT ON DAHLIA AVENUE SOUTH OF SECOND AVENUE WHEREAS, it has been necessary to reconstruct and realign a failing portion of an existing 36 -inch storm drain in Dahlia Avenue; and WHEREAS, the portion of the existing storm drain easement located on Lot 17, Block 431, Corona del Mar Tract, is no longer necessary by reason of the realignment of said storm drain system; and WHEREAS, it has been determined that the City has no present or prospective need for said portion of the storm drain easement formerly granted to the City, legally described as: That portion of an easement for storm drain purposes recorded April 24, 1968, in Book 8582, page 162 of Official Records of Orange County, California, located within Lot 17, Block 431, Corona del Mar Tract, in the City of Newport Beach, County of Orange, State of California, as shown on a map recorded in Book 3, pages 41 and 42 of Miscellaneous Maps, records of Orange County, California, more particularly described as follows: BEGINNING at a point in the southeasterly line of said Lot 17 distant southwesterly 10.00 feet from the most easterly corner thereof; thence westerly along the northerly line of that certain land described in an easement deed to the City of Newport Beach recorded April 24, 1968, in Book 8582, page 162 of Official Records in the Office of the County Recorder of said Orange County, California, said northerly line deflecting northerly 60 008128" from the south- westerly continuation of said southeasterly line of Lot 17, 26.11 feet; thence southeasterly on a line deflecting southerly 150 008128" from the prolongation of the last described course 20.08 feet to the southerly line of the above - mentioned land described in Book 8582, page 162, Official Records; thence easterly 2.95 feet along said southerly line, said southerly line deflecting northerly 29 051132" from the prolongation of the last described.course, said course described as having a distance of 20.08 feet, to the said southeasterly line of Lot 17; thence northeasterly along the said southeasterly line of Lot 17, 11.53 feet to the POINT OF BEGINNING. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the Mayor and City Clerk be and are hereby authorized and directed to execute a quitclaim deed releasing to Jean Thompson the City's interest in the above described portion of the storm drain easement; PROVIDED, however, -1- that the Grants of Easement necessary for the realignment of the storm drain, as above described, have been properly executed and received by the City of Newport Beach. ATTEST: City Clerk ADOPTED this 24th day of June, 1974. -2- Mayor mh 6/18/74 r JJ PlAY 2 n 1,974 �7����— TO: CITY COUNCIL FROM: Public Works Department May 28, 1974 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE (C -1583) RECOMMENDATION: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on June 17, 1974. DISCUSSION: This project, as shown on attached Exhibit "A ", will provide for the reconstruction and realignment of a deteriorated section of a portion of an existing 36" storm drain in Dahlia Avenue southerly of Second Avenue. The plans were prepared by the office of Jack P. Norris, Consulting Civil Engineer. The engineer's estimate for the work is $26,600. Funds are allocated in the current budget for the work. This project has been determined as exempt from the requirement for a Coastal Zone Permit inasmuch as it is a replacement in kind of an existing facility. Joseph T. Devlin P blic 4i ks in ` 1jd Att. I I I I II POP 6o r FI I I PROF /LE_ � ' I lb N ,N ,J (11) W h O Z j tj 34 v p/7 2 4 .I I I I I II POP 6o r FI I I PROF /LE_ � ' I lb N ,N ,J (11) W h O Z j tj 34 v p/7 2 e � o � a Z a �o 0 h z Q Q v � � Q I w 3 o S1o0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DAi1L /A 57-0,QM DQA /N 5/a 24�,9✓E. �x ;.N i Ex 3/- - _� _3r, ... ► y(:v 4i A8AA�) 1 V5RO4TE� J :�I. Ra � u DRAWN DATE APPROVED — PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. cX11 1,6 17- -*�4 �� 2 e � o � a Z a �o 0 h z Q Q v � � Q W 3 � o S1o0 :�I. Ra � u DRAWN DATE APPROVED — PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. cX11 1,6 17- -*�4 �� CqY OF ��BKACH, CALIFO*NiA SEALED 81DS i ',nd at the Offte ottbe "Ctty End R M Bids rand. w tba prdposai .form with the.4rMabad by tb3'Paba DO not d r G3 tf� Witderiott Lich bid must be acco mpanied - -. pyab, ;wed e k or Bidder's Bond, mace paysbli'ta`the City o Hew@ t. Beach, for an amoant:etiuil t0 At leant 1 &perclut asmuntbid, ;. , az The title -of the project amd be words "SEALED= 1, shall be Ioleoly marked,oa ths.oa�le':ef theeavelopseou »`; taiaing the bid, Tt+E�aadract dpsmne,4b tbat awaR;be completed, ezecdtpd, -, and row -Odin tits aaal0ii'biQar! A. Prtpoeal; u ; B. Derogation of SabcoWftctars- C. Bidder•s;8aod >' D Nii4ollustun A" E Statement of Fliaacfaiety F Technical Ability sur a Retereacas These documents shah be with the.afgafthre a0'. titles of the persons`. sag dK rtifbalf of , the bidder's For' corporatioisi,& sigoat6eq Ot the'Piesidentor Vice dent and Secretary or,AsstA' W -Js� i aro.rewred,a#d the Corporate', 5es1 shall be aftEled: tq at3 docunsntg reloir tag signature e to the.`cnse ofx $9ship, thawmpae. of at least one general partner b ret{tmt od No bids ,Will be acceR%ed LAnt' 1t coatrietor ift been licensed: in aceord$hce rtllb tb Ct 9, Division ;t of the Hpe[ri$sa ;8af. ' C contract shall state bis-iteenga nnmbar. aid clasORICRUM., In the proposal., :'One set of ohms and Ob�rarkdoem9o�tt Intladtng spa ti provisions fn$y be obtataea at the:PiMe Woks City Hall,:Newport: Beach, Caltlar f* at no" cost trlteeised conbartees• It- Is requested that: plaha and., contrast: documents be returned wtuan 8 weeks albs The City line adapted the Stpsdgti d *, dlfTeallons ter p7 tic Works Cogmrnetton (1673 Edlil,as prepares by tbeSbutharu California Chapters: of. the AmeriOa -Public WorksASSOeiatton and the Assoolated General' thaw 01S of America. Copies may be obtained from Beikitmy News Inc., • >3055 Overf3ad> Avenue, Los Angeles; Californla'8998r, (13) hd- o"7b.' The City has adopted Standird4w al Wovisions and 5fatw and DravAggs. Copies of those: are avatlabli at the Poblli; Works Department at a costbi,$5.UO.Par set. A, stsmffird '�CertificMs, of lasumes, foS: Contraot; Work for City" :.gym has been adopted, by. the City. This ig a the only ce;lltteata of Iusturp" acceptable to the City : Che seceeasful budder will 1* ZA*'*ed to cgntp ►eta thlsCorm 1. upon award of the:smtract F.or any :'rsgdred boads, the tssutot 83d Bobds, Lair mad tdaterial @oadp, Alto i?i sift mac' BonCa must be as iasaraace CO.", AV OF. durety contpady Its 9:; by tb tom; ad CalttoTuw PbO OM Wes must ciao hase.s. current God" Policy Hcsddea'#,ttattag of A of better, and Fiaa� tat; RltGpk of at iDtA a's'ps'- the'latesteditleu.� Best'# lCey $mg Gufde�( ;' .LlabllityZ in aeooF4nce'w* the :p ;,of Article $, Cbept$r,i Part 7 of the :'Cm1tb{wia: _146*1 Cade (Seotloas 1779 et *.4. the City Coa�11 of the City og NWWt Beach big ascertained: the r itac iN diem a�ages in � loixlity id w�3ga; rebkk is to oil fir. ea49.craftc c;YaNdC= A & A Oonstriuction 22627 Crawhat Boulevard, Suite 204 Tor mwe, CA 90606 Subject: Surety : United States Fidelity aid Qxww&ty Ompany Bonds No. : 20-4293-74 and 40-0120-4298-74 Project : Stone Drain Imprwammate (Dahlia Awns, 9/0 Second Avenue) Omtzwzt Ho.: 1683 7h& City Oburwil on November 11, -1974 accepted the work of subject project and Autk=I=d the City Mark to file a Notice of WVletion and to release the bonds 36 days after Notice of Oomplation has been Notice of Completion was filed with the Orange County Pwoorder on NOYINbOr 13, 1974, in Book 11285, Page 280. Please notify your surety company that bonds my be released 35 days after recowding date. Laure City CLLogical CHC Ork LL:swk RECORDIN PLEASE RETURN TO, REQUESTED a LAURA L'.c; CIrr CL TED sr 0 10251, BK 1 1286?6 280 CITY C BEACH EXEMPT 3300 NEWP :. C :'JLEVARD C8 NEWPMT BEACH, CALIF. 92660 EORANGE FFICIAL RECORDS NOTICE OF COMPLETION NTY, CALIFORNIA PUBLIC WORKS V 1 �3 1974 , County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 22, 1974 the Public Works project consisting of Dahlia Avenue Store Drain South of Second Avenue, C -1583 on which A and A Construction of Torrance, California was the contractor, and United States Fidelity and Guaranty Company was the surety, was completed. V ERIFICATT( I, the undersigned, say: CITY OF NEWPORT BEACH orks 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 November 12, 1974 at Newport Beach, California. VERIFICATION /OF CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on November 11, 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 November .12, 1974 at Newport Beach, California. b ' !'' — 1 i i - 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: November 12, 1974 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Dahlia Avenue Storm Drain South of Seocnd Avenue Contract No. 1583 on which A and A Construction was the Contrector and United States Fidelity and Guaranty Co. was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. 0 0 Date July 24, 1974 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1583 Project Dahlia Avenue Storm Trait► IVrovam mts Attached is signed copy of subject contract for transmittal to the contractor. Contractor: A 2 A Onstructien Address: 22527 (xensTtaW Blvd., Suite 204, TWymee, CA 90505 Amount: $ 289199.50 Effective Date: 7 -23-74 Resolution No. 8290 Laura Lagios LL:dg Att. cc: Finance Department July 12, 1974 TO: CITY CLERK FROM: Public Works Department SUBJECT: STORM DRAIN IMPROVEMENTS (DAHLIA AVENUE S/0 SECOND AVENUE) CONTRACT NO. 1583 Attached are three copies of the subject contract documents. Please have executed on behalf of�the City, your copy and the insurance certificates, and return a r i g Copies'to this depart- men t. Steve Bucknam Project Engineer SB:h Att. M14 rftAl. dAl" 2500 WILSHIRE BOULEVARD P. O. BOX 57978 CABLE: WEBLINB LOS ANGELES, CALIFORNIA 90057 (212) 36I -3381 From: CAROLE RICHARDS To: STEVE BUCKNAM, PROJECT MANAGER PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92660 Subject: A & A CONSTRUCTION Date: WITH REFERENCE TO YOUR LETTER OF INSTRUCTIONS DATED ► JUNE 26, 1974, ENCLOSED ARE THREE EXECUTED COPIES OF THE CONTRACT AND BONDS FOR CONTRACT.NO. 1583. ALSO ENCLOSED ARE THE CERTIFICATES OF INSURANCE. PLEASE CALL ME IF YOU HAVE ANY QUESTIONS. CC: A & A CONSTRUCTION Please Reply Below Date: RECEIVED ��. pUBl1C W19R QS,�. Ju�"c�n of NEWPORT BEACH, CALIF. 197 �3 S E NO E R: Keep pink copy, send white and blue. I R E C I P I E N T: Return blue copy with reply. FREMONT INDEMNITY COMPANY THE FREMONT ■UILDINO 1702 WEST EIGHTH STREET DATE: JULY 9, 1974 TO: CITY OF NEWPORT BEACH c/o CITY CLERK 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA o 0 Il ♦� LOS ANGELES. CALIFORNIA 20017 . 12121 482 -8721 CERTIFICATE OF WORKMEN'S 92660 COMPENSATION INSURANCE EMPLOYER: A & A CONSTRUCTION 22527 CRENSHAW BOULEVARD, SUITE 204 TORRANCE, CALIFORNIA 90505 POLICY NO. CP0014063 POLICY PERIOD 8 -6 -73 To 8 -6 -74 PRODUCER PENN GENERAL AGENCIES OF CALIFORNIA, INC. THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. THIRTY (30) We will give you 'itI$II$ days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); STORM DRAIN IMPROVEMENTS (DAHLIA AVENUE S/O SECOND AVENUE) Countersigned of Los Angeles, Colifornia by �z el \ . AUTHORIZED REPRESENTATIVE UN 105 1/70 Il +' FREMONT INDEMNITY COMPANY o EXECUTIVE VICE PRESIDENT 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 NO. 1583 Project Description: STORM DRAIN IMPROVEMENTS (DAHLIA AVENUE S/O SECOND AVENUE) This is to certify that the HARBOR INSURANCE COMPANY ame o nsurance Company) has issued to A & A CONSTRUCTION (Name of Insure 22527 CRENSHAW BOULEVARD SUI 2 4 T R CALIFORNIA 90505 ress 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. 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: PENN GENERAL AGENCIES OF CALIFORNIA, INC. Address of Agency or Broker: 2500 WILSHIRE BOULEVARD Countersigned by: - 40 i� y i�Authorize Insur ce Company Representative Effective date of this endorsement: JULY 9 , 19]1, Endorsement No. 9 it ) it Policy Term Limits of a i it Coverage Policy No. Each Occurance (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protectiv $1,000,000 Products 500,000 Contractu COMPREHENSIVE LIAB. From: * Protectiv( Combined Single Limit Bodily Injury or Property Damage 113136 8 -6 -72 To: 8 -6 -75 *$ 11000,000. * Products * Contractui Each occurence 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: PENN GENERAL AGENCIES OF CALIFORNIA, INC. Address of Agency or Broker: 2500 WILSHIRE BOULEVARD Countersigned by: - 40 i� y i�Authorize Insur ce Company Representative Effective date of this endorsement: JULY 9 , 19]1, Endorsement No. 9 it ) it CONTRACT NO. 1583 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR 0 CITY CLERK STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVE.) APPROVED BY THE CITY COUNCIL ON THIS 28r~DAY OF MAY Laura Lagios, City rk SUBMITTED BY: A & A Construction Contractor 22527 Crenshaw Blvd., Suite 204 4ddress Torrance, CA 90505 City Zip Code 213 - 530 -6595 Telephone $ 28,199.50 Total Bid Price k • CITY OF NEWPORT BEACH STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVE.) CONTRACT NO. 1583 PROPOSAL, To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of' 3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1583 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 14 Construct 36" (1500 -D) R. C. P. STORM DRAIN Lineal Ft. @Two hundred seventy -five Dollars and No Cents $ 275.00 $ 3,850.00 Per Lineal Foot 2 40 Construct 36" (1750 -D) Jacked R. C. P Lineal Ft. STORM DRAIN @Two _ Dollars and sixty c Cents $ 242.60 $ 9,704.00 Per Lineal Foot 3 35 Construct 18" (2000 -D) R. C. P. STORM DRAIN Lineal Ft. @ Fifty-seven Dollars and thirty Cents $ 57.30 $ 2,005.50 Per Lineal Foot 4 1 Construct MANHOLE No. 2 per CNB Each STD - 307 -L, modified °@Thirteen hnndrerl seven tyDollars and No. Cents $1,370.00 $ 1,370.00 Per Each � r�� � i f. e. 5 7 I 9 10, c. 'PR 2 of3 TION Each tM_STD_ 315, - L A_l,*kkm: btihftd Dollars. and. No dents .7 -v Per Each NEW z Construct CONCRETE. COLLAR on lVi- 'Each R.-C.-P. per CNB STD­ 313 L Afte 'NrWrtd -twent.y-ffvs::.V6IIa and No Cents. -Construct CONCRETE: COLLAR on 36". Each. R,.X R.r. per CXB STD­= 313 L @F�ffiY�eiie hundred Dollars-, and No Cents A Per Each 57 P-lacp -1 = "ck SANDmCEMENT SLURRY, Cubic Yards ' - Ounpe d in existing pipes -and Thirty: .:.Dollars a nd C 30.00: Per. Cubic Yard Construct NEW CONCRETE ]FLOOR in Each -exisfing. junction structure lars -arid No Cents' Per Each 2 -Construct NEW CONCRETE FLOOR in. Each existing catch basins, and CONCRETE. :PL GS VC in existing connector pipes, at -catch. basins -11)611ars and go Cents 350.00m. 700.00 Per Each Ll Rn • 4 , W-- � j S 1 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 11:00 A.M. on the 17 day of June , 19 74, at which time they will be opened and read, for performing work as follows: DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE CONTRACT NO. 1583 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 l0 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 the 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 Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the NFerican 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 i y z i 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 uurisstu;s 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. 258171 Classification A Accompanying this proposal is Bond Cash, Certified Check, Cashiers 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. 213 -530 4595. Phone Number 6 -17 -1974 Date A & A Construction .Bidder's Name S/ Allen R. Williams, Jr. (SEAL) Au d `Si�gnatur'e'�('� _� Q, l .1 n1 Wa. uthorized Signature Individual 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. Jacking -K & T Construction Inc. 11829 E. 166th St., Norwalk 2.. 3. 4. 5. 7. 8. 9. 10. 11. 12 A & 'A Construction i er ame UA-�Z .. S/ Allen R. Willis, Jr. am Authorized Signature Individual Type of rganization (Individual, Co- partnership or Corp) 22527 Crenshaw Blvd., Suite 204 Torrance, CA 05Q5 ress THE CONDITION OF THE FOREGOING OBLIGATION.IS SUCH, '- That if the proposal of the above bounden principal for the construction of STORM DRAIN .IMPROVEMENTS (DAHLIA AVE. SID SECOND AVENUE) CUNTRACT:NO..1- 3 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 17 day of. June 19 74 ., Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact) UNITED STATES FIDELITY & GUARANTY CO. Surety . S1 Carafe llichards _ - i L^ M NON- COLLUSION AFFIDAVIT Page 5 . 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. A & 'A CONSTRUCTION.CO. Subscribed and sworn to before me by this 12 day of June , 19 74 My commission expires: March 24, 1974 . S/ Cheri Kelson Faulk Notary Public 2'JCO. \l rl1Yr.t BJV ICV Anp 1-. O 3a, 57973 lcs A.Vni_S, [wv.C. &rw 90057 1213+3&13331 UN M CONTRACTOR'S FINANCIAL ARTEMENT Allen Williams Jr: D.B.A. -A & A Construction Co. BUSINESd ADWISS 5107 Steveann Street Tlorrance; Calif.. . 90300 trr. {ET 4T, ZOhi tTAf:L STATEMENT AS OF December 31 , t9 IF 2PACS!OR DETAIL IN RCMEOULZR IMADEQUATL RECORD ADDITIONAL ITEMS ON SEPARATE LIST($) AND .a ? -.\CM. MET%OO O. ACCOLNTINO EMPLOYED ICMECR ON {I: COMPLETED JOR ..............ERCEMTAOE Of COMKETIoN ------------ 7 I 3 4 3 6 7 b 9 17 CASH ACCOUNTS RECEIVABLE COMPLETED CONTRACTS EARNED ESTIMATES AND RETAIN.- AGE - UNCOMPLETED CONTRACTS ;'WORK IN PROGRESS - UNBiLLED NOTES RECEIVABLE OTHER ACCOUNTS RECEIVABLE STOCKS AND BONDS LIFE INSURANCE - CASH VALUE MATERIALS IN STOCK - Not i..clvd.d rn any h.m. &b•r, (f+rw.M Y.Iw) (o) Av3.41, f.r .•et s und« w.y S (b) OrMr 1,iaM1.1{ S OTHER CURRENT ASSETS (•EPlaln)_ 109803 51 It 13 13 14 9 10 15 ACCOUNTS PAYABLE (a) NOT PAST DUE (b) PAST DUE OWING SUBCONTRACTORS NOTES PAYABLE EXCLUSIVE OF EQUIPMENT OBLIGATIONS FEDERAL AND STATE INCOME TAXES PAYROLL TAXES (INCLUDING F.I.C.A., S.U.I. AND INCOME TAXES WITHHELD) ACCRUED PAYROLL AND EXPENSES OTHER CURRENT LIABILITIES - (•Epb:n) ??870 90 31.43 2 1 66 916 06 - .1V013 14 76 1 - TOTAL CURRENT LIABILITIES ENCUMBRANCES ON EQUIPMENT ENCUMBRANCES ON REAL ESTATE BILLINGS IN EXCESS OF COSTS ON UNCOMPLETED CONTRACTS OTHER-LIABILITIES (•Eplsin) 50,803 80 C.D. Bann: Deposits 2. _ + , - TOTAL CURRENT ASSETS EQUIPMENT AT NET BOOK VALUE _ REAL ESTATE FURNITURE AND FIXTURES AT NET BOOK VALUE ALL OTHER ASSETS (.*Plan) - TOTAL ASSETS 1129251 98- 25j65C 57 . 50C 00 CAPITAL STOCKNet Worth SURPLUS NET WORTH (inN•(dusl ar pvin.rship) TOTAL LIABILITIES AND CAPITAL -13t175 22 1 H O i�3,402 55 STATEMENT OF EARNINGS F> p..l•d 1 -1 -73 to 12 -31 -73 locos from conhacls 5 5 5. L 4.6 - 62 Safaris p•id to off;-", S Olhw I.* .. Wilhdrv.rols by individual or Porrm.r. 5 Total 1nco+rr• t�b2 ON id.nds poid 5' 401,453.32 Cvsf of <ar.vec4 S Z°/ Nov you e,tobf,h.d a.lin. of .r.d;, ?. • Con OracYm or.rh.ad '- ���•67 - , 93 396.63 No of Bonk _ crow Prolil y , brunch G.n.. ai a..d odninhNaHw •ED.nsa Amaunt 93, 396.63 P,A lr' +.:d• I ca — tow. _ —,— 96 = Am... Ica Bay Cen A A VonSW. U0. lU,bU;9,. Redor R ado. Be ach, > alif. AC'-*:)L;N i 3=-Cc YABLE FROA COMPLETED CONT:2 ACT$, INCLUDI HG RETAINACE AND EXCLUDING CLAIMS HOT APPR4:O 'fJA %YMEMT .nJ Add,..s Not.,. of C.bact Contract r R... ;"bl. S e e --A ti�a,cbje 4--aclie d-ul of th. eS or. b..n as0g..cl, sold, or pl.dgd? tF so, gir. parti..1a,. EARNED ESTIMATES ASO RETAINAGEON UNCOMPLETED CONTRACTS SHOWN BY ENGINEERS' OR ARCHITECTS' When Dv.- No.. Ad&.s. A.cu�l I C�t'ggt E.ti.tits Paid to Date U.P.;d (L... R�?.i� e a n A cart of sstgriad, &.IA. w pldoam? If so, qiv* pa,tic.l.'s WORK IS PROGRESS UNaILLED (EXPENDED ON CURRENT CONTRACTS SUBJECT TO FUTURE _hL2tu,. .1-rantract D.sc.itionf ltoms - Pa roll , Et.. NOTES RECEIVABLE H,v', ."d 2Lj,... of Hates. of Loan Dot. Motwity H. Scw.d A., r -mt ,hjs!L Ha,e nnj of the .4ovi, b". JI,cowvvd or &old?— if so, qIvv. partic.lor. OTHER ACCOUNTS RECEIVABLE From When Due N.. od Ad&*.s Fw What Dot. E)" Amount 1. it Good STOCKS AND BONDS D.s.,Jpvian No. of 101,14..ds Pald Market if PI.djd and�i Vales Sharg. Past 2 Years Cost Val" Gl., Fb,tic"les T LIFE INSURANCE CASH VALUE inswod 8.r,*F;0.,y Foe. Val" Bo,'o-.4 H... =y of ib: eSo.. l..... syn.d or pf.dgj? If .0, qW* pwtic.ls EQU IPMENT Ot Book val.. Am-- E or,� -1C I po m.m' C ±3 5 " 150 .9 5 7 v . :..fir, -T.,nt -s Tra I en lq.74q-7q 1 5� 64 Date of 1a.I outside approiaal Amount $ P-voill- to Amount I.$. and Kind REAL ESTATE Description of prpdy Title In N.M. of marlof V�t. Cost Ros:,!:,f Doc, ion Boo' V�l. Amount ;4":,;y monthly E�cgipbr,.s. I ,ft ACCOUNTS PAYABLE.. - N." and addr.se For What Oct. of Purchase Aam,um _T.jLheLT­rov*V,I. A`U.aq.h,--d Schedule: ...... --Lua OWING SUBCONTRACTORS ; Amovnf of Work Done Payments Due upon C.- Bond.47 S.bc..t,act to Dote Mod* rent E.I;..t.- F,? 9J1,4 .1 th.so tYe COIVmnf as one It... NOTES PAYABLE .%I,- Noma end Address What Ssaw;ty When D. Total Amount Period:. I When AMOVmt 13 INCOME TAXES 14 Unpaid Federal and State Taxes: If pattnership. estimate 6meua# For I.%# ta.ob&. y~ .Wing_ $ to La withdrawn fer taxes For prior years within 12 Month, $ Estimated on currawr ewnInj% S Most recent yew fW which Total In.*me to. clow.c. obt.i.-I BILLINGS IN EXCESS OF COSTS ON UNCOMPLETED CONTRACTS Work Amount of lc.nt,ary E.tiMal.4 Date of C.Mpl.t;.. W R.c.lpl. and (b) Billings to Date Co., m .6.1 Un Laid in D--- _Bias • Eons ....... of (a) In %lock, order *.c.., of (b) o. (a) In red. III., F,. 1,c• v,.., .> 1M oboe b..n road. in schwl.l. 14? '/ %5 LA iyC4M ^.`•ATCO .- n nn.,:I sIwl. In..vn r..ww. _.. .__. _. -._ A \ITMO 11ITO _ -1IT11 3_ t_e1.133CR1e ID CAPITAL 3 CAPITAL PAID IN �:....2 CaPIT.L PAI J,,+ EWJ14"ENC OR OTMERWIi` - -- -- TOTAL.PAID LIP "ITAL 0 -. . -- Fw.fs O. J /IIC2.(.`.O Oln(CTOff Act Numx OI ywN(WF(D IINA LMONTH...D( IROM IF'• -[.v- r •a >NpNAT10M 51Z 9T1.1 .T— .... -_. y DI'• •CTO.I COMPLETE IF CONTRACTOR A CO- PARTNERSHIP — "AMC A40 AOVJ 490 Or ALL INOIVIOVAL( COMMUirG COPARTr CA3MV A03 —'• FINANCIAL MONTH ^SICK FROM INTIRROT IN Th! •JO •IYTY•NN I.. CONTINGENT LIABILITIES Are liar. any judgement., suits or claim. (including tee claims) Pending ogeinst you? If so, give porKc.Iwe Are you acting as suety Or bondsman far others, or as indorser on any notes or occowts? If set give Particulars Are msre any liens Or stop notices far labor or materials filed on any of vow work anywh.r.? _ If so, give porticuloo Hove cenbxb subj.Ct to renegotiation b «n r.n.gelioted er Otherwise e1.ar.d? If not, give particulars For the purpose of inducing the hereinafter culiao the Surety, to issue or procure the issuance of bonds and other writings obligatory in the nature thereof the undersigned :rnish : -s) the Surety the foregoing as a true and accurate statement of the undersigned's financial condition as of the dote given and her -by represents) that the answers to the foregoing interrogatories are true. The undersigned agree(%) to notify the Surety promptly of any change that materially reduces the undersign.• +l's p.TCuniory 1t financial responsibility, and to furnish additional or supplemental financial statements or other information frc:T ti:we to time as required by the Surety.. The undersigned hereby cuthori:e(s) and request(s) any or all depositories or banks in which any funds of he umletsigned !r may be deposited or from which monies may be borrowed, to advise the Surety whenever requested by it, the amount cf such de. a¢ posits and/or loons; and my depository bank, material man, supply house, Or other person, firm or corpolatior: ii h.r.+uy author- ized to furnish any information requested by the Surety concerning the credit standing and any transaction of the vn :']rsigned with tie party to whom the request is made and with ethers; and the Surety may furnish copies of the foregeir9 s1sl-• -Tnt clld any information which it now has, or may hereafter obtain, to other companies for the purpose of securing reinsuran.:u or coin - 3arClCe. ' t . ' ' . IF INDIVIDUAL Sign tier '. - strt,¢n ' 'a Co e Witness Mike Papac— /Accountant B Alen Williams Jr. IF CO- PARTNERSHIP Sign Here: witness _ . l rMAYR a /IIwYh h5emoer of Firm of Firm. member of Firm. IF CORPORATION Sign Hirer' Attest: • t • . 1' I . !^ 11MAM30F CORPOAATIONI By �. ' ercwirwwr r.. a.hoery Subscribed and Sworn to beforo me this day of A. D. 191 NOTARY PUBLIC ENGI.`iG CONTRA ORS 022527.CRENSHAW BLVD., SUITE 2040 TORRANCE, CALIF. 90505 (213) 530.6595 LCu ;SE #253171 0 TO -Young & Assoc., Inc. 1910 Sursot Blvd. . rnS ari��;PS, �a,;f 90026 DA',' Jan, 1, 1-477!-- PROJECT RecaD of all accounts due BID ITEM DESCRIPTION UNIT PRICE TO AL Invoices Due Stone Canyon $ 4,545,00 L.A. City Mall 19 413.74 Canyon Rim Rd, invoice #4 1,080;00 Kno 11 Ranch Rd, invoice #4 9,585.00 Unit 7 Anaheim Hills 3,492,00 P.D. 1117 Calabasas #4 3,484.20 Retentions Due Tr. 30172 Diamond Bar $ 431,50 Tr. 8104 Anaheim 1,248.00 P.D. 1117 Calabasas 890:50 P.D. 900 Calabasas 1,713.00 Knoll Ranch Rd. 3,348.50 Canyon Rim Rd. 29628.29 Stone Canyon 505,00 Unit 7 Anaheim Hills 943.00 T.. A. City Mall 3,405.00 Total $ 56,71'2.73 0 I FNI GIIv-t.�G CONTRACTORS 2527 CRENSHAW BLVD., SUITE 204 • •TORRA.NCE, C: i.IF. 90505 (213) 530 -5595 L1=;SE =253171 DATE Jan. 1, TO N. D. Burke -Const Co, i431 T.n-t. Air- S rn,th Rl 7•tn » =n I'alis'. r PROJECT Recap of all accounts due BID ITEM DESCRIPTION UNIT PRICE TCTI Tnv�js^?s Due West Covina Plaza Invoice #3 West Covina Plaza Invoice #4 Marina Pacifica #3 Laguna Hills Shopping Center Gonzales Boys Camp Retentions Due Naval HosD. Long Beach P1larina Pacifica Henry Mayo Hosp; Total $ 4,490,00 3,230.00 3,69o.00 3,320.00 3,120,00 $ 1,283.50 1,640,00 215,00 $ 20,988.50 i • Ei`iGLYT3L`iG CONTRACTORS • 22527 CRENSHA`+`J BLVD., SUITE 204 TORRA.NCE, - CALIF. 90505 (213) 534 -6595 • LICENSE M8171 1 _-'. Jan. an. TO _ Arro Const- Co. 2215 Ln� �qp South. Fa. r..n-to C ^l i f PROTECT die cap of all account! due, BID ITEM DESCRIPTION - UNIT PRICE TOTAL Imroices Due McGaw Lab Euclid Ave. invoice #3 Cal Poly 2 C.Y. conc. Cal Poly invoice h�3 Kaiser Hosp. invoice #1 Retentions Due Sears Roebuck (Goes Euclid Ave Pasadena Long Beach State McGa;v Lab Cal Poly Kaiser Hosn. back to 6 -1 -73) Total $ 1,201.50 .1.055.00 60.00 4136. or) 4,311.00 $ 307.00 1,771.50 425.00 2,403.00 640.50 479.00 $13.150.50 AL r5c A' CON 2S-Tnu C-TH-DrN ENGIN=iIING CONTRACTORS f 22527 CRENSHAW BLVD., SUITE 204 TORRANCE, CALIF. 90505 (213) 530-6595 LICZNSE #258171 DATE Jan. I , 4 TO Vernon _ Pavinc, Co. P. 0. Bo- 489 Cerritos, Calif'. 90701 PROJECT Recap of all accounts due BID ITEM DESCRIPTION UNIT FPd-CE-ib-AL Invoices Due Aranbe St. extras Retentions Due Carson St. Improvements Aranbe St. Total N $ 341.62 $6,178.26 571.-86 $7*091.74 Teier.'�:na: (213) 5X-5595) ENGINF.MING CONTRACTORS 22527 CRENSFAW BLVD., SUITE 204 TORRAN(7-- , CALIFORNIA 90505 LICENSE 0253171 PIPELINE REINFORC'D C')vCRETE ACCOUNTS PAYABLE AS OF DECEMOER 31, 1973 1. Azusa 'Western 3.365.55 � 11.' Stemar, Inc, li' 1 „24 P. 0. Box 575 353 S. Central A,e. Azusa, Ca. 91702 L.A. Ca, 90013 2. Ameron 965,09' 12, Acme Rents 35.78 P., 0, Box 512 1.855 S. Brand E1 N:onte, Ca. 91734 Glendale,Ca. 9120' 3. Burke Concrete 600.57 13. Deanco Concrete 1,03 ?.82 1625 W. Washington Blvd. 2445 N,San Gabriel Montebello, Ca, 90640 Rosemead,Ca. 91770 �;. C•onrock Co, 4,532.83 14. Lomita Plaster ?-3.41 P, o. sox 2950 P. 0. Box 276 Los Angeles, Ca. 90051 Lomita, Ca, r'. °.. R. Leonard $10,656,36 15, Pacific Telephone 1'15.37 10902 Shoemaker Ave. 921 E. Compton Santa Fe Springs, Ca, 90570 Compton,Ca, 9022' F. Crane Veyor 20,404.14 16. Owl Bag Co. 1,09.59 '. 0. Bow_ 3727 1947 Santa Anita Av. So.E1 bionte,Ca. 91733 S. El M onte,Ca. 7, Standard Oil 235,05 �. 17. Baker Trucking 1[0.50 P. 0. Boy IL9000 4600 Brazil Si. San Francisco,Ca. 9 ' j k'p' L.A. Ca, 90039 F. T -)•nita Lmbr. Co. 151,41' 18, Phillips Petroleum 17.70 Cst. Hwy. P. O. Box 77 90717 Bartlesville,Ok. 9. South n.;.. r..,..:r Tools 195.76/ /� -c 3-h.,Ca. 90254 I.-; Blanche 321.38 P. 0. Bo; 54353 ,s Angeles,Ca. 90054 19. Bella Vista Bldrs, 25.10 Sply. 5136 E. Beverly 31c. L.A., Ca. 90022 TOTAL $ 1+3,155.65 FOR ORIGINAL SEE CITY CLERM ALE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits, herewith a statement of his financial responsibility. S/ Allen R. Williams Jr. Signed 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. 1974 City of Lynwood City Engineer 537 -0800. 1974 Young & Assoc., Inc. John Rasic 484 -1243 1973 -74 Newman & Sons, Inc. Walt Griffith 873 -2146 1972 -1974 Vernon Paving Vince Spadonni 924 -2311 k,,4 dD- • , S/ Allen R. Willi gne motion adopted June 24,.1974 ....................... has awarded to A 8.A Construction hereinafter designated as the "Principal ", a contract for Storm Drain Improvements (Dahlia Ave. S /O.Second Ave.) Contract No:..1583 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:cont terms thereof require the furnishing of a.bond.with said contract, providi said Principal or any of his.or its subcontractors, shall fail to pay for provisions, provender., or-other supplies or teams -used in, upon, .for, -:or a formance of the work agreed to be done, or for any work or labor.done ther kind, the Surety on this bond will pay the same to the extent hereinafter NOW, THEREFORE, We A & A CONSTRUCTION t and the that if materials, t the per- of any:. forth:. ,.�A as Principal, hereinafter designated as the Contractor and UNITED :$TATES`FIDELITY _AND GUARANTY. COMPANY as Surety, are held firmly bound unto the City of Newport Beach,.in the sum of ° FOURTEEN THOUSAND NINETY NINE AND 75/ 100 - -- Dollars. ($':14,099 75 '. said sum being one -half of the estimated amount payable by the City of N&Oort Beach under the terms.of the contract, for which payment well and truly.to -be wQe we bind ourselves, our heirs, executors -and administrators, successors or assigns ,;jointiy -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,. ih case suit is brought upon the bond,.a reasonable attorney's fee., to be fixed by the Court as reduired by the Provisions,of Section 4204 of the Government Code.of the State of California. ��T zi Page. 9. (Labor and Material Bond - Continued) This bond..shall inure to the benefit of any and ail persons, companies, AM corporation entitled to file claims -under Section 1192 ;.1 of the Code.of.C,ivil Procedure sous to give aright 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.speci.fications 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 9TH day of JULY (Seal) =; UNITED STATES FIDELITY AND GttARANTY rOMPArnr (Seal) XAROLE RICHARDS = = ATDRNEY -IN -FACT Approved as-to form: Clty-Attorney This bond was .approved by the City Council of the City of Newport Beach by motion on % Date Attest: City e ;a A ,� ., ._`;? -_�� :. �.,_ 1J n/. � /� - � v��^ A ' STATE OR COMMONWEALTH COUNTY OR CITY ATTORNEY -IN -FACT AFFIDAVIT OF__CALIFORNIA ss; OF_ —_L4q ANGFSES____ —__ Before me, a Notary Public, personally came_____ ___ -_ CAROT.F'.__RW11ARE ___ _ "- known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given u ®F•any;hand " all d Ei t „ � Ev L: C, ,,E HUGHES J.OS NAGELES COUNTY n Ex ires Au. 4, 1977 MyCommissid _n¢lSCis„_- ,P_ 7ud. 876 (9 -57) .................. of- - - - -- -JULY -------- - -- - -- 19 - -- 74 E' f WHEREAS, the City Council of the City of Newport Beach, State of California, by motion.adopted June 24,.1974— has awarded to A & A Construction hereinafter designated as the "Principal ", a contract for Storm Drain Improvements (Dahlia Ave. S /O.Second Ave.) Contract No.:1583 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, A & A CONSTRUCTIQN — as Principal, hereinafter designated as the "Contractor ", and UNITED STATES FIDELITY AND GUARANTY COMPANY As. Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NINE AND 50/100----- - - - - -- TWENTY FIGHT THOUS AD?D ONE HrrND FD NrNETy Dollars ($ 28:199.50 )., 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. L, Page la 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.. f In"the event that any principal above named executed this bond as. an.indivi:dual, 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 f above named, on the 9TH day of JULY 19 74. A y (Seal.) I�`�S�- +ov`��• �1P(. .(Seat) contractor UNITED STATES FIDELITY AND G_�gANR'Y COMPANY (Seal)' � '¢AROLE Seal) RICHARDS ATTORNEY—IN— FACT — _ _ (Seal.) Surery- `: '�� _ :: �; :,.,� l^ .__:: ..._� _.._:.Y � r ..: i � *- �� �, ..�_._ � _.��. -� �- ...rte=- r._._. ��..� _ . _ �.. __.:...r: =.; OF CALIFORNIA ___ ss: OF._SA;i -ANCPT E.B._ ------- -- Before me, a Notary Public, personally came-- _-- _--- CAROL)i- _RI�uARns vn to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a gland Corporation, which executed the attached bond as surety, who deposed and said that his signa- and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order authority of said Company's Board of Directors, and that the execution of the attached bond is the act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal . Page 12: C O N T R.A.0 T THIS AGREEMENT, made and entered into this 214day of ,' a1u�:Y , 19;U/ by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and A & A Construction - 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 Storm Drain Improvements FDAI U Ave. S/o Second Ave: I Contract 1 583 .. and to perform and complete in a good and workmanlike,,. manner all the work- pertaining thereto.shown on the Plans aWSpecifications 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 4hd 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' n said Specifications are expressly stipulated to be borne by the Cityiind 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.16 full`compensation therefore the lump sum price, or if the bid is on the unit price basis,, the total price j for the several items furnished pursuant to the :Specifications, naioed,in the bidding sheet of the Proposal, as the case flay be., 3. The City hereby promises and agrees with the -said Contractor toy employ, and does hereby employ the said Contractor.to provide the mater..ials'and to'do the work. according to.the term .and conditions herein contained and, referred to for the price aforesaid, and hereby contracts to pay the same it the time, in the manner, and upon the conditions set forth in the Specifications; and the said,oarties.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; i .. ... AW G F. �,,. 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 contractor work, regardless of res.ponsi- 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.,,00= ATTEST: Approved as to form: a v� City Attorney CITY OF NEWPORT..BEACCHH,., CALIFORNIA By: /.f• ro o a� By: contractor litle v Title 9 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVE.) CONTRACT NO. 1583 INDEX TO SPECIAL PROVISIONS FOR STORM DRAIN IMPROVEMENTS DAHLIA AVENUE S/O SECOND AVENUE CONTRACT NO. 1583 I SCOPE OF WORK II COMPLETION OF WORK III PAYMENT IV CONSTRUCTION SURVEY STAKING V TRAFFIC CONTROL, HOURS OF OPERATION, AND ORDER OF WORK VI NOTICE TO RESIDENCES VII EXISTING UTILITIES VIII WATER IX SUBSURFACE INVESTIGATION X SURFACE RUNOFF WATER CONTROL XI GUARDING UNDERGROUND CONSTRUCTION XII CONSTRUCTION DETAILS 1. RESTORATION OF EXISTING IMPROVEMENTS AND LANDSCAPING PROTECTION 2. PIPE CONSTRUCTION A. Jacked pipe B. Open- trench pipe C. Trench excavation and backfill 3. SAND - CEMENT SLURRY 4. PAVEMENT REMOVAL AND REPLACEMENT PAGE NUMBER 1 1 1 1 2 2 2 3 3 3 3 4 4 4 4 4 5 5 5 I SCOPE OF WORK • SPIof5 The work to be done under this contract consists of constructing: A main line storm drain in Dahlia Avenue and in an easement on adjacent private property, storm drain connector pipes; slurry filling abandoned storm drain pipes; and reconstructing existing street and sewer improve- ments. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number D -5078 - S), the City's Standard Drawings and Special Provisions. The City's Standard Specifications are the Standard Specifications for Public Works Con- struction, 1973 Edition. The City's Standard Special Provisions and Standard Drawings may be obtained at the Public Works Department for a fee of $2. 00. Should a conflict arise between the provisions of these documents, the govern- ing provisions shall be determined by the following order of precedence, in decreasing order: The Plans, these Special Provisions, the Standard Special Provisions, the Standard Specifications, and the Standard Drawings. II COMPLETION OF WORK The Contractor shall complete all work on the contract within 60 consecutive calendar days after the date the City executes the contract, and as specified in Sections 6 - 7, and 6 - 8 of the Standard Specifications. III PAYMENT Payment for incidental items of work, not separately provided for in the pro- posal, shall be included in the price bid for the various items of work and no additional compensation will be allowed. IV CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the City and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. -1- • • SP2of5 V TRAFFIC CONTROL, HOURS OF OPERATION, AND ORDER OP WORK The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications, except as noted below. The Contractor shall submit a written proposed plan of traffic control to the engineer for his approval concurrently with the written construction schedule as specified in Section 6 -1 of the Standard Specifications. The traffic control plan shall show the periods of street closure, the location and signing of detours and any other details required by the Engineer to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. Pedestrian traffic and local vehicular traffic must be maintained unobstructed at all times. Vehicular through traffic may be interrupted on Dahlia Avenue between 2nd Avenue and 1st Avenue for a period not to exceed 30 days. Local traffic is that which originates or terminates on Dahlia Avenue between 2nd Avenue and 1st Avenue. Hours of operation shall be limited to 7:00 a. m. to 10:00 p. m. Monday through Saturday, and prohibited on Sundays and holidays. VI NOTICE TO RESIDENCES The City will mail a preliminary notice to all residences to be affected by this work. Between 40 and 55 hours prior to closing a street to vehicular traffic, the Contractor must, with utmost care, distribute to each and every residence a notice prepared by the City stating when the work will begin and approximately when the street will be restored to normal passenger vehicular use. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. VII EXISTING UTILITIES Utilities shall be investigated, protected or relocated in accordance with Section 5 of the Standard Specifications. The Contractor shall be responsible for providing temporary water and sewer service to properties adjacent to the work. The flow in the 8" VCP sewer main in Dahlia Avenue shall be maintained. Where this sewer interferes with the proposed construction work the Contractor shall either (1) protect the existing pipe in place or (2) provide a temporary line -2- 1 • • SP3of5 during construction, then restore the line to its present condition prior to com- pletion of the contract. The cost of protection of installation and maintenance of a temporary line shall be included in the other items of work and no additional compensation will be made therefor. VIII WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City Water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX SUBSURFACE INVESTIGATION A copy of the subsurface investigation report is available for review at the Public Works Department office. The City does not guarantee soil moistures, strata, or classifications at other locations or depths not investigated within the work areas. Should the Contractor wish to perform additional subsurface soil investigations prior to submitting a bid or performing the work, arrangements must be made with the City in advance. X SURFACE RUNOFF WATER CONTROL Surface water containing mud, silt or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, Telephone (714) 684 -9330, Mr. Herrera), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be responsible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8. 1 of the Standard Specifications as regards project site maintenance. XI GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. -3- • ! SP4of5 Guarding: The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement maybe expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for "GUARD UNDERGROUND CONSTRUCTION. " XII CONSTRUCTION DETAILS 1. Restoration of Existing Improvements and Landscaping Protection Restoration of existing improvements shall conform to Section 7 -9 of the Standard Specifications. The Contractor shall be responsible for replacing all landscaping and sprinkler lines and appurtenances (in addition to Section 7 -9 of the Standard Specifications) damaged or removed during construction. The materials and plant species used for replacement shall be the same or equal to those damaged or removed. 2. Pipe Construction A. Jacked pipe It is noted above that all work shall conform to the City's Standard Specifications (Standard Specifications for Public Works Construction; 1973 Edition). Particular attention is called to Section 306 -2 "Jacking Operations. " EXCEPTION: The sixth paragraph requiring the jacking operation be "continued around the clock" is superseded by the follow- ing: Hours of operation shall be limited to 7 :00 a. m. to 10 :00 p. m. Monday through Saturday, and prohibited on Sundays and holidays. The Contractor shall take all precautions necessary to prevent any settling of or other damage to the existing dwellings adjacent to the construction area. B. Open trench pipe Bedding and backfill shall be Class "C" with "granular foundation" (not "shaped backfill") per CNB STD 316 -L. M •� SP5of5 All materials excavated from the storm drain boring, trenches and associated structures not used for backfill will become the property of the Contractor and shall be hauled and disposed of away from the job site as it is excavated. C. Trench Excavation and Backfill Trench excavation and backfill operations shall conform to Section 306 of the Standard Specifications. Bedding materials utilized in street areas shall be clean sand having a minimum sand equivalent of 30. 3. Sand - cement slurry The pipes designated on the plans to be filled with sand - cement slurry shall be completely filled to the soffit and no voids shall be allowed. The material may be deposited in place by pumping or any other suitable method the Contractor chooses, subject to approval by the Engineer. Each cubic yard of the slurry mixture shall contain one 94 - pound sack of Portland cement. The aggregate shall be rock dust and plaster sand or other suitable material approved by the Engineer. The mixture design and water content shall be such that the material will stand in the pipe without settling, leaving a void. 4. Pavement Removal and Replacement Existing asphalt concrete improvements to be removed shall be sawcut along lines approved by the Engineer. Final removal at the sawcut lines may be accomplished by the use of jack- hammers or sledge- hammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pave- ment breakers, such as stompers, will not be permitted on the job. Pavement removed for storm drain construction shall be replaced to restore the roadway section to its present condition in accordance with the provisions of subsection 306 -1. 5 of the Standard Specifications with the following modification; The thickness of the asphaltic concrete shall be 1 inch greater than that of the existing pavement and the thickness of the base shall be equal to that of the existing base. The finished surface shall be the same grade as that of the existing pavement before removal. Asphaltic concrete used for permanent pavement restoration shall be Type III- C2- AR4000 con- forming to the requirements of subsection 400 -4. 3 of the Standard Specifications. -5- } a f N IQ Q o�W Q ii Li z U i 4 G 1 h u x I E � ((1 ( ► a � , If� {{ f i I!I � z � f!4 �'Ikk,l� ( flll i{ a ol� � IEz I Fj U I— o F= o � I o � 'I 'oi i ► �o t' �I � � VS r� I� I °► ( �� ICI I� � ; gal I 1 `C �i � G � I •�i ey f A i t,f i In;l isI i iM) 13', 1 is ff��' i, t. i �..l Imo: 1 i qc? 11-J I 4 G 1 h u x CONTRACT NO. 1583 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVE.) APPROVED BY THE CITY COUNCIL SUBMITTED BY: ON THIS Z$r~DAY OF 1AAY Contractor Laura Lagios, City 91rk // 2 2'5— ?� rc�yJ�h2rc�c� Address 20AI _ drr�hc� 9i1� o s" City Zip Code Telephone $ ZQ,/<79, �p Total Bid Price 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 11:00 A.M. on the 17 day of June , 19 74, at which time they will be opened and rea , for performing work as follows: DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE CONTRACT NO. 1583 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 il he 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 The City has adopted the Standard S tSiflcations for Public Works Construction (1973 Edition) as prepare t e out ern Ca ornia C apters o t e rican 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 campanies 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 . >+— , . �� sr�,,. - -- 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 umissiu;;.; 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. ;ZfZel Classification _.. Accompanying this proposal is , cashier's (:heck 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. Phone Number g-;--Z7— 7:k—1 Date Authorized Signature I iy c�u8/ 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: { > P , � lI cs.�;�,.': � ' -m: _ _�-, _.._ - �_,:...: _..rsr...�'-.� .. �.� �"" _....`atd...,.. ._.. ,__.N__,._ _. :- ? -._... S,Ax,, '_ _ c= ,i•::Ya Page 3 DESIGNATION OF SOB- 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 2.. 3. 4. 6. 7. 8. 9. 10. 11. 12. Sub - contractor Address �2!wvvnj X- AutKorized .. t. Types- rganization (Individual, Co- partnership or Corp) °s .o I i . , • BOND NO. � 0120 - 4875 -72 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, A & A CONSTRUCTION CO. , as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT (10 %) OF AMOUNT BID Dollars ($ 10% ), 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 STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVENUE) CONTRACT NO. 1583 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 17TH day of JUNE 19 74 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) UNITED STATES FIDELITY -& /CAROLS RICHARDS Title ATTORNEY -II4- -FACT CO. 41 .7. 1- , A. ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF— COUNTY OR CITY OF____ _ as: i�OS-- r'4�16isI�E6-- - - - - -- Before me, a Notary Public, personalty came_________ CARQy ' -_RIC ______ known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under ny n seal € )$k Ae < C ,NFS - 1 n day of ------------ JUNE _ ----- _ -_ _ - -_., LO h LL5 COUNTY 1'_v -1�1 -- — nission Expires August 4, 1977 _ Not y Pub (c. 1dy Commission -- — — - -- -- Jud.87B ("7) =° I .` { �4 . L.1 NON - COLLUSION AFFIDAVIT Page 5 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 12TH day of JUNE a 19 74. My commission expires: IHERI KELSQN FAULK Notary Public • California Principal Office In Lae Angeles County i Expires March 24, 197E � 4 � ' , 1 w.". -.- .._�e�_..s:��.....u..�...�_�:. .... ._.a �_ _�: ,r-, _"w�i_,._si�s�.3s.. =.a a:R -.:__. ,.�....... xx_ a._:; -.. .,. ��'':. :.��ks°. � %onIB • �. 2500 wr_z wino 99viovnnP • P. O. Ba. 37970 • Los Anoe_cs C.UF°NNIA 90057 (2131 301-3331 UNIFORM CONTRACTOR'S FINANCIAL STATEMENT _ Allen Williams Jr. D.B.A. -A & A Construction Co. DUSINES,i ADDRESS_ 5107 Steveann Street Torrance, Calif. 90500 EyanxT cow EONS suiX' STATEMENT AS OF December 31 , 19 IF SPAC E PON DETAIL IN SCMEDULES IMADEOUATE. RECORDADDITIONAL ITEMS ON SEPARATE LIST(S)AND.;. C3. METHOO OF ACCOUNTING EMPLOVEO ICHECK ONEI: COMFLETEO JON ............. PERCENTAGE OF COMFLETION__.___._..._ I 2 3 4 5 6 7 3 9 10 CASH 10,803 51 11 12 13 14 9 10 15 ACCOUNTS PAYABLE (a) NOT PAST DUE (b) PAST DUE OWING SUBCONTRACTORS NOTES PAYABLE EXCLUSIVE OF EQUIPMENT OBLIGATIONS _ FEDERAL AND STATE INCOME TAXES PAYROLL TAXES (INCLUDING F.I.C.A., S.U.I. AND INCOME TAXES WITHHELD) ACCRUED PAYROLL AND EXPENSES OTHER CURRENT LIABILITIES (explain) E� ,$'(p go ACCOUNTS RECEIVABLE COMPLETED CONTRACT] EARNED ESTIMATES AND RETAIN- AGE - UNCOMPLETED CONTRACTS WORK IN PROGRESS - UNBILLEO NOTES RECEIVABLE OTHER ACCOUNTS RECEIVABLE STOCKS AND BONDS LIFE INSURANCE - CASH VALUE MATERIALS IN STOCK - Not includd m em any it. oboe• (Pre,.nt Volw) (°) A'.A.l. fer..wtmet, uad. (D) Other jMtzrbh s OTHER CURRENT ASSETS (explain)_ 31 ,43, 1 66, 916 06 1,043 14 -�J 9 7 .Ln3 :za21C9 epos 1 3 TOTAL CURRENT LIABILITIES ENCUMBRANCES ON EQUIPMENT ENCUMBRANCES ON REAL ESTATE BILLINGS IN EXCESS OF COSTS ON UNCOMPLETED CONTRACTS OTHER- LIABILITIES (explain) _ —_ 5'),803 80 C.D. Barb De osits ___ ],. +,'- TOTAL CURRENT ASSETS EQUIPMENT AT NET BOOK VALUE _ REAL ESTATE. FURNITURE AND FIXTURES AT NET BOOK VALUE ALL OTHER ASSETS (..plain) TOTAL ASSETS 112, 251 98' 25965C 57 _ . . 50 00 CAPITAL STOCKNet Worth SURPLUS NET WORTH (Irdlelduol or partnership) TOTAL LIABILITIES AND CAPITAL _ 73 ,175 22 1 H 0 2402 55 __i7? STATEMENT OF EARNINGS Far peril 1-1-73 to 12-31-73 Inc.— tram ...,acts s 51 5, 1 46 _ 62 Salaries paid to allies,, S Other Ine.me __ Withdra -oh by ind;v;d.al n pawn +,. j Total Income ��j- -,- �4-6"2 Dl,idtnd, Paid s 401,453°32 +F� Cost of centroct. S Have you to.6khed ..line aF Can.t, Ct;w .,.,head • -��a 67 , 93 396.63 " °ma of prelb L ... -'-' Branch C.nM OI all dTinlf tl'atlee .xpentaE AmaV nt j____ _..._ �� �� 93 396x63 P"Alr be!.,y. Inca,+ te.., f CASH -- --------- None of 3sZ W. ith Bids of .merica So Ba enter J1 w A VOnSt. U0. I 1U,bUA. Redondo. Beach, "alif. ACf-JUS7S RECEIVABLE FROM COMPLETED CONTRACTS, - . INCLUDING RETAINAGF AND EXCLUDING CLAiK$ NOT APPR:'.V- I rf)A '%YMEHT F, Oh-, M Add ... a Not.,. of ca�ftacp Contract A. t R ... 1 00"61. �i ern.i T- --ague -A.-uatqbe d--act-e—d-ul,� art, or the oib.ve been assigned, sold, or pledged? --------- if so, give portic.lors EARNED ESTIMATES AND RETAINAGE ON UNCOMPLETED CONTRACIS SHOWN BY ENGINEERS-OR ARCHITECTS' From Whom Nanm and Address Nate. oI tract Amount of .M'.1 Estimates Paid to L30. Unpaid (Less R.,.i .... ) Amount of I R-tairt.g. EocTtd 3 --ktta-hpil Schc-dulp!! ...... H.-. any of the above b.. assigned, sold, or pledged? I If so, give particulars WORK 14 PROGRESS UNBILLED (EXPENDED ON CURRENT CONTRACTS SUBJECT TO FUTURE of (;."act D.sc,ipti..-of items - Payroll, Materials. Etc. ` Amount NOTES RECEIVABLE & od... I Make, N.tu'e of Loon Date matwity H Seewed . Amnnt any of the chore Men discounted or old?— If so, give Porti--l-re OTHER ACCOUNTS RECEIVABLE Whom tDue Na" and Add,... For What Date D.* Amo.nv 1. 11 Good STOCKS AND BONDS D,,s,,Ipvi., No. of Sh.,.j Dividends Paid P-02Yews Cost Market V.I.. If pl.,Jl-j GW. N,tic,Aw, LIFE INSURANCE • CASH VALUE Nom. of C?!-,,R,Fy jtoIic N 1. No— of 1.,w.d B."ficl.ry Face V.I. A....t Cash V.I.. B.,...d I h..,T ce pl.dg.j? EQUIPMENT OP -itzs2j Q.44, 2tion year "to- Purchase P,il,. Ros.r.. for Q.R,.cIatkRn_ Not Book Val.. En.­1,.,.,.,,:,,___. Monthly Payment. 27, 2553.30 i 3 5 1, t rj T�UL!La T aile-a 49 _79- 18,501.64 D.t. of I..# outside apoiais.1 Amount $ E,uipm.-t eneu broncos Pay.61. 10 Amount ins. and Kind REAL ESTATE Description ,_ of Pieurt Title In Name of Market Vat. Cast Reserve fw Dow i.to. l Book V.I.. Amount Monthly ACCOUNTS PAYABLE No" and add,.., For What Data of Purchase Amount U !.-'�ached Schedule: OWING SUBCONTRACTORS ome end k4k.-Is A Banded' ;Amount of S.bc.nft..t Work Done to Data Payments Made D. up'. CW an, Estimate• 12 E.rlt.' t'l.t of those Two Col."... as oM Item. NOTES PAYABLE me and Add.... Whet Se.ur;tv when Due I I Total Amount Periodic P.y,ml, n fill, -*-at 13 INCOME TAXES Unpaid F.J.,.l and State To..,; If P.enisrship, estimate omovM Far fast t..a6lo yew ending— $ to be Ithd,o.n fw to.*% For pl,lor yew* $ l 12 months Estimated on ew,ent owning, $ most recent Vsw for which F ";Wol Total income to. clearance bte;n­, BILLINGS IN E CESS OF COSTS ON UNCOMPLETED CONTRACTS Wwk Amount of Ca"noc, Estimated Dote 0. of Com lesion 1(-? Receipts an,$ Billings to Do's (b) Cast in'.;"Gn' UnpoW RiO, to B.11 wo • Eros ... of (-) nv.r (11) In %Iall,k; Moo ..ceps of (b) over (a) In red. H. -46w, Fl, th. above b... made In oeh.dul. 14? WtiEN I� C,10 .'AATRO _ ..IN WN.;.T STATE INCORPORATED .A•JTNO +IISa ].RerAL f— sUSSCRIRRO CAPITAL g CAPITAL PAID IN . :.. ..<'!__.. CAPITAL ►A10 N EOUIOMENr OR OTMIJ— TOTAL.PAIO UP ITAL TT _. NA ots OI Jrll<lw< wN0 Dln [<T011e AC[ MYM Ytll 01 ..Asks OWNED ry FINANCIAL WORTH AflOt IPOY IN - !•.' � ! 1iNwOIlAT10N COMPLETE IF CONTRACTOR A CO•PARTNERSNV -- - NAME ANO AOD+ <Ir OT ALt Iwa1V10a ALa <o NPnlsiNa eo.PANTN[neNIP AGE Y FINANCIAL WORN AeIOe FROM INTEREST IN TTt rV, -.VTN!.aytP CONTINGENT LIABILITIES Are there any judgements, suits or claims (ire lud in9 tax claims) pond ing against you? If so, give portieulcrs_ Are you acting as surety or bondsman far others, or as indarser on any notes or accounts? IF so; give particulars Are !bare any lions or stop notices for labor or rmtorials filed an any of your work anywhere? _ If so, give particulars Have contracts subject to renegotiation been renegotiated or otherwise clewed! If not, give particulars For the purpose of inducing the hereinafter •_Ylia:: Lie Surety, to issue cr procure the issuanceof bonds and other writings obligatory in the nature thereof the undersigned !•+rnist ") the Surety the foregoing as a true and accurate statement of the undersigned's financial condition as of the dote given aid her -by represents) that the answers to the foregoing interrogatories are true. The undersigned agrees) to notify the Surety promptly of any change that materially reduces the undersign -d•s pecuniary financial responsibility, and to furnish additional or supplemental financial statements or other information frc +T ti: c to time as required by the Surety.. The•undersigned hereby authorize(s) and requests) any Or all depositories or banks in which any funds of the ut.lersigned my be deposited or from which monies may be borrowed, to advise the Surety whenever requested by it, the amount ::i such de- posits and /or loans; and any depository bank, material man, supply house, or other person, firm or corpofation is h.rr 1'r author. ized to furnish any information requested by The Surety concerning the credit standing and my transaction of the un:'- rsigned with the party to whom the request is made and with others; and the Surety may furnish copies of the foregoing <nd any information which it now has, or may hereafter obtain, to other companies for the purpose of securing reinsuran: :J or coin- surance. 'IF INDIVIDUAL Sign Her t CO e Mike Papac- /Accountant B �. Alen Williams Jr. IF CO- PARTNERSHIP Sign Here: 1NAY{ or rm", I Mamoer of Firm. of Firm. of Firm. IF CORPORATION Sign Here:' I- .. ..1. Attest. - - ' - '"`••' IMAMS or eoaroRAnowr R[aNRAR L. ag0<Ni Subscribed and Sworn to before me this aoy of A. D. 19 NOTARY[usuc — STATEMENT — A I* 4k cus-S-1-miCTSON ENGINES WG CO` =CTORS 22527.CRENSHAW BLVD., SUITE 204 TORRANCE, CALIF. 90505 (213) 530 -6595 LICEtiSE #256171 DATI TO _Young &. Assoc., Inc, 1410 Sl)nset Blvd. Lns krr�ai a --. ralif, 90026 Jan. 1. 1 ?7'= PROJECT Recap of all accounts due BID ITEM DESCRIPTION UNIT PRICE TOTAL. Invoices Due Stone Canyon $ 4,545,00 L.A. City Mall 19,413.74 Canyon Rim Rd, invoice ##4 1,080;00 Kno 11 Ranch Rd, invoice #4 9,585.00 Unit 7 Anaheim Hills 3,492.00 P.D. 1117 Calabasas ##4 3,484.20 Retentions Due Tr. 30172 Diamond Bar $ 431.50 Tr. 8104 Anaheim 10248.00 P.D. 1117 Calabasas 890;50 P.D. 900 Calabasas 1,713.00 Knoll Ranch Rd. 3,348,50 Canyon Rim Rd. 2,628.29 Stone Canyon 505.00 Unit 7 Anaheim Hills 943,00 L.A. City Tall 3,405.00 Total $ 560712.73 — STATEMENT- A * A cl)Nswuuylom ENGUTEERL`iG CONTRACTORS 22527 CRENSHAW BLVD., SUITE 204 - TORRANCE, CALIF. 90505 (213) 530 -6595 Lr-ENSE #258171 TO M. D. Burke- Const, Co. ?4.31 Ln7 A\ro Snnth Recap of all accounts due Tan. BID ITEM . DESCRIPTION UNIT PRICE TOTAL West Covina Plaza Invoice #3 West Covina Plaza Invoice #4 Marina Pacifica #3 Laguna Hills Shopping Center Gonzales Boys Camp Retentions Due Naval Hosp, Long Beach 11hrina Pacifica Henry Mayo Hosp,' Total $ 4,490.00 3,230.00 3,69o.00 3r320.00 3 120,00 $ 1,283,50 1,640,00 215,00 $ 20,988.50 n to A C®SS-T UCT2 Ei`IGMEERING CONTRACTORS 22527 CRENSHAW BLVD., SUITE 204 TORRANCE,- CALIF. 90505 (213) 530.6595 • LICENSE #258171 DATE j:an. 4, 1`_ To_ Anro Const. Co. 2215 L•,�,� ^ °e PROJECT Re cap of all accounts due BID ITEI•.I DESCRIPTION UNIT PRICE TOM. Invoices Due McGaw Lab Euclid Ave. invoice #3 Cal Poly 2 c.y. cone. 7. Cal Poly invoice #3 Kiser Hosp, invoice ##1 Retentions Due Sears Roebuck (Goes Euclid Ave Pasadena Long Beach State b?cGaw Lab Cal Poly Kaiser Hosp, back to 6 -1 -73) $ 1,201.50 .1,066,00 60.00 486.o0 4,311,00 $ 307.00 1,771.50 425.00 2,403.00 64o.50 479.00 Total $13,150,50 A& A. CONS-EDUCT 16N ENGIN)3ING CONTRACTORS 22527 CRENSHA`+V BLVD., SUITE 204 TORRANCE, CALIF, 90505 (213) 530.6595 LICENSE #258121 Jan. 1 TO Vernon P.avin� Co, P. 0. Box 489 Cerritos, Calif, 90701 PROJECT Recan of all accounts due BID ITEM DESCRIPTION UNIT PRICE TO 7,11. Invoices Due Aranbe St, extras Retentions Due Carson St. Improvements Aranbe St, Total $ 341,62 $6,178.26 571,-86 $7,091.74 n A A CUSS -MUC ]IPs ENGINEZ- G CONTRACTORS 22527 CRENSHAW BLVD., SUITE 204 TORRANCE, CALIFORNIA 90505 LICry'SE 8258171 Teienhoae: (213) 520 -6595 PIPELINE REINFORC3D C.iCRETE ACCOUNTS PAYABLE AS OF DECEMBER 31 1973 1. Azusa Plestern 3..365.55 11. Stemar, Inc, u' 1';.24 P. 0. Box 575 353 S. Central Avn. Azusa, Ca. 91702 L.A. Ca. 90013 2. Ameron 965.09' P. 0. Box 512 E1 Monte, Ca. 91734 3, Burke Concrete 600,57 ' 1625 W. Washington Blvd, Montebello, Ca. 90640 4, Conrock Co. 4,532.83 P. 0. Box 2950 Los Angeles, Ca. 90051 `. R R. Leonard $10,656.36 10,002 Shoemaker Ave. Santa Fe Springs, Ca. 90670 6. Crane Veyor 20,404.14 P 0. Box 3727 So.El Monte,Ca, 91733 ?. Standard Oil 235,05 P. 0. Box hg000 San Francisco,Ca. 9414° R, T i'nita Lmbr. Co, 1;1,41 cCst.Hwy. 90117 9. 5quth nnlr 195.76/ '1''h. ,Ca. 90254 1.'. r-rte Blanche 321.38 P. 0. Bo-r. 54353 T ,_.. inn ^x - T::s Angeles,Ca. 90054 12. Acme Rents 35.78 � 1855 S. Brand Glendale,Ca. 9120' 13. Deanco Concrete 1,0 "7.82 2445 N.San Gabriel Rosemead,Ca, 91770 14. Lomita Plaster ?.1.41 / P. 0. Box 276 Lomita, Ca, 15, Pacific Telephon 1`15,37 921 E. Compton Compton,Ca, 9022'•_ 16. Owl Bag Co, 1:;9.59 i 1947 Santa Anita Av. S. E1 Monte,Ca, 17, Baker Trucking 150.50 4600 Brazil Si. L.A. Ca. 90039 18. Phillips Petroleum 17,70 P. O..Box 77 Bartlesville,Ok, 7' -0,0" 19. Bella Vista Bldr3. 2;,10 Sply. 5136 E. Beverly L.A., Ca.. 90022^ TOTAL $ 43 :165.65 " Page 6. STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Mad h . ti . , TECHNICAL ABILITY AND EXPERIENCE REFERENCES r] 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. 3 7!I7 W1 i1 F L� /itJC'� i L L, •CITY OF NEWPORT BEACH . STORM DRAIN IMPROVEMENTS (DAHLIA AVE. S/O SECOND AVE.) CONTRACT NO. 1583 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1of3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1583 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 14 Construct 36" (1500 -D) R. C. P. STORM DRAIN 'Lineal Ft. @/ Dollars i and j - � �/ 2 P r� 1 Cents $27�,�� $ 0, Cam' r Lin l /J Per Lineal Foot 2 40 Construct 36" (1750 -D) Jacked R. C. P Lineal Ft. STORM DRAIN Dollars and Cents G� Per L i n'e—aY Foot 3 35 Construct 18" (2000 -D) R. C. P. STORM DRAIN Lineal Ft. @�%� Dollars and Per ineal Foot Cents $ 7,91 4 1 Construct MANHOLE No. 2 per CNB Each STD - 307 -L, modified and ` Cents $y�y� $ 4 3!76LG�0 Per Each I I i ,., i i +I1 I 1 Construct.NEW CONCRETE FLOOR in Each existing junction structure ... A f . �: w �. `_"��:''- -`-... _vim-.. '�- � x ::. � -�.-� _'��.,, �� .-. ° _, ,, CONTRACTOR'LiCENSE 101 }� TEkEi'ilE _._ r � � � ��� �' �''. -.. 4 -a:'. 1�., _ .... � i i- "�'._ _ ,: ` ... .. _� .... ,. �- . ... �.x _ _ ... -: .::. :. „, ... .. .� F :_ ck ,. � � 'i ti .. r �.:.: .. " y.-�- ..3 -a�. :: JUN t 1 1914 RESOLUTION NO. 829 Q By the CI7y COUNCIL A RESOLUTION OF THE CITY COUNCIL OF THE CITY CITr QF MIOWPORT YSACH OF NEWPORT BEACH AWARDING A CONTRACT FOR DAHLIA AVENUE STORM DRAIN SOUTH OF SECOND AVENUE, CONTRACT NO. 1583 WHEREAS, pursuant to the notice inviting bids for work in connection with the Dahlia Avenue Storm Drain south of Second Avenue, in accordance with the plans and specifications heretofore adopted, bids were received on the 17th day of June, 1974, and publicly opened and declared, and WHEREAS, it appears that the lowest responsible bidder therefor is A & A Construction Company of Torrance; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of A & A Construction Company for the work in the amount of $28,199.50 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 1-7V1 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 24th day of June , 1974. ATTEST: City Clerk Mayor DDO/bc 6/19/74 w ,,