HomeMy WebLinkAboutC-1732 - Resurface Birch Street, Bristol to MacArthurAW: '.
UCa 11 19751
By the +:ji if COUNCIL
rITY OF NWDQRT BEACH
TO: CITY COUNCIL
FROM: Public Works Department
August 11, 1975
CITY COUNCIL AGENDA
ITEM NO. H -2 (b)
SUBJECT: RESURFACING OF BIRCH STREET, BRISTOL STREET TO MACARTHUR
BOULEVARD (C -1732)
RECOMMENDATION:
Adopt a resolution awarding contract No. 1732 to Industrial
Asphalt Co. of Santa Ana for $36,450.00, and authorizing the
Mayor and the City Clerk to execute the contract.
DISCUSSION:
Five bids were received and opened in the office of the City
Clerk at 10:30 a.m. on July 29, 1975.
Bidder Amount
1. Industrial Asphalt, Santa Ana $36,450.00
2. Sully- Miller Contracting Co., Orange $37,1.91.00
3. Griffith Co., Irvine $38,224.00
4. All American Asphalt, Westminster $38,264.00
5. R. J. Noble Co., Orange $38,756.00
The low bid is 28% less than the engineer's estimate of $51,000.00.
This project provides for an asphaltic concrete overlay on Birch
Street from Bristol Street to MacArthur Boulevard. This work is part of the
continuing street maintenance program and will provide adequate structural
sections for present and future traffic demands.
The plans and specifications were prepared by the City. The esti-
mated date of completion is September 12, 1975.
Funds have been provided for this work in Account Number 02- 3397 -076.
Jos eph T. Devlin
Public ks Director
OSW: hh
RESOLUTION No. 8568
AU G 11 11975 A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
By the CITY COUNCIL FOR IMPROVEMENTS IN CONNECTION WITH RESURFAC-
CITY *0 AM 'FSFACH ING OF BIRCH STREET, BRISTOL STREET TO
MACARTHUR BOULEVARD, CONTRACT NO. 1732
WHEREAS, pursuant to the notice inviting bids for
improvements in connection with resurfacing of Birch Street,
Bristol Street to MacArthur Boulevard, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 29th day of July, 1975, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Industrial Asphalt Company of Santa Ana;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Industrial Asphalt
Company of Santa Ana for the work in the amount of $36,450.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 11th day of August , 1975.
i
ATTEST:
City Clerk
July 14, 1975
CITY COUNCIL AGENDA
ITEM NO. H -9
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: RESURFACE BIRCH STREET BRISTOL STREET TO MacARTHUR BOULEVARD
(C -1732)
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject project.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M. on July 29, 1975.
DISCUSSION:
This project provides for an asphaltic concrete overlay on Birch
Street from Bristol Street to MacArthur Boulevard. The work is part of
the continuing Street Maintenance Program and will provide adequate struc-
tural sections for present and future traffic demands.
The plans and specifications were proposed by the City. The
estimated date of completion is September 12, 1975.
The estimated cost of the work is $51,000. Funds have been pro-
vided in Account Number 02- 3397 -076.
ep Devl n
lic rks Director
JW:jd
..�i
J,
L @6Ai,S LEGAL dtl
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 29th day of July, 1975, at which time they will
be opened and read, for performing work as follows:
RESURFACING BIRCH STREET -- BRISTOL STREET
TO MacARTHUR BOULEVARD - 1975 -76
CONTRACT NO. 1732
Bids must be submitted on the proposal form attached
with the contract documents furnishedby 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
0 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: July 17, 1975, in the Newport Harbor Ensign.
October 31, 1975
Industrial Asphalt Company
1401 E. Warner Avenue
Santa Am, CA 92705
Subject: Surety : Pederal Insurance Company
Bonds No. : 80655626
Project : Resurfacing Birch Street, Bristol to
MacArthur
Contract No. : 1732
The City Council on October 14, 1975 accepted the work of
subject project and authorised the City Clark to file a Notice
of Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on October 16, 1975, in Book No. 11541, Page 149. Please
notify your surety company that bonds may be released 35 days
after recording date.
Laura Lagios, CMC
City Clerk
swk
cc: Public Works Department
•nEASE RETURN TO, pp��RfGOD 1 8 . `O
LAURA LAGIOS, CITY CLERKPU£SRrEO Q
CITY OF NEWPORT MACH SV =EXEMPT 3300 NEWPO":T CO�LEVARD
NEWPORT bE:RCt- :, CAA.;F. 92660 NOTICE OF COMPLETION
PUBLIC WORKS
8X 1154 1 PG 149
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
1:1 A.M. OCT 1 61975
1, WYLIE CARLYLE, eoaa,f „ccorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 10. 1975
the Public Works project consisting of Resurfacing Birch S B i s of
to MacArthur fc -17321
on which Industrial Asphalt
was the contractor, and Federal Insurance Company
was the surety, was completed.
I, the undersigned, say:
CTTV r1F NEWPORT BEACH
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 October 15. 1975 at Newport Beach, California.
I, the undersigned, E
I am the City Clerk of the City of Newport Beach; the City Council of said
City on October 14, 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 October 15, 1975 at Newport Beach, California.
y
� 9
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of RwanrfAri n¢B reh Street,
Bristol to MacArthur Contract No. 1732
on which Industrial Asphalt was the Contractor
and :'edRral insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
0
Date gasessmr 10, 1975
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1732
Project VAM466 "$-51Ta4 itraat. IITlsu aL to M.wl�etmr
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: T�as.e�� J��i
i
Address: 1401 E. i&tsar A"me, Smta Am. Ch 92705
Amount: $ 36.450.00
Effective Date: fgtw"r 9. 1975
Resolution No. 85"
Laura Lagios
LL-dg
Att.
cc: Finance Department 0
Note i The 3sadIn Compmy's a*" of the aoatraot is not aipad.
0 CITY OF NEWPORT BEACH
CEi2TIFICATE 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. 17E X
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description:
This is to certify that the TRAVELERS INSURANCE COMPANY
Name of Insurance company)
has issued
AL ASPHALT DIVISION
of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to.which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Coverage
Policy-No.
Policy Term
Limits of Liability
Each Occurrence
Aggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracti
SHOW C
)MPLETE INFORMATION
BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
Limit Bodily Injury
TRNSL
From: 3=1-7q
$ 5oo,0oo Protecti
$1000.000 Products
or Property Damage
01 770 -
To: 3-1 -78
$500 000
$ 500,000 Contract
dorlmen's
TD±t&UB
Fvom: 3-1-7r,
Each Occurrence
Oom n tion
1 1T 6
To: 3-1-7d
I
This policy includes at least the following coverages:
M,
re
ial )
/e
ial
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 Aut6mobiles.
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). Limited incidental coverage under policy noted.
Name of Agency or Broker: MARSH & HCLENNANo INCORPORATED
Address of Agency or Broker: 3303 WILSHIRE BLVD., LOS ANGELESt CALIFORNIA
Telephone No. 380 -1600
Countersigned by:,- Hobert 0. Be11. Jr. 1/ I "LU4 -u •vd"'Xk)
(Authorized Insurance Company Repre entative
Effective date of this endorsement: August 5, , 19 75, Endorsement No. -
i —
September 8, 1975
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: RESURFACING BIRCH STREET - BRISTOL STREET TO MacARTHUR
BOULEVARD 1975 -76 (CONTRACT NO. 1732)
Attached are 4 copies of the subject contract documents. Please
have 3 sets executed in behalf of the City. (The bonding company's copy is
not signed so this copy does not have to be executed by you and the Mayor.)
Retain your copy and the insurance certificate and return the other 3 copies
to this department for distribution.
John S. Wolter
Project Engineer
JSW:h
Attachments
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
RESURFACING BIRCH STREET
BRISTOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
Approved by the City Council
This 14th y of July, 1975..
SUBMITTED BY:
INDUSTRIAL ASPHALT
Contractor
-"0' '- Warner Ave.
A dress
Santa Ana. CA 92705
ity Zip
one
$36,450.00
City Cler Total Price Bid
r
PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RESURFACING BIRCH STREET
BRISTOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and here-
by proposes to furnish all materials and do all the work required to complete Contract
No. 1732 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. 3200 Construct Type III- C2- AR4000 asphaltic
Tons concrete overlay, including tack coat.
@ Eleven Dollars
and
Twenty -five Cents $ 11.25 $ 36,000.00
Per ion
2. 1 Adjust sewer and storm drain
Each manholes to finished grade.
@ Seventy -five Dollars
and
No Cents $ 75.00. $ 75.00
Per Each
3. 5 Adjust water valve, sewer cleanout,
Each survey monument and water meter boxes
to finished grade.
@ Seventy -five Dollars
and
No Cents $ 75,p0
Per Each
r
Li
TOTAL PRICE WRITTEN.IN WORDS:
Thirty -six Thousand Four Hundred Fifty Dollars
and
No Cents
$_362450.00
Industrial As halt
Bid er s Name):
7 -29 -75
Date ut orize ignature
CONTRACTOR'S LICENSE NO. _.275260 TELEPHONE NUMBER (7141- 546 -0622.
CONTRACTOR'S ADDRESS 1401 F_ Warn- Santa Ana, California Q27n5
PR2of2
1MOUS OR 1V45
� e
B /RCH SYRFET IU J
It -_r. \_...� ..
z t
3 Z L
OOYE SL J�JY
Q 1 OUP /G Sr q�q
.VOarr/ Bs+/srOC a j srRSEr ..
T L ,BEE
r
I t
F20M OOYE 8 T.2EE T F�O/Y1 BL - /STOG 9T2EE ?
TD /1iJ4G' G 2T.y!/2 BG YO. TO lJOYE 3T.
TYA /C4L �'TQEET S�G'T /O,C/S
CITY OF NEWPORT BEACH DRAWN--/"(f- DATE
PUBLIC WORKS DEPARTMENT
-7 APPROVED 4y � yJ /f
.V.E'S L/,QF.�I C.E' �/AG CiY QS6T. PU8tIC WORKS ADI+R`E -CTOR
STi t�EE % V iQ�J�TOL. R.E. NO. �BQ6
710 MQC o4AV T/-/LIAO DRAWING NO.,q -,:je- 7 --iAe
0 4
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 29th day of duly 19j�,
at which time they will opened and read, for performing work as follows:
RESURFACING BIRCH STREET -- BRISTOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
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 annU Cor orate Seal
sha 1� b— eyed to__ documents requiring signatures. In the case of a Partners hip,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number :and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0
q
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y the out ern Ca i orm a unapters 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
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. 275260 Classification A
Accompanying this proposal is Bidder's Bond
(Cash, Certified C ec , Cashier's Check or on
i
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, -and agrees to
comply with such provisions before commencing the performance of the work of this xontract.
GULF OIL CORPORATION acting thaough INDUSTRIAL
(714) 546 -0622 a Division of Gulf Oil o oration
Phone Nu er Bi er s Name
(SEAL)
Aug. 18, 1975
Date ut o i e Signature
ack chsel.,,liceiPres., Industria Asphalt
L. M. Baker, Ass't.Secy., Gulf Oil Corporation
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:
R. G. Hunt, President, Industrial Asphalt
L. M. Baker, Ass't. Secy., Gulf Oil Corporation
P. E. Weyrauch, Treasurer, Gulf Oil Corporation
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5
6.
7.
I B,
9.
10.
11.
12.
Gulf Oil Corporation acting through
Industrial As halt
B 1 der 's Name
S /James E. Farrell
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Santa Ana, Caliggrnia Q?7nf;
Address
4 ORIGINAL SEE CITY CLERK'S FILEROPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Gulf Oil Corporation acting through Industrial Asphalt,
That we, a nivisinn of Gulf nil Cnrnnratinn
Page 4
as Principal,
and Federal Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid 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
Resurfacing Birch Street - Contract No. 1732
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 23rd day of
duly
, 19];z_.
GULF OIL CORPORATION
Corporate Seal
(If Corporation)
acting through
INDUSTRIAL ASPHALT,
Division of
Gulf Oil Corporation
Principal
s/Jack M Oechsel, Vice Pres. Industrial_
(Attach acknowledgement of
Attorney -in -Fact) Asphalt, a Division of Gulf Oil Corporation
Jewel J. Block, Notary Public
Commission Expires January 6, 1976
Federal Insurance Company
Surety
Title Attorney -in -Fact
0 9
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.
GULF OIL CORPORATION, Acting through
INDUSTRIAL ASPHAIT� a niv_ of Gulf nil _
Subscribed and sworn to before me
this 28th day of aujY ,
19 .75
My commission expires:
.lulu 6. 1979..
otary Public
FOR GGINAL SEE CITY CLERK'S FILE COO
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Subsidiary of Gulf Oil Corporation
S /James E, Farrell. District Manager
Signed
Page
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.
I97-;; Ctata pf falif nen+ of Transport (2134620 -3030
1974 County of Orange Road Department 834_2OnO
1969 County of Orange Orange Co Airport R34- ?nQ6
1972 City of Orange Strap 431
e
• • Page 8
LABOR AND MATERIAL BOND Bond No. 80655626
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted August 11, 1975
has awarded to Industrial Asphalt, a Division of Gulf'Oi
hereinafter designated as.the "Principal ", a contract for
Bristol Street to MacArthur Boulevard - Contract No. 1732
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 Industrial Asphalt- a Division of Gulf oil Corporation
as Principal,.hereinafter designated as the Contractor and ... .. .
. .....................
Federal Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Dollars ($
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents:
THE CONDITION OF THIS OBLIGATION.IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender,.or other supplies or teams; used
in, upon, for, or about the performance of the work contracted to be done, or for.any
other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee., to be fixed by the Court.as required by the
Provisions of Section 4204 of the Government Code of the State of California.
•e
t • Page.9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 14th day of August , 19 75
OIL
1)
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attest:
City Clerk
DM
USTRIAL ASPHALT, A DIVISION OF
ULF OIL CORPORATION (Seal)
ontractor
FEDERAL INSURANCE COMPANY (Seal)
(Seal)
c ar o - in-Pact
(Seal)
ec
i
2
K °
0
o y
� z
�y
e�
ii
Q
Ki
r
m
m y
m
d y
ys
a °n
° 3
M y
� 7
T �
6
5
� a
i
A 1
P 0
88 G
� G
Q
n�
� b
y
,a
s
s
n
P'
enN
�Gn
P
e
m
0
z
m
4"
z
0
O
k
i
� S o
� B
e
O
0
9
a
a
q
Z
s a
B �
e
s
0
n g
X
n
s�
d
:rt tl
ioi0
a
r� 8
p o
:ry
t3
!� v
a.+
t Y
I �F
i
K
i4
M k,
i4
rr
0
20
Sr O
Q
5
a
e
y
e
•
0
{t a
a:
K
n m
n
6
k
v g
e
O
M0
t F'�
Page. 10
PERFORMANCE BOND Bond No. 80655626
Premium $137.00
KNOW ALL MEN BY THESE PRESENTS, That Executed in Triplicate
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 11, 1975
has awarded to Industrial Asphalt, a Division of Gulf Oil Corporation
hereinafter designated as the "Principal ", a contract for Resurfacing Birch Street
Bristol Street to MacArthur - Contract no. 1732 .
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Industrial Asphalt, a Division of Gulf Oil Corporation
as Principal, hereinafter designated as the "Contractor ", and
Federal Insurance Company
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Thirty Six Thnnaand Fnnr Hundred Fifty and no /100 Dollars ($ 36,450.00 �
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his
or its heirs, executors, administrators, successors, or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the covenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agents, as
therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and virtue.
i
a
I
S
k
0 •
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 14th day of August , 19 75
-,-CUIJ) OIL CORPORATION
L- ASPHALT, A DIVISION OF
CORPORATION
(Seal) _
1)
1)
FEDERAL INSURANCE COMPANY (Seal)
ZLC. I (Seal)
Richard C. Lloyd -7A ney -in-Fact
(Seal)
}'T-
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
STATE OF CALIXORNIA
COUNTY OF.......- ._ °a...A_..Se ee .................""" an.:
On this ... 14- th ..... day of ........ Au& s.t....._........... in the year one thousand nine hundred and ..... S- P— XeUty. ... t.iMe....
before me, ... ..... - ...... - ....................... JeIJ 1...J.e.._B1o. k........................... .............................., a Notary Public in and for the
County of.. L.. A...n ...l..... ......... ......- .- ......residin
Y therein, duly commissioned and sworn, personally appeared Rcha.rd .C.
Lloyd
................ ........ ........... ........ - ...................... _ ......... known to me to be the........ Att¢rney.-ln-FBCt_. .......
....
of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also 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.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of
LOS AD ele3 .the day and year in this certificate first above written.
Ialxx�mmxxlmnmm�nxnnnnnni .- '::WXlxxalalxxlxllnxxNlxllNf; ..._ .....-
JtV-!o P J. BLOCK i ........................ _..........
• -;� Pu91s:•ql@omY Notary Pub c n and for the County of
-@ Principal Office In _ OB . AAgeleB_._.- ......_...S4te of California
My Com is re, ........ k..es fm;eles.Geunty .......
My Commissi ^n E>����s Jenuatr 6 1976 __
y N-xr0 Wu nn- awi.r.¢n �ry u s .
11
CONTRACT
11
Page 12
THIS AGREEMENT, made and entered into this qrH day of ��'tipTES�B�,p 19,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Industrial Asphalt, a Division of Gulf Oil Corporation
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
Resurfacing Birch Street - Bristol Street to MacArthur Boulevard Contract No. 1732 .
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.
•
0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
CITY OF ''NEW__PORT BEACH, CALIFORNIA
By: limg& � ,
mayor
GULF OIL CORPORATION
acting through INDUSTRIAL ASPHALT,
a Division of Gulf Oil £orooration
By: VV • VY'
c M. uecnsei
ce President, Industrial Asphalt
By:
Ass't. Sec . ,Gulf Oil Corporation
it e
I
.a �T
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RESURFACING BIRCH STREET
STOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
INDEX TO SPECIAL PROVISIONS
Page
I.
SCOPE OF WORK . . . . .
. . . . . . . . . . . . . . .
. . . . . 1
II.
GUARANTEE . . . . . .
. . . . . . . . . . . . . . .
. . . . . 1
III.
COMPLETION OF WORK . .
. . . . . . . . . . . . . . .
. . . . . 1
IV.
PAYMENT . . . . . . . .
. . . . . . . . . . . . . . .
. . . . . 1
V.
TRAFFIC CONTROL . . . .
. . . . . . . . . . . . . .
. . . . . . 1
VI.
NOTIFICATION OF RESIDENTS AND BUSINESSES . . . . .
. . . . . . 2
VII.
WATER . . . . . . . . .
. . . . . . . . . . . . . .
. . . . . . 2
VIII.
CONSTRUCTION DETAILS .
. . . . . . . . . . . . . .
. . . . . . 2
A. Asphaltic Concrete
Patching ... . . . . . . . .
. . . . . . 2
B. Asphaltic Concrete
Overlay . . . . . . . . . .
. . . . . . 2
C. Utility Adjustment
to Grade . . . . . . . . . .
. . . . . . 3
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
RESURFACING BIRCH STREET
BRISTOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
I. SCOPE OF WORK
The work to be done under this contract consists of furnishing all labor, equipment,
transportation, material and services necessary to complete asphaltic concrete re-
surfacing and reconstruction as shown on the plans, complete in place, including
all necessary appurtenant work.
Tne contract requires completion of all work in accordance with these Special Pro-
visions, the Plans (Drawing No. R- 5270 -L), and the City's Standard Drawings and
Specifications. The City's Standard Specifications are the Standard Specifications
for Public Works Construction, 1973 Edition. Copies may be purc asTi —edam Bultding
News, Inc., 3055 Overland venue, Los Ange es, 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 30 consecutive
calendar days after award of contract by the City Council.
The contractor shall submit a construction schedule in accordance with Section 6 -1
of the Standard Specifications and the requirements of this section for review and
approval.
IV. PAYMENT
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 Specifications.
•
• SP2of3
Adequate barricades shall be used to insure public safety and to prevent tracking
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 tack
coat.
Work shall progress in such a manner that one lane in each direction shall remain
open to vehicular traffic at all times. The contractor shall post the streets to
be resurfaced twenty -four (24) hours in advance of his resurfacing operations.
The City will furnish the signs; however, the contractor shall insert in black the
date and time of "No Parking ".
VI. NOTIFICATION OF RESIDENTS AND BUSINESSES
Written notices prepared by the City shall be distributed to the affected residents
and businesses by the contractor 36 to 48 hours in advance of the resurfacing. The
notices shall alert the abutting resid ents and businesses of the temporary in-
accessibility 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, acts of God, or other alterations of the distributed
schedule. The City will prepare the written renotifi,cation explaining the cause
for delay and stating the new schedule.
VII. WATER
The contractor shall make his own provisions for obtaining and applying water neces-
sary to perform his work. If the contractor desires to use available City water,
it shall be his responsibility to make arrangements for water purchase by contact-
ing the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, exten-
sion 267.
VI11. CONSTRUCTION DETAILS
A. Asphaltic Concrete Patching
City forces will complete the minor asphaltic concrete patching prior to the
overlaying operations.
B. Asphaltic Concrete Overlay
1. Material - -The asphaltic concrete to be furnished and placed shall- be
Type III- C2- AR4000 in conformance with Section 400 -4 of the Standard
Specifications.
2. Placement - -The asphaltic concrete overlay shall be placed to a compacted
thickness of 2 inches in conformance with Section 302 -5 of the Standard
Specifications.
3. Feather Joins - -The thickness of the asphaltic concrete shall be varied
from 2 inches at 4 or 5 feet from the edge of gutter lip to 3/4 inch at
the edge of gutter. At each end of the work on Birch Street, the asphaltic
• • • SP3of3
concrete shall be feathered to provide a smooth transition to the existing
pavement. At the intersection of Birch Street with MacArthur Boulevard,
the transition shall end in a uniform line along the prolongation of the
westerly curb line of MacArthur Boulevard.
At side street intersections without cross gutters, the asphaltic concrete
shall be feathered to a smooth transition with the existing pavement along
a straight line defined by the end of curve or beginning of curve of the
curb return.
C. 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 facilities. Al-
though 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.
i
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
FOR IMPROVEMENTS IN CONNECTION WITH RESURFAC-
ING OF BIRCH STREET, BRISTOL STREET TO
MACARTHUR BOULEVARD, CONTRACT NO. 1732
WHEREAS, pursuant to the notice inviting bids for
improvements in connection with resurfacing of Birch Street,
Bristol Street to MacArthur Boulevard, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 29th day of July, 1975, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Industrial Asphalt Company of Santa Ana;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Industrial Asphalt
Company of Santa Ana for the work in the amount of $36,450.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ATTEST:
City Cler
ADOPTED this 11th day of August , 1975.
Mayor
DDO /bc
8/7/75
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RESURFACING BIRCH STREET
BRISTOL STREET TO MacARTHUR BOULEVARD
1975 -76
CONTRACT NO. 1732
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PR oft
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and here-
by proposes to furnish all materials and do all the work required to complete Contract
No. 1732 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. 3200 Construct Type III- C2- AR4000 asphaltic
Tons concrete overlay, including tack coat.
@ ZZec& w Dollars
and
Cents
Per ion
2. 1 Adjust sewer and storm drain
Each manholes to finished grade.
@ Dollars
and
Cents
Per Each
3. 5 Adjust water valve, sewer cleanout,
Each survey monument and water meter boxes.
to finished grade.
$ /7 'r $ '3G,000
$ $ %S-�--o
@ Dol l ars
and
Cents $ 7.5 —°
Per Each
i 1
LJ
TOTAL PRICE WRITTEN IN WORDS:
,��/i �y� �iYT�tausir.id �ou2 h�uf/,peed 9Dollars
and
Cents
A
(Bidder's Name
�7-a9-75- ,� f
Date orize ignatu e
��'?/LlCT /✓/i3•J4c -��2
CONTRACTOR'S LICENSE NO. v� % J o2 � d TELEPHONE NUMBER 7/S1- S41e, a
CONTRACTOR'S ADDRESSoJ,
wal-
• •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. nlp.vc=
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder's Name
Type of Organization
(Individual, Co- partnership or Corp.)
Address
y
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Gulf Oil Corporation act
That we, a Division of Gulf_Oi
through Industrial Asphalt,
rooration
Page 4
as Principal,
and FEDERAL INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid 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
Resurfacin4 Birch St. - Contract No. 1732
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,
1 it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
ti
1,
IN WITNESS WHEREOF, we hereunto set our hands and seals this 23rd day of
--July,. — - 19 75
Car pora�te=Sea11 If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
GULF OIL CORPORATION
acting through INDUSTRIAL ASPHALT,
a Division of Gulf Oil Cor oration
Principal
By
6 Title
FEDERAL INSURANCE COMPANY
Surety
0
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
STATE OF CALIFORNIA
COUNTY OF ....... _..._ Los_ Angeles .................. 60.:
On Lhia........ 23rd -day of .............Ja lY ............... in the year one thousand nine hundred and... � SeKT2 tYZ.fi.ve
before me, ... ..... ........ _ ... ............ k .._ ................................................. ......... . a Notary Public in and for the
County of -Los .Angeles - -..... residing therein, duly commissioned and sworn, personally appeared
Richard C. .... Lloyd Attorn ey -in -Fact
..._.....•_ -
................._.._.....known to me to be the..............................._ .._.............._.
of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument. and also 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.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of
Los Angeles .the day and year in this certificate first above written.
Y My Commission
u.are
i
JEWEL J. BLOCK
Notary Pubtic. Caefo.nb
.....- i"nefpal-offlue in
Los Angeles County
in and
PRINTED IN u s .
fs County of
of California
• Certified Copy of
POWER OF ATTORNEY
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street,
New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
Richard C. Lloyd of Los kageles, California
each Its true and lawful Attorney -in -Fact to execute under such designation in Its name and to affix Its corporate seal to
and deliver for and on its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of
Its business, and any Instruments amending or altering the same, and consents to the modification or alteration of any
instruments referred to In said bonds or obligations.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to Its By -Laws, caused
these presents to be signed by its Assistant Vice President and Assistant Secretary and its corporate seal to be hereto
affixed this 16th day of April 19 74
FEDERALINSURANCE COMPANY
By
STATE OF CALIFORNIA, )
County of Los Angeles, 1}
Allan E. Bair
Assistant Vice - President
Rotha E. Coe
Assistant Secretary
On this 16th day of April, 1974 before me personally came Rotha E. Coe, to me known
and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described In
and which executed the foregoing Power of Attorney and the said Rothe E. Coe being by me duly sworn did depose
and say that she resides In the City of Los Angeles, In the State of California; that she Is Assistant Secretary of the
FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing
Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company by like
authority; that she Is acquainted with Allan E. Bair and knows him to be Assistant Vice - President of said Company, and
that the signature of said Allan E. Bair subscribed to said Power of Attorney Is In the genuine handwriting of said
Allan E. Bair and was thereto subscribed by authority of said By -Laws and in deponent's presence.
O``o'ry.g Aill -•rte
tj`�e \`',�\Vlo teapot$ �Cr
e
o e m
a u IC
i b
b
t °only
,,•y�g� j �Nar(
Acknowledged and Sworn to before me
^ on the date above written
Notary Public
FORM 12510 (ED. I.fa) PSD 42 s (t°N)
0 0
CITY AND COUNTY OF LOS ANGELES: ss
I, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the
following is a true excerpt from the By -Laws of the said Company as adopted by Its Board of Directors on March 11, 1953
and amended May 27, 1971 and that this By -Law is in full force and effect.
"ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and
on behalf of the Company which It Is authorized by law or Its charter to execute, may and shall be
executed In the name and on behalf of the Company either by the Chairman or the Vice - Chairman
or the President or a Vice - President, jointly with the Secretary or an Assistant Secretary, under
their respective designations, except that any one or more officers or attorneys -in -fact designated
in any resolution of the Board of Directors or the Executive Committee, or in any power of attorney
executed as provided for in Section 3 below, may execute any such bond, undertaking or other
obligation as provided In such resolution or power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed
in the name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the
President or a Vice - President or an Assistant: Vice - President, jointly with the Secretary or an
Assistant Secretary, under their respective designations."
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original
thereof and the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of
Attorney has not been revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety
business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the
Provinces of Canada with the exception of Prince Edward Island; and Is also duly licensed to become sole surety on
bonds, undertakings, etc., permitted or required by law.
Given under my hand and seal of said Company at Los Angeles, California, this 23rd day of
July 19 75
Assistant Secretary
0 0
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 %Y�day of
19'75 .
My commission expires:
Y. u .................................... .................. \\.u1 \ \1 \ \1 \\ \11111
..... _ OFFICIAL SEAL
ELAINE L. TAYLOR
NOTARY PUBLIC. CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires July 6. 1979
P : .........................
GULF OIL CORPORATION, Acting through
INDUSWIAL ASPHALT, a Div. of Gulf Oil
" ELAINE L TAYLOR
Notary U lic
0
0
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
i
The undersigned submits herewith a statement of his financial responsibility.
�v c3 5 / ,&i "9izr o"= 67 4/- Ova
Signed
0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
0
Page 7
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1 X13 -
j 9 % S �f67� o ff; tea,? v, r iE1p /• i Tea �/s Ctr ef47io / G� -s'o
aG U�4v�� U,eewde- t'v. fii���f J S d2aod
iile4t1v6; G
igne
0
}
N
O
to
r
y
t,
2
J
of
'•W�j1
V
k
d
3
h
'�Z N
V W
6 W
F-02
F U W
m
0
W
u
x
N
to
11911111NI
iuwaii�imt
u
I�IIIIIiIIIlAN�11B1�
IIIIIIIIIYINII�I
��
Il�lll�lllr�ll
�nm�
m■enm�i��
I�!!��llll�llllll�llflll�
��eAAennegm�nrn�
�IRIIIIIINIIItlIIIAlllllll
enennwnn_uuue
MEN=
0
W
u
x
N
to
I
h
I
J
i
1
t
k,
L
ti
L
H
J
d
z
ti
02
F U W
I
'
Q
I
h
I
J
i
1
t
k,
L
ti
L
H
J
d
z
ti
02
F U W
0
t-
W
u
x
to
Ilp�llltl�
Ilflll�
'�IIIINNIIN
�mnaimmnmmm�
�I�II�II�INIIIIIINIIIII�IIINII�
�I�IIlIIIIIIIIIIdB�I�lAlll
�1
lJ
@IIEIIIIIIIIILIIIIIIIIIIII�I
0
t-
W
u
x
to