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 ,,