Loading...
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