Loading...
HomeMy WebLinkAboutC-1645 - Big Canyon Reservoir perimeter service road improvements 1974NOV 2 1974 TO: CITY COUNCIL FROM: P u blic Works Department November 25, 1974 l CITY COUNCIL AGENDA ITEM NO. F -1 SUBJECT: ACCEPTANCE OF BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS (C -1645) 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 the perimeter service road at Big Canyon Reservoir has been completed to the satisfaction of the Public Works Department. The bid price was: $14,913.00 Amount of unit price items constructed 15,158.82 Amount of change orders None Total contract cost 15,158,82 Amount budgeted in Water Fund: 25,000.00 (Account No. 50- 9297 -106) The design engineering was performed by the Public Works Department. The contractor is J. B. Crosby Company of LaPalma, California. The contract date of completion was November 14, 1974. The work was completed on November 11, 1974. in li rector SEP 3 0 1974 TO: CITY COUNCIL FROM: Public Works Department September 30, 1974 CITY COUNCIL AGENDA ITEM N0. H -2 (d) SUBJECT: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 - CONTRACT 1645 RECOMMENDATION: Adopt a resolution awarding Contract No. 1645 to J. B. Crosby Company of La Palma for $14,913, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Eleven bids were received and opened in the office of the City Clerk at 10:00 a.m. on September 10, 1974. The low bid is 35% lower than the Engineer's estimate of $23,000. Funds for this project are available in the Water Fund, Account No. 50- 9297 -106. This project provides for the construction of a concrete curb along the edge of and an asphalt overlay of the service road around the Reservoir. The low bidder is presently performing contract work for the City. The plans were prepared by the Public Works Department. The estimated date of completion is November 8, 1974. seph Devlin blic o ks Director id Bidder Bid 1. J. B. Crosby Co., La Palma $14,913.00 2. Sully- Miller Contracting Co., Orange 16,906.50 3. Coxco, Inc., Orange 18,441.00 4. R. J. Noble Co., Orange 19,957.50 5. Griffith Co., Irvine 20,520.00 6. Artomco Construction, Downey 20,533.50 7. Don R. Hess Co., Long Beach 20,826.00 8. R. W. McClellan & Sons, Inc., Santa Ana 21,298.50 9. Hardy & Harper, Inc., Tustin 21,330.00 10. Nove Engineering Contractors, Newport Beach 22,725.00 11. Markel Cement Contracting Co., Costa Mesa 24,997.50 The low bid is 35% lower than the Engineer's estimate of $23,000. Funds for this project are available in the Water Fund, Account No. 50- 9297 -106. This project provides for the construction of a concrete curb along the edge of and an asphalt overlay of the service road around the Reservoir. The low bidder is presently performing contract work for the City. The plans were prepared by the Public Works Department. The estimated date of completion is November 8, 1974. seph Devlin blic o ks Director id =BUG 2 s 1974 ry TO: CITY COUNCIL FROM: Public Works Department August 26, 1974 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 - Contract 1645 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 a.m. on September 10, 1974. DISCUSSION: This project provides for the construction of a concrete curb along the edge of and an asphalt overlay of the service road around the reservoir. An exhibit is attached showing the project location. The estimated cost of contract construction is $23,000. Suffi- cient funds for the project are available in the current,budget, account No. 50- 9297 -106. The plans were prepared by the Public Works Department. The estimated date of completion is November 8, 1974. ), 10 OA/ Joseph T. Devlin Public Works Director AB -hh Att. r 12 10 J'1;lcl5z� 'Z;z. 0 PROJECT ow" PYWTPYT Big Canyon Reservoir Perimeter Service Road Improvements 1974 C-1645 February 21, 1975 J. B. Crosby Co., Incorporated 8361 Moody Street La Palma, California 90623 Subject: Surety United Pacific Insurance Company Bond No. U80 85 Be Pmject Big Canyon Reservoir Perimeter Service Road Improvements Contract No. 1645 The City Council on January 27, 1975 accepted the work of subject project and authorized the City Clerk to file a Notice of O mpletion and to re- lease bonds 35 days after such notice has been filed. Notice of Completion was filed with the Orange County Recorder on February 3, 1975 in Book 11333, Page 1984. Please notify your surety company that bands may be released 35 days after recording date. Lanm; Lagios, CMC City Cleric LL:dn cc: Public Forks Director ,. by p 4 r 372 EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 11333P61984 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. FEB 3 1975 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of November 11. 1974 Big Canyon Reservoir Perineter Service Road Improvements, C -1645 on which J. B. Crosby Company of La Palma, California was the contractor, and Harbor Insurance Company was the surety, was completed. VERIFICATION 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 January 31, 1975 at Newport Beach, California. VERIFICATION O CITY ERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 27, 1975 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 January 31, 1975 at Newport Beach, California. rz RECORpIN� REQUESTED PLE °.� =.'T' %'; 10: BY LA:.. K, - CAI'F. 92660 r 372 EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 11333P61984 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. FEB 3 1975 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of November 11. 1974 Big Canyon Reservoir Perineter Service Road Improvements, C -1645 on which J. B. Crosby Company of La Palma, California was the contractor, and Harbor Insurance Company was the surety, was completed. VERIFICATION 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 January 31, 1975 at Newport Beach, California. VERIFICATION O CITY ERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 27, 1975 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 January 31, 1975 at Newport Beach, California. rz r CITY OF NEWPORT BEACH CALIFORNIA City Han 3300 w. Newport Blvd Area Code 714 673 -2116 ?ate:. .January 31, 1975 iLr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Lear Nr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Big Canyon Reservoir Perirreter Service Road Contract No. 1645 on which J. B. Crosby Company was ,the Contractor and Harbor Insurance Co any was the surety. Please record and return-to us. Very truly yours, Laura Lagios City Cleat City pf Newport Beach LL: Encl. Ptv TO: CITY COUNCIL FROM: Public Works Department • January 27, 1975 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS (C -1645) 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 the perimeter service road at Big Canyon Reservoir has been completed to the satisfaction of the Public Works Department. The bid price was: $14,913.00 Amount of unit price items constructed 15,190.33 Amount of change orders None Total contract cost 15,190.33 Amount budgeted in Water Fund: 25,000.00 (Account No. 50- 9297 -106) The design engineering was performed by the Public Works Department. The contractor is J. B. Crosby Company of La Palma, California. The contract date of completion was November 14, 1974. The work was completed on November 11, 1974. This item was before the Council on November 25, 1974, but was delayed because a question was raised by the contractor concerning the amount of material used. J seph T. vlin P blic Wo Director D: jd El TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1645 Project Bi 0 Date October ;9, 1974 Reservoir Perimeter Service Road Attached is signed copy of subject contract for transmittal to the contractor. Contractor: J. B. Crosby Co. , Tnoerporeted Address: 6361 Moody Street, La Palma, CA 90623 Amount: $ 14,913.00 Effective Date: Ip_ ?q_74 Resolution No. 8363 `i Laura Lagios LL:dg Att. cc: Finance Department Q 0 LI October 18, 1974 r a - TO: CITY CLERK FROM: Public Works Department SUBJECT: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 Attached are three copies of the subject contract documents. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to this office. �r Al Beingessne Project Engin er AB:h Attachments °,: �_.: _.... .} .�.:.: .. ,., ,: 35s > ,..e , .:c . . • 0 October 24, 1974 TO: CITY CLERK FROM: Public Works Department SUBJECT: FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MACARTHUR BOULEVARD (SH 73) CONTRACT NO. 1600 - AHFP PROJECT NO. 745 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates,and return the remaining copies to this department. Steve Bucknam Project Manager SB:h Attachments a low CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1645 Project Description: Big Canyon Reservoir Perimeter Service Road Improvements o This is to certify that the Harbor Insurance Company ' (Name of nsurance Company has issued to J. B. Crosby Co., Incorporated (Name of Insure 8361 Moody Street La Palma, California 90623 (Address of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Coverage Policy No. Policy Term Limits of Liability ach Occurance Aggregate (Minimum: (Minimum: $500,000) 500,000 Protective $1,000,000 Products 500,000 Contractu COMPREHENSIVE LIAB. From: 5 -25 -7 500,000 Protective Combined Single 118198 $ 500,000. " Products Limit Bodily Injury To: 5 -25 -75 Each occurence " Contractui or Property Damage 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-,- Hrred-ert+- N"- Bwmed- Mtt"ebi -}es. 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. (when applicable). Name of Agency or Broker: Allen Jayne Insurance, Tnc Address of Agency Countersigned by: il) it -` Oct. 8 ., 1< 74 Endorsement No. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1645 Project Description: Big Canyon Reservoir Perimeter Service Road Improvements This is to certify that the PA ific A to Ins CCoo��v� ame o nsur'a' c Xany has issued to J. B. Crosby Co. the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Coverage Policy No, Policy Term Limits of a t —Tach Occurance Agareaate (Minimum: (Minimum: $500,000) 500,000 Protective 1,000,000 Products 500,000 Contractu+ A -'TO COMPREHENSIVE )LIAB. From: 5 -25 -74 DO y Tinjury Property Damage P-ratGGV v 6omb}ned- 3}ng4 LAC25089 To:5 -25 -75 $ X00,000. P*odvrt6 Lrima4 Bodily Injury Each occurence Gof�tvaGtu or Property Damage $100,000 each �100,000 each person occurrence This policy includes at least the following coverages: no 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. no c. Contractors Protective Liability (When Insured engages Subcontractors). no d. Products Liability or Completed Operations. noe. Explosion and Underground Hazards (when applicable). no f. Personal Injury Hazards. no g. Broad Form Property Damage. no h. Marine or Aviation (when applicable). Name of Agency or Broker: Allen Jayne TnGUrnnrw, Tnr Address of Agency or Broker: Countersigned by: nsu ve Effective date of this endorsement: October 8 , 1974 , Endorsement No. 1) A. i ; I OF NIEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1645 Project Description: - Big Canyon Reservoir i'erimeter Service Road Improve�:ents Iq on rac o. :) This is to certify that the Mission Insurance Com o Name o Insurance mpany has issued to J. B. Crosby Co., Incorporated 3 -161 1400dy ^treat La Palma C:•lifornia 9( ress of Insu the policy of liability insuran-e 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. Polity Term Limits of Liability Coverage Policy No. Each Occurance Aggregate (Minimum: (Minimum: $500,000) 500,000 Protective $1,000,000 Products 500,000 Contractual) UMBRELLA anti 000,000. Protecti Protective LIAB. From: 5- 25 -7�+ Combined Single M8281+O3 $ tvoo,Ocu. Products Limit Bodily Injury To: 5 -25 -75 ,iyoo,00&.Contractual or Property Damage lying with Harbor I surance &� /� iv.?±L /n Y ✓tee La '/ ! L...�i Ln... This policy includes at least - the- fofilowIng 0-verages: "" • ; 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: Allen Jayne Insurance, Inc. 5 L Address of Agency or Broker: Countersigned by: ce resentative Effective dhte of this endorsement: October 8,' 19 74, Endorsement No. CERTIFICATE OF INSURANCE NAMED ERTIFICATE U HO D- AMERICA INSURANCE CO. PA. INSURED • -J. Be. • =L <: D BY ® MIS . INSURANCE COMPANY "•` 8361 j> SAYRE S TOSO, INC. L$ P93.TA$} ClItis 90623 ISSUED TOE • CITY OF SWOBT R&1 A.Ulm Jagne :nsliv=ae, jr • City Han ,•� *1833 W,r03.y�ps„igc ♦pBltcdi/.y��� 3300 a Sik�Try -&-t, Invite Hors npleaq Calif. 0006 port Deach,, Calif, HOLLAND - AMERICA INSUP.NCE COMPANY and /or MISSION INSURANCE COMPANY and /or SAYRE AND TOGO, Iti'. has issued covr: eff"dive as of !!71I dates and for the periods and limits specified below and subject to all teams, conditions, pia irnrs. _ ._'n13 and Iimitcr' of the describe.l Binders or Policies whether shown by enl).sement or otherwise. Any requirements or pr- vis; :,-s c:�., =.iiac! er agree between the Inc ;red and ony other person, fine or corporation will not be construed as enlarging, ol!e,ing or . ". aF-j the deflnili:.. insured or any other terms or conditions of this certificate or the policy designa)ed. _ KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMAS OF lIA.841TY COMPENSATION EFF �,� * STATUTORY CALIFORNIA COMPENSATION WORKMEN'S COMPENSATION rtt+iYIW EXP +ham 'f — COMPENSATION EFF STATUTORY COMPENSATION STATE(S) OF _ WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY $ PER OCCURREN "F LIABILITY _ EACH PERSON EACH OCCURRENCL BODILY INJURY LIABILITY AUTOMOBILE $ $ EACH OCCURRENCE AGGREGATE BODILY INJURY LIABILITY „ EXCEPT AUTOMOBILE EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY AUTOMOBILE EXP $ PROPERTY DAMAGE LIABILITY EACH OCCURRENCE AGGREGATE EXCEPT AUTOMOBILE $ $ AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF $ FIRE, LIGHTNING & TRANSPORTATION $ THEFT (BROAD FORM) EXP $ COLLISION OR UPSET ACTUAL CASH VALUE LESS $ DEDUCTIBLE "THIRD PARTY PROPERTY DAMAGE EFF EXP $ UMBRELLA EXCESS POLICY EFF EXP $ Effective any loss under Physical Damage Coverage is payable as interests may appear to the Named Insured and the Certificate Holder in accordance with Loss Payable Endorsement on reverse side, as respects the following: YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER 7 All automobiles in which the Certificate Holder has a financial interest. ❑ The Certificate Holder is hereby named as an additional insured with respect to all automobiles leased or rented to the Named Insured. pp.T1�� DESCRIPTION AND LOCATION OF OPERATIp�� Big' M e-Z "ir I'EIvPSmOte Service Road "OTHER THAN AUTOMOBILE .LI)+�"Vermnt$ 19 Contract HO. 19+x'' This policy shall not be canceled nor reduced in coverage until after 30 days written notice of such concelation or reduction in coverage shall have been mailed to this certificate holder. by registered mail. Certified this 8th day of October 19 74 Producer 'llen Jayne irLewanco, Inc. gp BY Authoriz@d Reoxvientative HAC 3 (Rev. 6/73) (20M) 'palels anoge se ON 30410 'Aallod Slgl }o suwlellwll sa sluawaar%e 'suoylpuo 'swJ >; ayl to due pua;xa to anlem 7alle 'Peen o; Ploy aq pays pauleluob Unasaq 8u,ylo JO 0 Aa!;od sq# u! umoys ssaspPe 51! le wploµ[a11 01 pasanl!ap 3 amIt ail Ile4s luawasiopu3 algeAed ssol apgowolnp 5!41 Poe Pagotl 5141 41!m uoilaaeuca Vl saplaN ua!1 a4l b; Auedwo0 ayl Aq uani% ail of pap,noid ulasay seagou IV '6 a»nbai 1e uogdabxa a Im Sd¢SOI r of luanbasgns in 10 awrl aq1 ie otoxidde Slain a4# Aq Aueilwo a o 4l Al p (06) Ai 4# to polled a Jot panrem dgaaay die paansul pbuad e so 0 4# 1 Valli% ail of pannbai asimay11 saallou Ile pue sled 'd Ala14t to Pew so aae l'A311od s8 Agaxay aae laesluo1 041 In AnPgen a_; u;e;ulew Ol Paessaaau a4 sa%a;uud pe 'ssa a 4ianaus�o111puoV pal[. 041 to intent Aq 'grgm sluawas"Poo pue 1 91 Papy;osd 41dde iab.Ual oil Ile4s luawaslcpuq aalPASS 'Sol )o �d,ysidumot oisS iq. PY!S Pueelq) ae1 ;'(li oml tydei%eied guna gsns ul ;nil lAUgad a4] 041 :o; anu!luoa IS;Ua Aai o11 S 42!m) wiON ua!l u41 to lUaunq 041 Jot loanayl Vial I 41 7Va%e s ;l s iap;op gall agl u, palSan awobaq PSllod s,yl sapun paranoo Al,adad eV1 lO Pue 10 uassassod la UM Poe d,gsvaumo a no Jo%e%;;a'N pue saPION Part aui Aq Pa;daOOe pua pnnss a c�c A n 41 PI 4S B pains[! A;natlosd a4l of spserq awes aql %uua %es xi, ail !:.I od leu!%uO aql , ;pua Pound Aep (gi) ual papua ;xa aql %UUnp pananoa as m!.d lea", ue of pauala, ula;sq saplopwall aql Aq PaldaSsc Poe AuedwoO aauennsul . '�U s< e R ;[ana ail UI asnobU3 a!gPAed ssoq angowoln S o Jwos A.1 p m" q '.eq Ileq` lu0,u Oi ajge,fed saD'ananayl Sso! 4l!my)s- %7�e41 lswiaaapl, q,m aluep::,e m ;eplolivan 041 P!es IS uogendxe sat ;e Nee (0D Val ;o poaad e �In) .4.1 �I-,Iplaa Van .o -'gun d_ud aqi al ss ;calla pug MCI ilnt uI adu luoa (lugs bead c, ,a un al 1 ltanalu! 41 p (a, esA aYesanoJ III 1 wle $: -I n 1 r�,r I I 4i �.s of aae 11 u "7 a44 to 148[ Pill :,edU. Ileis uo:ie%o;gns on ;oqt e siadi ,a , a4# PUP un�1e811aa pies 1, °Pas ;ragp, s },; ,r Pur 1q.vuA ,I Nato, e. d:::nay_ ys :(uedwoS SNI ;Je '(Farnae 1. apun pa n w sl,advJd aql ^q pe,nuas Jo,leA Iqo .11, lit ,� p„c;a s, ..`:! s. sl ^ anp j o,a)u pup w s fen: ' :; um a. l "P . -� ".1 P u. "1 Au "w- 11 cl xa e; aqi Al 1�9a., du pal u! :4 G to le , -apun aAeI"ep 10 -,Sol ml q„ saP:oN Vert Pal nl den _ ... I.c"u Aed Pies cx +up ,giluui si s�sa, nagi611e v '1�, yl opal, n sfE� )" n f..r C n ,. a e q t r Jl t gt,sd nil qJa x i'i: l l aa0' r G (� le ur.Jw ,sill aq .,.ap u yl,m a4l Jodn e J ,n nr ,) U A d aogoU [a;pnm Jolla SAeP (01) Vol aiolaq pamsrrl ay; 10 lsanbas ay; le palnalla ail POl od N a'!i u! Faglnosap Plnadosd ayl HuuanoO PS310d 5141 sapun aauesrsw due ;O uo,lellab1' !legs 'aaploN ua1 84110 Aluo #sVialul ay; u# se yuana ou u! aapl[N ua!1 ayl Aq panl"JeD 51 uagegaoueO yens ;o ab!lou Vellum Jalle sdep (01) Val Jot dluo nap(oN -ua!1 041 10 lyauaq ayl sol aaio; u1 anwluoa Ile4s Ao4ad sigl area yaps ul 1nq pains[! ay# of aapou 10 %wpuas a41 4 ;!m dpualinouVO salteulanaq p0 RSP s aailto sr le aaplo atil0 eDI OI abllou uoigifeaue a4l to Adoo e psemiol p;m Puedwo� ayl 'uosea: sle j doe sO} l 41 0; aJtl 10 luawded son mt lied it Jo aloym w Aallod sill lanueo Ol Slaala Auedwo0 agl ;I SAeP 101) ual aso a OR U911 a41 Aq aapou Ualtum P!PS to Idlaoaj wile q 10 coral aq IOU pays luawassopu3 algeRed soul aPgowolny 5141 sapun iaplopVall ayl to Si sl4%u ay; 'mnlweJd leub!1!ppe iO wn!waid plat Red a auiloail Ueys ,apr'y ua:7 aql It salasa4; %uglim r! puewap s,Puedwo;) 041 to s A?dl l aulpia pair ul 1 mall anp j In ayl pled aq at amen nO Aetl Il,og wmwa,d vans Pad of pamSUl 041 to amlle} aql to Auedwo0 sin; Aq %wilsm u! Pa!, lea os uag1 qM3 JPQl1H A u ;nl Pill #e41 sapunasaq iaploN call 841 )a sq%ln aq; 16 :75venupuoa a4l ;o Pan pUOa e s, 1, PUP Aep (09) dtXISa1;110 iwa;d nj I Aep ,OZiI Aluami pup pa ;pLn4 auc u,gpm pue 6,1 aA,% 01 Saas;?e +_e7:ycg s yl �ASI,oa sl o uou y)as ,_ sap cN 6o!1 aql c! aal1o� galym wn,weld ;e -,1rPe m wn ;waid ,Sue In ud weal 1 nap�.n c np al "61. JJ y llegs 'u a.a41 Pled wnlJ. ;;c lop, Isweaa ca rs�: Aa Smile; 1u ae na ayl ul s!ql nJpJn eta. ^u I e I_ equ,J sa C r u i.3 i ssa,un d I,od 'a8ealnu,u sap n .;;aae,d Gai su all to uoucaa uc .e,"1 a4) Aq UJloi.ac J 7 , x8ee;. -uW a' j r:d 1 LL . 'uJa umjaA. J Ifi M nqj E Jn ';y ii3p;i Ids .4 a. of ay,lal. c 4tP;le v ;e u; ,1 7u ,uuJ a .x `a r w .e ae4 -„rwa sp _ - +� w ' 4 am / Ld s14I @ U ''.d luaualel sl �(d a o1eJnr 4 'ad rnU :1. dtii nil e, w puV v In se. al a4) eq v!,,nD ; a x,n 4 1 .r,' e1 It avl It S a;.puab .; i .q f9 i '� , atj Ag 1 A ..I a4 � 3 ; a. .II „ 4 q -. y,.aLm l a'y a p G y Floes c .a a a g , 4 7 �'qia ra 1 Auedwo� s,y; U;lutl µ �upu pa r n;Jatl tl' °ilot Se saa1Ee g4aaay o JOPuan U' ,i Puoo u 'srala.{lc ro a. E, Er roLV P, /QUO ;d (J ,31 I J.P fnLva ,aG ,alleum sub! s ut :J wsa�Jn. ,l 'r..!Jlo;{ Pie J- ) V-61l, Wao3 '1N3W3Shc0OAI3 379VAVd SS01 3111oWoL1V . CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS I&Y'S BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS Approved by the City Council this 26th day of August 1974. Laura Lagios, C ty Cle ><rin CONTRACT NO. 1645 SUBMITTED BY: J. B. Crosby Co., Inc. on ractor 8361 Moody Street Aadress La Palma, CA 90680 ity Zip (213) 431 -1384 one $14,913.00 Total Bid Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR I of l 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. 1645.. 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 N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 4,050 Construct modified Type "B" P.C.C. Curb. Linear Feet @ Two Dollars and Ten Cents Per Linear Foot 2. 450 Construct 1" thick asphalt concrete Tons pavement overlay (Type III- C3- AR2000), including tack coat. @ Fourteen Dollars and Twenty -four Cents Per Ton TOTAL PRICE WRITTEN IN WORDS: Fourteen. Thousand Nine Hundred Thirteen Dollars and No Cents Sept. 10, 1974 . Date CONTRACTOR'S LICENSE N0. 252650 A $ 2.10 . $ 8,505.00 $ 14.24 $ 6,408.00 $ 14,913.00 J B ro b o Inc. i er ame S/ T. J. Crosb �Aut orizC Signature TELEPHONE NUMBER (213) 431 -1384 CONTRACTOR'S ADDRESS 8361 Moody Street, La Palma, CA 90680 0 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 10th day of Septpmher 1974_• at which time they will be opened and read, for performing work as follows: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 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 Seqretary or Assistant Secretary are required anT the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Nartnership, 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 eciflcations 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 �J 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 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. 2526504 Classification A Accompanying this proposal is Bond Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (213) 431 -1384 Phone Number 9/10/1974 Date J. B. Crosby Co., Inc. Bidder's Name S/ T. J. Crosby (SEAL) Authorized Signature Authorize d Signature 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: J. B. Crosby, President J. E. Crosby, Secretary- Treas. T. J. Crosby, Vice -Pres. 0 0 Page 3 DESIGNATION OF SOOU- CONTRACTORS The undersigned certifies that he has used the suc -bids of the following listed contractors in making up his bid and that i:he 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.------------ - - - - --- 2. 3. 4. 5. 6. 7. Q 9. 10. 11. 12. J. B. Crosby Co., Inc. i er s Name S/ T. J. Crosby Authorized Signature Corp. Type of rganization (Individual, Co- partnership or Corp) 8361 Moody Street L Palma. 'CA 9n68n Address FOOORIGINAL SEE CITY CLERK'S FILEIRPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, J. B. Crosby Co., Incorporated , as Principal, and United Pacific Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 1O'X ), 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 Big Canyon Reservoir Perimeter Service Road Improvements 1974, Contract No. 1645, complete ac per nlanc and cpprifiratippg. 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 10 day of September , 19 74. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) September 10, 1974 S/ Marguerite S. Butler W_ ary PUD11C Commission expires April 18, 1976 J. B. Crosby Co., Incorporated rincipa By: S/ T. J. Crosby United Pacific Insurance Company urety By S /J. Friedman Title Attorney -In -Fact E 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 ary 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 10 day of Sept. , 19 74 . My commission expires: March 25, 1978 S/ T. J. Crosby S /Judith Friedman Notary Public Commission Expires March 25, 1978 0 0 FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. S/ T. J. Crosby —�igne ` A". CrWS4;Y CONEWlY, i:!C. -�3E ..•T CIF t ?:CO`tE, 2 ?_'LA9LE I .CO,.z AND 1.`;Ci,. CA:i£S F :_:�LE �f. For the current month an3 the year ended March 31, _;74 :ontr.�:ing income .ess 1 sect expense (Schedule 1) Cross profit mss general and administrative ex.oe!ae (Schedule 1) iNCO\1E (LOSS) FROM OPERATIONS HER INCOME: interest income Other income TOTAL OTHER INCO ?fE W,L 0P'- RATIONS AND OTHER INCOME Current Percen, Year Ended Percent Month of Sales March 31. 1974 o; Sales $ 102,583.57 100.00 $ 2,270,289.73 100.00 94,954.24 92,56 1,879,465.46 82.78 7,629.33 7.44 390,821.27 17.22 (54,212.97) 52.85 237,716.97 10.47 (46,583.64) (45.41) 153,104.30 6.75 (46,583.6!) (45.41) 1,365,03 .06 936.55 .04 2,302.58 .10 155,405.88 6.85 FOR FEDERAL AND STATE CO`, :AX - 75,201.88 3.32 NET INCOME (LOSS) S (46,583.5 ) 45.41) 80,205.00 3"53 'L'TATION OF TAXABLE INCOME (CASH BASIS): 0: Federal and state tax provision 75,201.88 Accounts payable increase 89,413.38 Accrued payroll payable increase 3,635.62 Other additions 11,471.78 TOTAL ADDITIONS 179,723.66 )E DUCT: Work in process increase 73,160.53 Accounts receivable increase 170,712.13 TOTAL DEDUCTIONS 243,872.66 TAXABLE INCOME 16,056.00 F•')RAL AND STATE INCOME TAX 4,740.00 TAXABLE INCOME LESS INCO`BE TAXES $ 11 ,'F,On .tea; see accompanying accountants' report. 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. 1972 L. A. Sanitary - DWP • • Page 8 LABOR AND MATERIAL BOND 13OND NO. U8O 85 88 Premium included in charge for Performance KNOW ALL MEN BY THESE PRESENTS, That Bond WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted September 30, 1974 has awarded to J. B. Crosby Co., Incorporated hereinafter designated as the "Principal ", a contract for Big Canyon Reservoir Perimeter Service Road Improvements 1974 - Contract No. 1645 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 J. B. CROSBY CO., INCORPORATED as Principal, hereinafter designated as the Contractor and UNITED PACIFIC INSURXXCE COI4PANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SEVEN THOUSAND FOUR HUNDRED -FIFTY -SIX ac 50- Dollars ($'7,456.50----- - - - - -- ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's feel to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. • • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value 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 Stn day of October , 19 74 J. B. CROSBY CO.. INCORPO Seal) By t7 (Sean ) y Vic:4 P., esident By )iQ)\Aa \ 1 Vyvx (Se -al -) = ontractor Assistant sec. UNITED PACIFIC INSURANCE CO3PMO By (Seal ) M. S. Butler, Attorney -in -Fact (Seal) Approved as form: R4� ity Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ate Attest: City Clerk � \ \ \ \�} } \( »( } \ rt / ;g�: / ©§ }tj %(»`f / . \ \\�)ol / - &.r C3 }(_) ., s \ } o °� _ ;!Po > �- \ }( \/ \\ . :— : - - ; ED f a ®& }2\ e 3_.,..4*[ § _ n\ / \ \\ j z\ \ G»15 /�'° \\�\ moo,« 5 /Zs _< (D /��( ) *2` !L )7 a22 } � \ / / \ \\ j z\ \ G»15 /�'° \\�\ moo,« 5 /Zs _< (D /��( ) *2` !L a22 } / \ \\ j z\ \ G»15 /�'° \\�\ moo,« 5 /Zs _< (D /��( ) *2` !L L 0 Page 10 BOND NO. U80 35 88 PERFORMANCE BOND Premiums $56.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 30, 1974 has awarded to J. B. Crosby Co., Incorporated hereinafter designated as the "Principal ", a contract for Big Canyon Reservoir Perimeter Service Road Improvements 1974 - Contract No. 1645 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, J. B. CROSBY CO., INCORPORATED as Principal, hereinafter designated as the "Contractor ", and UNITED PACIFIC INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FOURTEE!y THOUSAND NINE HUNDRED THIRTEEN = Dollars ($ 14,913.00: = = = =), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 0 0 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 8th day of October , 19 74 . Approved as to form: P,44J Lity Attorney J. B. CROSBY CO., INCOR_DORATED :(Seal) B• � �1 � 6 - - (Seal ): �- Vice Fr sident By {Seal} _ Lontractormksistant Sec. UNITED PACIFIC INSURANCE COMPANY(Seal) B (Seal) M. S. Butler, Attorney-in-Fact (Seal) Surety E3 \} 7 2 \ �; 7: ƒ »E: =y 9 }2 \\ }k± ( \ \_ 2)/° In m w ; 7! I \ } ) 2 Z> \ G°;{ /\ >0 =K■; fG%( « <�r > �,. § z , ƒ/ ( / } {( = > =o \r)® e \m} 2 \ \ Page 12 CONTRACT THIS AGREEMENT, made and entered into this .10 day of pGTy 73 Erb 19?z/, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and J. B. Crosby Co., Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETHo 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 Big Canyon Reservoir Perimeter Service Road Improvements 1974 - Contract No. 1645 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. r 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. ATTEST: Approved as to form: CITY OF NEWPORT BEACH, CALIFORNIA J. B. CROSBY CC., INXIIPORAT,D contractor - (SEAL) By- J� Ur sby 'c 6;z Vic r i en Title Title U'on rac or Asst. Sec. /1 - zl \ \§ \ \\ \ 7 A a=p� - \�k = \I 4 }) _ \ \, �3 - §\ \\ \ \ /1 - zl \ \§ \ \\ \ 7 A a=p� - \�k = \I 4 }) _ \ \, �3 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C INDEX TO SPECIAL PROVISIONS FOR BIG CANYON RESERVOIR PERIMETER TERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 SECTION I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. ACCESS TO RESERVOIR OPERATIONS FACILITIES . . . . . . . . 1 V. CONSTRUCTION SURVEYS . . . . . . . . . . . . . . . . . . . 1 VI. PROTECTION OF EXISTING STRUCTURES . . . . . . . . . . . . 2 VII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 2 • • SP l of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, and material necessary to construct a concrete curb along and an asphalt concrete overlay on the perimeter service road at the City's Big Canyon Reservoir located on Pacific View Drive at Marguerite Avenue in the Harbor View Hills area of Newport Beach. The contract requires completion of all the work in accordance with these Special Provisions; the Plans (Drawing No. W- 5107 -S); the City's Standard Special Provisions and Standard Drawings; and the City's Standard Specifica- tions (Standard Specifications for Public Works Construction, 1973 Edition). Copies of the Standard Specifications are available at Building News, Inc. 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. The City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. II. COMPLETION OF WORK The contractor shall complete all the work covered under this contract within 45 consecutive calendar days after notification of award of the contract by the City, and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. III. PAYMENT Payment for all incidental items of work not separately provided for in the Proposal shall be included in the unit price bid for the various items of work, and no additional compensation will be made. IV. ACCESS TO RESERVOIR OPERATIONS FACILITIES The contractor shall coordinate construction to provide for operations and emer- gency access to the reservoir facilities with the City's Utilities Superintendent, Mr. Tom Phillips. V. CONSTRUCTION SURVEYS The City will establish sufficient horizontal control points for layout of the curves along the service road. Any additional or replacement of contractor - -1- r • 0 SP2of2 damaged control points shall be the responsibility of the contractor, and no additional compensation will be made. VI. PROTECTION OF EXISTING STRUCTURES The contractor shall protect in place all existing structures and shall be responsible for, at his own expense, any damage to them resulting from construc- tion of the improvements. VII. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. 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 Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX. CONSTRUCTION DETAILS It is the intent of this specification to have this project constructed so that the new curb conforms as closely as possible to the line and grade of the exist- ing pavement, so as to minimize deviations from the 1 -inch dimension of the A.C. overlay, while at the same time providing a reasonably straight alignment and continuous grade. In addition, the structural integrity of the existing pavement shall be main- tained. Any undercutting or overexcavation into the existing roadway shall be filled by the contractor with a minimum one -sack cement -sand slurry up to the finished grade of the existing pavement prior to constructing the asphalt con- crete overlay. - 2 - CD ma. I I Al oil j� 1 I ;! �� I's I;i,, l,Ij i� jl; !I�i +;111 II!i'z!n�l I;;; -;��� i1�1i��J� ff m, ��., 11 1 1111 � �� , 1 �( I I {, , � I 1 �! j � I Icl n +��I i' ;;11!1 I {{ �ii; y��� 11 �i 111 �IaIlI LL— CD ma. I I Al rT I° 7,j a; 0 --A — ri U3 o (�l Hill �- Vi i' i i i � ! � I`# i ! �• i � j 1 ml I I,: �, , 1, -7 !i� fi f�ll Illllill Illll�i , 1 p l i' i i l � I j i_zf y I V&I i t � I I � RN 7,j a; 0 --A — ri U3 o (�l mn—I a) z M n m. = � f Z � c � c_ m (c L U' m Fi n L Z ,I Ilt etc � II. � f I r ^� u c s T nl r I a ` F- J C i I �I C I ! ! , 1 I I I i � � 1 • I 1 � I I LL mn—I a) z M n m. = � f Z � c � c_ m (c L U' m Fi n L Z ,I Ilt etc � II. � f I r ^� u c s T ► AL_NOTICE LEGAL NOTIC&L CITY OF NEWPORT BEACH NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City 'Clerk, City - -Hall, Newport Beach, California, until 10:00 ,A.iM. on the 10th day of September, 1974, at which time they will be opened and read, for performing work as follows: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1645 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 con- taining 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 Presi- dent and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requir- ing signatures. In the case of a Partnerstip, 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. The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may - be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, -(213) 870 - 9871.. The City has adopted Standard Special Provisions and Stand- ard 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 at,* 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, classifi- cation, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution 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 wa..e any informality in such bids. LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA. Publish: Aug. 29, 1974, in the Newport Harbor Ensign. E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR L PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 SUBMITTED BY: Contractor Address �— CL Cl ty Ll p Approved by the City Council this 26th day of August 1974. Phone Laura Lagios, City C e rU Total B -- d Price CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 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. 1645 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 QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 4,050 Construct modified Type "B" P.C.C. Curb. Linear Feet ,y� /� and jo _ Cents $ 2, $ nc Per Linear Foot 2. 450 Construct 1" thick asphalt concrete Tons pavement overlay (Type III- C3- AR2000), incl ding tack coat. @ ' L�JZ� �CJT% Dollars and Cents $ $C/6 _ Per Ton 'OTAL PRICE WRITTEN �IN WORDS: / �Dollars 1 p and /Cents 71��__ / 7� c� _ Date(l CONTRACTOR'S LICENSE NO._, TELEPHONE NUMBER re CONTRACTOR'S ADDRESS _�- (b' ( L-1__,�'_ __ Cc �l y_ LA 0 • 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 A.M. on the loth day of �n mhPr 1974 at which time they will be opened and read, for performing work as follows: BIG CANYON RESERVOIR PERIMETER SERVICE ROAD IMPROVEMENTS 1974 CONTRACT NO. 1645 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 a_nT the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a ar- tnership, 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.) LJ 0 Page la The City has adopted the Standard 1, 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 omisbions 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. -2'-; Z (�hc� r+ Classification h} Accompanying this proposal is , Lasm er-s Lnecx or 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. Bidder's Name (SEAL) Authorized Signature uthorized Signature 7 C_..C5, 4,, � � Type of Organ ation (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 2. 3, 4. 5. 6. 7. F1 9. 10. 11. 12. Bidder Name Authorized Signat e Type Organization (Individual, Co- partnership or Corp) � A V AL, —7C� ress 0 m BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, J. B. CROSBY CO., INCORPORATED and UNITED PACIFIC INSURANCE COMPANY Page 4 , as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT 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 Big Canyon Reservoir Perimeter Service Road Improvements 1974, Contract No. 1645, complete as per plans and specifications. in the City of Newport Beach, is accepted by the City Counci'r 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 10th day of September , 1974 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Title J. B. CROSBY CO., INCORPORATED Principal UNITED PACIFIC INSURANCE /COMPANY Surety ED- D g 0 0 n oo�eF0000nc000 N o o �♦ p On \ mA n m i m p + N N p X p ni D n d O Ul O `V m N N - � - - v o 0 U� a e ICI e o e eoeo�c•eoees ED- D g 0 0 n n N N o o o d d o i m i m N p p N d O Ul O `V m N N _ ` d a a , y I ICI C4 . m m . � y o D I� (D C ° R. co Z - I m O v ° m n n o T 0 N C) c _ z c m m M ° c n M m N nom, 5 O z a Z 0 D C N { D ° o n < N m v m O Q Q G S j m c m f o F o D o � m o m c � n N (D w Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 10th day of Sept, 1974 My commission expires: March 25, 1978 4 !�11% ,nmaglaw. ♦ OFFiCI!,L SEAL • T. ''- JUDITH FRIEDMAN CALIFORNIA ♦ w P.SIC 1:� ^.I. OFFICE IN ♦ - LOS A,NG[LES COUNTY j My Commission Expires March 25, 1978 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. it }` TUr'.F i)F iXCO ?QE-, T C15L P:COi Z AND For the c -.rent month smj the year ended 4,740.00 TAXABLE INCOME LESS INMIE TAXES S 1 i Current Percen_ Year Ended Percent Month of Sal-'S Hach 3'_, 1974 of Sales :ontr.,,ting income $ 102,583.57 100.00 $ 2,270,289.73 100.00 rss d rect expense (Schedule 1) 94,954.24 92.56 1,879,463.46 82.78 +. Cross profit 7,629.33 7.44 390,321,27 17.22 ess grneral and administrative expe-:se (Schedule 1) (54,212.97) 52.85 237,716.97 10.47 i.NCO`Z (LOSS) FROM OFE114LATIOVS HER INCOMES: Interest income Other income TOTAL OTHER INCO`c )i °,L 0"' RATIONS AND OT'r.ER INCOME (46,533.64) (45.41) 153,104.30 (46,583.64) (45.41) 1,366.03 936.55 2,302.38 155,405.83 ?51 FOR FEDERAL AND STATE COY, :AxC - - 75,201.55 NET INCO, (LOSS) $ (45.551.64) X45 4 ) 80,205.00 'L,-rAT10N OF TAXABLE INCO,'EE (CASH BASIS): D: Federal and state tax provision 75,201.38 Accounts payable increase 89,41.3.38 Accrued payroll payable increase 3,636.62 Other additions 11,471.78 TOTAL ADDITIONS 179,723.66 rE COC T Uork in process increase 73,160.53 Accounts receivable increase 170.712.13 TOTAL DEDUCTIONS 243.872.66 TAXABLE INCOMES 16,056.00 F•')ERAL AND STATE INCOYiE TAX 4,740.00 TAXABLE INCOME LESS INMIE TAXES S 1 F On ._e f; see acco,:panying accuuntants' report. 6.75 .06 .04 .10 6.35 3.32 Z 51 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) �y Person to Contact Telephone No. gne ��— RESOLUTION NO. tR 3f-)2 A RESOLUTION OF THE CITY COUNCIL OF THE CI Y OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENT OF BIG CANYON RESERVOIR PERIMETER SEP 3 0 1974 SERVICE ROAD, CONTRACT NO. 1645 ny fl:u Chy CO!jN'-'i�L CITY QF k)&WPQRT KACH WHEREAS, pursuant to the notice inviting bids for work in connection with the Big Canyon Reservoir Perimeter Service Road, in accordance with the plans and specifications heretofore adopted, bids were received on the 10th day of September, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is J. B. Crosby Company of La Palma; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of J. B. Crosby Company for the work in the amount of $14,913.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 30th day of September , 1974. Mayor ATTEST: City Clerk DDO/bc 9/25/74