HomeMy WebLinkAboutC-1682 - Street resurfacing, Newport Boulevard, 30th to 21st Streets;j? g 2 7 1975
By fhs Q1Y COUNGIL
CITY QE NF-MW MYqOUNC IL
FROM: Public Works Department
.tiir
*-2 7, 1975
CITY COUNCIL AGENDA
ITEM NO. H -9
SUBJECT: ACCEPTANCE OF STREET RESURFACING
NEWPORT BOULEVARD FROM 30TH STREET TO 21ST STREET (C -1682)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the resurfacing of Newport Boulevard from
30th Street to 21st Street has been completed to the satisfaction of the
Public Works Department.
The bid price was $17,447.80
Amount of unit price items constructed 13,642.31
Amount of change orders None
Total contract cost 13,642.31
Funds were budgeted in the General Fund,
Street and Alley Account (Account No. 02- 3374 -014)
The contract estimated quantity contained an approximate 10 per-
cent contingency while the pavement actually placed ran somewhat less than
the raw estimate. These items combined resulted in the lower final contract
cost.
Included in the project was the improvement of the southerly side
of 26th Street between Newport Boulevard and the Bay. The adjacent property
owner contributed $1,593 as his share of these improvements.
The design engineering was performed by the Public Works Department.
The contractor is Blair Paving, Inc. of Newport Beach, California.
The contract date of completion was April 25, 1975. "The contractor
was delayed 8 days due to rain; however, the work was completed on April 29,
1975.
J seph T. bevlin
Public ks Director
D: jd
141^ 10 1975
By the Ciir L;QUN�:IL
CITY OF NGIKPG 0 &CITY COUNCIL
March 10, 1975
CITY COUNCIL.AGENDA
ITEM NO. H -2 a)
FROM: Public Works Department
SUBJECT: STREET RESURFACING - NEWPORT BOULEVARD FROM 30TH STREET TO
21ST STREET (C -1682)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1682 to Blair Paving,
Inc., of Newport Beach for $17,447.80, and authorizing the
Mayor and the City Clerk to execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City
Clerk at 10:30 A.M. on February 25, 1975.
Bidder
Amount
1. Blair Paving, Inc., Newport Beach $11,447.80
2. Lewis Paving Inc., Costa Mesa 19,313.50
3. Sully- Miller Contracting Co., Orange 19,945.65
4. R. W. McClellan and Sons Inc., Santa Ana 21,566.23
5. McGrew Construction Co. Inc., Santa Ana 21,878.00
6. Griffith Co., Irvine 22,682.00
The low bid is 18.85% less than the engineer's estimate of
$21,500.00.
This project provides for asphaltic concrete overlay and patch-
ing on Newport Boulevard from 30th Street to 21st Street. The work is
part of the continuing street maintenance program and will provide adequate
structural sections for present and future traffic demands.
Included with this project is improvement of the south side of
26th Street between Newport Boulevard and the Bay. This work will provide
for the construction of new asphalt concrete and pavement and some P.C.C.
curb and gutter along with the reconstruction of existing P.C.C. curb and
gutter, sidewalk, and driveway approach. A portion of the work is the
responsibility of the adjacent property owner.
The low bidder has satisfactorily performed similar work for
several cities in Orange County in the past.
The estimated date of completion is April 25, 1975. The plans
and specifications were prepared by the Public Works Department.
March 10,
Subject:
Page 2
1975
Street Resurfacing - Newport Boulevard from 30th Street to
21st Street (C -1682)
Funds for the City's portion ($15,854.80) of this project have
been provided in the annual street and alley program, budget number
02- 3374 -014.
Funds for the property owner's portion of the work, in the amount
of $1,593.00 have been deposited with the City. A budget amendment for
the property owner's portion has been prepared for Council consideration
in the event that the contract is awarded.
7blic vlin
P ks Di rector
Attachment
Q= rf
A t m
iz'a
V i
U ►�t . s
.y \./
Y .Rv �;�\{ ?spa �'�►
'�' rb 1FO �• .
r
/130 o .
}
LIMITS OF RESURFACINO
v
Oil
/=
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
NEWPORT OLVQ
FROM 30TN Sr TO 21Z Sr
DRAWN ELL -M DATE
APPROVED
PUBLIC WORKS DIRECTOR
DRMYtN6 ND. E'X/ 1wr
i
Q= rf
A t m
iz'a
V i
U ►�t . s
.y \./
Y .Rv �;�\{ ?spa �'�►
'�' rb 1FO �• .
r
/130 o .
}
LIMITS OF RESURFACINO
v
Oil
/=
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
NEWPORT OLVQ
FROM 30TN Sr TO 21Z Sr
DRAWN ELL -M DATE
APPROVED
PUBLIC WORKS DIRECTOR
DRMYtN6 ND. E'X/ 1wr
RESOLUTION NO. 8451
f.rss�7 10 }975 A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR STREET
By .!!o CUuiq,ILRESURFACING, NEWPORT BOULEVARD FROM 30TH STREET
CITY OF NEWPORT BACK 21ST STREET, CONTRACT NO. 1682
f-i- ,2 CC)
i WHEREAS, pursuant to the notice inviting bids for
street resurfacing, Newport Boulevard from 30th Street to 21st
Street, in accordance with the plans and specifications heretofore
adopted, bids were received on the 25th day of February, 1975,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefore is Blair Paving, Inc.;
NOW, THEREFOPE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Blair Paving, Inc. for
the work in the amount of $17,447.80 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 10th day of March , 1975.
�e
Mayor
ATTEST:
City Clerk
ztt
a S- 7J
-
t t d 10 1975
ey fa. cAfI C4Ah.AL
CITY OF T NAC 4
TO: CITY COUNCIL
FROM: Public Works Department
February 10, 1975
CITY COUNCIL AGENDA
ITEM NO. H-9
SUBJECT: STREET RESURFACING - NEWPORT BOULEVARD FROM 30th STREET TO
21st STREET (C -1682)
RECOMMENDATIONS:
Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 10:30 A.M. on February 25, 1975.
DISCUSSION:
This project provides for asphaltic concrete overlay and
patching on Newport Boulevard from 30th Street to 21st Street. This
work is part of the continuing street maintenance program and will pro-
vide adequate structural sections for present and future traffic demands.
Included with this project is improvement of the south side
of 26th Street between Newport Boulevard and the Bay. This work will
provide for the construction of new asphaltic concrete pavement and
some P.C.C. curb and gutter along with the reconstruction of existing
P.C.C. curb and gutter, sidewalk and drive approach.
The plans were prepared by the City. The estimated date of
completion is April 25, 1975.
The estimated cost of the work is as follows:
Private owner $ 1,350
City 20,150
Total 00
Funds for the City's portion of this project have been pro-
vided in the annual street and alley program, Account No. 02- 3374 -014.
A budget amendment for the private owner share based on bid prices will
be submitted when the project is considered for award.
An exhibit is attached showing the location and limits of the
work.
Joseph T. Devlin
ublic Works Director
JW:hh
Att.
0
n�a�7
TURNING BASIN
LIDO
pi o 9
11 7
LIMITS OF RESURFACING
4'N
V
A
IlWrV inc ClAlmrNmIr r-4BEACH . I I DRAWN&L-W DATE
I'll O"
PUBLIC WORKS DEPARTMENT
smEir kisuirwlis
mwpmr sima
FROM 30M Sr M 2W Sr
APPROVED
PUBLIC WORKS DIRECTOR
ME No.
DRAWING No. exiffair
2 J!I
LEGAL NOTICE LEGAL NOTICE
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 25th day of February, 1975, at which time they will
be opened and read, for performing work as follows:
STREET RESURFACING NEWPORT BOULEVARD FROM
30TH STREET TO 21ST4TREET — 1974 -75
CONTRACT NO. 1682
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, exe-
cuted, 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 SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of
Chapter 9, Division III of the Business and Professions'
Code. The contractor shall state his license number and
classification in the proposal,
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Department, City Hall, Newport Beach, California, at no
cost to licensed contractors. It is requested that the plans
and contract documents be returned within 2 weeks after
the bid opening,
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer-
ican 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 (Prop-
erty - 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 ascer-
tained 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 Resolution No. 8090 adopted September 10, 1973.
A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed
by all provisions of the California Labor Code relating
to prevailing wage rates (Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids
and to waive any informality in such bids.
LAURA LAGIOS, CITY CLERK
CITY OF NEWPORT BEACH, CALIFORNIA
Publish: Feb, 13, 1975, in the Newport Harbor Ensign.
I
June 12, 1975
Blair Paving Co.
1320 Park Newport
Newport Beach, CA 92660
Subject: Sudety Fid*UV & Deposit Ccmpany of Maryland
Bonds No, 8880217
Project Street IqrCVWAMtS
Newport Blvd, 13 Improvements
8
Contract No. 1682 '-I"S
The City Council on I*W 27, 1975 accepted Vw work of
subject project and authorized the City C2mrk to file a
Notice of Ompletion and to release bonds 26 days after
Notice of Completion has been filed.
Notice of completion was filed with the Orange County Recorder
on May 29, 1975, in Book U4116.. tage 1717. Please notify
your surety amtpww that bomWiray be released 35 days after
recording date.
RECORDING
REQU,S1cJ BY 27s2Q
PLEASE R_TGRN TO: J �9
LAU' A I-A-1!1-5, CITY CLERK EXEMPT
CITY CF rdEwrc^T BEACH q 9
3300 NEddFORT LOULEVARD
NEWPORT LEACH, CALIF. 92660
NOTICE OF COMPLETION
PUBLIC WORKS
eR 11414PG 1717
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. MAY 29 1975
J. WYLIE CMLYLE, 0,inq 1+ecorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Street resti
30th Street to 21st Street
on which Blau
was the contractor
and
Inc.
was the surety, was completed.
CITY OF NEWPORT BEACH
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on _ -_Myz 28, 1975 at Newport Beach, California.
VERIFICATIOWOF CITY
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on Mav 27, 1975 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on may 28, 1975 at Newport Beach, California.
u.
� 1L ire^
i -
0
D
CITY OF NEWPORT BEACH
CALIFORNIA
Date: May 28, 1975
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Phi. Carlyle:
Attached for recordation is Notice of Completion of Public
City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Works project consisting of street ,, mnNf Bing _ tkymext glyd.
fmn 30th Strwat to 215%t ¢tmat Contract No. 7 82
on which Blair paying, Inc. was the Contractor
and £idality & Deposit C7oapa y of Marylmmd was the surety.
Please record and return to us.
LL-
Encl.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
I
Date May 1, 1975
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1692
Project Street FasurfwAm - Newport Blvd - 30th to 21st St.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Rlwin Paying- Tnn.
Address: 1320 Park Newpmt, Aa4=t Beach, CA 92660
Amount: $ $17,U47.50
Effective Date: 2 -10 -75
Resolution No. 8451
Laura Lagios
LL: dg
Att.
cc: Finance Department 60
a
i
CITY CLERK
CONTRACT NO. 1682
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET RESURFACING
NEWPORT BOULEVARD
FROM 30TH STREET TO 21ST STREET
Approved by the City Council on this
10th day of February 1975.
L ura Lagios, City Clel
1974 -75
SUBMITTED BY:
Blair Paving, Inc.
Contractor
1320 Park Newport
dress
Newport Beach, CA 92660
City Zip
(714) 640 -1964
Telephone
$17,447.80
otfi al'B`iTrice
A
i
W
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVIT BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 25th day of February , 1975 ,
at which time they will be opened and rea , for performing work as follows:
STREET RESURFACING NEWPORT BOULEVARD FROM 30TH STREET TO 21ST STREET
1974 -75
CONTRACT NO. 1682
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 t3 the Cor porate Seal
shall be affixed to all documents re— q ring signatures. In the case of a artnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
., 'S R= tit`mysma' .3* �1emEdC_
Ll
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern a i ornia Chapters of e American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for, City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
W
W
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a.basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 294966 Classification C -12
Accompanying this proposal is Bidder's Bond for 10%
s 6neCK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 640 -1964
Phone Number
Feb. 25, 1975
Date
Blair Pavin Inc.
Bid er s Name
S/ Ben Blair Day, Pres. (SEAL)
Authorized ignature
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
C
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
1. None
2.
3.
4.'
5.
6.
7.
8.
9.
10.
11.
12.
Blair Pa
i er s Name
S/ Ben Blair Day, Pres.
Authorized ignature
Corporation
Type of rganizat on
(Individual, Co- partnership or Corp.)
1320 Park Newport
Newport Beach, CA 92660
Address
FOR ORIGICEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Blair Paving, Inc. , as Principal,
and Fidelity and Deposit Company of Maryland as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %)
of the amount of attached bid Dollars ($ 10% of bid ), 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 tUCH,
That if the proposal of the above bounden principal for the construction of
Street Resurfacing - Newport Boulevard from 30th Street to 21st Street Contract No. 1682
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 ab.ovebounden principal by and from said City
of Newport Beach that said contract is ready fir 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 25 day of
February 19 75 ,
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in- Fact) )
Feb. 25, 1975
S/ I. Kerby, Notary Public
Comm. expires July zi,
Blair Paving, Inc.
Fri Tnci pa
By: S/ Ben Blair Day
Fidelity and Deposit Company of Maryland
Surety
By S/ R. L. Thiel
Atto
SL ,
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this NAday of MA R e-
19
My commission expires:
OFFICIAL SEgI
CHERYL J. COHM
�® NOTARY pU
PRINCIP LIC-0ALIFORNIA
AL OFFICE IN
ORANGE COUNTY
w�O m
!on Expires August 7 1976
,
lift � t1t1 � • JtC
�a
FOR ORIASK CITY UMOS nu cry
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
614kir PsvinB is seiwat tinmaisity fsr sproulatrly $68.000.00.
S/ Bs# Blair Oqr, hiss.
Signed
a=
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has perfold: and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1974 City of Laguna Beach Stan Schol 494 -1124
1974 City of Fullerton Hal Faber 525 -7171
S/ Ben Blair Day
Signed
Newport Boulevard from 30th Street to 21st Street - Contract No. 1682
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a.bond with said contract, providing that if
said Principal or any of,his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of-the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Blair Paving, Inc.
as Principal, hereinafter designated as the Contractor and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound. Unto the City of Newport Beach, in the sum of
Eight Thousand,Seven Hundred Twenty -three Dollars ($ 8,723.90 )
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 tabor thereon of any kind or for amounts due.under. the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also,, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
Page 8
rraim�mg,4ml in oetfOMMAs Mr
LABOR AND MATERIAL BOND
i.1V(lS.7m.�`
KNOW ALL MEN BY THESE PRESENTS,
That
WHEREAS, the City Council
of the City of Newport
Beach, State of California by
motion adopted March
10, 1975
has awarded to Blair
Paving,
Inc:
hereinafter designated as
the "Principal
", a contract
for Street Resurfacing -
Newport Boulevard from 30th Street to 21st Street - Contract No. 1682
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 Blair Paving, Inc.
as Principal, hereinafter designated as the Contractor and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound. Unto the City of Newport Beach, in the sum of
Eight Thousand,Seven Hundred Twenty -three Dollars ($ 8,723.90 )
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 tabor thereon of any kind or for amounts due.under. the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also,, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
�- Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions.to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,.
extension of time, alterations or additions to the terms of the contractor or to the
work or to the specifications.
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
- above named, on the 20th day of March 1975
BLAIR AVIN INC. (5eal)
B 1 (Seal
(Seal)
Contractor
FIDELITY AND COMPANY OF MARYLAND (Seal)
i -
By (Seal)
R.:L.Thie1 At torn ey.�:tn- acct`,
(Seal}
Appr ve as fit
�
g t o y
This bond was approved by the City Council
of the City of Newport Beach by motion on
Da to
Attest:
City Clerk
0 •
STATE OF CALIFORNIA '
SS:
.............. ... ....................... ..... .COUNTY OF Los ANGELES
On ............. March 20th 1975
............ ........ .. _..------------ - - - - -- ..........before me, the undersigned, a Notary Public of said county
and state, personally appeared --------------- R-'--- �-------- Thiel ------------------------.....-------------------------------------
known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to
me to be the person who executed the within instrument on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the same.
OFFICIAL SEAL _
_ �. J. F. TZ:tiG,iLICEK �- 2r..c -`1
�Nota y Public ...-
lnr..'. r:Lu. ; 1.01) Nix "
g
Los Angeles 197 1
(�, 7nnnimunmuo+, lino•,, na. �o:e..,�„r.,mun,i.:,amann,,,n�. a:,;m „iinw,iinn�in, -B
Page 10
ills PPn-�nin u¢� charged for thk bond 8880217
18 ..1� .•o' � � mot PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 10, 1975
has awarded to Blair Paving, Inc.
hereinafter designated as the "Principal ", a contract for Street Resurfacing -
Newport Boulevard from 30th Street to 21st Street - Contract No. 1682
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, Blair Paving, Inc.
as Principal, hereinafter designated as the "Contractor ", and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Seventeen Thousand, Four Hundred
Forty -seven and 80 /100-- - - - - -- - - - -- Dollars ($17,447:80 ),
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.
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 20th day of March 19 75.
BLAIR PAVING, INC. (Seal)."
By
(Seal)
Contractor
FIDELITY IT COMPANY OF MARYLfC1i.D" (Seal)
By: - (Seal.)
R.L.Thiel Attorney- in=Fact
(Seal)
Surety
Approved as Dj 7: LO
s Uty-AttVfty
.`' � � ��a
STATE OyCALIFORNIA
�us
{}o-'M�rqk-10th-l97S ...... ' ...... -. before me, the undersigned, * Notary Public o{said county
and state, personally appeared -_R^- L`-Thjel- --------- -'....... ------------- ---- --- -'------ ---- - ---- -------- `
known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to
me to be the person who executed the within instrument on behalf of the corporation therein named, and
acknowledged tonue that such corporation executed the same.
J. F. TZ-SNO.HLIMK
����
------
'
F7121
�
,
~,../^-,'~
BR(13)10
A.�Ie.
• Power of Attorney • ^ •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by PAUL J. PLUNKETT , Vice - President, and F. R. NAGLE ,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized
SO to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys-
in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any
bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments,
decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of
the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint R. L. Thiel of Los Angeles, California,
rue and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act anddeed:any and all bonds and undertakings „,,,,,,,,,,,,,,,,, „,,
e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal Of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
ATTEST:
(SIGNED)
of-------------------- June ------------------------------ -- A.D. I9 Z - - - --
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
1_'--R- --NA1GLI -------------- By----...---- --------- ---------------------- PAUL --- J_ T UN.KETT
(SEAL) Assistant Secretary Vice- President
STATE OF MARYLAND
CITY OF BALTIMORE 55:
On this 6th day of June A.D. 1972 , before the subscriber, a Notary Public of the State of
Maryland, in and-for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
(SIGNED) ...... °- ---- --- -- °---- ................... RANK_G- .-- MEURER
(SEAL) Notary Public Commission Expires- July__1 -, -- -1974
D t 111 y 191101 1..
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly Called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
-- --- - - - - -- 2 0 t -h ................................... day of -- ........March 7 5
- ....._..- --- ----------- - - -- -- 19--- ------
L1419 —Ctf. 19,6598
._ ................................................ 4... E( ......-'
Assistant Secrets >y
• 0
CONTRACT
Page 12
THIS AGREEMENT, made and entered into this 157,r/ day of 19 -75,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Blair Paving, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Street Resurfacing - Newport Boulevard from 30th Street to 21st Street - Contract No. 1682
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to-be borne by the City,'and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves.,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
• W
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.
CITYLOF NEWPORT BEACH, CALIFORNIA
BY.
,4 Mayor FR< rjr-i
l
ATTFCT.
it e
Bye
Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
NEWPORT B UL RD
FROM 30TH STREET TO 21ST STREET
1974-75
CONTRACT NO. 1682
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PR 1 of 3
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans (Drawing No. R- 5258 -S) and Special Provisions,
and hereby proposes to furnish all labor, materials, equipment, transportation and services
to do all the work required to complete Contract No. 1682 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. 1050
Tons
2. 34
Tons
3. 41
Tons
Construct Type III -C2 -AR 4000 asphaltic
concrete overlay including tack coat
@ Twelve Dollars
and $
60 .
12 13,230.00
sixty Cents $
Per Ton
Construct 3" of Type III -C2 -AR 4000
asphaltic concrete over aggregate
base
@ Twenty -two Dollars
and
00 /100 --Cents $ 22.00 $ 748.00
Per Ton
Construct 4" of aggregate base over
natural ground
@ Sixteen Dollars
and
00 /100 Cents $_16.00 $ 656.00
Per Ton
•� PR 2 of 3
I TEA QUANTITY ITEM DESCRIPTION 'UNIT T TA NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE
4. 152 Construct 6" Type "A" P.C.C. curb and
Linear Feet gutter per CNB Dwg. STD -105 -L
@ Four Dollars
and
fifty Cents $ 4.50 $ 684.00
Per Linear Foot
5. 306 Construct 4" P.C.C. sidewalk per
Square Feet CNB Dwg. STD -110 -L
@ No Dollars
and
eiqhty Cents $ .80 $ 244.80
Per Square Foot
6. 715 Construct Modified Type I Commercial
Square Feet Drive Approach per CNB Ng. STD -111 -L
with 6" x 6" No. 8 welded wire mesh
@ One Dollars
and
no Cents $ 1.00 $ 715.00
Per Square Foot
7. 7 Adjust sewer and storm drain manholes
Each to finish grade
@ One hundred ten Dollars
and
no Cents $ 110.00 $ 770.00
Per —EacF-
8. 4 Adjust water valve, sewer cleanout,
Each survey monument, and water meter
boxes to finish grade
@ One hundred Dollars
and
No Cents $ 100.00 $ 400.00
Per Each
TOTAL PRICE WRITTEN IN WORDS:
Seventeen thousand four hundred forty seven Dollars
and
eighty Cents $ 17,447.80
2 -25 -1975
Date
• 0.
Blair Paving, Inc.
Bidder's Name
S/ Ben Blair Day, Pres.
Authorized Signature
CONTRACTOR'S LICENSE NO. 294966 TELEPHONE NUMBER (714) 640 =1964
CONTRACTOR'S ADDRESS 1320 Park Newport, Newport Beach, CA 92660
PR3of3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
NEWPORT BOULEVARD
FROM 30TH STREET TO 21ST STREET
1974 -75
CONTRACT NO. 1682
INDEX TO SPECIAL PROVISIONS
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
III.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
V.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
VI.
NOTIFICATION OF RESIDENTS AND BUSINESSES . . . . . . . . . . . . .
. 2
VII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
VIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . .
. 3
A. Asphaltic Concrete Patching . . . . . . . . . . . . . . . . .
. 3
B. Petromat Patching and Coordination of Work. . . . . . . . . .
. 3
C. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . . .
. 3
1. Limits of A.C. Overlay . . . . . . . . . . . . . . . . . .
. 3
2. Pavement Markers . . . . . . . . . . . . . . . . . . . . .
. 3
3. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . .
. 3
4. Placement . . . . . . . . . . . . . . . . . . . . . . . .
. 4
D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . .
. 4
E. Asphaltic and Portland Cement Concrete Improvements
on 26th Street . . . . . . . . . . . . . . . . . . . . . . . .
. 4
1. General . . . . . . . . . . . . . . . . . . . . . . . . .
. 4
2. Surveying . . . . . . . . . . . . . . . . . . . . . . . .
. 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET RESURFACING
NEWPORT BOULEVARD
FROM 30TH STREET TO 21ST STREET
1974 -75
CONTRACT NO. 1682
I. SCOPE OF WORK
SP 1 of 4
The work to be done under this contract consists of furnishing all labor,
equipment, transportation, material and services necessary to complete asphaltic
concrete resurfacing and reconstruction as shown on the plans, complete in place,
including all necessary appurtenant work.
The contract requires completion of all work in accordance with these Special
Provisions, the Plans (Drawing No. R- 5258 -S), and the City's Standard Drawings
and Specifications. The City's Standard Specifications are the Standard Speci-
fications for Public Works Construction, 1973 Edition. Copies may be purchased
from Building News, Inc., Over an Avenue, Los ngeles, California 90034,
telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special
Provisions may be purchased from the Public Works Department at a cost of $5.
II. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the contractor's
expense.
III. COMPLETION OF WORK
The contractor shall complete all work on the contract within 45 consecutive
calendar days after award of contract by the City Council.
Work on Newport Boulevard shall be restricted to between April 9 to April 25,
1975.
The contractor shall submit a construction schedule in accordance with Section 6 -1
of the Standard Specification and the requirements of this section and Section
VIII -B of these Special Provisions for review and approval.
IV. PAYMENT
SP2of4
All incidental items of work not separately described in the proposal shall be
included in the unit price bid for the various items of work, and no additional
compensation shall be made.
V. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specification.
Adequate barricades shall be used to insure public safety and to prevent track-
ing of the tack coat or rutting of the asphalt resurfacing prior to its curing
adequately for traffic use. Ingress and egress to all driveways adjoining the
work shall be reasonably maintained except during the resurfacing operations
and application of tack coat.
Work shall progress in such a manner that one -half of each street shall remain
open to vehicular traffic at all times. The contractor shall furnish temporary
"NO PARKING" signs and post the streets to be resurfaced twenty -four (24) hours
in advance of his resurfacing operations. The signs shall be made of white or
buff card stock with a minimum weight of 120 pounds. Signs shall have minimum
dimensions of 15 inches wide and 18 inches high.
The signs shall be lettered in red except for the date of work and shall conform
to the dimensions shown below:
TEMPORARYZ2"
NO PARKIN G =3"
TOW AWAY ZONE =Ili2
6 A.M. TO 6 P.M.� Ili2'
II
C.V.C. 22652 B�374
NEWPORT BEACH POLICE DEPT.=%
673- 2211=3"
The contractor shall insert in black the date of work for the street or alley to
be posted. A copy of the required sign is on file for inspection at the Public
Works Department.
VI. NOTIFICATION OF RESIDENTS AND BUSINESSES
Written notices prepared by the City shall be distributed to the affected resi-
dents and businesses by the contractor 36 to 48 hours in advance of the seal
VII
VIII
SP3of4
coating. The notices shall alert the abutting residents and businesses of the
temporary inaccessibility to their property, stating when the work will start
and approximately when the street will be restored to normal vehicular use.
A renotification distributed by the contractor shall be required if there are
errors in distribution, false starts, acu of God, or other alterations of the
distributed schedule. The City will prepare the written renotification explain-
ing the cause for delay and stating the new schedule.
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 purchase
by contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714)
673 -2110, extension 267.
CONSTRUCTION DETAILS
A. Asphaltic Concrete Patching
City forces will complete any required asphaltic concrete patching prior
to the contractor's overlaying operations.
B. Petromat Installation and Coordination
A 24 -foot width of Petromat fabric will be installed over the length of the
project by City forces just prior to the contractor's operations. The City
shall require two days just preceeding the overlaying to install the fabric.
The contractor shall complete the overlaying on the third day following the
start of fabric placement. In addition, overlaying of the fabric shall not
be scheduled to start on a Friday. Thus, the contractor shall note that
the start of the overlaying shall be restricted to only two week days- -
Wednesday or Thursday.
The contractor shall conduct his overlaying operation in such a manner as
to avoid unnecessary damage to the fabric. The turning, starting, and
stopping of equipment directly on the fabric shall be gradual and kept to
a minimum.
C. Asphaltic Concrete Overlay
1. Limits of A.C. Overlay
The asphaltic concrete overlay shall be placed to the limits and
thickness as shown on the plans.
2. Pavement Markers
Prior to placing the A.C. overlay the contractor shall remove all pave-
ment markers.
3. Asphaltic Concrete
The asphaltic concrete to be furnished and placed for the overlay
SP4of4
shall be Type III -C2 -AR 4000 in conformance with Section 400 -4 of
the Standard Specifications.
4. Placement
The asphalt concrete sha?t;be placed in conformance with Section
302 -5 of the Standard Specifications.
D. Utility Adjustment to Grade
All sewer and storm drain manholes, water valve boxes, sewer cleanouts.
water meter boxes and survey monument boxes shall be adjusted to finished
asphaltic concrete surfacing grade in a manner similar to that described
in Section 302 -5.7 of the Standard Specifications.
The contractor shall pave over all existing gas, electric, telephone, and
cable television facilities. Prior to starting work, the contractor shall
notify the affected utilities in order that they can tie out their facili-
ties. Although these facilities are to be adjusted to finished grade by
the respective utility, the contractor shall be required to mark their
location on the finished pavement surface.
E. Asphaltic and Portland Cement Concrete Improvements on 26th Street
1. General
The contractor shall construct these improvements in accordance with
these Special Provisions, the Plans, and the specifications shown thereon.
2. Surveying
The City will provide survey service required for construction in accor-
dance with Section 2 -9.3 of the Standard Specification.
• ORTIFICATE OF INSURANCO
ALLSTATE INSURANCE COMPANY HOME OFFICE— NORTHBROOK, ILLINOIS
Name and Address of Party to Name and Address of Insured
Whom this Certificate is Issued
CITY OF NEWPORT BEACH BLAIR PAVING, INC. .; .
City Hall 1320 Park Newport
3300 W.'Xewport Blvd. Newport Beach, Ca.
Newport Beach, Ca.
INSURANCE
IN F6RCE
TYPE OF INSURANCE
AND HAZARDS
POLICY FORMS
LIMITS OF LIABILITY
POLICY NUMBER
EXPIRATION
DATE
Workmen's Compensation
STATUTORY-
Employers' Liability
STANDARD
$UNLIMITED PER ACCIDENT (Employer's Liability only)
24 495 003
until
'Applies only in following state(s):
WC
Cancelled
CALIFORNIA
Automobile Liability
BASIC
Bodily Injury
Each
Property Damage
OWNED ONLY
PERSON.:;:
-=
$
ACCIDENT
$
NON -OWNED ONLY
EI COMPRE-
HENSIVE
0 HIRED ONLY
GARAGE
$
OCCURRENCE
$
Bodily Injury and Property Damage (Single Limit)
0 OWNED, NON -OWNED
$ EACH ACCIDENT
AND HIRED
$ EACH OCCURRENCE
General Liability
EI SCHEDULE
Bodily Injury
Property Damage
F] PREMISES — O.L. &T.
$
EACH
PERSON
.'
$
EACH
ACCIDENT
$
0 OPERATIONS —M. &C.
$
EACH
OCCURRENCE
$
11 ELEVATOR
0 COMPRE-
❑
HENSIVE
AGGREG. PROD.
PRODUCTS/
$
COMP. OPTNS.
$
COMPLETED OPERATIONS
_
AGGREGATE
EI PROTECTIVEO nde-
SPECIAL
,-'
OPERATIONS
$
pendent Contractors)
MULTI -PERIL
AGGREGATE
El Endorsed to cover
E
PROTECTIVE
$
contract between
AGGREGATE
insured and
'."
CONTRACTUAL
$
Bodily Injury and Property Damage (Single Limit)
$ EACH ACCIDENT
$ EACH OCCURRENCE
dated
$ AGGREGATE
"I AM AWARE
DF AND WILL
COMPLY WITH SECTION 3700 OF THE
LABOR CODE
REQUIRING EVERY
EMPLOYER
TO BE INSURED AGAINST LIABILITY
FOR WORKMEN'S
COMPENSATION
OR TO UNDERTAKE
SELF - INSURANCE BEFORE COMMENCING
ANY
OF
THE WORK."
The policies identified above by number are in force on the date indicated below. With respect to a number entered under policy number, the type of insurance shown at its left is
in force, but only with respect to such of the hazards, and under such policy forms, for which an "X" is entered, subject, however, to all the terms of the policy having reference thereto.
The limits of liability for such insurance are only as shown above. This Certificate of Insurance neither affirmatively nor negatively amends, extends, nor alters the coverage afforded
by the policy or policies numbered in this Certificate.
In the event of reduction of coverage or cancellation of said policies, the Allstate Insur a Company will make all reasonable effort to send notice of such reduction or cancellation
to the certificate holder at the address shown above, but the Allstate Insurance Camp y as responsibility for any mistake, or for failure to give such notice.
THIS CERTIFICATE IS ISSUED AS A MATTER 1 INFORMA 0 LY ND ONFERAO RIGHTS UPON THE CERTIFICATE HOLDER.
Date 3/24 la 75 6,11 ,�( _ LaVerne Friedmann
J454- 15
( i 1- 731
CITY OF NEWPORT BEACH �
CERTI ARE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C - /!0 9�1
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description:
This is to certify that the ALLSTATE INSURANCE COMPANY
Name of Insurance Company
has issued to BLAIR PAVING, INC.
Name of Insured
1320 Park Newport, Newport Beach, California
(Address of 1
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: ALLSTATE INSURANCE COMPANY
Address of Agency or Broker: 1750 East Fourth Street, Santa Ana, Ca. 92705
Telephone No. 558-6,K8 (714 n
re
Jal )
ie
ial
Countersigned by, LaVerne Friedmann, Comm'l.
uthorized Insurance Company Representative ccoun xec.
Effective date of this endorsement March 24th 19 75 , Endorsement No.
Policy Term
Limits of Liability
Coverage
Policy No.
Each Occurrence
Aggregate
(Minimum:
(Minimum:
24 495 003
WC
Until Cancelled
$500,000)
$ 500,000 Protecti
$1,000,000 Products
24 495 002
BPP
,$
500,000 Contract
SHOW C
)MPLETE INFORMATION
BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From: Until
$ Same Protecti
Limit Bodily Injury
24 495 002
Same as above
$ as Products
or Property Damage
To :Cancelle
$
$ above Contract
Each Occurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: ALLSTATE INSURANCE COMPANY
Address of Agency or Broker: 1750 East Fourth Street, Santa Ana, Ca. 92705
Telephone No. 558-6,K8 (714 n
re
Jal )
ie
ial
Countersigned by, LaVerne Friedmann, Comm'l.
uthorized Insurance Company Representative ccoun xec.
Effective date of this endorsement March 24th 19 75 , Endorsement No.
0 6
April 21, 1975
TO: CITY CLERK h,
FROM: Public Works Department
SUBJECT: STREET RESURFACING NEWPORT BOULEVARD FROM 30TH STREET TO
21ST STREET (CONTRACT NO. 1682)
Attached are four copies of the subject contract documents.
Please have them executed in behalf of the City, retain your copy and
the insurance certificate, and return the remaining copies to this
department for distribution.
John S. Wolter
Project Engineer
JSW:h
Attachments
CONTRACT NO. 1682
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET RESURFACING
NEWPORT BOULEVARD
FROM 30TH STREET TO 21ST STREET
Approved by the City Council on this
10th day of February 1975.
Laura Lagios, City Cle
1974 -75
SUBMITTED BY:
!7
Contractor
Address
City Zip
Telephone
171 -W/—
ota Bid Price
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 25th day of February , 1975 ,
at which time they will be opened and read, for performing work as follows:
STREET RESURFACING NEWPORT BOULEVARD FROM 30TH STREET TO 21ST STREET
1974 -75
CONTRACT NO. 1682
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 t� he Corp rate Seal
shall be affixed to all documents requiring signatures. In the case of a arm tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. it is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
_Vs
0 !
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern a i orm a Chapters of the Ameri can
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for, City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
.. .
• •
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License NNo: //�95'�l°� Classification C /,2
Accompanying this proposal is ,pil! e,�
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone Number
ate
s
(SEAL)
Nutnorizea signature
Authorized ignature
Type of Organization
(Individual, Corporation. or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a
and names off all co- partners if a co- partnership:
corporation,
0
0
1.7
r '
0
0 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item off� Work Subcontractor Address
I. !%Ow
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder's Name
Authorized g ture
T Type of Organization
(Individual, Co- partnership or Corp.)
��
`6 1.
0
0
Page 4
BIDDER'S BOND TO ACCOM PROPQSJ�{ �/
e
KNOW ALL MEN BY THESE PRESENTS,
That we, , as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($
, 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
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 day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
MA
ncipa
urety
i Title
4
0
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this day of ,
19
My commission expires:
Notary Fumiff
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
0
•
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
7 /J �!'�liu�� ✓ ��✓w! �//��� 45'4- It z. q
_-I
Signed
r i • •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
NEWPORT B ULEV RD
FROM 30TH STREET TO 21ST STREET
1974 -75
CONTRACT N0. 1682
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PR 1 of 3
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans (Drawing No. R- 5258 -S) and Special Provisions,
and hereby proposes to furnish all labor, materials, equipment, transportation and services
to do all the work required to complete Contract No. 1682 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:
1.
2.
3
UANTITY ITEM DESCRIPTION
NO UNIT UNIT PRICE WRITTEN IN WORDS
1050 Construct Type III -C2 -AR 4000 asphaltic
Tons concrete overlay including tack coat
@ Dollars
and
Cents
Per Torf
34 Construct 3" of Type III -C2 -AR 4000
Tons asphaltic concrete over aggregate
base
60� $ /3, Zia• 00
@ �.� f� Dollars
—� and
�o - _Cents $ 2200 $ 7.400
Per Ton
41 Construct 4" of aggregate base over
Tons natural ground
@ xif'.c/ Dollars
and
Cents
Per Ton
$ /6.00 $ 6S6.00
8. 4 Adjust water valve, sewer cleanout,
Each survey monument, and water meter
boxes to finish grade
@ Dollars
and
Cents
Per Each
TOTAL PRICE WRITTEN IN WORDS:
g 0C
s L�
i0
Lars
ind
is
z)
L <17 5
v'
$ 10e2, 4�90 $ 500.010
$/ ,Ov
t�Zsl
•
PR2of3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
10.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
4.
152
Construct 6" Type "A" P.C.C. curb
and
Linear Feet
gutter per CNB Dwg. STD -105 -L
j
@ fOG`
Dollars
and
Cents
$ �/So
'�
$ le OO
Per Linear Foot
5.
306
Construct 4" P.C.C. sidewalk per
Square Feet
CNB Dwg. STD -110 -L
j
/
@
Dollars
Pi `lei!
and
Cents
$ go
$ �8
Per Square/Foot
6.
715
Construct Modified Type I Commercial
Square Feet
Drive Approach per CNB Ng. STD -111 -L
with 6" x 6" No. 8 welded wire mesh
j
@ O,t/-2
Dollars
and
$ /•00
$ �7/_5 000
Per Square Foot
_Cents
7.
7
Adjust sewer and storm drain manholes
Each
to finish grade
/
@
Dollars
Ar&
and
Cents
$ //0,100
$ 77D. 00
Per Each
8. 4 Adjust water valve, sewer cleanout,
Each survey monument, and water meter
boxes to finish grade
@ Dollars
and
Cents
Per Each
TOTAL PRICE WRITTEN IN WORDS:
g 0C
s L�
i0
Lars
ind
is
z)
L <17 5
v'
$ 10e2, 4�90 $ 500.010
$/ ,Ov
t�Zsl
. . PR 3 of 3
.,
2 —75 Authorized Signature
date
CONTRACTOR'S LICENSE NO. TELEPHONE NUMBER %�-
J o
CONTRACTOR'S ADDRESS
�I
Fidelity0a.nd Deposit company
MME OFFICE OF MARYLAND BALTIMORE, AID. 2120.?
BID BOND 88 17 771 -12
KNOW ALL MEN BY THESE PRESENTS:
r ... PI-vi _ng,Inc._ ___ ___ ______ ...............
- ------ - - - - -- - - -- -- - -- - - - - - - -
(hereinafter called the Principal), as Principal, and the FmELITY AND DEPOSIT COMPANY OF MARYLAND,
a corporation created and existing under the laws of the State of Maryland, with its principal office in the
City of Baltimore, Maryland (hereinafter called the Surety), as Surety, are held and firmly bound unto
-- -�. y ° fNew Newport t8 Beach
h
..... -- - __ - - -- -- - - - - -- -- ---- -- -------- --•.................................. •--- --.... - . .... -- ...... ........
(hereinafter called the Obligee), in the full and just sum of_T2p___ag.nw t-_- _I.)- 0%)....4.f... .t.b.e-.
amount of the atta-ched-- bid--------------------------------=--- �Dtlarsrt$---- .- .----- .- - -• -r-
------------------------------------ -
good and lawful money of the United States of America, to the payment of which sum of money well and
truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal herein is submitting a proposal for -_ C 1 ty Street Resurfacing,
--- &ekport ... RI.ud_ Fr= 3IIth-- S- t-- -to - -- 1 Pnoie- a--- Nl . ._.1.6fl2....- _...- ..- .......
...
NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such
work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a con-
tract for the completion of said work and furnish bonds as required by law, then this obligation shall be null
and void, otherwise to remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed,
25th February 75
sealedand dated this----°--------- --- °-•- ...... ................ -------day of---------------------...°------•-•-° ------- -------------19----•-•--
WITNESS: ..... 91A.1 All --- �.-J - -.... °-.......::(SRAL)
--..._-----------------------------------------------------•-----...------------------ ------------------------------•--------•---- ---- ------- ---------- ---- - - -- -. (SEAL)
(IF INDIVIDUAL OR FIRM)
ATTEST: ...... .............. ..................... ............ .......... .........
........(SHAL)
Principal
(IF CORPORATION)
FIDELITY AND DEPOSITPA MARYLAND
By.- , --- ------ ----- -- ....
CALaosz —xnl. 7-73 193516 R.L. Thiel Attorney -in -Pact
SPATE OF CALIFORNIA
ss:
-- ----- ----------- - - - - -- COUNTY OF LOS ANGELES
On- - --- ------ -- - ---
February 25, 19 7 5 , before me, the undersigned, a Notary Public of said county
-- February -
and state, personally appeared .......... .---------- ... L• T h i e l
known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to
Ivme to be the person who executed the within instrument on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the same.
I:.
r, INI1111111111WIIIIMIWl4 !IIIIIIINIIIr! 11X1111! r1ri.IlX.lr11 „11Wu111VIYl!Y1IWYNNYYq�
x' OFFICIAL SEAL -_
3 • t 'u NOTARY PUBLIC - CAWORNIA ... :.---------- ............. ................ -. ....... ........ ......
m a:
... „ PRINCIPAL ovrlcr..r+ No tar y Public
OR(IL)10 9 LOS ANGCLES COUNTY
t.oeA vdh 197121 My Commission Explres,uly23,1915
L I�pp11111Mg1111R1111Y1W1111MIMIII111111WXN111WU, II, wI II.UYIIIIIN1,W111,111N......111
Power of Attorney •
1 FIDELITY AND DEPOSIT COMPANY OF MARYLAND
t1QW ORit% RALU%ORk M0.
KNOW ALL MEN BY THESE PRESENTS: That FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a cOrpOra-
tion of the State of Maryland, by PAUL J. PLUNRETT ;, Vice - President, and F. R. NAGLE
Assistant Secretary, in pursuance of authority granted bzvkrticle VI, Section 2, of the By -Laws of said Com-
parry, whiehAaads as follows:
"The President, or any one of the Executive Vice - Presidents, any one of the additional Vice-presidents specially authorized
so to do by the Board of Directors or by the Executive Committee shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Resident Assistant Secretaries and Attorneys -
fn -Fact as the business of the Company may require, or [o suthoriu any person or persons to execute on behalf of the Company any
bonds, undertakings, reLrognizanoes, stipukltfona, policies, contracts agreernenta, deeds, and re leases and assignment of jud�menta
decrees, mortgages and instruments in the nature of mortgagee, and aLro all other instruments and documents which the busness of
the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint R. L. Thiel of Los Angeles, California.
rue and lawful agent and Attorney- in -Facf to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed:any and all bonds and undertakings ..................... .
AWTIFe execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
---- ---- ---------- _- th--- -- ----- -- --_- _...........day of ................ _ tune----- ------ - ------- - ---- A.D. 1922 - - --
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(SIGNED)
................ _-- ----------- ................... R- NAGLE ....... By ................. ...... ................... I's1UJ+ J- I'laI1TIK>IT....
(SEAL) Assistant Secretary Vice - President
STATE OF MARYLAND / SS:
CITY OF BALTIMORE f
On this 6th day of June A.D. 1972 before the subscriber, a Notary Public of the State of
Maryland, in and -for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn
severally and each for himself deposeth and Faith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
(SIGNED) ------------- -- --- .......................... ......
(SEAL) Notary Public Commission Expires.jAly-- J,.,.. -tgj4
D.A_*Isa;Tfy5
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND VEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly Called and held on the 16th day of July, 1969.
REsoLvED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
25th February 75
.. ._ ....... .— ...._..._- --'----- -- -------day of__._._._..... _........--- 19._•_....
•-----_...-- --- ------- .............._._.._. r_� v .�..
L7419 —Ctf. 196598 _ AJS1s1aN�KrftOr),
0 RESOLUTION NO. 8451 46
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR STREET
RESURFACING, NEWPORT BOULEVARD FROM 30TH STREET
TO 21ST STREET, CONTRACT NO. 1682
WHEREAS, pursuant to the notice inviting bids for
street resurfacing, Newport Boulevard from 30th Street to 21st
Street, in accordance with the plans and specifications heretofore
adopted, bids were received on the 25th day of February, 1975,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefore is Blair Paving, Inc.;
NOW, THEREFOR, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Blair Paving, Inc. for
the work in the amount of $11,447.80 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 10th day of March , 1975.
ATTEST:
City Clerk
I