HomeMy WebLinkAboutC-1748 - Balboa Island Alley improvements 1975-76WN
F
MAR 8190
By i6 CITY CO:.,"C:..,.
TO: CITY COUNCIL
FROM: Public Works Department
March 8, 1976
CITY COUNCIL AGENDA
ITEM NO. H -12
SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS - BALBOA ISLAND, 1975 -76
(Contract No. 1748)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the improvement of two alleys on Balboa Island
has been completed to the satisfaction of the Public Works Department.
Bid price $17,819.25
Amount of unit price items constructed 17,289.23
Amount of change orders None
Total contract cost 17,289.23
Funds were budgeted in the Annual Street and
Alley Program (Account No. 02- 3375 -014)
The design engineering was performed by the Public Works Depart-
ment.
The contractor is Markel Cement Contracting, Inc. of Costa Mesa,
California.
The contract date of completion was February 20, 1976. The work
was completed on February 17, 1976.
oseph T. Devlin
ubl i c klo)ks Director
G D:jd
d
A
DEC 2 21975 RESOLUTION NO. 8 6 6 '7
By fhe CITY COUNCIL
CITY 0" 0"O"T MACH A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
FOR ALLEY IMPROVEMENTS, BALBOA ISLAND 1975 -76,
CONTRACT NO. 1748
WHEREAS, pursuant to the notice inviting bids for
work in connection with alley improvements, Balboa Island
1975 -76, in the City of Newport Beach, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 9th day of December, 1975, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is Markel Cement Contracting, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Markel Cement
Contracting, Inc. for the work in the amount of $17,819.25
be accepted, and that the contract for the described work
be awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach, and that the City Clerk
be directed to furnish an executed copy to the successful
bidder.
ADOPTED this 22nd
ATTEST:
City Clerk
day of December , 1975.
DDO /bc
12/19/75
D «.L 1975 December 22, 1975
By r(,v - %JUNQIL CITY COUNCIL AGENDA
CITY 01� 4WW0047 REACF) ITEM NO. G -3
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS -- BALBOA ISLAND, 1975 -76 (Contract No. 1748)
RECOMMENDATIONS:
1. Reject the bid received from Bullsaki Framers.
2. Adopt a resolution awarding Contract No. 1748 to Markel Cement
Contracting, Inc. for $17,819.25, and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
Three bids were received and opened in the office of the City Clerk at
10:30 A.M. on December 9, 1975.
Bidder
Amount Bid
1.
Markel Cement Contracting,
Inc., Costa Mesa
$17,819.25
2.
N.D.L. Cement Contractor,
La Habra
23,749.00
3.
Bullsaki Framers, Newport
Beach
29,433.75
Bullsaki Framers has only a "B" classification State contractor's license.
The Contractor's State License Board has indicated that a "B" license classification
does not qualify a contractor for bidding this type of construction.
The low bid is 13.6% less than the engineer's estimate of $20,626.
This project provides for reconstruction of two alleys on Balboa Island.
City forces have replaced the concrete sewer mains and laterals in these alleys.
Funds have been provided for this work in the Annual Street and Alley Pro-
gram, Budget Number 02- 3375 -014.
The low bidder has satisfactorily performed similar work for the City in
the past.
The estimated date of completion is February 20, 1976. The plans and
specifications were prepared by the Public Works Department. An exhibit is attached
showing the locations of the project.
l
J seph T. evlin
l P blic Works in
� B:jd
Att.
fl
Dot
Q
O N
H
Z
J�<uj
a � �
of
WWaw
co J
J
a
1: U`i 4 .75
By 'i:;3 Z;: i : e"'OU 4.' "!L
TO: CITY COUNCIL
November 24, 1975
CITY COUNCIL AGENDA
ITEM N0. H -9
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS - BALBOA ISLAND 1975 -76, C -1748
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids
to be opened at 10:30 a.m. on December 9, 1975.
DISCUSSION:
This project provides for reconstruction of two alleys on
Balboa Island. City water and sewer crews have replaced the concrete
sewer mains and laterals in these alleys.
The estimated cost of the work is $20,600. Funds have been
provided in the Annual Street and Alley Program, Budget Number 02- 3375 -014.
The plans and specifications were prepared by the Public Works
Department.
The estimated date of completion is February 20, 1976. An
exhibit is attached showing the locations of the project.
Joseph Devlin
Public ks Director
--/AB : hh
Attachment
2G= b v
'1l
V ,
i
fl
i
• - �Z1J� - -- �7..'l Cll �I
a
"mss
,o
Q
O N
F-
z
J oW LU
~_
cc
a ^.
V
WW<
p] J
J
Q
O
k
CALIFORNIA
COUNTY OF_ ......... _ .oFa11$e ..................... 1 as.
On this ..... 901. ...... day ofDeCeIO 9K......_.._..in the.year one.
Dmwnmm�mmnlmmmpummme� ,y�,i,iyn�mimmnnnm'
OFFICIAL SEAL
D. CAROL LEAVITT
• NOTARY Pu811C-CALIFORNLa
PRINCIPAL O/i1Ct IN
ORANGE COUNTY
C0mMbtton EWr" June 20. 1978 c
IINIYIIn.IIYI�
nine hundred and.. Seventy -f iyE..__.. before me,
Notary Public in and for said County, residing therein, duly
commissioned and sworn, personally appeared ........ F. ..... Harned --- Davin ...............
known.to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
Cony, the Corporation described in and that executed the within instrument, and
also known to me to be the person...... who executed it on behalf of the Corporation
therein named, and ......he....., acknowledged to me that such Corporation executed the
same.
l►/� �/�/6,r I have hereunto set my hand and affixed my
Official Seal, at my office, in the said County, the day and year in this certificate first
above wrrtleo.
My Commission will Expire ...... ....... ...................................
Ps" 84667 -41 PdnW In U. S. A; 3-'67
Notary Public in said for said Comry, State of Caliromia
•.e ....0 ..:.Si u.La1 _ `I ..
��_+•.�6..'.. ... ..r �•-
-ae...
n_�.?_.. -.• y�...a. -� ggsw
r'
March 26, 1976
Markel Cement Contracting Company
P. O. Box 1936
151 Commercial Way
Costa Mesa, CA 92626
Subject: Surety Hartford Accident and Indemnity Co.
Bonds No. 500 5339
Project Alley Improvements, Balboa Island
1975 -74
Contract No.: 1746
The City Council on March S. 1976 accepted the Work of subject'
project and authorised the.City Clerk 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 March 10, 1976, in Book 11669, Page 625. Please notify
your surety company that bonds may be released 35 days after
recording date.
Doris George
A&tdmq City Clerk
awk
cc: Public Works Department
PLEASE R-TURN 10: R�CQ A
�g CITY CLERK PUFS � 9 1058,4
c;n c:- :: 'V" ?alu FZACi ar EXEMPT
NEY'P� %71--QCN, CALIF. 92660 NOTICE OF COMPLETION
PUBLIC WORKS
A 116155% 625
LRECORDED FFICIAL RECORDS
UN TY; CALIFORNIA
AR 10 1976
LE, Canty Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Twnlhn rAInnel17�
P J g` Allah Tm�rnvPmantu� Ralhna Tsl and] 1Q7 S_76
on which Markel Cement�oatrar *��g�..pn=y
was the contractor, and Hartford Accident and Tndemnity Cn_
was the surety, was completed.
V ERIFICATIf
I, the undersigned, say:
CITY OF 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 March 9, 1976 at Newport Beach, California.
r
V ERIFICA
I, the undersigned, say:
Acting
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on March R, 1976 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 MArrh 9, 1976 at Newport Beach, California.
0 0
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: Mareb 9. 1976
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Ailey Improvements, Balboa Island,
1975 -76 Contract No. 1768
on which Martr.t C.�m.wt. nentraetifte r& on3E was the Contractor
and sy Una.1 was the surety.
Please record and return to us.
LL:
Encl.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
CITY WEWPORT BEACH - PUBLIC WORKS OWTMENT
MEMO
TO: i Ty Ct ell[- Date .'fAw�yavl`I "1�!`►ilo
FROM: At bp, m ac-,
SUBJECT: 3rvtP2o�/fvnturs ^PJ/Lt.Y3OA JS�A -+�� C -1148
Copies To: Fi.L. g r�y^��+
Si g7fed
i
PUT IT IN WRITING . . . . . . 'WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1.748
Project AUW byeawarAfts - Balboa I♦IMd# 2975 -76
Attached is sig
Contractor:
Address:
Amount: $
Effective Date:
Resolution No.
ned copy of subject contract for brace
Hwdaal Own* owtvaotime Xw.
P. O. HOU 1936. Onta ftaa, CA 92626
17819.23
1-9-76
8667
i
Laura Lagios
LL-dg
Att.
cc: Finance Department
I
VERIFICATION OF INSURANCE
f- CITY OF NEWPORT BEACH
TO: C/O City Clerk
3300 Newport Blvd.
Newport Beach, Calif. 92660 J
We, the undersigned, hereby certify that the following described insurance is in force at this date, of which
is insured with Underwriters at Lloyd's, London
is insured with Certain Insurance Companies, London, England
100 % is insured with MISSION INSURANCE COMPANY
Name of Assured: MARKEL CEMENT CONTRACTING, INC.
Address of Assured: P.O. BOX 1936
COSTA MESA, CALIF.
Location of Risk:
Kind of Insurance: UMBRELLA LIABILITY
Policy or Certificate No: M 830340
Period: 1 YEAR From: APRIL 1, 1975
RECEIVED `C
PUBLIC WORKS
JAN 6 19761-.
Cm OF
L fF ". /
To: APRIL 1, 1976
Limits of Liability: $1,000,000 EXCESS OF UNDERLYING INSURANCE OR DEDUCTIBLE OR DEDUCTIBLE
AMOUNT. NAMED AS ADDITIONAL INSURED, BUT ONLY AS RESPECTS TO OPERATIONS OF
THE INSURED. _
This document is furnished to you as a matter of information only. The issuance of this document does not make the
person or organization to whom it is issued an additional assured, nor does it modify in any manner the contract of insurance
between the Assured and the Underwriters. Any amendment, change or extension of such contract can only be effected by
specific endorsement attached thereto.
For particulars concerning the limitations, conditions and terns of the coverage you are referred to the original Policy
or Policies in the possession of the Assured.
The undersigned will have no responsibility to give notice of cancellation of this insurance except to the extent spe-
cifically provided herein, nor are we Insurers, however Insurance has been effected by Sayre & Toso, Inc.
30 DAY NOTICE OF CANCELLATION
SAYRE & TOSO, INC.
Dated at ORANGE, CALIFORNIA PECEgBER 29, 19 q-&-_ By ,/
,aT 524 -0 112 -e81
P.A. PRAGER - TRANS REPUBL .
0 S ANGELES SAN FRANCISCO - PORTLAND - SEATTLE D_EN.VER Hi
:;;
°-
;�����
-Y
L -929 ED. 20F9 (SET) - - Q L.929111 ED. 2/73 I11GLE.1
RELIANCE
1 INSURANCE COMPANY
CERTIFICATE OF
Philadelphia, PA
INSURANCE
UNITED PACIFIC
6 INSURANCE COMPANY
Home Office— Tamma, Wash.
Administrative Offices — Philadelphia, PA
Coverage is provided in the Company des-
�t ignated by Number. Each is a Stock Incur
ante Company, herein called the Company.
This Certificate is mailed to:
F ity of Newport Beach
THIS CERTIF I ES that the Company indicated above has issued,
C/O City Clerk
to the insured named herein, policies of insurance which provide
3300 Newport Blvd.
coverage as indicated below. Such policies are subject to the pro -
Newport Beach, Calif. 92660
visions, conditions and limitations contained therein.ThisCertif-
THE ABOVE IS NAMED AS "ADDITIONAL INSURED" BUT Irate Insurance does not in any way amend, extend, alter or
�rs�
vary the coverage afforded by the policy or policies referred to
LONLY AS RESPECTS TO OPERATIONS URED. herein. It is simply a synopsis or summary of the actual insurance
contract.
The Insurance Company indicated above will make every effort to give written notice by regular mail to the above named holder of this
Certificate of any material change in or cancellation of these policies, but assumes no liability for failure to do so or for any error.
HAZARDS
POLICY
EXPIRATION
BODILY INJURY LIABILITY LIMITS
PROPERTY DAMAGE LIABILITY LIMITS
EACH OCCURRENCE
EACH OCCURRENCE
AGGREGATE
NUMBER
DATE
E
Premises— Operations
LP327 665
411/76
$500,000
;lop_OOO
N
E
Escalators
x x x
R
A
Sub -let Operations
LP3275665
4/1176
$500,000
1 OW)
L
Products — including
Aggregate Limit:
L
I
Completed Operations
LP3275665
411176
A
B
Contractual —As
L
described below
V
I This coverage is provided under: JaComprehensive, ❑
Schedule Policy
HAZARDS
POLICY
EXPIRATION
BODILY INJURY LIABILITY LIMITS
PROPERTY DAMAGE LIABILITY LIMITS
EACHPERSON
EACH OCCURRENCE
EACH OCCURRENCE
AGGREGATE
NUMBER
DATE
A
U
Owned Automobiles
x x x
T
0
Hired Automobiles
It
u
n
It
n
x X x
M
O
Non -Owned Automobiles
n
n
u
u
n
x x x
B
I
L
This coverage is provided under: FMI Comprehensive, ❑ Schedule Policy
Workmen's Compensation
'WC 491 74 251
Compensation— Statutory Limit
E.L. Limit: $
a a
Burglary
Form:
Amount
Name of Insured and Address: Markel Cement Contracting, Inc.
P.O. BOX 1936
-I
Costa Mesa, Calif.
RECEIVED � =�,
Location of Risk and Description of Operations:
R1(
JAC6
ALLEY IMPROVEMENTS - BALBOA ISLAND 1976.
1975-'76
Oer OF
CAUf, J
Description of Specific Contract(s) for which Certificate is issued (Indicate Types of Agreements, Party or Parties, and Dates): N �:_
CONTRACT # 1748
By Authorized
ntative:
L -929 ED. 20F9 (SET) - - Q L.929111 ED. 2/73 I11GLE.1
CITY OF NEWPORT BEACH
CERTIFSE OF INSURANCE FOR CONTRACT WOOFOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1748
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description:ALLEY IMPROVEMENTS - BALBOA ISLAND, 1975 -76
This is to certify that the UNITED PACIFIC
of insurance
has issued to
ddress of I
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
ol cy o.
o icy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracti
HOW C
MPLETE INFO
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From:4 /1/75
$ 100,000 Protecti
Limit Bodily Injury
P3275665
$— TUff-MU— Products
or Property Damage
To: 4/1/76
$500,000
$_TGU_Ol_Contract
Each Occurrence
This policy includes at least the following coverages:
re
ial )
to
aal
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned; Htred and Non =Owned Automobiles. -
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations. co
e. Explosion and Underground Hazards (when applicable). rJ f. Personal Injury Hazards.
ECEIVED Y�
g. Broad Form Property Damage. IC
h. Marine or Aviation (when applicable). FORKS
Name of Agency or Broker: E 197641.. .�
Address of Agency or Broker:
Telephone No.
Countersigned
NEWPORT
Effective date of this endorsement: 12/29 19_Z.E_, Endorsement No 19
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
Approved by the City Council this
24th day of November 1975.
v1 ae— a- -a-7
Laura Lagios,, City Clyrk
CONTRACT NO. 1748
SUBMITTED BY:
MARKEL CEMENT CONTRACTING, INC.
Contractor
P.O. Box 1936
151 Commercial Wav
Address
Costa Mesa California 92626
City Zip Code
NoN -0
P one 568
17.819.
ota Bid 25. Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 9th day of December , 19 75,
at which time they will be opened and read, for performing work as follows:
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
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 e Co_rPorate Seal
shall b�ixed to aTl�cuments re— q�uir g signatures. In the case of a ar>s 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.)
i •
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e Sout ern California Chapters of the AmericTn
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.
i
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. 287 486 Classification C -8
Accompanying this proposal is B'd
Ws Certifie Check, Cashier's Check or Bon
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.
646 -0568
Phone Number
12 -8 -1975
Date
_,A "rLsC,MENNT CONTRACTING. INC.
(SEAL)
s/Cha l
Authorize Me
ure
Authorized Signature
Cnrnnratinn
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:
i •
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. Demolition & Grading CBS 1122 Liberty Lane, Anaheim
2.
3.
4. Engineering Don Stevens Eno.. 1828 Fullerton Ave.. Costa Mesa
5.
6.
7.
8.
9.
10.
11.
12.
S /Charlie Markel
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
rnqta MAqA_ Cal 92626
ddress
0 ORIGINAL SEE CITY CLERK'S FILROPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, MARKEL CEMENT CONTRACTING, INC. , as Principal,
and HARTFORD ACCIDENT AND INDEMNITY COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent
of Amount Bid Dollars ($ 10% amt. 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 SUCH,
That if the proposal of the above bounden principal for the construction of
ll, , ,,. , „ 1, mrb:
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 9th day of
December 1975 . .
Corporate Seal (If Corporation)
MARKEL CEMENT CONTRACTING INC
Principal
(Attach acknowled ement of
Attorney -in -Fact
D. Carol Leavitt, Notary Public
HARTFORD ACCIDENT Nan TNpFmNITY COMPANY
Commission Expires June 20,.1978. Surety
BY q/'_ Harried navic
Title Attorney -in -Fact
• 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.
this Rth day of December ,
S /Charlie Markel
S /Jeanne E. Achtien
Notary Public
FOR ORIGINAL SEE CITY CLERK *ILE COPY
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
On file with City Clerk.
S /Charlie Markel
Signed
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.
Over 1,450 Public and Private Works Jobs in the past six years.
S/Charlie Mar
igrte
EXECUTED IN DUPLICATE*
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
No. 500 53 39
Page. 10
Premium: $89.00 /Term
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted December 22, 1975
has awarded to MARKEL CEMENT CONTRACTING, INC.
hereinafter designated as the "Principal ", a contract for Alley Improvements- -
Balboa Island 1975 -76 (Contract No. 1748)
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
Narkel Cement Contracting, inc-
as Principal, hereinafter designated as the "Contractor ", and
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
& 21,100
Seventeen Thousand Eight Hundred Nineteen Do ars ($
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
6 i
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 insthument has been duly executed by the Principal and Surety
above named, on the 22nd day of December , 19L7_5.
vsr e e L {ocan/•
ontrac or
kaeai�
Surety
I
STATE OF CALIFORNIA
( ss.
COUNTY OF ................. O.xang9....................
On this ....... 22Ra „day of..D9;;.9.I1beT .......... in the year one thousand nine hundred and..Seventy- five_... , before me,
.............................. D . ...... Caral ... Leavitt ......... a Notary Public in and for said County, residing therein, duty
p°I°"®"""mAmrt' ""mw"mmr * n . wmmrmmmmmro
g � OFFIGAL. SEAL
D. CAROL LEAVITT
ire NOTARY PUBLIC- CALIFORNIA
PRINCIPAL OFFICE IN
•,.
OR COUNTY
lAY Jommission Expires June 20, 1978
nn::::::,::: ", 111,:::: u,:::,,,,u...... ,,,uu:::,.. +n..... ,:nrvununu:::n
commissioned and sworn, personally appeared......BeI*Y... L.,, YOSt
known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
Company, the Corporation described in and that executed the within instrument, and
also known to me to be the person...... who executed it on behalf of the Corporation
therein named, and ......he...... acknowledged to me that such Corporation executed the
same.
"�/
9.iL (. itnS & (d]M&4, I have hereunto set my hand and affixed my
Official Seal, at my office, in the said County, the day and year in this certificate first
above written.
. My Commission will Expire ................ ...............................
Form S- 3663 -0 Printed iu U. S. A. 3 -'67
....................... ..............
Nom, Public in and foc said County. State of Catifot. is
EXECUTED IN DUPLICATE Id No. ._500 53 39
Page.8
LABOR AND MATERIAL BOND Premium Included in Perfor-
mance Bond .
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted December 22, 1975,
has awarded to MARKEL CEMENT CONTRACTING, INC:
hereinafter designated as.the "Principal ", a contract for Alley Improvements- -
Ralhnn Island 1975 -76' (Contract No. 1748)
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
Markel Cement Contracting, Inc.
as Principal, hereinafter designated as the Contractor and
Hartford Accident and Indemnity Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
redone and_63 /100Dollars ($8;909:63----- - - - - --
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.
4
• 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 22nd day of December , 1915_.
Ms ntractin¢_ Inc(Seal).;,
_�Sealy' _
Contractor
(Seal)
ApprMfa
'dye
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attest:
City Clerk
t STATE OF CALIFORNIA
ss
Oran a .
t COUNTY OF. ..............._.... .....5......._........_........
On this. 22�.......day of DeCembeT ...in the year one thousand nine hundred and .... SEVeAty —fiVe before me,
D. Carol Leavitt a Notary Public in and for said County, residing therein, duly
commissioned and sworn, personally appeared.... Becky L. Yost
.............................
known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity
Wrxunrrrnan,,,,,m,,,,n,mnn n ... ,,,a� Company, the Corporation described in and that executed the within instrument, and
OFFICIAL SEA! �w�a0-� also known to me to be the person...... who executed it on behalf of the Corporation
D. CAROL LEAVITf therein named, and ......he...... acknowledged to me that such Corporation executed the
NOTARY PUBL!C'CALIFORNIA ?
PRINC IPAL OFFICE IN Same.
' ORANGE COUNTY /. 1��F„n�f
�r. ;fission EORANs June W.[L[lLaa. W /ur/er+/(r..r I have hereunto set my hand and affixed my
mnuuanucinunnnnwlininu ::uuu,u,xmruZ�mur �8J .
Official Seat, at my office, In the said County, the day and year In this certificate first
above written. 1
't'4y Commission will Expire ................. ............................... .. ..%G.c..c.i`9
For. 8- 3663 -0 Printed in U. S. A. 3-'67 Notary Public in and for said County, State of California
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this -1TH day of � J/y u h Y , 191±9
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and MARKEL CEMENT CONTRACTING, 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
Alley Improvements -- Balboa Island 1975 -76 (Contract No. 1748)
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 NEWPORT BEACH, CALIFORNIA
%
By i
ay r
ATTEST:
Markel Cement Contracting, Inc.
Contractor'
(SPLW -
By,
Pre
Bye
Sec etary
it e
-j
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
oRnoncni
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR i 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 and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1748
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
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION UNIT
UNIT PRICE WRITTEN IN WORDS PRICE
TOTAL
PRICE
1.
7,450
Construct 6" thick P.C.C. alley pave -
Square Feet
ment.
@ One Dollars
and
Sixty -Five Cents $ 1.65 _
$ 12,292.50
Per Square Foot
2.
3
Construct 6" thick P.C.C. alley
Each
approach over native soil.
@ Three Hundred Twenty -Five Dollars
and
No Cents $_325.00
$ 975.00
Per Each
3.
860
Construct 8" thick P.C.C. street
Square Feet
pavement.
@ Two Dollars
and
Fifty Cents $ 2 SO $ _
Per Square Foot
0 0
PR2of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 240 Construct 4" thick P.C.C. garage
Square Feet approach in alley areas.
@ One Dollars
and
Ten Cents $ 1.10 $ 264.00
Per Square Foot
5. 160 Construct 4" thick P.C.C. sidewalk.
Square Feet
@ One Dollars
and
Ten _Cents $ 1.10 $ 176.00
Per Square Foot
6. 53 Construct variable height Type "B"
Linear Feet P.C.C. curb.
@ six Dollars
and
No Cents $ 6.00 $ 318.00
Per Linear Foot
7. 41 Construct 6" Type "A" P.C.C. curb
Linear Feet and gutter.
@ Seven Dollars
and
Twenty -Five Cents $ 7.25 $ 297 25
Per Linear Foot
8. 520 Construct 4" thick A.C. garage
Square Feet approaches and joins in alley
areas.
@ Two Dollars
and
Five Cents $ 2 06 $ 1,066 nn
Per Square Foot
9. 170 Construct 6" thick P.C.C. Type II
Square Feet residential drive approach.
@ One Dollars
and
Sixty -Five Cents $ 1.65 $ 280.50
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS:
Seventeen Thnusand Fight Hundred Nineteen D011arS
and
Twenty -Five Cents $ 17,819.25
PR3of 3
CONTRACTOR'S LICENSE NO. 287486
TELEPHONE NUMBER 646 -0568
19 -R -1975
Date
MARKEL CEMENT CONTRACTING INC.
Bidder's Name
S Charlie Markel
Authorized Signature
CONTRACTOR'S ADDRESS 151 Commercial Way, Costa Mesa, CA 92626
0 0
INDEX
TO
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . .
II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
III. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . .
IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . .
V. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . .
VI. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . .
VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . .
VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
IX. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . .
1. Pavement Removal, Excavation, and Subgrade Preparation . . . . .
2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . .
3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . .
4. Adjustment of Various Walks, Landings, Fence Supports, etc. . .
5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . .
6. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . . . .
7. Protection of Existing Property Line Monuments . . . . . . . . .
8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . . .
aq'��m-
Page
1
1
1
2
2
2
3
3
3
3
3
3
4
4
4
5
5
5
n
16J
• SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
I. SCOPE OF WORK
The work to be done under this contract consists of constructing Portland cement
concrete alley pavement and approaches, constructing portland cement concrete or
asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes
and structures to grade, and other incidental items of work. Also included is
street reconstruction at the ends of various alleys. The work is located in two
alleys on Balboa Island.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions, the plans (Drawing No. A- 5075 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are Standard S ecifications for Public Works Construction, 1973 Edition.
Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special
Provisions and Standard Drawings 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 AND SCHEDULE OF WORK
The contractor shall prepare a written schedule of work incorporating the follow-
ing requirements:
1. All work shall be completed in the Balboa Island alleys by February 20, 1976.
2. Sixteen (16) consecutive calendar days will be allowed for removals and to
construct the Portland cement concrete pavement in each alley and the alley
approach at each end of the alley. The alley approach shall be considered to
include the adjacent portion of the street pavement to be reconstructed. Also
included in this time will be the completion of P.C.C. garage approaches and
sidewalk, the A.C. garage approaches and feather joins..
In summary, the above requirements mean that the contractor will be allowed a
maximum of sixteen (16) consecutive calendar days to complete all the construc-
tion work in each alley. The periods specified for construction work include
curing time for new portland cement concrete improvements.
- , SP 2 of 5
This means that each alley and every garage approach with access from that alley
must be returned to normal vehicular use within 16 consecutive calendar days from
the day it is first closed to such use. The contractor must employ sufficient
men and equipment to meet this sche4.le. If it becomes apparent during the course
of the work that the contractor w - t be able to meet this schedule, he will
be prohibited from starting work in A, t: nal alleys until he has exerted extra
effort to meet his original schedule a4-0-has demonstrated that he will be able
to maintain his approved schedule in the future. Such stoppages of work shall in
no way relieve the contractor from his overall time of completion requirement,
nor shall it be construed as the basis for payment of extra work because addi-
tional men and equipment were required on the job.
The contractor will be assessed $100 per day (including Saturdays, Sundays, and
holidays) liquidated damages for each day in excess of the 16 consecutive calendar
days allowed for 100% completion of the construction work in each alley and the
alley's return to normal vehicular use. Additional liquidated damages, as covered
in Section 6 -9 of the Standard Specifications, shall be assessed for failure to
complete the project by February 20, 1976.
The intent of this section of the Special Provisions is to emphasize to the con-
tractor the importance of prosecuting the alley construction in an orderly, pre -
planned, continuous fashion so as to minimize the time an alley is closed to
vehicular traffic.
IV. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications. As necessary, streets may be restricted to one
traffic lane, controlled by flagmen, during construction hours; but it must be
restored to two -way traffic at the end of each working day and on weekends and
holidays.
V. NOTIFICATION TO RESIDENTS
The City will mail a preliminary notice to all residences affected by this work.
Between 40 and 55 hours prior to closing a particular alley to vehicular traffic,
the contractor shall distribute to each affected residence a written notice stating
when construction operations will start and approximately when vehicular access-
ibility will be restored. The written notice will be prepared by the City,, and
the contractor shall insert the applicable dates at the time he distributes the
notice. Errors in distribution, false starts, acts of God, strikes, or other
alterations of the schedule will require renotification using an explanatory letter.
This letter will also be prepared by the City and distributed by the contractor.
VI. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. Known utilities are indicated on
the Plans. Prior to performing construction work, the contractor shall be respon-
sible for requesting each utility company to locate its facilities.
Construction of the alley structural sections will cause work to be performed
very near existing sewer and water lines and their connections. The contractor
shall protect in place and be responsible for, at his own expense, any damage
to any utilities encountered during construction of the items shown on the Plans.
VII
CONSTRUCTION SURVEY STAKING
• SP3of5
Field surveys for control of construction shall be the responsibility of the con-
tractor. All such surveys including construction staking shall be under the super-
vision of a California licensed land surveyor or civil engineer. Staking shall be
performed on all items ordinarily staked at intervals normally accepted by the
agencies and trades involved. Payment for construction survey staking shall be
considered as included in the various items of work and no additional allowance
will be made therefor.
VIII. 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's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221.
IX. PAYMENT
All incidental items of work not separately provided for in the proposal shall be
included in the various items of work, and no additional payment will be allowed.
X. CONSTRUCTION DETAILS
1. Pavement Removal, Excavation, and Subgrade Preparation
Existing portland cement concrete or asphalt concrete improvements to be removed
shall be sawcut a minimum of 2 inches deep along property lines, join lines, at
the locations beyond property lines as shown on the Plans, or as directed by the
engineer. Final removal at the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. It is emphasized that edges created by other means
or final removal accomplished by other means will not be acceptable, and hard
blow pavement breakers, such as stompers, will not be permitted on the job.
The contractor shall prepare the subgrade in conformance with Section 301 of the
City's Standard Specifications.
Payment for pavement removal, excavation, and subgrade preparation will be con-
sidered as included in the unit prices paid for the corresponding or associated
items of work.
2. Portland Cement Concrete
Portland cement concrete furnished for construction of all alley pavement, street
pavement, alley approaches, garage approaches, sidewalks, and curb and gutter
shall have a B or C gradation and shall attain a minimum modulus of rupture of
600 psi (tested in conformance with ASTM designation: C78 -64) within 28 days
after placement. Portland cement concrete shall be securely barricaded immediately
after placement and no vehicular traffic will be allowed thereon until beam tests
yield a minimum modulus of rupture of 450 psi.
In view of the P.C.C. strength requirements described above and the schedule of
work limitations described in Section III of these Special Provisions, the con-
tractor may find it necessary to add additional cement, use special aggregates,
• SP4of5
or use admixtures to meet the specifications. The intent of these Special
Provisions is that the contractor prepare his bid in conformance with these
strict limitations.and no additional compensation will be allowed for the
extra materials that may be required to meet these conditions.
The contractor will be permitted to use concrete pumping methods to facilitate
concrete placement. Pumping concrete through aluminum pipe will not be permitted.
Overhead screeds will be required at the flow line.
A 12 -inch wide smooth trowel surface shall be constructed along the flow line
(centerline) of each alley. The remainder of the alley surface shall be light
broom finished.
All sidewalk or drive approaches that extend beyond the street or alley right -
of -way shall have a cold joint or if placed monolithic a minimum 2" deep
saw cut within 24 hours at the right -of -way line.
Contact joints shall be constructed in conformance with the City of Newport
Beach Drawing No. STD - 120 -L. Street joints shall be constructed where shown on
the Plans. Alley joints shall be constructed in conformance with City of Newport
Beach Drawing No. STD - 119 -L. Special care shall be taken to locate weakened
plane joints at water meter boxes, power poles, and all other critical locations.
3. Alley Approaches
Portland cement concrete alley approaches shall be constructed in accordance
with the City of Newport Beach Drawing No. STD -117 -L with the following ex-
ceptions:
(a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick
layer of aggregate base will not be required.
(b) Curb return radii shall be 5 feet unless otherwise indicated on the
plans or directed by the engineer.
4. Adjustment of Various Walks, Landings, Fence Supports, Etc.
Brick, flagstone or other miscellaneous walks not constructed of portland
cement concrete or asphaltic concrete shall be adjusted to the new alley
grades. Variable height 2 -inch redwood header fence supports will be in-
stalled where support is required at existing fences as indicated on the
Plans.
5. Asphalt Concrete
Asphalt concrete furnished for construction of 4 -inch thick pavement and
variable thickness feather join shall be Type III -D -AR -4000 in conformance
with Section 400 -4 of the Standard Specifications.
A tack coat shall be applied in accordance with Subsection 302 -5.3 of the
Standard Specifications. The cost of the tack coat shall be included in
the unit price bid for the associated asphalt concrete.
SP5of5
Adjustment of Utility Boxes, Manholes, Etc. to Grade
All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes,
and any other miscellaneous utility boxes shall be adjusted to finish grade
prior to placement of Portland cement concrete. In the event the utility box
or structure is located in an area to be improved with asphalt concrete,
adjustment to finish grade shall be made after the asphalt concrete pavement
has been placed in a manner similar to that described in Section 302 -5.7 of
the Standard Specifications. No separate compensation will be allowed for
this work.
Protection of Existing Property Line Monuments
Many property lines are designated by "iron pipe and tag" as shown on the
plans. Special care shall be taken during removal not to disturb the pipe
location. Any monuments removed or dislocated during construction shall be
restored by the contractor at his expense.
Flow Diversion Around Manholes
The cost of constructing flow diversion channels around manholes at various
locations as indicated on the Plans shall be included in the unit price bid
for constructing portland cement concrete alley pavement and no additional
compensation will be allowed.
RESOLUTION NO. 8 6`37
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
FOR ALLEY IMPROVEMENTS, BALBOA ISLAND 1975 -76,
CONTRACT NO. 1748
WHEREAS, pursuant to the notice inviting bids for
work in connection with alley improvements, Balboa Island
1975 -76, in the City of Newport Beach, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 9th day of December, 1975, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is Markel Cement Contracting, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Markel Cement
Contracting, Inc. for the work in the amount of $17,819.25
be accepted, and that the contract for the described work
be awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach, and that the City Clerk
be directed to furnish an executed copy to the successful
bidder.
ADOPTED this 22nd
ATTEST:
City Clerk
day of December , 1975.
yor
DDO /bc
12/19/75
0
0
l
O
a
r
E
L
T
Ir
w
La
2
z
W
u
x
rn
r
1t
�
I
n
4C
Z
I
M
NIP
iz
p
V
z
41
z
of
$pI
,I
of
N
81
$1
01
$1
u
N
6N,
I
n1d
N
1 �
6
S
�2n1
to
%I
1L
'L
O
O.
00
cr
d
N,
thr
e
v
Y
v
W
a.�
.
a a
1
° !
°
toc�a'oi
V
N
Q4
r
1
a-'
seoav
>;,
-s
t
d
u
x
rn
1
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA ISLAND
Approved by the City Council this
24th day of November 1975.
Laura Lagios, City C. rk
1975 -76
CONTRACT NO. 1748
SUBMITTED BY:
Markel Cement Contracting, Inc.
Contractor
70 t�u~- t -� 3 fo
151 Commercial Way
Address
Costa Mesa, Calif. 92626
City Zip Code
646 -0568
Phone
$17,819.25
Total Bid Price
_t
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the Southern California Chapters o t e erican
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
i
r • • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 9th day of December , 19 75,
at which time they will be opened and read, for performing work as follows:
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
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 b� 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 the Cor orate Seal
shall be affixed to all documents re— qu 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.)
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. 287 486 Classification C-8
Accompanying this proposal is Bid Bond
(Cash, Certified C ec ,, Cashier's Check or Bon
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.
_ 646 -0568
Phone Nu er
12 -8 —'75
Date
Markel Cement Contracting, Inc.
Bi dd nee -
S
utiorize Sign ure
Authorized Signature
i�iorporati on
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:
u_ . -.
0
0
MOW-
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. Demolition & Grading CBS 1122 Liberty Lane, Anaheim
2. Asphalt Paving Jerry Cross Paving Co., Inc.
3 151 Commercial Way, Costa Mesa
4.
5.
6.
7.
8.
9.
10.
11.
12.
Don Stevens Eng.
1828 Fullerton Ave.,
Markel Cement Conttacting, Inc.
Bidder's Name
ut rize ignature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
151 Commercial Way
Costa Mesa, Calif. 92626
Address
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, AttacbaA Bid Barad) , as Principal,
and , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
liars ($ ), 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)
By
Title
ncipa
Surety
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
thi $th_day Of Dpcpmbpr ,
19r .
my commission expires:
L13, 19 7 f �.
f —� Notary Public
1,0 :OFFICIAL SEAL
JEANNE E. ACHTIEN
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission Expires June 13, 1978
Page 6
I
STATEMENT OF FINANCIAL RESPONSIBILITY
I
The undersigned submits herewith a statement of his financial responsibility.
Available upon award of Contract.
I
igned
n
u
n
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.
Over 1,450 Public and Private Works Jobg the pest Rix XeB=a
_r
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS - BALBOA ISLAND
1975 -76
CONTRACT NO. 1748
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
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 and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1748
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. 7,450 Construct 6" thick P.C.C. alley pave -
Square Feet ment.
@ One Dol l ars
and
Sixty Five Cents $-1.65 $ 12,292.50
Per Square Foot
2. 3 Construct 6" thick P.C.C. alley
Each approach over native soil.
C12hree Hundred Twenty Five Dollars
and
No----------------- - - - - -- -Cents $325.00 � $ 975.00
Per Each
3. 860 Construct 8" thick P.C.C. street
Square Feet pavement.
@ Two _ Dollars
and
Fifty Cents $ 2.50 $ 2,150.00
Per Square Foot
• • PR of
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
4.
240
Construct 4" thick P.C.C.
garage
Square Feet
approach in alley areas.
@ One
_Dollars
and
Ten
Cents
$ 1.10
$ 264.00 ,
Per Square Foot
5.
160
Construct 4" thick P.C.C.
sidewalk.
Square Feet
@ One
Dollars
and
Ten
Cents
$ 1.10
$ 176.00 ✓
Per Square Foot
6.
53
Construct variable height
Type "B"
Linear Feet
P.C.C. curb.
@ Six Dollars
and
No---------------------- -bents $ 6.00 $ 318.00 -.
Per Linear Foot
7. 41 Construct 6" Type "A" P.C.C. curb
Linear Feet and gutter.
@ Seven Dollars
and
Twenty Five Cents $ 7.25 $ 297.25
Per Linear Foot
8. 520 Construct 4" thick A.C. garage
Square Feet approaches and joins in alley
areas.
@ Two Dollars
and
Five Cents $ 2.05 ✓ $1,066.00
Per Square Foot
9. 170 Construct 6" thick P.C.C. Type II
Square Feet residential drive approach.
@ One Dollars
and
Sixth Five Cents
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS:
Seventeen Thousand Eight Hundred NineteeriDollars
and
Twenty Five ✓Cents
I
$ 1.65 :./ $ 280.50
$ 17,819.25 td
CONTRACTOR'S LICENSE NO. 287486
TELEPHONE NUMBER 646 -0568
12/8/'75
•
PR3of 3
CONTRACTOR'S ADDRESS 151 Commercial Way, Costa Mesa, Ca. 92626
SURETY DEPARTMENT • . BOND No. 399 39 85
HARTFORD ACCIDENT AND INDEMNITY COMPANY
Hartford Plaza
Hartford, Connecticut 06115
(A Stock Company)
BID BOND
Know All Men By These Presents,
That we, Markel Cement Contracting, Inc.
as Principal,
hereinafter called the Principal, and the HARTFORD ACCIDENT AND INDEV'INITY COfiIPANY, a corporation
created and existing under the laws of the State of Connecticut, whose principal office is in Hartford, Connecticut, as
Surety, hereinafter called the Surety, are held and firmly bound unto
City of Newport Beach
as Obligee, hereinafter called the Obligee,
in the sum of Ten Percent of AmountBid----------------------------------- - - - - --
------------------------------------ --------- ------- - - - - -- Dollars($ 10% amt bld
for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
Whereas, the Principal has submitted a bid for
Alley Improvements Balboa Island, Contract X61748
Now, Therefore, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the work covered by said bid, then this obligation shall be null and void,
otherwise to remain in full force and effect.
Signed and sealed this ....... .. .... ..... 9. th .......... ....... _ --- ........... day of ........... December ... ............... ____.A. D. 19._7.5.
Witness .... ..._...._...._.......... ___............. ........ .. ...... ..........._........ Marke.l...Cem n Cont ...a .t' g,...InekSEAL)
(I( Individual) (Pri ,/'�
By.... ................... ........................:le.. (SEAL)
(Title)
Attest. ...... ........... .................... .........................(SEAL)
..............................
(If Corporation)
............................................ ............................... (SEAL)
HARTFORD ACCIDENT AND INDE \INI'I'Y COMPANY
Attest........ ................ ........ ........ ......... ........ ........................ .. B �u•. ......... SEAL
E. Harried Davis, AttorngfL)in -Fact
t( approved by The American Institute of Architects,
A. 1. A. Document No. A -310, Feb.. 1970 Edition)
Form S- 3266 -3 Printed in U. S. A. 12-'70