HomeMy WebLinkAboutC-1624 - Alley improvements 1974-75, Balboa Island & Balboa Peninsula1 1.
z: d 7j
u 11 1975
By t:je CITY COUNIiA -
:i ?Y 6?F a�*WPQ2,T DcACH
TO: CITY COUNCIL
FROM: Public Works Department
August 11, 1975
CITY COUNCIL AGENDA
ITEM N0. H -10
SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75 (C -1624)
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 improvement of three alleys on Balboa Island
and one assessment district alley on the Peninsula has been completed to the
satisfaction of the Public Works Department.
The bid price was $28,734.00
Amount of unit price items constructed 28,411.60
Amount of change orders 381.00
Total contract cost 28,792.60
Funds were budgeted in the General Fund,
Annual Street and Alley Account
One change order was issued to provide for the construction of a
corner cut -off at the Ebell Club parking lot to facilitate making the right
angle turn in the alley.
The cost of constructing the alley in Block 10, East Newport, will
be reimbursed to the City by the property owners.
The design engineering was performed by the Public Works Department.
The contractor is R. W. McClellan and Sons of Santa Ana, California.
The contract date of completion was June 14, 1975. The work was
completed on June 3, 1975.
Att.
in
iirector
a
All
1 �
CHA
JX
\x
NH i/
GOAST
E v
c�oa I'�
i.YeMew 101Y
��IV ✓� II
,o 1
I3�
�L,
J 10 IS
4 Cod`
s
N£L
rg
e ^�
J
°n r'
1 rp n r_ �>`_ — it
e
Op
q.'A
QQ_ —v— tc•
0 j
ED
T .... C-3
lYPQ°'
A 1 ^
:ir.= � C ✓ o L � 3
rc
L
.Pn/ECT LOCAT /O/V
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY /.N.o.PbliE.l1ENTS
4"Z4 A4 #*4yz,4AV 141VIO .oEN /Nvz1z o4
1/974- /R.IVW C -/9724
DRAWN,6Y..A DATE
APPROVED
44 AM6L O
C
g��BOd PIS
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO. Xjr1114&17'
�t J`
J
By
7 `?
.A
�1
� O i
D R iKOMOUroTr vR' 3aDSl0 -
��a. LjjvDA !S! lit A A ✓ �'�
�i�RBO
/ D
COL
_Q
a ...
1J _
.'Z19AY +.p `�— % = ........ .._.
l U-0 JNGUN<
�J[7L �� 1
,C a '�:1 awl ED
�Jz:=
r �3
y�c�_ cU
C� OL yf h
BOGBOa PIS
ca
L � U
�O�/ECT LOCAT /D/V �
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
,4LLEY /.t1.o.PY�liE.t1ENTS
a 4LdGb4 ArZAN0 141VIO .oEN1NS!/L.4
/974 -/D7.? C -/d24
DRAWN_GL.K' DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. N0. —
DRAWING N0. EX111,&1T
RESOLUTION NO. 8480
x
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT IN CONNECTION
WITH ALLEY IMPROVEMENTS, BALBOA ISLAND AND
By t ClTd COUIN -IL PENINSULA, CONTRACT NO. 1624
CHY pr' NEW?O�T B A"'7
/-1 -2 e,
WHEREAS, pursuant to the notice inviting bids for
improvements in connection with alley improvements, Balboa
Island and Peninsula, in accordance with the plans and specifi-
cations heretofore adopted, bids were received on the 15th
day of April, 1975, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is R. W. McClellan and Sons, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of R. W. McClellan
and Sons, Inc. for the work in the amount of $28,734.10 be
accepted, and that the contract for the described work be awarded
to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 28th day of April , 1975.
Mayor
ATTEST:
City Clerk
0 q_`-
01 ,.4.
Release of Stop Notl
TO: _City of Newport Beach, Dept. of Public Works
Construction Lender (or parry with whom Stop Notice was filed)
3300 Newport Blvd., Neyiport Beach, Calif.
Address
RECEIVED
PBBLIC WQhKS
JAN 281976�;
CITY OF
NEWPORT BEACH,
CALIF.
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated August 6. 1975
in the amount of S
against €ity of- Newport Beach
as owner or public body and R. W. McClellan
as prime contractor in connection with the work of improvement known as • Contract #16 -24
Improvements on Balboa Island - Specifically 6th and Island and Topaz and Balboa.
in the City of - Newport Beach , County of Orange
State of California.
Date January 22. 1976 ��
Name of(7aimant Standard 6n eta aterial Inc.
B.
d L. HoroLQz, Vice President
(official Capacity)
Verification for partnership or
Sole Ownership
STATE OF CALIFORNIA t
COUNTY OF } SS.
(Claimant or Representative)
being first duly sworn deposes and says that—he is
(Owner, Partner or Agent)
Of
(Firm Name)
named as claimant in the foregoing daim; that _hehas
read mid dafm and knows the contents thereof, and that the
fads therein stated are true.
x
(*w we of Affient)
Subsanbed and sworn to before me this
day of
(Sk nottirr of Notary Pubtle)
Notary
Stamp
SMDCA FORM a 11975)
,19_
Verification for Corporation
STATE OF CALIFORNIA
COUNTY OF Ss.
Orange ))
David L. Horowitz
( Cfaimant or Representative)
being first duty sworn deposes and says that _he is
Vice President
(of)icivl Qepadry)
of Standard Concrete Material, Inc.
(Exact Corporate Name)
the corporation t Fez tba foregoing claim; that
makes this verses on half of mid 00 don; tint —he
has r id ows ntents thereof, and that the
fad
/Sjgro Af/iant/
Subscribed and sworn to before me this 22n d
day of --'38nuary ,f976
(Drill aker
Notary
Stamp
oI iAF
Tf PUGUC r' 7RNIA
el
l
r
1415 rost h' •n, ,'Wo An., CA 42705
I —,
sc
0 Stop Notice 4
NOTICE TO
(Public Body or Lender)
Prime
�^n�?E,,CE/Y
C l ba�
Subcontractor (if any) oateAUb
Owner or Public Body: City of Newport Beach pnvlre SIN]
Improvement known as Contract #16 -24 Improvements on Balboa Island B_tAayor
TO:
f
in the City of Newport Beach , County of nrancle Allorney
State of California. P w Cirector
STANDARD CONCRETE MATERIAL, INC `claimant, "a CORPORATION f 1 ccm Day Director
(Corporation /Partnership /Sole Proprie r er
furnished certain labor and /or materials used in that certain work of improvement situated in the City of M& t71�0
Newport Beach , County of orange ® Councilmen,_
State of California, known as: (name and address of project or improvement) 2�hil P."Yv A improvement) '? -y;,
Contract #16 -24 Improvements on Balboa Island s
Specifically – Sixth & Island and Topaz & Balboa - —
That the said claimant sold and delivered to
R. W. McClellan
(Subcon tractor /Con tractor /Owner - Builder)
erecting or constructing said work of improvement or a portion thereof; the aforesaid labor and /or materials being, to
wit: (describe material and labor in detail)
C)r_rn yris Ready Myad rnnrroto
Total value of material /labor agreed to be furnished .......... $ 2.457.03
Total value of material /labor actually furnished is ..............................$ 2.457.03
Credit for materials returned, if any ........ ............................... $ 0000
Amount paid on account, if any .......... ............................... $ 0000
Amount due after all just credits and offsets .. ............................... $ 2.457.03
AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project
to satisfy claimant's demand in the amount of $ 2.457.03 , as provided in Sections 3156 thru 3214 of the
Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of . litigation, as
provided by law.
Abond is not attached
(is /is not)
Auoust 6. 1975
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA
COUNTY OF
(Claimant or Representative)
being first duly sworn deposes and says that—he is
(Owner, Partner or Agent)
of
(Firm Name)
(No bond required on public jobs)
SS.
named as claimant in the foregoing claim; that—he has read
said claim and knows the contents thereof, and that the facts
therein stated are true.
X
(Signature of Affront)
Subscribed and sworn to before me this
day of —.19
Notary Stamp
Stamp
V erif ication for Corporation
STATE OF CALIFORNIA
COUNTY OF Orange SS.
David L. HOPOwitZ
(Claimant or Representative)
being first duly sworn deposes and says that—he is
(Official Capacity)
of Standard Concrete Material, Tnc.
(Exact Corporate Name/
Iq
the corporation 1th, d the foregoing claim; tha_he makes thon behalf of said corpora-
tion; t e hed claim gyd knows the contents rep a"9L tlreWtn stated ar e true.
Inc.
Subscribed /and sworn to before,lue–etlis nlXLn
dayof u st 97 /
la E. Baker
OFFICIAL SEAL
Notary .,.!�.,'' +F
ORILLA E. BAKER
Stamp s' =:', :';�!�'1"
NOTARY PUBLIC - CALIFORNIA
GRANGE COUNTY
expires OCT 25, 1978
I'll comm,
My Cnmmiscio,, anirex.. nr
Santa And, CA 92705
Original of above notice received this day of.
BMOCA FORM 4 (REV. 171)
0
September 2, 1973
R. W. McClellan a Soso, Tas,
2031 S. Assn Street
Santa Amo, CA 92704
Subject. Society s the Auttiese Insureauee Company
Boom me. s 7111021
Prefect Aber U*mwmesta,
Dalb" Island asd Dalb" Peninsula
Contract Nos 1624,
On August 11, 1975, the City Council accepted the wart an subjeet
project and outborimed the City Clerk to file a Notice of Cample-
ties and to release hands 35 days alter Notice of Completion had been
filed.
Notice of Completion was filed with the Orange County Recorder on
August 14, 1975 in Book 11453, Page 1343.
Novooev, Standard Concrete Ilaterial Ine. filed a $top Notice with
the City on August 7, 1975. Thereto", final payment of the
retention and release tdc bonds will mot be wads until such Use
as the Stop Notice has bees► released or the City is othorwise
legally entitled to disburse the remaining toed* it is holding on
the refereasad job.
7daura Regime, CMC
City Clark
u. awk
cc: The Aweriaam Iesurasso Company
Standard Concrete tiatariel, mac.
Public Works Department
City Attorney
Tinsaae 'Deportment (Don Moses)
CITY OF NEWPORT BEACH
-7
CALIFORNIA
PP-1
August 25, 1975
�2T
R. V.
Nrclel�an 4 son*, tic.
2031 S.Annei
L
Santa Ana, CA '\ 92704
Subject: Surety : The American Insurance Company,
'Bonds No, % 7111021'
Project t Alley Improvements,
Balboa Island and Balboa PeninuAla
,.Contract No 1624
The City- 6uncil on Au"t 11, 1975 accepted the work of
subject •projeet and authorized the City Clark to file 4
Notice of Co'spletiou spid to releaso bonds 35 days alter
Notice of Completion hilt bien filed.
Notice of Completion was fil with the Orange County Recorder
on August 14, 1975, in Book 11,483, Page .1543. Plisaile notify (1: -'� °t}
your surety company that bonds may be released 35 days after
recording date. j.
,*Laura Lagios, CMC
City Clerk
LL: awk
ane.
cc: Pubilic Works Department %\
RECORDING
PLEASE RSTUR.N TO: REQUESTED By 14200
TY CLERK
EXEMPT
o 2D
,2460 C 3
NOTICE OF COMPLETION
PUBLIC WORKS
V ! - t 483P6 1 543✓
RECORDED IN OFRCf , ..
OF ORANGE COUNTY CA'-.- !: +...
9:05 A.M. AUG 14 1975
J. WYLK CNRLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 3- 1975
the Public Works project consisting of
Alley Improvements on Balboa Island and Balboa Peninsula 1974 -75
on which R. W McClellan & Sons. Inc
was the contractor, and The American Insurance Company
was the surety, was completed.
V ERIFICA
I, the undersigned, say:
CITY OF NEWPORT BEACH
ctor
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 August 12, 1975 at Newport Beach, California.
I, the undersigned,
I am the City Clerk of the City of Newport Beach; the City Council of said
City on A „g„gr 11 1475 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 August 12. 1975 at Newport Beach, California.
T N T
• !
CITY OF NEWPORT BEACH
CALIFORNIA city Hal,
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: s3.6p.at 12 , 1975
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 Alley Improvements on Balboa
Ial nd and Balb a P lnaula, 1974 -75 Contract No. IA2A
on which R. W. McClellan 6 Sons, Inc. was the Contractor
and The American Insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
PURCHASE ORDER
Alley %Provement iboa Island & Peninittlia
Contract s---per,
U')
'N
TL
Contract C-1624
ReS01 ution 8480
IMPORTANT
023374014 The Ahci.s covered by this Purchase
28,734.10 Order or Contra" must,,o,
CITY OF NEWPORT-REAt4
form with the Safety Orders of the State of California. Division.
of Industrial Safety. on
Show as a separate item any retail ssles tax. use tax or Federal
tax applicable to this Purchase.
This order subject to California sales tax.
D. W. MEANS
All allowable transportation charges must be prepaid as
d and shown
I aseParate item on the invoice. Do not include Federal t,anopona-
tion tax,
PURCHASING AGENT
DOW
diaw-
Date May► 9, 1975
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 3.624
Project Alts . Lwwwj=wft . Balboa I*IwA and Pednsu]A
Affit'td is
ached sig�nedV copy of subject contract for transmittal to the contractor.
Contractor: R. W.•ticCUIlan and Bons, I=.
Address: 2031 S. Are St "t — Sw*a Ana, CA 92704
Amount: $ $280734.10
Effective Date: 7,
Resolution No.
Laura Lagios
LL: dg
Att.
cc: Finance Department
's ,
0
CONTRACT NO. 1624
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75
Approved by the City Council this
24th day of March 1975.
Latra Lagios, City Cle k
SUBMITTED BY:
CITY CLERK's;r v
R. W. McClellan and Sons. Inc.
Contractor
2031 So. Anne St.
Address
Santa Ana,_ California 92704
City Zip Code
(714) 556 -3800
Phone
$28 734.10
T6 Bid Price
0 • PR 1 of 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75
CONTRACT NO. 1624
90191 ."M
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1624
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:
TEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT TOTAL
PRICE PRICE
1.
14,500
Construct 6" thick P.C.C. alley
pave -
Sq.Feet
ment.
@ One
Dollars
and
Fifty -one
Cents
$ 1.51 $ 21,895.00
Per Sq. Foot
2.
7
Construct 6" thick P.C.C. alley
Each
approach over native soil
@ Three Hundred Fifty
Dollars
and
Cents
$ 350.00 $ 2,450.00
Per Eac
3. 750 Construct 8" thick P.C.C. street
Sq.Feet paving
@ Two Dollars
and
No $ 2.00 $ 1,500.00
Per Sq. Foot
0 9
PR2of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4.
650
Construct 4" thick
P.C.C.
garage
Sq. Feet
approach in alley areas.
@ One
Dollars
and
Twenty
Cents $ 1.20
$ 780.00
Per Sq. Foot
5.
350
Construct 4" thick
P.C.C.
side -
Sq. Feet
walk.
@ One
Dollars
and
No
Cents $ 1.00
$ 350.00
Per Sq. Foot
6.
90
Construct variable
height
Type
Linear Feet
"B" curb.
@ Seven
Dollars
and
No
Cents $ 7.00
$ 630.00
Per Linear Foot
7.
29
Construct 6" Type
"A" P.C.C.
Linear Feet
curb and gutter.
@ Seven Dollars
and
NinetK Cents $ 7.90 $ 229.10
Per Linear Foot
8. 600 Construct 4" thick A.C. garage
Sq. Feet approaches in alley areas.
@ One Dollars
and
No Cents $ 1.00 $ 600.00
Per Square Foot
9. 1 Construct 6" thick P.C.C. Type
Each II residential drive approach.
@ Three Hundred Dollars
and
Nn Cents $ 300.00 $ 300.00
Per Each
TOTAL PRICE WRITTEN IN WORDS:
Twenty-Eight Thousand Seven Hundred Thirty -Four Dollars
and
Ten Cents $ 28,734.10
0 • PR3of3
CONTRACTOR'S LICENSE NO. 247553 R. W. McClellan and Sons Inc.
Bidder's Name
TELEPHONE NUMBER (714) 556 -3800
4/15/75 S /William Miller, Vice Pres.
Date Authorized Signature
CONTRACTOR'S ADDRESS 2031 So. Anne St., Santa Ana, California 92704
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 15th day of April , 1975 ,
at which time they will be opened and read, for performing work as follows:
ALLEY IMPROVEMENTS -
BALBOA ISLAND AND PENINSULA
1974 -5
CONTRACT NO. 1624
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 and t�rporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0 0
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
Page 2
All bids are to be computed on the basis of,the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 247553 Classification C12- SA -SC21
SB1 -SC32
Accompanying this proposal is bid bond
(Cash, Certified Check,, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone Nu er
4/15/75
Da to
c lellan and Sons Inc.
Bid er s Name
(SEAL)
S /William Miller, Vice Pres.
uthiorized Signature
Authorized Signature
California Corporation
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:
Rollo W. McClellan, Jr. Pres.
i
0 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
WWII .o .i, 1070M
Vwjl3iam III
Etherrized Signature
California Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
2031 So. Anne St.
Santa Ana California 92704
A dress
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, R. W. McClellan and Sons, Inc. , as Principal,
and The American Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of 1
of Contract B
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
Alley Improvements - Balboa Island and Peninsula (C -1624)
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 4th day of
-APri 1 , 19 7-r,_.
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
Kenneth E. Parker, Notary Public
: u []1Fr4V. "III&TOREV01151
S /William Miller
Title Attorney -in -Fact
0
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 agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
this 15th day of April ,
19 75 .
My commission expires:
December 11, 1978
R. W. McClellan and Sons, Inc.
S /William DeSutter
S /Linda G. Klimkiewicz
Notary Public
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
0 0
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
On file with City Clerk.
V/William Millar„ yirapre
Si gned
! •
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.
On file with City Clerk —
S /William Miller, Vice Pres.
gne
Bond # 7111021
Page 8
LABOR AND MATERIAL BOND Premium: Included
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted April 28, 1975,
has awarded to R. W. McClellan and Sons, Inc.
hereinafter designated as the "Principal ", a contract for Alley Improvements -
-Balboa Island and Peninsula (C -1624)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We R. W. McClellan and Sons, Inc.
as Principal, hereinafter designated as the Contractor and The Amerman
Insurance Company
as Surety, are held firmly bound unto the City o Dew 00 Beach, in the sum of
Fourteen Thousand Three Hundred Sixty SevenDollars ($ 14,367.05 )
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any .kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee;, to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
0 0 Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
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 30th day of April , 19 75.
R. W. McClellan and Sons I(Seal)
ontrattor
Seal)
e G e L. Doubledee
orney —in —Fact (Seal)
The American Insurance Compel)
Appro ed as t .fo
y me
This bond was approved by the City Council
of the City of Newport Beach by motion on
Da to
Attest:
City Clerk
State of California
County of ss:
Orange
On April 30 1975
therein, duly commissioned and sworn, personally appeared
before me, a Notary Public in and for said County and State, residing
George L. Doubledee
known to me to be Attorney -in -Fact of The American Insurance Company
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
I
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, t da nd ye r st i is c ificate above.
fj[ � iAL SEAL
t PARKER c
My Commission Explke
i,lFlCt IN
Public
wuwy
360212 -6-66 My Commission Expires IJI::y 9, 19 78
Bond #7111021
10 Omium; $216.00
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 28, 1975
has awarded to R. W. McClellan and Sons, Inc.
hereinafter designated as the "Principal ", a contract for Alley Improvements -
Balboa Island and Peninsula (C -1624)
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, R. W. McClellan and Sons, Inc.
as Principal, hereinafter designated as the "Contractor ", and The American
Insurance Company
As Surety, are held and firmly bound unto the City p68ort Beach, in the sum of Twenty -
Eight Thousand Seven Hundred Thirty Four i'Dollars ($ 28,734.10 ),
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.
t
! •
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
. In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 30th day of April 19]x.
Approved as to
R. W. McClellan & Sons , Inc. (Seal)
ontractor
` (Seal)
e ge L. Doubledee
1�ttorney -in -Fact (Seal)
The American Insurance Company (Seal)
Surety
State of Califor is
Orange
County of ss.
On April 30, 1975 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared George L. Doubledee
known tome to be Attorney -in -Fact of The American Insurance Company
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, f have hereunto set my hand and affixed my official seal,.ohe day, and year sJeCeH X this�ertificafe above.
My Commission Expirest Al
i U Notary Public
brrl(�L IN
3 60212 -6 -66 ..�� (, .:.�rlac I,UUN I Y
�� nev Commission Expires May 9, 1978
• i
CONTRACT
Page 12
THIS AGREEMENT, made and entered into this a day of zVloL X , 19 7 S,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and R. W. McClellan and Sons, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH- That the parties hereto do mutually agree as follows!
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Alley Improvements - Balboa Island and Peninsula Contract No. 1624
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
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
Specifications, are hereby incorporated in and made part of this Agreement.
the
and
0 0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
ATTFST-
CITY OF NEWPORT BEACH, CALIFORNIA
By e
mayor—,
)W(
Contractor
sec
Title
0 0
INDEX
TO
SPECIAL PROVISIONS
FOR
IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75
CONTRACT NO. 1624
i.
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
III.
COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . .
. 1
IV.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
V.
NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . .
. 2
VI.
EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . .
. 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
IX.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
X.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . .
. 3
1. Pavement Removal, Excavation, and Subgrade Preparation . . . .
. 3
2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . .
. 3
3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . .
. 4
4. Adjustment of Various Walks, Landings, Fence Supports, etc.. .
. 4
5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . .
. 4
6. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . . .
. 5
7. Protection of Existing Property Line Monuments . . . . . . . .
. 5
8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . .
. 5
i.
II
III
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75
CONTRACT NO. 1624
SCOPE OF WORK
SP of
The work to be done under this contract consists of constructing portland cement
concrete alley pavement and approaches, constructing Portland cement concrete or
asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes
and structures to grade, and other incidental items of work. Also included is
street reconstruction at the ends of various alleys. The work is located in var-
ious alleys on Balboa Island and Peninsula.
The contract requires completion of all work in accordance with these Special
Provisions: the City's Standard Special Provisions, the plans (Drawing No.A- 5073 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are Standard Specifications for Public Works Construction, 1973 Edition.
Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, Telephone: (213)870 -9871. Copies of the City's Standard Special
Provisions and Standard Drawings may be purchased from the Public Works Department
at a cost of $5.
GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of the
work by the City Council, all materials and all workmanship against any defects
whatsoever. Any such defects shall be repaired at the contractor's expense.
COMPLETION AND SCHEDULE OF WORK
The contractor shall prepare a written schedule of work incorporating the follow-
ing requirements:
All work shall be completed in the Balboa Island and Peninsula alleys by
June 14, 1975.
Sixteen (16) consecutive calendar days will be allowed for removals and to
construct the portland cement concrete pavement in each alley and the alley
approach at each end of the alley. The alley approach shall be considered to
include the adjacent portion of the street pavement to be reconstructed. Also
included in this time will be the completion of P.C.C. garage approaches and
sidewalk, the A.C. garage approaches and feather joins.
In summary, the above requirements mean that the contractor will be allowed a
maximum of sixteen (16) consecutive calendar days to complete all the construc-
tion work in each alley. The periods specified for construction work include
curing time for new portland cement concrete improvements.
• . SP2of5
This means that each alley and every garage approach with access from that alley
must be returned to normal vehicular use within 16 consecutive calendar days from
the day it is first closed to such use. The contractor must employ sufficient
men and equipment to meet this schedule. If it becomes apparent during the course
of the work that the contractor will not be able to meet this schedule, he will
be prohibited from starting work in additional alleys until he has exerted extra
effort to meet his original schedule and he has demonstrated that he will be able
to maintain his approved schedule in the future. Such stoppages of work shall in
no way relieve the contractor from his overall time of completion requirement,
nor shall it be construed as the basis for payment of extra work because addi-
tional men and equipment were required on the job.
The contractor will be assessed $100 per day (including Saturdays, Sundays, and
holidays) liquidated damages for each day in excess of the 16 consecutive calendar
days allowed for 100% completion of the construction work in each alley and the
alley's return to normal vehicular use. Additional liquidated damages, as covered
in Section 6 -9 of the Standard Specifications, shall be assessed for failure to
complete the project by June 14, 1975.
The intent of this section of the Special Provisions is to emphasize to the con-
tractor the importance of prosecuting the alley construction in an orderly, pre -
planned, continuous fashion so as to minimize the time an alley is closed to
vehicular traffic.
IV. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications. As necessary, streets may be restricted to one
traffic lane, controlled by flagmen, during construction hours; but it must be
restored to two -way traffic at the end of each working day and on weekends and
holidays.
V. NOTIFICATION TO RESIDENTS
The City will mail a preliminary notice to all residences affected by this work.
Between 40 and 55 hours prior to closing a particular alley to vehicular traffic,
the contractor shall distribute to each affected residence and business a written
notice stating when construction operations will start and approximately when
vehicular accessibility will be restored. The written notice will be prepared by
the City, and the contractor shall insert the applicable dates at the time he
distributes the notice. Errors in distribution, false starts, acts of God, strikes,
or other alterations of the schedule will require renotification using an explana-
tory letter. This letter will also be prepared by the City and distributed by the
contractor.
VI. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. Known utilities are indicated on
the Plans. Prior to performing construction work, the contractor shall be respon-
sible for requesting each utility company to locate its facilities.
Construction of the alley structural sections will cause work to be performed very
near existing sewer, water, and storm drain lines and their connections. The con-
tractor shall protect in place and be responsible for, at his own expense, any dam-
age to any utilities encountered during construction of the items shown on the Plans.
VII
VIII
IX
•
CONSTRUCTION SURVEY STAKING
SP 3of5
Field surveys for control of construction shall be the responsibility of the con-
tractor. All such surveys including construction staking shall be under the super-
vision of a California licensed land surveyor or civil engineer. Staking shall be
performed on all items ordinarily staked at intervals normally accepted by the
agencies 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.
WATER
The contractor shall make his own provisions for obtaining and applying water neces-
sary to perform his work. If the contractor desires to use available city water,
it shall be his responsibility to make arrangements for water purchase by contact-
ing the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension
267.
PAYMENT
All incidental items of work not separately provided for in the proposal shall be
included in the various items of work, and no additional payment will be allowed.
CONSTRUCTION DETAILS
Pavement Removal, Excavation, and
Existing portland cement concrete or
shall be sawcut a minimum of 2 inches
the locations beyond property lines a
engineer. Final removal at the sawcu
jackhammers or sledgehammers. It is
or final removal accomplished by othe
blow pavement breakers, such as stomp
Preoaration
asphalt concrete improvements to be removed
deep along property lines, join lines, at
s shown on the Plans, or as directed by the
t lines may be accomplished by the use of
emphasized that edges, created by other means
r means will not be acceptable, and hard
ers, will not be permitted on the job.
The contractor shall prepare the subgrade in conformance with Section 301 of the
City's Standard Specifications.
Payment for pavement removal, excavation, and subgrade preparation will be con-
sidered as included in the unit prices paid for the corresponding or associated
items of new work.
Portland Cement Concrete
Portland cement concrete furnished for construction of all alley pavement, street
pavement, alley approaches, garage approaches, sidewalks, and curb and gutter
shall have a B or C gradation and shall attain a minimum modulus of rupture of
600 psi (tested in conformance with ASTM designation: (C78 -64) within 28 days
after placement. Portland cement concrete shall be securely barricaded immediately
after placement and no vehicular traffic will be allowed thereon until beam tests
yield a minimum modulus of rupture of 450 psi.
In view of the P.C.C. strength requirements described above and the schedule of
work limitations described in Section III of these Special Provisions, the con-
tractor may find it necessary to add additional cement,. use special aggregates,
4
5
. • SP4of5
or use admixtures to meet the specifications.
sions is that the contractor prepare his bid in
limitations and no additional compensation will
that may be required to meet these conditions.
The intent of these Special Provi-
conformance with these strict
be allowed for the extra materials
The contractor will be permitted to use concrete pumping methods to facilitate
concrete placement. Pumping concrete through aluminum pipe will not be permitted.
Overhead screeds will be required at the flow line.
A 12 -inch wide smooth trowel surface shall be constructed along the flow line
(centerline) of each alley. The remainder of the alley surface shall be light
broom finished.
All sidewalk or drive approaches that extend beyond the street or alley right -
of -way shall have a cold joint or if placed monolithic a minimum 2" deep
saw cut within 24 hours at the right of way line.
Contact joints shall be constructed in conformance with the City of Newport
Beach Drawing No. STD - 120 -L. Street joints shall be constructed where shown on
the Plans. Alley joints shall be constructed in conformance with City of Newport
Beach Drawing No. STD - 119 -L. Special care shall be taken to locate weakened
plane joints at water meter boxes, power poles, and all other critical locations.
Allev Approaches
Portland cement concrete alley approaches shall be constructed in accordance
with the City of Newport Beach Drawing No. STD -117 -L with the following ex-
ceptions:
(a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick
layer of aggregate base will not be required.
(b) Curb return radii shall be 6 feet unless otherwise indicated on the
plans or directed by the engineer.
Adjustment of Various Walks, Landings, Fence Supports, Etc.
Brick, flagstone or other miscellaneous walks not constructed of portland
cement concrete or asphaltic concrete shall be adjusted to the new alley
grades. Variable height 2 -inch redwood header fence supports will be in-
stalled where support is required at existing fences as indicated on the
Plans.
Asphalt Concrete
Asphalt concrete furnished for construction of 4 -inch thick pavement and
variable thickness feather join shall be Type III -D -AR -4000 in conformance
with Section 400 -4 of the Standard Specifications.
A tack coat shall be applied in accordance with Subsection 302 -5.3 of the
Standard Specifications. The cost of the tack coat shall be included in
the unit price bid for the associated asphalt concrete.
• , SP5of5
6. Ad.iustment of Utilitv Boxes. Manholes. Etc. to Grade
All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes,
and any other miscellaneous utility boxes shall be adjusted to finish grade
prior to placement of Portland cement concrete. In the event the utility box
or structure is located in an area to be improved with asphalt concrete,
adjustment to finish grade shall be made after the asphalt concrete pavement
has been placed in a manner similar to that described in Section 302 -5.7 of
the Standard Specifications. No separate compensation will be allowed for
this work.
Protection of Existing Property Line Monuments
Many property lines are designated by "iron pipe and tag" as shown on the
plans. Special care shall be taken during removal not to disturb the pipe
location. Any monuments removed or dislocated during construction shall be
restored by the contractor at his expense.
Flow Diversion Around Manholes
The cost of constructing flow diversion channels around manholes at various
locations as indicated on the Plans shall be included in the unit price bid
for constructing Portland cement concrete alley pavement and no additional
compensation will be allowed.
CITY OF NEWPORT BEACH �
• CERTIFICIOE 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.
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Alle3�Imprnupmton *a - Ralbna Taland h Peninsula
This is to certify that the
ame of nsurance Compa y
has issued to R_ w- mcirlellan a Name of nsured
dress of ns
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: Parker - Doubledee
Address of Agency or Broker: 170 E. 17th Street., Costa Mesa, Calif.
Telephone No. 646 -88(36
Countersigned by:
Authorized Insurance Company Representative
Effective date of this endorsement: April 30 , 19 75 , Endorsement No.
re
ial )
ie
Aal
Policy Term
Limits of Liabilit
Coverage
Policy No.
Each Occurrence
Aggregate
4
(Minimum:
(Minimum:
,omprehensive
Liability
i ACL 0367
14
1/1/75
1/1/76
$500,000)
1$1,000,000
I$
$ 500,000 Protects
Products
500,000 Contracts
SHOW C
)MPLETE INFOR
ATION BELOW
1
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From: / 's
$ 5 "Vino o Protecti
Limit Bodily Injury
ArL c,3...i
$ //)Iij�eY) Products
or Property Damage
To: // /Z -_
$ , >'DU��LI�
$ ,c�D'Yeo[�Contract
Each Occurrence
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: Parker - Doubledee
Address of Agency or Broker: 170 E. 17th Street., Costa Mesa, Calif.
Telephone No. 646 -88(36
Countersigned by:
Authorized Insurance Company Representative
Effective date of this endorsement: April 30 , 19 75 , Endorsement No.
re
ial )
ie
Aal
INSURANCE COMPANY OF NORTH AMERICA
4
low
AND
��� PACIFIC EMPO ERS CATS OFINSURANCEE COOANIES
(This Certificute of Insurance neither affirmatively nor negatively amends, extends
M or olters the coverage, limits, terms or conditions of the policies it certificates.)
lE
z4itf 'is to ertifu to
_ COMPANY CODES
(� City of Newport Beach 1
3300 W. Newport Blvd. M ALLIED INSURANCE CO.
Newport Beach, Calif. tai INA OF TEXAS
(] PACIFIC EMPLOYERS INSURANCE CO.
L INSURANCE COMPANY
I L_ —J YJ Of NORTH AMERICA
the follriw,oy described policv or policies, issued by The Company as coded below, [A] INA INS. CO. OF ILLINOIS
p:coJing Insuronce uoty fot hazards checked by "X" below, have been issued to;
Name and Address R. W. McClellan and Sons, Inc. N INA INS. CO. OF OHIO
of Insured— 2031 So. Anne Santa Ana, Ca.
(OTHER; - SPECIFY)
covering in accordance with the terms thereof, at the following location(s):
- -- TYPE OF POLICY
HAZARDS
Co. CODE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
(a) Standard Workmen's
Statutory W. C.
Compensation 6
❑
PWC 107133
10/1/74
j One Accident and
Employers' Liability
1011175
Aggregate Disease
(b) General Liability
Premises — Operations (including. "In -
❑
❑
$ Each
odental Contracts" as defined below)
Person
3 Independent Contractors
❑
❑
�❑ Accident
gl Completed Operatims/Products
❑
El
j Each
U Occurrence
ollj Contractual, (Specific type as de-
m
in footnote
❑
❑
scribed below)
j Aggregate--Completed
Operations /Products +
—j
Premises - Operations, (Including
ii ❑ Accident
a! "Incidental Contracts " as defined
❑
❑
i Each 1 Occurrence
below)
Independent Contractors
❑
I ❑
f Aggregate -- Prem. /Oper.l
-'� Completed Ope•ationsJ ➢roducts
❑
❑
j Aggregate— Protective
g Contractual, ;Specific type as de-
n` scribed In footnote below)
❑
❑
$ Aggregate — Completed 1
Operations /Products
j Aggregate--Contractual 'I
(c) Automobile Lability
Owned Automobiles
❑
El
Each Persian
I?`
m?j Hired Automobiles
❑❑
❑
❑ Accident
( j Each
I r� Non Automobiles
11 Occurrence
-owned
FFF ---am
_ — _
Owned Automobiles
❑
❑
f�-�
S0 Accident
qqII
�pl Hired Automobiles
❑
❑
$ Each
f ❑ Occurrence
ao,
Non -owned Automobiles
(d)�_J __-. _ _._ _
R. W. McClellan and
Sons
Inc.
are aware
of and will
comply with Section
3700 of the Labor Code,
L-.-...-I,iabilitv
equi
ing every
ployer to
a insured against
for Work
nis
om a
sation or
o undertake
self - insurance_ - before_
zia? nenc� any gf the wor15
Centocrua awna": ct as II a po icy terms apP icable, specific contractual liability coverage is provided as respects Q a contract / ❑ purchase
order agreements / ❑ all contracts (check applicable blocks) between the Insured and:
Name of Other Party:._.
Dated (if applicable ):...... No. (if any):
Deu,,ption (a, Job)'....__ -_..
Definitions: "Incidental contract' means any written (1l lease of premises (2) easement agreement, except in connection with construction or demoliNcn
opetatroas on or adjacent m a railroad, f3) undertaking to indemnify a municipality required by municipal ordinance, except in connection
with work for the muniupality, (4) sidetrack agreement, or (5) elevat intenance agree nt.
It is the ,mention of the company that in the event of cancelatlon of the .- i.E.c.
policy or policies by the company, ten (10) days written nonce of such
eancelation will be given to you at the address stated above. V Authorized Representative
1. CRIC.INAL
7
0
a
May 6, 1975
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA 1974 -75
(CONTRACT NO. 1624)
Attached are four copies of the subject contract documents
and the insurance certificates. Please have executed on behalf of the
City, retain your copy and the insurance certificates, and return the
remaining copies to this department for distribution.
J hn S. Wolter
roject Engineer
JSW:h
Attachnents
RESOLUTION NO. 8480
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT IN CONNECTION
WITH ALLEY IMPROVEMENTS, BALBOA ISLAND AND
PENINSULA, CONTRACT NO. 1624
WHEREAS, pursuant to the notice inviting bids for
improvements in connection with alley improvements, Balboa
Island and Peninsula, in accordance with the plans and specifi-
cations heretofore adopted, bids were received on the 15th
day of April, 1975, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is R. W. McClellan and Sons, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of R. W. McClellan
and Sons, Inc. for the work in the amount of $28,734.10 be
accepted, and that the contract for the described work be awarded
to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 28th
ATTEST:
City Clerk
,P- Alto
day of April , 1975.
Mayor
DDO /bc
4/24/75
0 0
CONTRACT NO. 1624
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
R.W. WGULLAN & SONS, INC,
2031 So. Anne St.
Santa Ana, Calif. 92704
Approved by the City Council this
24th .day of March 1975.
L ra Lagios, City Cie k
1974 -75
SUBMITTED BY:
R. W. McClellan and Sons, Inc.
Contractor
2031 So. Anne St.
Address
Santa Ana, Calif. 92704
City Zip Code
714) 556 -3800
Phone
� z 17-3
Total Bid Price
Page 2
All bids are to be computed on the basis of,the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 247553 Classification C12- SA =SC21
Accompanying this proposal is bid bond sa1-sc32
(Cash, Certified Check, Cas ier s Check or Bond
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's- compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone 4)
Nu er
4/15/75
Date
R. W. McClellan and Sons, Inc,
Bidder's Name
ut orl�Fi ed Signature WiTaiam M3Zter ie�e resw
Authorized Signature
California Corporation
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:
Rollo W. McClellan, Jr, Pres,
William Miller Vice Pres.
Michael McClellan Secy/Treas
L
0 •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
3.
4.
5.
6.
7.
S.
9.
10.
11.
12.
R. W. McClellan and Sons Inc.
Bidders ame
Authorized Signature
William Miller
California Corporation
pe of
Ty Organization
(Individual, Co- partnership or Corp.)
2031 So. Anne St.
Santa Ana Calif. 92704
Address
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, R. W. McClellan and Sons Inc. , as Principal,
and The American Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of 10%
of Contract 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
Alley Improvements - Balboa Island and Peninsula
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 4th day of
April , 19 75
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
R. W. McClellan and Sons, Inc.
Principal
By:
The American Insurance
ByC
eorge L. Doubledee
Ti Attorney -in -Fact
State of Calif orliq .
County of Orange s
On April 4, 1975 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared George L. Doubledee
known to me to be Attorney -in -Fact of The American Insurance Company
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS
L v _
t,. 1'r1 cKER
My commiss 16, "' -" "''A
360212-6-66 ply C9rnfoi5510n Lxpi s i 'y
my official se0, jlr4day and year 5Kted this certificate above.
Page 5
14ON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
thisl5th day of April, 1975 ,
19
My commission expires:
" ".
OFFICIAL SEAL ��
`.
LINDA G. KL IPl KIE W I C Z
NOTARY PUSLI;, CALIFORNIA
Pj�!"'IC;PAL
;,e? =. ?✓
OFFICE IN
ORANGE COUNTY
MN Commission Expires
Dec. 11, 1978
R. W. McClellan aid Sons, Inc,
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Signed
William Miller Vice Pres.
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.
ON FILE WITH CITY
i gn-�
William Miller Vice Pres.
A..
• • PR 1 of 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS - BALBOA ISLAND AND PENINSULA
1974 -75
CONTRACT NO. 1624
1HIUMAI
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1624
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
NO. AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1. 14,500
Construct 6" thick P.C.C. alley
pave -
Sq.Feet
ment.
@ Qiye_
Dollars
f /FrY Owe—
and
Cents
s
$
_
Per Sq. Foot
2. 7
Construct 6" thick P.C.C. alley
Each
approach over native soil
@
Dollars
and
410
Cents
$
Per Each
3. 750 Construct 8" thick P.C.C. street
Sq.Feet paving
@ -7' . O Dollars
and
No 6-nv _1S
Per Sq. Foot
$�00 $ /SOD
61
• • PR2of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 650 Construct 4" thick P.C.C. garage
Sq. Feet approach in alley areas.
@ 0 Dollars
and °
w r> nJ 7' Cents $ $ -760
Per Sq. Foot
5. 350 Construct 4" thick P.C.C. side -
Sq. Feet walk.
@ Dollars
and
410 Cents $ / � —° $ 3S0
Per Sq. Foot
6. 90 Construct variable height Type
Linear Feet "B" curb.
5eLlif o1 Dollars
and _
41'J Cents $ 7 $ b 30
Per Linear Foot
7. 29 Construct 6" Type "A" P.C.C.
Linear Feet curb and gutter.
@ Dollars
and
4-11.le-11 Cents
Per Linear Foot
$1 U $ 7.Z9
8. 600 Construct 4" thick A.C. garage
Sq. Feet approaches in alley areas.
@ �,�4Z_ Dollars
410 Cents $ ¢o
Per Square Foot
9. 1 Construct 6" thick P.C.C. Type
Each II residential drive approach.
@ Dollars
and
'lp Cents
Per Each
TOTAL PRICE WRITTEN IN WORDS:
TweAJIY Yra s~ ivu.,— Dollars
and
TQ.i/ Cents
$600 --
$,300— $ 30D
• • PR3of3
CONTRACTOR'S LICENSE N0. 247553
TELEPHONE NUMBER 714) 556 -3800
4/15/75
Date
R. W. McClellan and Sons, Inc.
Bidder's Name
re
CONTRACTOR'S ADDRESS 2031 So. Anne St. Santa Anao Calif. 92704