Loading...
HomeMy WebLinkAboutC-1668 - Storm drain & street improvement on Finley Avenuei i f i AD September 8, 1976 IA Clarke Construction Company 1934 Gladvick Street Compton, California 90220 Subjects Surety: Covessat Mutual Insurance Company Bonds No.: 003327 Projantt Store Drain i $.ereat Improvestote /Binlay AV*. Contract No.: 1668 Gentleman: The City Commail on August 9. 1976 accepted the rock of subject project and authorised the City Clark to file a Notice of Completion and to release the bonds 33 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on August 12. 1976 in Book No. 11848. Page-1643. Please notify your surety company that bonds may be released 31 days after recording data. Doris George City Clark DGteg cat Public Storks Departmett I ;mom n.. °TUR'.. zo '16968 C c;_: )LAIC ro , ".OPT RF V EXEr -- NENPORT BESCK CALIF. 22G673 r �8 1 NOTICE OF COMPLETION PUBLIC WORKS u 1 1848Pc 1645 RECORDED IN OFFICIAL RECORDS OF ORANGE OOUNTY, CALIFORNIA 5 �; 12 P.M. AUG 12 1976 11, WYUE CARLYLE, County Recorder to All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June the Public Works project consisting of Storm Drain & Stree from Newport Blvd. to 34th St. on which Clarke Construction Company was the contractor, and Covenant Mutual Insurance Company was the surety, was completed. Ave, CITY OF NEWPORT BEACH 11 V ERIFI CA I, the undersigned, say: 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 un er penalty of perjury that the foregoing is true and correct. Executed on Ms J at Newport Beach, California. I. the undersigned, say: I a the City Clerk of the City of Newport Beach; the City Council of said City on .ti ;X. ' -a-f cj y 7S, accepted the above described work as completed and or red that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on �.�- / / 76 at Newport, Beach, California. i 1 =_ • ! 1 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: August 11, 1976 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 Storm Drain 6 Street Improvements Finley Ave. from Newport Blvd. to 34th St. Contract No. on which Clarke Construction Company was the Contractor and Covenant Mutual Insurance Company was the surety. Please record and return to us. Very trul !yours, Doris George City Clerk City of Newport Beach Encl. Date AVtL1 - 6, 1016 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. Ififip Project Storm Draia b Rtteet j°^ V t Ao._ .�xmRaseate - in ey. from Newport Blvd. to 34th St. - 1973 - 76 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: 1936GA6dek St.. Covof,92. CA 90220 Amount: $101.963.50 Effective Date: Resolution No. 8749 LL:dg Att. cc: Finance Department] April 1, 1976 =a` TO: CITY CLERK FROM: Public Works Department SUBJECT: STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET - 1975 -76 (C -1668) Attached are four copies of # e subject contract documents as well as the insurance certificates: have the contracts executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department for distribution. Thank you. ��bhn S. Wolter Project Engineer JSW:h Attachments • o� 0 FREMONT INDEMNITY COMPANY �♦ THE FREMONT BUILDING 1709 WEST EIGHTH STREET / LOS ANGELES, CALIFORNIA 90017 / (213) 483 -8731 ONE CALIFORNIA STREET /SAN FRANCISCO,CALIFORNIA 94111 / (415) 781 -0619 DATE: March 23, 1976 To: CITY OF NEWPORT BEACH CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE 'EMPLOYERCLARKE CONSTRUCTION COMPANY POLICY NO.WP -76 -39990 POLICY PERIOD March 1, 1976 TO March I, 1977PRODUCERSenate Bonding 960 E.Green Street Pasadena, California 91109 (213)684 -1045 I THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance. Police in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. 30 We will give you days' advance notice should this Policy he cancelled prior to its normal expiration. Description of specific operations (if required); All operations and work performed for the City of Newport Beach 0 Countersigned at Los Angeles, California FREMONT INDEMNITY COMPANY by fJ4 4iO � AUTHORIZED REPRESENTATIVE EXECUTIVE VICE PRESIDENT i UN 105 - 1/70 O� • FREMONT INDEMNITY COMPANY Il♦ THE FREMONT BUILDING 1709 WEST EIGHTH STREET / LOS ANGELES, CALIFORNIA 90017 / (213) 483 -8731 ONE CALIFORNIA STREET /SAN FRANCISCO,CALIFORNIA 94111 / (415) 781.0619 DATE: March 23, 1976 TO: CITY OF NEWPORT BEACH CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE ;EMPLOYERCLARKE CONSTRUCTION COMPANY POLICY NO.`/+/p-76 -39990 POLICY PERIOD March 1, 1976 TO March I, 1977PRODUCER Senate Bonding 960 '".Green Street Pasadena, California 91109 (213)684 -1045 THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. 30 We will give you NiMays' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); All operations and work performed for the City of Newport Beach Countersigned of Los Angeles, Coli Fornia by AUTHORIZES REPRESENTATIVE UN 105 -1/70 y FREMONT INDEMNITY COMPANY EXECUTIVE VICE PRESIDENT CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WO FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1668 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Storm drain & street improvements Finley Avenue From Newport Blvd to 34th Street This is to certify that the MISSION INSURANCE COMPANY Name of Insurance Company has issued to CLARKE CONSTRUCTION COMPANY Name of Insured 1C134 r.1,idwick qtrppt Compton. f r is 902 n 2 ddress of Is0 ured 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. \ \ \ \\ \ \ \ \ \ \ \\ policy Term Limits of Liabilit Coverage 0 icy No. Each Occurrence (Minimum: Aggregate (Minimum: $500,0(0) $ 500,000 Protecti, $1,000,000 Products I$ 500,000 Contracts HOW C MPLETE INFOR ATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage HA C013227 $1,000,000 From: g/1 /7r� To: st/lfjF $ cpD,GrY) $ 425V cx-o Protecti $ q cix,Products $cCU Contract Each Occurrence AQ /-) .3 a v- 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: WORLDWIDE FACILITIES, INC. Address of Agency or Broker: 3435 WILSHIRE BLVD. LOS ANGELES, CALIFORNIA 90010 Telephone No. Countersigned re aal ) ✓e aal Effective date of this endorsement: March 23 , 19 76 , Endorsement No. NB -1 CITY OF NE14PORT BEACH CERTIFIRTE OF INSURANCE FOR CONTRACT A FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1668 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Storm drain & street improvements Finley Avenue From Newport Blvd to 34th Street This is to certify that the MISSION INSURANCE COMPANY Name of Insurance Company) has issued to CLARKE CONSTRUCTION OMPANY C Name of Insured (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. \ \ \ \\ \ \ \ \ \ \\ policy Term , Limits of Liability Coverage \ o ic�o. Each Occurrence (Minimum: $500,000) Aggregate (Minimum: $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracti HOW C MPLETE INFOR TION BELOW Po icy o. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage HA C013227 $1,000,000 From: a To:— g/1/7fi_ $ Coe, -022 $ 5Cn ct Protecti $Products $ !CIC r 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 Prc.;:arty Damage. h. Marine or Aviation (when applicable). Name cf Agency or Broker: WORLDWIDE FACILITIES, INC. Address of Agency or Broker: 3435 WILSHIRE BLVD, LOS ANGELES, CALIFORNIA 90010 Telephone No. (213) 380 -4670 Cc"'tcrsig,.ad by: Authorized Insurance Company Representative Effective date of this endorsement: March 23 , 19 76 , Endorsement No. NB -1 ie jai ) ie aal • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD Approved by the City Council this 23rd day of F bruary 1976. Doris George Acting City Clerk TO 34TH STREET 1975 -76 CONTRACT NO. 1668 SUBMITTED BY: Clarke Construction Company Contractor 1934 Gladwick Street Address Compton, California 90220 City (213) 537 -6470 Phone $101,963.50 Total rice CITY CLERK 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 10:30 A.M. on the 9th day of March , 19 76, at which time they will be opened and read, for performing work as follow: STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET 1975 -76 CONTRACT NO. 1668 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 Aility 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_na_t_h_eCRrpRrate 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, Newpart Beach, California, at no cost to licensed contractors. It is requested that th a- _ ans and contract documents be returned within 2 weeks after the bid opening. (cont.) E r 0 Page la The City has adopted the Standard 1, ecifications for Public Works Construction (1973 Edition) as prepare y the out ern a i ornia Chapters of e AmericaF 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. 8701 adopted February 9, 1976. A copy of said resolution is available in the office of the City Clerk. All parities to the contract shall be governed by all provisions of the California Labor Come 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 2 -17 -76 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 is 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. 285815 Classification A Accompanying this proposal is Bid Bond ea cnecK, uasnler-s Lneck or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provW ons of Section 3700 of the Labor Code which require every employer to be insured again# liability for workmen's compensation or to undertake self- insurance in accordance withFthe provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (213) 537 -6470 Phone Number _ March 9, 1976 Date List below names of President, and names of all co- partners if a c UT vr9anizati1un ividual, Corporation, or Co- Partnership) ry, Treasurer and Manager if a corporation, rship: _ r "e 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. Concrete Carcino & Medina Gardena 2• Structures Valentine Capistrano 3. 4. = 5. 6. 7. 8. ' 9. 10. 11. 12. -G rke-C om � ers ae u or zed ignature I" dual Type of Organization (Individual, Co- partnership or Corp.) 1934.Gladwick Street FOR VGINAL SEE CITY CLERK'S FILE COP Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Clarke Construction Co. as Principal, and Covenant Mutual Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the Bid in----------------- 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 Street, 1975 -76 (Contract No. 1668). in the City of Newport Beach, is accepted:by.the City Council of said City, and if the above bounden principal shall duly enter intt+ 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:;8amied 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 9_ day of March , 19 76 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) March 9, 1976 1 Sandra Coleman, Notary Public Commission expires May 26, 1979 Clarke Constxuction Co. Pr c a n, Bv. S/ Joh J. Clarke, Owner Covenant Mutual Insurance Company Surety 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 thgjacilities of or accept bids from or through such bid depository; that no induced wi or any form or character other than that which appears upon the face of the bid 11 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. Parke Construction Compini� /I S/ Subscribed and sworn to before me this Qtb day of March , 19 76. . My commission expires: 13 Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPP STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. �dohn 0. Clarke. Owner Signed c TECHNICAL ABILITY AND EXPERIENCE REFERENCES 0 Page 7 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�,(�,i Person to Contact Telephone N *1976 Ora.nge �i 1976 Standard Oil Company Jack Snyder (213)3 50 • . ri nn+Arav Park Jim ,n- ... ��� • .�. i i 1975 City oi Brea Milo Sanitation Max . Dept. 1975 L.A. Co. Road .i .., 1,..- LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page.8 Bond No. 003327 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted March 22, 1976, has awarded to Clarke Construction Company hereinafter designated as the "Principal ", a contract for Storm Drain and Street Improvements Finley Avenue from Newport Boulevard to 34th Street, 1975 -76, C -1668 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, .Clarke Construction Company, as Principal, hereinafter designated as the Contractor and COVENANT MUTUAL INSUPANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beadh, in the sum of Fifty Thousand Nine Hundred Eighty One and 75/100 Dollars ($ 50,981.75 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 alto, 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. State of California County of Los Angeles ss. On this 2'� day of March , 1916 before me personally came Barbara Blumer to me known, who being by me duly sworn, did depose and say: that he is Aftorney(s) -in -Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that if was so affixed by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name thereto by like authority. uuu�unnu,mm�mnmm�nnn�n Ii u �OFFICIALSEAL11'�n Q Cynthia A. Carr^. ha °1 NCTARP PLe —C .. LOS ANGELCS C( ;j�4'v _ {Notary Public) es June 30, 1978 _" MV commiSS101 E%G¢..........., n,nmmnn�Nn,p,uuunnn,4in STATE OF CALIFORNIA, _,COUNTY before me, the undersigned, a Notary Public in and for said State, personally appeared _ _ [ lci✓ �� �y�r� v—r�e� /or1 e_c� known to me, OFFICIAL Sear, `� to be the person___ whose name— . - i-5 subscribed to the within Instrument, GARY L. CAMPBELL and acknowledged to me that executed the same. 'cr +11 NOTARY PUBLIC-CALIFORNIA LOS ANGELES COUNTY WITNESS my hand and official seal. Nly Commission Expires Jan. 21, 1430 �" . otary Public in and fur sai tale. L] (Labor and Material Bond - Continued) 0 Page 9 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 23 day of March 19 76 . App ove as o 0 • tto This bond was approved of the City of Newport ae Attest: City Clerk the City Council ch by motion on C1 rke ruction Co. (Seal) (Seal) (Seal) Contractor COVENANT MUTUAL INSURANCE COMpANY(5eal) BY Barbara Blumer, Attorney -in -Fast (Seals r 1. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 10 Bond No. 003327 Premium: $765.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 22, 1976, has awarded to Clarke Construction Company hereinafter designated as the "Principal ", a contract for Storm Drain and Street Improvements, Finley Avenue from Newport Boulevard to 34th Street, 1975 -76, C -1668 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Clarke Construction Co. as Principal, hereinafter designated as the "Contractor ", and COVENANT MUTUAL INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred One Thousand Nine Hundred Sixty-Three Dollars ($ 101,963.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. • Page 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. i 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 23 day of March 19 76 . Ulayfke struction Co. - (Seal) (Seal) (Seal) Contractor COVENANT MUTUAL INSURANCE COMPANY fSeil) '• By all + Barbara Blumer, Attorney-in-fact (Soil) Surety (. State of California County of Los Angeles ss. On this 23 day of March , 1976 before me personally came Barbara Blumer to me known, who being by me duly sworn, did depose and say: that he is Attorney (s) of Covenant Mutual Jnsurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name thereto by like a4t�lA,L6• nw OFFIGAL SEAL Cynthia A. Carmichael _ ® NOTARY °UOLIG CAL FGRNIA 3 4 y FRllt:'rAL CFrn;E IN s„o (Nofory Public) r. E LOS ANGELES COUNTY 1978 1 My Commission Expires June_ 30, ,m s, STATE OF CALIFORNIA, COUNTY before me, the undersigned, a Notary Public in and for said State, personally appeared t OFFICIAL SEAL' GARY L. CAMPBELL - o< w NOTARY PUBLIC•CALIFORNI, ECS ANGELES COUNTY i My Commission Expires Jan. 21,1980 0 _rlr2hr� _TC l�r/ rC� _d�'4 �!G known to me, to be the person- .- whose name - — subscribed to the within Instrument, and acknowledged to me that —he —_ executed the same. WITNESS my hand and official seal. �/ Notar>�ic in and r said State. Rage 12 CONTRACT THIS AGREEMENT, made and entered into this day of 19 76, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Clarke Construction Company, hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Storm Drain and Street Improvements. Finley Avenue from Newport Boulevard to 34th Street 1975 -76, Contract No. 1668 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 tube 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. 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: l I CITY OF NEWPORT BEACH, CALIFORNIA a -14 (x"s4rd( Lt) , Cdr -josu contractor (SEAL) By: [Itle By.- Title v T STATE OF CALIFORNIA, ss. COUNTY OF_�? ON before me, the undersigned,, as lNotary Public in and for said State, personally appeared '!rr�J «lOV� Cc� known to me, to be the person_.._ whose name_ _ — subscribed to the within Instrument, and acknowledged to me that _he— executed the same. GARY L. CAtiiP3'LL ; jra07a7iy PUDLIC- C,SLiFOI1 r;'A LOS ANGELES COUNTY CY ?mmiV ion` Es, Uns Jcn. 21, 1900 WITNESS my hand and official seal. I otary Public in and for said te. • � � PR 1 of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET 1975 -76 CONTRACT NO. 1668 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 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 meterials and do all the work required to complete Contract No. 1668 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 18 Construct 24" (12 gage) corrugated Lineal Feet aluminum storm drain pipe as shown on the plans, complete in place @ Forty -five Dollars and No Cents $ 45.00 $ 810.00 Per Lineal Foot 2. 360 Construct 24" Class IV asbestos Lineal Feet cement storm drain pipe as shown on the plans, complete in place. @ ForWfive Dollars and No Cents $ 45..00 $1F,0200-00 Per Lineal Foot 3. 75 Construct 18" Class IV asbestos Lineal Feet cement storm drain pipe as shown on the plans, complete in place. @ Forty Dollars and No Cents $ 40 00 $ 3,000400 Per Lineal Foot I g, 30 Construct reinforced concrete Lineal Feet panel bulkhead including cop- ing, tie backs, turn buckles, and anchor blocks as shown on the plans, complete in place. @ Five Hundred Fifty Dollars and Cents $ Rgo nn $15,500.00_ Per inea oot PR2of 7 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 3 Construct curb inlet Type OL -A Each (L = 3.5') and modified Type OL -A (L = 3.5') as shown on the plans and per City of Newport Beach STD - 305 -L, complete in place. @ One Thousand Dollars and No Cents $ 1,000.00 $ 3.000.00 . Per Each 5. 1 Construct curb inlet Type OL -A Each (L = 7') per City of Newport Beach STD - 305 -L, complete in place. @. Thirteen Hundred Dollars and No Cents $ 1.300.00 $ 1:300.00 Per Each 6. 4 Construct junction structure #1 Each as shown on the plans and per City of Newport Beach STD - 310 -L, complete in place. @ One Thousand Dollars and No Cents $ I- Gon_n0 $ a_nnn no Per Each 7. 1 Construct tidal structure includ- Each ing 24" canal gate and cover as shown on the plans, complete in place. @ Three Thnueand Five Hundred Dollars and Cents $-30 00- � $ 3.500 Per Each g, 30 Construct reinforced concrete Lineal Feet panel bulkhead including cop- ing, tie backs, turn buckles, and anchor blocks as shown on the plans, complete in place. @ Five Hundred Fifty Dollars and Cents $ Rgo nn $15,500.00_ Per inea oot PR3of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 225 Construct 6" aggregate base over Tons compacted native soil. @ Fifteen Dollars and No Cents $ 15.00 $ 3,375.00 Per Ton 10. 200 Construct A.C. base course Tons (Type III- B2- AR4000) to the limits and thickness as shown on the plans. @ Thirty Dollars and No Cents $ 30.00 $ 6,000.00 Per Ton 11. 85 Construct A.C. surface course Tons and variable thickness feather joins (Type III- C3- AR4000) to the limits as shown on the plans. @ Thirty Dollars and No Cents $ 3(T- on $_Z,55n_0n Per Ton 12. 820 Construct 4" A.C. (Type III -C3- Sq. Feet AR4000) alley garage approach. @ One Dollars and No Cents $ 1,00. . $ s2o-no _ Per Sq. Foot 13. 7,530 Construct 6" P.C.C. alley pave - Sq. Feet ment over compacted native soil. @ Two Dollars and Ten Cents $ JO t; 813-00 Per Sq. Foot 14. 410 Construct 4" P.C.C. alley garage Sq. -Feet approach. @ One Dollars and Seventy Cents $ 1.70 $ 697.00 Per Sq. Foot 0 0 PR 4 of 7 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 15. 2,150 Construct 4" P.C.C. concrete side - compacted native soil per City q. TeRT walk per City of Newport Beach of Newport Beach STD - 114 -L. STD - 110 -L. @ Tixo— Dollars @ One Dollars and and $ 2.10 $ 220.50 Per q. Foot Fifty Cents $ 1.50 $ 3.225.00 Construct 6" Type I P.C.C. com- Per Sq. Foot Sq. Feet mercial drive approach over 16. 500 Construct 8" Type "A" P.C.C. compacted native soil per City Lineal Feet curb and gutter per City of of Newport Beach STD - 111 -L. Newport Beach STD - 105 -L. Dollars @ Seven Dollars Tan Cents $ 9.70 and Per Sq. Foot Fifty Cents $ 7.50 $. 3.750.00 Per Lineal Foot proach per City of Newport Beach 17. 105 Construct 6" Type II P.C.C. Sq. Feet residential drive approach over compacted native soil per City of Newport Beach STD - 114 -L. @ Tixo— Dollars and Cents $ 2.10 $ 220.50 Per q. Foot 18. 230 Construct 6" Type I P.C.C. com- Sq. Feet mercial drive approach over compacted native soil per City of Newport Beach STD - 111 -L. @ TWO Dollars and Tan Cents $ 9.70 $ 4R1 on Per Sq. Foot 19. 3 Construct 6" P.C.C. alley ap- Each proach per City of Newport Beach STD - 117 -L. @ Fnnr Hundred Twenty -five Dollars and Nn Cents $ .:425.00. $ 1.275+.On Per Each 20. 200 Construct 8" P.C.C. cross- Sq. Feet gutters as shown on the plans and per applicable portion of City of Newport Beach STD - 100 -L. @ TWO Dollars and , Seventy Cents $ 2.70 $ 64n nn Per Sq. Foot PR5of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 150 Construct 8" P.C.C. spandrals as Sq. Feet shown on the plans and per appli- cable portion of City of Newport Beach STD -100 -L (including curb within the return). @ Three Dollars and Ten Cents $ 3.10 $ 465.00 Per Sq. Foot 22. 465 Construct 6" A.C.P Class 150 Lineal Feet water main including trench patching in area not covered by new street or alley pavement. @ Eleven Dollars and No Cents $ 11.00 $ 5.1'15.00 Per Lineal Foot 23. 35 Construct 8" A.C. Class 150 Lineal Feet water main as shown on plans, complete in place. @ Thirty Dollars and 11a Cents $ an $ 1 s,0 n_nn Per Lineal Foot 24. 30 Construct 12" A.C.P. Class 150 Lineal Feet water main, as shown on the plans complete in place. @ Eort-y.fiue Dollars and No Cents $ :45..00. $ 1,350.00 Per Lineal Foot 25. 2 Construct fire hydrant assembly per Each City of Newport Beach STD -500 -L and as shown on the plans,complete in place. @ One Thousand Two Hundred Dollars and No Cents $ 1_ 2oo'.00 $ 2,4o0.00 Per Each 0 PR6of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 2 Construct 6" gate valve per City Each of Newport Beach STD - 508 -L. @, Four Hundred Dollars and No Cents $. 400.00 $ 800.00 Per Each 27. 18 Construct water service per City Each of Newport Beach STD -502 -L and STD - 503 -L. @ One Hundred and Fifty Dollars and No Cents $ .150.00'. $ 2.700:00 Per Each 28. 2 Adjust existing water valve box, Each survey monument box, or sewer clean- out within the asphaltic concrete. to finish grade. @ Seyepty -Fives Dollars and No Cents $ 75.00 $ 150.00 Per Each 29. 3 Adjust existing sewer manhole or Each water vault within the asphaltic concrete to finish grade. @One Hundred Twenty -Five Dollars and No Cents $ .125:00 . $ 37 _5 00 Per -Each 30. Guard underground construction. ump um @ Five Hundred Dollars and No Cents $ 5Q0'_110 $ sno nn Per Lump Sum I TOTAL PRICE WRITTEN IN WORDS: PR 7 of 7 j One Hundred One Thousand Nine Hundred Sixty -Three Dollars and Fifty Cents -$ 101;963.50 1 rk Construct' n C an Bidder`s Name Authorized Signature Ma>•rh_9, 1976 ,. Date - CONTRACTOR'S LICENSE NO. 285815 TELEPHONE NO. :(213)_537 -6470 CONTRACTOR'S ADDRESS i9aa rlatiyirk strPPt, Compton, California 90220 i. INDEX I TO SPECIAL PROVISIONS FOR STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET 1975 -76 CONTRACT NO. 1668 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . 1 A. General . . . . . . . . . . . . . . . . . . . . . 1 B. Alley Reconstruction . . . . . . . . . . . . . . . . . . 2 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 3 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . 4 VII. NOTICE TO RESIDENCES . . . . . . . . . . . . . . . . . . . . 4 VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . 4 IX. PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . 4 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 5 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . 5 A. Surface Water . . . . . . . . . . . . . . . . . . . . . 5 B. Groundwater . . . . . . . . . . . . . . . . . . . . . 5 C. Dewatering . . . . . . . . . . . . . . . . . . . . . 5 XIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . 6 i. INDEX Cont'd. ii. Page XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 6 A. Clearing, Grubbing and Other Removals . . . . . . . . . 6 B. Street and Alley Improvements . . . . . . . . . . . . . 6 1. Asphaltic Concrete Street Pavement . . . . . . . . . 6 2. Asphaltic Concrete Alley Pavement . . . . . . . . 7 3. Aggregate Base . . . . . . . . . . . . . . . . . . 7 4. P.C.C. Alley Pavement and Street Improvement . . . . 7 a. General . . . . . . . . . . . . . . . . . . . . 7 b. P.C.C. Alley Pavement . . . . . . . . . . . . . 7 5. Adjusting Utility Boxes, Manholes, Etc., to Grade 8 C. Storm Drain Improvements . . . . . . . . . . . . . . . 8 1. Storm Drain Pipe, Bedding and Backfill . . . . 8 2. Curb Inlets, Junction Structures, Tidal Structure and Tide Gate . . . . . . . . . . . . . . . . . . . 9 D. 34th Street Reinforced P.C.C. Bulkhead at the Rivo Alto 9 1. Removal . . . . . . . . . . . . . . . . . . . . . . 9 2. Structural Concrete- Bulkhead and Anchor Blocks . . . 9 3. P.C.C. Bulkhead and Appurtenances . . . . . . . . . 9 4. Sand Backfill . . . . . . . . . . . . . . . . . . . 10 E. Water Main Replacement and Relocation . . . . . . . . . 10 ii. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP 1 of 10 STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET CONTRACT NO. 1668 I. SCOPE OF WORK The work to be done under this contract consists of removal of existing street and alley improvements; and construction of curbs, gutters sidewalks, A.C. street paving, P.C.C. alley paving, storm drain pipe, curb inlets, tidal struc- ture, reinforced concrete bulkhead, water main replacement, and other incidental items of work as shown on the plans. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5081 -S), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard S ecifications for Public Works Construction 1973 Edition with 1974 Supplement), copies of which are avails a at Bui ing News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK A. General The contractor shall complete all work on the contract within 100 consecu- tive calendar days after award of the contract by the City Council and as specified in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the engineer. This schedule shall be approved by the engineer prior to the start of any work. The construction schedule shall incorporate the fol- lowing requirements: 1. Water main and alley construction shall be completed prior to the storm drain construction. 2. Finley Avenue from Newport Boulevard to Clubhouse Avenue may be closed during the day for 3 consecutive calendar days while the water mains and alleys are under construction. Finley Avenue shall be opened to traffic on temporary asphaltic concrete or aggregate base surfacing at the end of each workday. 0 • SP2of10 3. The alleys may be closed for 26 consecutive calendar days as described in Paragraph B of this Section, 4. Finley Avenue may only be closed to through traffic after the alleys have been opened to traffic. Access across Finley Avenue at the alleys shall be provided at all times except for one working day for storm drain construction and short intervals for street reconstruction. Access to the Finley Tract area is very limited and will be difficult during construction of the project. It is the intent of the scheduling requirements listed above to maintain access to the area during construc- tion by either the alleys or Finley Avenue. Alternatives to these scheduling requirements will be considered by the engineer if they comply with the intent of maintaining access to the area. The work shall be carried on at such places at the project and also in such order of precedence as may be found necessary by the engineer to expedite the completion of the project and minimize obstruction to normal use of streets and roads. Where work has begun on any portion or designa- ted part of the project, it shall be carried forward to final completion as rapidly as practicable. All operations shall be conducted so as not to interfere unnecessarily with the authorized work of utility companies or other agencies in any public street, alley, way, or parking area. B. Allev Reconstruction Twenty -six (26) consecutive calendar days will be allowed for removals and to construct the water main and the portland cement concrete pavement in the alleysand the alley approaches at each end of the alleys. The comple- tion of P.C.C. garage approaches and sidewalk, and the A.C. garage approaches and feather joins is also included in this time. In summary, the above requirements mean that the contractor will be allowed a maximum of twenty -six (26) consecutive calendar days to complete all the construction work in the alleys. The periods specified for construction work include curing time for new portland cement concrete improvements as specified in paragraph XIV B4 of these special provisions. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within twenty -six (26) consecutive calendar days from the day the alleys are first closed to such use. The contractor will be assessed $100 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the twenty -six (26) consecutive calendar days allowed for 100% completion of the construc- tion work in the alleys and the alleys' return to normal vehicular use. This is in addition to the liquidated damages, as covered in Section 6 -9 of the Standard Specifications, which will be assessed for failure to complete the project within 100 days after award of the contract by the City Council. The intent of this section of the Special Provisions is to emphasize to the contractor the importance of prosecuting the alley construction in an orderly, preplanned, continuous fashion so as to minimize the time alleys are closed to vehicular traffic. 0 III. PAYMENT SP 3 of 10 The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the pro- posal, shall be included in the price bid for other related items of work. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in compliance with Subsection 7 -10 of the Standard Specifications, except as modified herein. The contractor shall submit a traffic plan to the engineer for approval. This plan shall be approved by the engineer prior to commencing any work. The plan shall show the periods of street closure, if any, the location and signing of all detours and barricades, and any other details required to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. All street closures shall be in accordance with Section II of these Special Provisions. V. PERMITS The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: 1. Permit for discharge of waste water: County Sanitation Districts of Orange County (see also Section XII, Surface and Groundwater Control). 2. Project approval: California Regional Water Quality Control Board - -Santa Ana Region (see also Section XII, Surface and Groundwater Control). 3. Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. 4. Permit: Department of the Army, Los Angeles District, Corps of Engineers. The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be in- cluded in the price bid for the various items of work, and no additional compensation will be made therefor. The contractor shall obtain the following permits prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section XIII, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XIVA, Clearing and Grubbing). 0 VI. CONSTRUCTION SURVEY STAKING • SP 4 of 10 Field surveys for control of construction shall be the responsibility of the contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment 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. VII. NOTICE TO RESIDENCES The City will mail preliminary notice to all residents affected by this work. Between 40 and 55 hours before closing a section of street or restricting vehicular access to and from driveway approaches, the contractor shall dis- tribute to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service to any business or residence, the contractor shall distribute a separate written notice stating the date and time the water will be shut off and the approxi- mate time the water will be turned back on. The written notices will be pre- pared 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 explanatory letter. VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facil- ities. Construction of the storm drain and structural sections will cause work to be performed under and very near existing sewer, gas, water, telephone and electrical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construc- tion of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Standard Specifications. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construc- tion of the improvements. The contractor is advised that other contractors or utilities may be installing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. IX. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corner markers uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no separate compensation will be made. • • SP5of10 X. 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) 640 -2221. XI. 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 contractors expense. XII. SURFACE AND GROUNDWATER CONTROL A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, the contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, Telephone (714) 684 - 9330). Upon approval of the plan by the City and the Board, the contractor shall be responsible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. Groundwater It is anticipated that groundwater will be encountered at various times and locations during the work herein contemplated. The contractor, by submitting a bid, acknowledges that he has investigated the risks arising from groundwater and has prepared his bid accordingly. Dewatering All water removed from excavations shall be pumped to a portable settling box of a size and configuration capable of removing suspended solids from the dewatering operation. The discharge from the box shall have a 21j" standard fire hose connection. The discharge from the box shall be metered. Water from the settling box shall be discharged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the Orange County Sanitation District No. 5. The City has obtained and paid for the necessary permit from Orange County Sanitation District No. 5. One standard fire hydrant meter will be furnished to the contractor and may be picked up at the City's maintenance yard at 592 Superior Avenue from the Utility Division. All costs involved in the dewatering operation shall be included in the price bid for the related item requiring dewatering. • • • SP6of10 XIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. Guarding - -The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equiva- lent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construc- tion. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for guarding underground construction. XIV. CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals This work shall be performed in accordance with the applicable requirements of Subsection 300 -1 of the Standard Specifications, except as modified herein: 1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 2. All material removed during clearing and grubbing; remove and dispose of; utilities reconstruction; or excavation from trench or street areas down to the subgrade plane, that is not suitable for use on this project as directed by the engineer, or as otherwise specified herein, shall become the property of the contractor and shall be dis- posed of away from the job site in a manner and at a location accept- able to all cognizant agencies. Excess clean sand obtained from excavations shall be placed and spread at locations as directed by the engineer. Prior to dumping any spoil or waste material from the job site at any sanitary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the contractor to use these disposal facilities for excess material. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifications. Payment for all removals shall be included in the various corresponding items of reconstruction. B. Street and Alley Improvements 1. Asphaltic Concrete Street Pavement The A.C. to be furnished and placed for the base course shall be Type III- B2- AR4000. The A.C. to be furnished and placed for the surface course shall be Type III- C3- AR4000 in conformance with Section 400.4 of the City Standard Specifications. . • SP7of10 2. Asphaltic Concrete Alley Pavement The A.C. to be furnished and placed for the base course shall be Type III- B2- AR4000 in conformance with Section 400.4 of the City Standard Specifications. The A.C. to be furnished and placed for the finish course and miscell- aneous drive approaches shall be Type III- C3- AR4000 in conformance with Section 400.4 of the City 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. 3. Aggregate Base Aggregate Base shall conform to the requirements for processed miscel- laneous base material in conformance with Section 200 -2.4 of the City Standard Specifications and be placed in conformance with Section 301 -2 of the City Standard Specifications. 4. P.C.C. Alley Pavement and Street Improvement a. General All portland cement concrete shall be Class 564 -C -3000. Construc- tion shall be performed according to the requirements of the appli- cable sections of the Standard Specifications, except as herein modified. Aggregate base will not be required for the cross gutter or alley approaches as shown on the standard drawings. Portland cement concrete used for the cross gutter, street pavement, alley pavement, and alley approaches shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon until beam tests yield a minimum modulus of rupture of 550 psi. Payment for constructing the P.C.C. spandrels shall include the curb within the return. Payment for constructing Type "A" P.C.C. curb and gutter shall exclude curb inlet and local depression lengths and the curb included in the spandrels. b. P.C.C. Alley Pavement The P.C.C. requirements described above and the schedule limita- tions described in Section II of these Special Provisions, may require the use of additional cement, special aggregates, or admixtures to meet the specifications. The intent of these Special Provisions is that the contractor prepare his bid in, conformance with these strict limitations and no additional com- pensation will be allowed for the extra materials that may be required to meet these conditions. n lJ 0 SP8of 10 The contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. All sidewalk or drive approaches that extend beyond the street or alley right -of -way shall have a cold joint or, if placed mono- lithically, 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. 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. 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. 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 installed where support is required at existing fences as indicated on the Plans. Adjustment of Utility 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. The cost of adjusting existing manholes, utility, and miscellaneous boxes to grade in concrete construction areas shall be included in the unit price bid of the concrete and no additional compensation will be allowed. The adjustment of existing manholes, utility and miscellaneous boxes to grade in asphalt construction shall be at the unit price bid for these items . Storm Drain Improvements Storm Drain Pipe, Bedding and Backfill Storm drain pipe and fittings shall be in accordance with Section 207 -6.2 of the Standard Specifications. The size and class shall be as shown on the Plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach STD- 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the City Standard Specifications. Section 306 -1.3.5 • SP 9 of 10 of the City Standard Specifications is hereby amended to.require a minimum of 95% relative compaction of all trench backfill in paved areas. The contractor shall densify by jetting and /or ponding supple- mented as required with mechanical devices to comply with this special provision. It is the intent of this special provision that no trench backfill settlement will be allowed. All costs incurred in the abandonment or removal of existing storm drain pipe shall be included in the unit price bid for constructing the new storm drain pipe and additional compensation will not be made. 2. Curb Inlets. Junction Structures. Tidal Structure and Tide All curb inlets shall have a protection bar installed per City of Newport Beach STD - 300 -L. Pre -cast catch basins may be acceptable; however, the design must be approved by the engineer prior to construction. The unit price bid for the construction of the storm drain tidal structure shall include installation of the canal gate and all appur- tenances as shown on the plans complete in place, and no additional compensation shall be made. D. 34th Street Reinforced P.C.C. Bulkhead at the Rivo Alto 1. Removal The old wooden bulkhead and concrete and asphalt rubble shall be removed where necessary for construction of the new bulkhead. 2. Structural Concrete - Bulkhead and Anchor Blocks Structural concrete used in the bulkhead panels, coping, and anchor blocks shall be class 564 -B -3000 using Type V Portland Cement. 3. P.C.C. Bulkhead and Appurtenances The unit price bid per lineal foot of P.C.C. bulkhead and appurtenances shall include the bulkhead panels, coping, tie rods, and anchor blocks, in place as shown on the plans. The panel units and coping shall be placed tightly against the existing bulkheads. The pile panels shall have a smooth finish on the side exposed to the channel. The pile panels shall be kept continuously wet with water for at least ten (10) days after placement and shall be allowed to cure for at least twenty -eight (28) days or until the concrete has reached its design compressive strength as determined by test cylinders cured under conditions similar to those prevailing at the site before being lifted and jetted or driven. The panels shall be handled in such a way as to avoid bending or crack- ing at any time. Extreme care shall be exercised to avoid breaking or chipping any part of the panel. Damaged or inferior panels shall be replaced at the Contractor's expense. • . SP 10 of 10 The minimum equipment required for jetting shall consist of three one -inch jet pipes supplied by pumps capable of delivering 500 G.P.M. at approximately 250 P.S.I. pressure. Side jetting shall employ two jets to maintain alignment. The tie rods shall be thoroughly cleaned by wire brushing, scraping, or sand blasting of all loose mill scale, rust, dirt, old paint, grease, or other foreign matter that would interfere with adhesion of the pro- tective materials. The tie rods and turnbuckles shall be completely primed with one (1) coat of bituminous primer of good body and substantial thickness free of runs, drips, and festoons. After the bituminous primer is thoroughly dry and hard, the rods and turnbuckles shall be given one (1) coat of hot bituminous enamel applied to a thickness of not less than one sixteenth (1/16) of an inch. The contractor shall exercise extreme care to protect the bituminous enamel coating during the construction operations. Any damage occurring to the bituminous protective coating shall be repaired to the satisfac- tion of the engineer. The bituminous primer and enamel shall be bitumastic priming solution and bitumastic enamel as manufactured by Wailes Dove - Hermiston Corpora- tion or equal as approved by the engineer. All materials shall be applied in accordance with the manufacturer's directions. Bituminous primer shall dry to a tacky state in three (3) hours and hard to touch within six (6) hours. Bituminous enamel shall not contain less than twenty (20) nor more than thirty (30) percent inert filler material. The tie rods and turnbuckles shall be coated with bituminous enamel and the tie rods shall be encased with Schedule 40, Type II, P.V.C. pipe. The P.V.C. pipe ends and turnbuckles shall be completely encased with concrete as shown on the Plans. 4. Sand Backfill The bulkhead shall be backfilled with sand. The sand shall be compacted to 85% relative compaction. The backfill shall be sloped from approxi- mately 6 inches below the top of the existing coping landward to the existing ground elevation behind anchor blocks. Backfill shall be placed in such a manner as to prevent any displacement of the bulkhead, tie rods and anchors. E. Water Main Replacement and Relocation All water main replacement and relocation shall be performed in accordance with the City's Standard Special Provisions and Specifications. All water service connections to be reconnected due to the water main re- placement and relocation shall be constructed in accordance with C.N.B. Drawing No. STD -502 -L and STD - 503 -L. The contractor shall be responsible for maintaining water service to the businesses and residences affected by the water main work. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed four (4) hours. See Section VII, Notice to Residents, of these Special Provisions. • ! RESOLUTION NO. A RESOLUTION OF NEWPORT B CONSTRUCTION IMPROVEMENTS BOULEVARD TO NO. 1668 OF THE CITY COUNCIL OF THE CITY EACH AWARDING A CONTRACT TO CLARKE COMPANY FOR STORM DRAIN AND STREET AT FINLEY AVENUE FROM NEWPORT 34TH STREET, 1975 -76 - CONTRACT WHEREAS, pursuant to the notice inviting bids for work in connection with the storm drain and street improvements at Finley Avenue from Newport Boulevard to 34th Street, in accordance with the plans and specifications heretofore adopted, bids were received on the 9th day of March, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Clarke Construction Company; NOW,1HEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Clarke Construction Company for the work in the amount of $101,963.50 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk 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 22nd day of March Mayor ATTEST: , 1976. City Clerk DDO /bc 3/19/76 (n S n rn _3 2 7�0 8 C� A w W 'M O � y A' m nil `iii v .i U�`C to z. N��II��lill�l�lll _3 2 7�0 8 C� A w W 'M O � y A' m nil `iii v .i U�`C to z. _3 \ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD Approved by the City Council this 23rd day of F bruary 1976. 'Doris George Acting City Clerk TO 34TH STREET 1975 -76 CONTRACT NO. 1668 SUBMITTED BY: daYKe. Cons4r.sho., �or►��iay Contractor �— 1834 G- 1datil'r- �{ Address Comn�a� , Cr, 9oaao City (a03) 537- 6020 Phone S o Total Bi d Price N, Pa9e l 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 9th day of March , 19 76, at which time they will be opened and read, for performing work as fo lows: STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET 1975 -76 CONTRACT NO. 1668 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an_�or�ppo�__r_a_te Seal shall be affixed to all documents requiring signatures. In the case of a art ship, 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 (con t.) Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y the out ern a i ornia 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. 8701 adopted February 9, 1976. 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 2 -17 -76 0 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 providin for the registration of Contractors, License Not. 28 S8/.S Classification_, Accompanying this proposal is B; C Do-i& (Cash, Certified C ec ,, Cashier's Check or Bo—nUT i 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, ,537- G47G C�QrkC C -s�Vr_ 6&a'Vf Phone Number BVdd( s Name (SEAL) 7f6 J a �, J. Cia. k� 0 WON Date A ed Signature Authorized Signature I "dIV,dd4/ 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: DESIGNATION OF SUBCONTRACTORS Page 3 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 2. S77ucr/iLt U+ tit ( mss, r; sfra -�-o 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. C � 4� KC �fJ�S /✓dc7' /Qy �.pn. 4�i Bidder's Name Authorized Signature "Jodi d04 1 Type of Organization (Individual, Co- partnership or Corp.) 1934- G!4d4,tC' lc &� CoT96.2x0 � Cul Address 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. � CIa. Kc Co�s�r ✓ct�da CawG�a„ Us-ka Qs✓wh., Subscribed and sworn to before me this__;ff/day of /%/i¢ , 19 . My commission expires: OMC1AL BBAL GARY L. CAMPBELL m NOTARY PUBLIC - CALIFORNIA a LOS ANGELES COUNTY My Commission Expires Jan. 21, 1980 / si STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Page 6 CLARKE ANSTRUCTIONOCOMPANY GENERAL ENGINEERING CONTRACTO 1934 Gladwick Street (213) 537 -6470 I Compton, California 90220 License IS 285815 March 10, 1976 Honorable City Council City of Newport Beach 3300 West Newport Beach Newport Beach, California 92663 Gentlemen: Ref: Finley Avenue Storm Drain and Street Improvements Submitted for your information are copies of my financial statements. These statements reflect the financial position of Fleming and Clarke, a partnership, and Fleming and Clarke Incorporated. I own fifty per cent of both of these firms. The corporation and partnership are in the process of liquidation. If you have any questions concerning these statements please call my accountant fir. Jack Fuhler at (213) 466 -7204. Very truly yours, a CO John. Clarke JJC /wd ACCOUNTANTS AND AUDITORS a44 NORTH LARCHHONI SOUIE'ARD SOS ANGELES 00004 February 26, 1976 Fleming b Clarke', Inc. Compton, California We have examined the balance sheet of Fleming & Clarke, Inc, as of December 31, 1975, the related statements of income and retained earnings for the period then ended. Our exami- nation was made in accordance with ,generally accepted audit- ing.standards, and accordingly included such tests of the accounting,records and such other.auditing procedures as we considered necessary in the circumstances. r� In our npinirm, .tho aforer),( -oi icim tI f In, ucial %I'ot'umonts prr- sent fairly the financial position of the company at December 31, 1975, and the results of its operations for the period then ended, in conformity with generally accepted accounting principle, applied on a consistent basis. ar t� is iu. BALANCE SHEET DECEMBER 31, 1975 w. ASSETS Cash in Crocker National Bank La Habra office 110,896 Earned progress receivables (Schedule 1) 530,686 7T Prepaid expense and other assets 16.476 Total Assets (Ali Current) 658,06C LIABILITIES Accounts.and subcontract's payable Due to Fleming & Clarke (partnership) Federal income tax - estimated Total Liabilities (All Current) STOCKHOLDERS' alll L Y - Capital stock - authorized 7,500 shares par value $10.00 per share issued and outstanding 2,500 shares re Retained earnings (Exhibit B) Total Liabilities and Stockholders' Equity See acco.m.penying ac ccwri t 2n t s' report and notes to financirl statements. -Ar 183,479 51,389 159,200 25,000 238,992z 394,o68 263,992 658,960 FLEMINa & CLARKE, INC. STATEMENT OF INCOME AND. RETAINED EARNINGS PERIOD ENDED DECEMBER31, 105 Progress billings Project costs and applicable overhead Gross margin Administrative expense Net income before federal income tax Federal income tax Net income transferable to, retained earnings RETAINED EARNINGS Retained earnings June 30, 1975 Net income for the period ended December 31, 1975 Retained earnings December 31. 1975 A See accompanying icco,lintants' report and notes to financial statements. 1,898.548 1,508,593 389,955 30.24 359,711 159,200 200,511 38,481 200.511 233,992, FLEMING & CLARKE, INC. NOTES TO FINANCIAL STATEMENTS 1. Accounting policies - Pwce uo.__4 qf_5. DECEMBER 31, 1975 The corporation records profits or losses on its contracts on.the percentage of completion method based on the company's approved estimates of progress and work performed on con - tracts. The corporate income tax returns are filed on the 1 same basis. j... 2. Life insurance The corporation is owner and beneficiary of insurance (Super I Life Plan) on the life of its two shareholders asset forth - below: T. L. Fleming 100,000 J. J. Clarke 100,000 Safeco Life Insurance Co. Safeco Life Insurance Co. A 57ccli�eic, f?a/ezc: FLEMING &.CLP,RnE, INC, DETAIL. OF: DECEMBER 31, 1975 I. ' EARNED PROGRESS RECEIVABLES .' a Due from Current Retention Total : ..1 Community Redevelopment Agency Monterey Park 167,119 41,178 208,297 City of Signal Hill 41,458 4,606 46,064 County of Los Angeles 5,329 17,174 22,503 County of Los Angeles 1,563 33,268 34,831 City of Los Angeles 57,938 11,572 69,510 Seawind Companies - 647 647 Standard Oil Company IOl',106 47.728 148,831+ J Ly r.' Total 374,513 156,173 530,686 ryhY:a See accompanying accountants' report and notes to fina.nrial,staLements. .. : 'z.'.� -:'k5 r ,. +' -: .. d... ...+.z... .;• 11 .:. . - .�r- wYS: = ,,,,. -yam -: ACCOUNTANTS AND AUDITORS 1' 4<4 NORTH LARCHMONT BOULEVARD LOS ANGELES 90004 February 6, 1976 Fleming Clarke (A Partnership) Compton., California We have examined the balance sheet of,Fleming b Clarke, a partnership, as'of December 31, 1975, the related statements of income and partners' equity and changes in financial position for the year then ended, Our examination was made in accordance with generally accepted auditing standards and ! included such tests of the accounting records and such other auditing procedures as we considered necessary in the circum- y:. stances. L. in our opinion, the aforementioned financial statements pre- t, sent fairly the financial position of Fleming & Clarke, a partnership,. at December 31, 1975, and the results of its operations and changes in financial position for the year then ended, in conformity with generally accepted accounting t. principles applied on a basis consistent with that of the 1' preceding .,year. . . JllaU 6 .yam ti `i :3 W a L - Pwcs Vo._2 of 6 FLEMING & CLARKE (A Partnership) BALANCE SHEET DECEMBER 31, 1975 ASSETS Current Assets Cash in Crocker National Bank, La Habra Accounts receivable Fleming tr Clarke, Inc. Accounts receivable - other Total Current Assets. Fixed Assets Transportation equipment Construction equipment Office equipment Total Total Assets See accompanying accountants' report and notes to financial statements. 16,273 51,390 225 67,888 62,009 19,073 42,936 110,824 EXH.IBIT A Accumulated Remaining Cost Depreciation Investment 52,061 16,628 35,433 1,668 524 1,144 8,280 1,921 6,359 62,009 19,073 42,936 110,824 EXH.IBIT A P&G E: No. —3_v__ v. FLEMING CLARKE (A Partnership) BALANCE.SHEET DECEMBER 314 1975 LIABILITIES. Current Liabilities- Accounts and subcontracts payable 43,407 Payroll taxes` 4,359 Union benefits. 12,836. Compensation insurance 3,595 Total Liabilities - all current: 64,197 µ PARTNERS' EQUITY Capital Share of capital 12 -31 -74 Net Income Withdrawal 12 -31 -75 T. L. Fleming 18,598, 58,616 53,900 23,314 J. J. Clarke !8,597. 58;616 53,900 23.313 Total 37,195 117,232. 107,800 46,627 Total Liabilities and Partners' Equity 110,824 :i See accompanying accountants' report and notes to financial statements; m EXHIBIT A I :: f Vv} • _ Pecs So. LF of,_6. .- FLEMING & CLARKE (A Partnership) I STATEMENT OF INCOME. YEAR ENDED DECEMBER 31, 1975 Project revenue (complete jobs) 466,531 Project costs incurred 321,021 Gross margin 145,510 Other income including equipment rental.. 53.159 - Total income 198,669 Indirect expense: Health, welfare 6,645 Payroll tax " 1,982 Fuel, oii., maintenance 7.343 Workmen's compensation insurance 3,751 Bid expense 7,164 Telephone 4,189 Business travel 1,418 32,492 166,177 Administrative expense: Office salaries 'F 15,488 Insurance ". 8,402 ? Professional services 2,931 Stationery, postage 3,214 Rent 2,311 r Taxes, licenses, utilities 2,277. f;. Interest 1,162 35.785 '• 130.392 • Depreciation 13,160 Net profit for the year ended December 31, 1975 117,232 See accompanying accountants' report and notes to financial statements. EXHIBIT 8 _ b FLEMING & CLARKE (A. Partnership) STATEMENT OF CHANGES IN FINANCIAL POSITION YEAR P40E o. of 6 ENDED DECEMBER 31, 1975 Sources of working capital: Net income for the period 117,232 Depreciation not affecting working capital 13,160 Working capital provided by operations 130,392 Reduction in other assets 1,382 Total sources of working capital 131.774 Uses of working capitale ' Purchase of fixed assets 10,688 Reduction in equipment encumbrances 7,762 Reduction in billings in excess of costs 80,700 . Partners' withdrawals. 107,$00 Total uses of wor.king. cap ita1 206,950 ' i (Decrease) in working capital (75,17 Analysis of changes,in'elements of working capital: Increase ( decrease) in current assets: Cash `: (112,869) Earned progress receivables (69,301) Accounts receivable.- Fleming Clarke, Inc. 51,390 Other receivables (3,975) . Total (134,755) (Increase) decrease in current liabilities: Accounts payable (73,927) Accrued liabilities 14,348 Total (59,579) (Decrease) in working capital X5,176). See accwpanying accountants' report and notes to financial statements. EXHIGIT j. `.z k t i .. r I �,y t I 9�.t, �. FLEMING 6 CLARKE (A Partnership) pAU� �;o. 6 of 6 NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1975 1. Accounting policies. The partnership records profits or losses on its contracts on the completed contract method. Under this method, bill - ings and costs are accumulated during the period of con - struction but no profits are recorded before completion of the work. The partnership tax returns are filed on the same basis. The cost of. fixed assets is depreciated over their esti- mated useful lives using the straight -line method for both income tax and financial. reporting purposes. 2. Income tax liability No provision for income .taxes has been included in the financial statements since each partners' respective share of the.income must be reported on his personal tax return. However, timely estimates have been filed by the respective. partners. The above notes Are an integral part of the financial statements. EXHIBIT D 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 1970 OYA -I�e Q. g,.j pt,4 NO QICko- 71q) 0034 -;3a6 A#3) 3.72- +i74 ci' o4 Ala Idor -, 157( 61 of Lds Aftjrl j. Rue ca►3I d'31 -9 ,1// 157S' ( 01 s4. fiffm Lew, J;A, M, tcl, it, ( ao) n1- /S-/J- l�)) C;i; of Orr( f Milo KeM - -- (7 /0 _Sas- ¢9.1`/ I57)- t . A. Co. Su, fur,o, Ala Idor -, flro)'rc�i.Lr�i fo�i�.rc/ 6s F /,,.�..�o•.e�Cliri4' 1�, r1AC- 2ef.,,Ve I d F /P&/;,rs oN,/ C/o.K. lore. V ( C 30L J.Clf.k, 04,.< 1 Si g'ned M PR 1 of 7 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORM DRAIN AND STREET IMPROVEMENTS FINLEY AVENUE FROM NEWPORT BOULEVARD TO 34TH STREET 1975 -76 CONTRACT NO. 1668 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 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 meterials and do all the work required to complete Contract No. 1668 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. 18 Construct 24" (12 gage) corrugated cement storm drain pipe as shown IT— Linea Feet aluminum storm drain pipe as shown on the plans, complete in place. on the plans, complete in place f @ 66,4, @ ;r +) 4V? Dollars i and No Cents $ o0 45 oQ .0 $ /0 o® ��� Aoo — Per Linea Foot dJO Cents 2. 360 Construct 24" Class IV asbestos Lineal Feet cement storm drain pipe as shown on the plans, complete in place. @ 66,4, Dollars and 00 45 o® ��� Aoo — dJO Cents $ $ er Lineal Foot 3. 75 Construct 18" Class IV asbestos Lineal Feet cement storm drain pipe as shown on the plans, complete in place. j @ T0'- Dollars pe and ao 9d _ 3,000 N tl Cents $ $ Per Lineal Foot PR2of 7 N0: AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 3 Construct curb inlet Type OL4 Each (L = 3.5') and modified'Type I OL -A (L = 3.5') as shown on the plans and per City of Newport Beach STD - 305 -L, complete in place. I @ Qyt t40VI0.1 Dollars pp 0 and �Wf NO Cents $ $ 31 Per Each 5. 1 Construct curb inlet Type OL -A Each (L = 7') per City of Newport Beach STD - 305 -L, complete in place. @ Dollars 0 IUo Cents $ iW $ 1300�m er Eac 6. 4 Construct junction structure #1 Each as shown on the plans and per City of Newport Beach STD - 310 -L, complete in place. @ Q,t t4JVJ c . Dollars p0 and Cents $ ffiOO $ �� i Per Each 7. Construct tidal structure includ- Each ing 24" canal gate and cover as shown on the plans, complete in place. @ Aerr 400 O.4 T 1 pI hVW c���d Dollars nn/�� d� pe and �fl0 Cents $ 3St/U ' $ 3✓�Q Per Each 8, 30 Construct reinforced concrete Line— al Feet panel bulkhead including cop - ing, tie backs, turn buckles, and anchor blocks as shown on the plans, complete in place. @ WGG.,,.Grc% Dollars and vu Cents Per Lineal Foot 0 0 PR3of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 225 Construct 6" aggregate base over Tons compacted native soil. @ F t tit, Dollars £CO Na Cents $ $ 33 7.!; Per Ton 10. 200 Construct A.C. base course Tons (Type III- B2- AR4000) to the limits and thickness as shown on iJ the plans. % 00 0 /Q00 o tt00 @ n� +'�i Dollars !0 0 d and Op �� A& Cents $ $ Per Ton 11. 85 Construct A.C. surface course Tons and variable thickness feather joins (Type III- C3- AR4000) to the limits as shown on the plans. '` 00 �0 @ A � Dollars ee 2554 and 0_0p / Cents $��� $t�( Per Ton 12. 820 Construct 4" A.C. (Type III -C3- Sq. Feet AR4000) alley garage approach. f @ one Dollars 00 N0. and Cents $ i— $820 Per Sq. Foot 13. 7,530 Construct 6" P.C.C. alley pave- Sq. Feet ment over compacted native soil. @ %o Dollars �p oa and QQ i+ "evi Cents $ $ Per Sq. Foot 14. 410 Construct 4" P.C.C. alley garage Tq. � approach. @ Dollars d ?p Bp /I and 7 —� IS Pop. t.� Cents $ $ Per Sq. Foot 0 . PR 4 of 7 ITEM OTAL QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 2,150 Construct 4" P.C.C. concrete side- q. FeeF walk per City of Newport Beach STD- 110 -L. @ Dollars F� and j % 3a Cents $ $ Per Sq. Foot 16. 500 Construct 8" Type "A" P.C.C. Lineal Feet curb and gutter per City of Newport Beach STD - 105 -L. '. @ .$PJPti Dollars 0 jJ O r and 37s� I Cents $ $ Per Lineal Foot 17. 105 Construct 6" Type II P.C.C. Sq. Feet residential drive approach over compacted native soil per City of Newport Beach STD - 114 -L. @ Two Dollars 10 jp ent Trrr Cs $ Per Sq. Foot 18. 230 Construct 6" Type I P.C.C. com- Sq. Feet mercial drive approach over compacted native soil per City of Newport Beach STD - 111 -L. `. @ T4✓a Dollars 0 and a 9 Cents $ Per Sq. Foot 19. 3 Construct 6" P.C.C. alley ap- Each proach per City of Newport Beach STD- 117 -L. @ Fogy,4vv, jr• /i f Dollars oa oa and Cents $gas Per Each 20. 200 Construct 8" P.C.C. cross - Sq. Feet gutters as shown on the plans and per applicable portion of City of Newport Beach STD - 100 -L. I @ 7-4,0 Dollars ,ie bd S PR5of7 I EM .. QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 150 Construct 8" P.C.C. spandrals as Sq. Feet shown on the plans and per appli- cable portion of City of Newport j Beach STD -100 -L (including curb within the return) . @ Tk'« Dollars O O T and ?h Cents Per Sq. Foot 22. 465 Construct 6" A.C.P Class 150 Lineal feet water main including trench patching in area not covered by new street or alley pavement. f @ Dollars and oC BYO Cents $ ��O $ 571 Per Lineal foot 23. 35 Construct 8" A.C. Class 150 Lineal Feet water main as shown on plans, complete in place. , @ 7tir��S Dollars ee Qe and 30 r t/1 lo.o !(Jtl Cents $ $ Per Lineal Foot 24. 30 Construct 12" A.C.P. Class 150 Lineal Feet water main, as shown on the plans complete in place. �✓ @ �I�t Dollars o oa and 45 I3.50 No Cents $ $ Per Lineal Foot 25. 2 Construct fire hydrant assembly per Each City of Newport Beach STD -500 -L and as shown on the plans,complete in place. @ 0,1e - gw,t,j -ryo Nv+drrd Dollars and 08 00 A)O Cents $ 1 ;00 $ Per Each • PR 6 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 2 Construct 6" gate valve per City Eac'i of Beach STD - 508 -L. /Newport 4v Jam+ @ Tow, Dollars oO and No Cents $ �i 400 Q $ 800 Per Each 27. 18 Construct water service per City Each of Newport Beach STD -502 -L and STD - 503 //-L. II @ On• Nd » d,rJa.i Dollars and O e No Cents $15000 $ Per Each 28. 3 Adjust existing water valve box, Each survey monument box, or sewer clean - out within the asphaltic concrete to finish/ grade. @ s evn»T7 Fly( Dollars and No Cents $ _ OO 7V 00 $ %s0 Per Each 29. 3 Adjust existing sewer manhole or Each water vault within the asphaltic concrete to finish grade. 11 I/ @ Qae 6�nJrrd 4.09 Dollars 00 and 125 376- Aly Cents $ $ Per Each 30. Guard underground construction. ; i Lump Sum @ Five e Dollars and No Cents $ 5Gb $ 54D Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: of a Cents i /Ole i4 Al SO PR7of7 gAut Biddderr Name ANdSignature) J.1 I cla, ke f%ww' 3- r -7G Date CONTRACTOR'S LICENSE NO. 285615- TELEPHONE NO.(v2/.3) Y ! ,. 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Clarke Construction Co. , as Principal, and Covenant Mutual Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten per cent of the Bid in------------ Dollars ($ 108 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Storm Drain and Stree Im rov Blvd 34th Street, Contract No. 1 68. 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 9 day of March 1976 Corporate Seal (If Corporation) s (Attach acknowledgement of Attorney -in -Fact) Clarke Construction Co Principal B � � R ti A l STATE OF CALIFORNIA,, l COUNTY Of L4cSl ifIT��CLx�S ss. 7/ ON �Cf 19_ before me, the undersigned, a Notary Public in and for said State, personally appeared J 1?/ dLT/oit/ CQ known to me, o =elciAL s nI. �! to be the person— whose name_ ____ ._ _ f? _subscribed to the within Instrument, " € GARY L. CAMPBELL jI and acknowledged to me that —he executed the same. ^NOTARY PUBLlC- CALIFORNIA { „" ' > os ANGELES cou NTY. WITNESS my hand and official seal. MY Commission Expires Jan. 21', 1980 / ry Public in and fm 4-'S'tate. i °• State of California County of Los Angeles ss. On this 9 day of March 1976, before me personally came ` Barbara Blumer to me known, who being by me duly sworn, did depose and say: that he is Aftorney(s)-in -Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name thereto by like authority. _ 11,11, 111,,111' 1'1111,1,11,1un 1111,n1 I 11 „ii 111„ 1111,,,,,, 1111,1111111111111111 i I. ,,,,,,,,,,,,,,, i 1111, i4 OFFICIAL SEAL SANDRA COLEMAN _ Q� �/ NOTARY PV _C 6LIC CALIFORNIA = pop (Notary Public) T PRINCIPAL OFFICE IN ? LOS ANGELES COUNTY = My Commission Expires May 26, 1979 a—•... �•... 1•,•,• 1.•.•.•••• �..•. ��.., 1. 1•••- ..•1•,•,mmnwmwuuurcuuw,uuwuumn3 . .. ..::... .. .. ...... ......,.,._,... �._......_._.....:::.::..<, M:.._. �_..-. �..v_.... ......__,..x_:.:. >:.,.�,__:.... ms.µ:..... :.< .. ..