Loading...
HomeMy WebLinkAboutC-1783 - Repairs to Goldenrod Avenue Pedestrian BridgeJune 13, 1977 Uribe Company P.O. Box AE, Baldwin Park, CA 91706 Subject: Surety: Fremont Indemnity Co. Bonds No.: 8 -77 -0972 SSA Project: Goldenrod Ave. Pedestrian Bridge Repairs./ Column Repair Contract: 1783 I Gentlemen: The City Council on April 25, 1977 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notic': of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on April 27, 1977, in Book No. 12166, Page 1741. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk DG:ds cc: Public Worke Department REQUESTED, .Uy -.:. CrPSCIRF' {RN TO \ LT BK 12 I66P61741 r,: -.�cH EXEMPT �� C72 NOTICE OF COMPLETION RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORrJIA PUBLIC WORKS 5 Pori !} Piv,APR S''i 1977 1. WYLIE CARLYLE, Coanty ;'X000st 'To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 18 1977 the Public Works project consisting of Goldenrod Ave, Pedestrian Bridge Repairs Column Repair on which Uribe Co. was the contractor, and Fremont Indemnity Co. was the surety, was completed. V ERI I, the undersigned, say: CITY OF NEWPORT BEACH i orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 26, 1977 at Newport Beach, California. I, the undersigned 1 am the City Clerk of the City of Newport Beach; the City Council of said City on April 25, 1977 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 April 26, 1977 at Newport'Beach, California. i i� f 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall. 3300 W. Newport Blvd Date: _April 26� 1977 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 Goldenrod Ave- Pwdeo riAn Aridgm Repairs /Column Repair Contract No. 1783 on which Uribe Co. was the Contractor and Fremont Indemnity Co. was the surety. Please record and return to us. Very trul yours, v I �/ Doris George Citv Clerk City of Newport Beach Encl. r r CITY OF NEWPORT BEACH Date February 18. 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 178R Project Goldenrod Ave. Pedastrian Bridga Rannira Attached is signed copy of subject contract for transmittal to the contractor. Contractor: rrribe r n=wny _ Address: P.O. Box AE, B$l.dwin Park, CA 91706 Amount: $ 20.500 Effective Date: 2_18 -77 Resolution No. $9a, Al Doris Geo e Att. cc: Finance Department 0 City Mall • 3300 Newport Boulevard, Newport Beach, California 92663 0 0 February 17, 1977 TO: CITY CLERK FROM: Public Works Department SUBJECT: GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS- - COLUMN REPAIR (C -1783) Attached are four copies of the subject contract documents as well as the insurance certificates. Please have the contract documents executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this depart- ment for distribution. Thank you. S'I teve Bucknam Project Manager SB:jd Attachments 'LI 1 I r r • CITY CLERK 0 CONTRACT NO. 1783 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS Approved by the City ound this day of 1976 - ) j6.-t� 4�6� o City Cle COLUMN REPAIR SUBMITTED BY: URIBE COMPANY Contractor P.O. BOX AE Address BALDWIN PARK, CA 91706 City Zip (213) 338 -7862 Phone $20,500.00 Total Bid Price 0 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 5 day of January , 19 77 , at which time they will be opened and read, for performing work as follows: GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he _Cor orate 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. (cont.) • Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X 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. 8950 adopted December 13, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -14 -76 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 303689 Classification C -8 Accompanying this proposal is Bond (Cash, Certified Check, Cas ier 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. (213) 338 -7862 Phone Number January 3. 1977 Date -Vzmi T% (SEAL) S Frank Uribe ut7 on ze /�i gnaturee �rL,ZQ 4�oYe Au �iT prized Signature Individual 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: 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address I - None, 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. URIBE COMPANY Bidders Name S /Frank Uri be ��%1,1 Authorized Signature individual Type of Organization (Individual, Co- partnership or Corp.) P.O. Box AE Baldwin Park, CA 91706 Address BOND NO. B -76 -0564 16 MIUM INCLUDED IN BBSU FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, URIBE COMPANY , as Principal, and FREMONT INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN - - - -- Dollars ($ , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day of January , 19 77 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact) S /Marsha K. Morris, Notary Public URIBE COMPANY Principal S /Frank Uribe 7,_r � �� A4*yyT1IlWfk11EMNITY COMPANY Commission Expires April Title Attorney -in -Fact NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. M., . Subscribed and sworn to before me this 3rd day of ,7a _ n_uary , 19 77 My commission expires: April 16, 1979 Mnrriq Notary Public FORW GINAL SEE CITY CLERK'S FILE C Y Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. S /Frank Uribe� 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. 11 -15 -76 Irvine Santa Fe Co. Joe Jordon 714 752 -0056 10 -12 -76 Kasler Corp. Hollywood Job Buck Allen 714 884 -4811 3 -7 -76 Daley Corp, La Mesa Job 94 Fwy John Nelson 714 283 -6101 S /Frank Uribe Signed s BOND NO. B -77 -0972 SBA EXECUTED IN FOUR COUNTE 0RTS PREMIUM INCjVED IN PERFORMANCE BOND Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24 1977 has awarded to Uribe Comoanv hereinafter designated as the "Principal ", a contract for 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 of the City of Newport Beach; 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 URIBE COMPANY as Principal, and FREMONT INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TEN THOUSAND TWO HUNDRED FIFTY AND NO /100- - - - - -- Dollars ($ 10,250.00 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 above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 0 0 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And 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 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 8th day of FEBRUARY , 1977 FRANK URIBE dba URIBE COMPANY (Seal) Name of Contractor Principal A thorized Sign -ure and Title Authorized Signature and Title FREMONT INDEMNITY COMPANY ($ez1) Name of Surety 1709 WEST 8th STREET LOS ANGELES, CA. 90017 Address jety e of ^ tnorl zed Agent , JR. ATTORNEY —IN —FACT Address Of Agent 128 SOUTH LA BREA AVE. LOS ANGELES, CA. 90036 (213) 936 -7211 Telephone No. of Agent STATE OF CALIFORNIA l LOS ANGELES ss- County of 1 On this 8th day of FEBRUARY 19 77 , before me MARSHA K. MORRIS , a Notary Publie, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared H.P. STASSFORTH, JR. µ�'8:yi�}Ililgll 'i "4!I',!n�I'III I'lii li�lgllIIIIIIIIIIIIIIIIAIIIII !1114 - known to me to be the Attor .y -in -Fact of Fremont Indemnity Company the t „i rt 9F Corporation that executed the Thin instrumqL4nd also known to me to be the t fl.r'�Rurlrt Y. {r,01.� {.�i 3 person who exer -ut he wi[h"trumpn, f u[ the Corporation therein PRI CIP L OPPIC rtlRN1A PRINCIPAL OPVICC IN named and a,knowi d -A Sd executed tie Fame. - j•,+^: .' LOS ANO EL SGO U NTY My Commission Expires April 16, 1979 Notary Public in and for the State of California, County of LOS ANGELES BOND NO. B -77 -0972 SBA EXECUTED IN FOUR COUNTE0RTS PREMIUM: W08.00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24, 1977 has awarded to Uribe Company hereinafter designated as the "Principal ", a contract for 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, URIBE COMPANY as Principal, and FREMONT INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWENTY THOUSAND FIVE HUNDRED AND NO /100----- -- - --- Dollars ($20,500.00 ), 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, con- ditions, 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. And 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice • ! Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 8th day of FEBRUARY , 19 77 FRANK URIBE dba URIBE COMPANY (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title FREMONT INDEMNITY OMP N Name of Surety 1709 WEST 8th STREET LOS ANGELES, CA. 90017 Address of Surety Sigqnature and-Title of orized Agent H.P. STASSRO H, J .,ATTORNEY —IN —FACT MOSELLE I4S CE, INC. 128 S. LA REA AVE., L.A. 90036 Address of Agent (213) 936 -7211 Telephone No. of Agent STATE OF CALIFORNIA County of LOS ANGELES ss. On this 8th day of FFRROARv 19 77, before me MARSHA K. MORRIS a Notary Public, in an,] for the County and State aforesaid, residing therein duly commissioned and sworn, personalh appeared- H.P. STASSFORTH, JR. t. R.1 A C f 5,, II Ei 09 i�l4r4r;1'ti1F ,,.,a. .....a A 6iIB liMIiII1111Y SUF G50 known to me to be the Attorney-in-Fact of Fremont Indemnity Company the Corporation that executed the w4thin strulnent and also known to me to be the d m person who ezecut. the wit [I gtrImtnent nn lirhalf of the Corporation therein named and aeknowl le d to that i (:orporation executed the .,ame. Notary Public in and for the State. of California, County of CONTRACT THIS AGREEMENT, made and entered into this_ &_day Page 12 o f�� by and between the CITY OF NEWPORT BEACH, California, hereinafter designate as the City, party of the first part, and URIBE COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS, COLUMN REPAIR (CONTRACT NO. 1783) 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 therefor 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. • ! 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. CI�Y NE ORT BEAC CALIFORNIA By; r �C Mayor ATTEST: City Clerk A j %� 6 � % Contractor t (SEAL) /J/ By % r lJT/ tlr Pn.. lK ��niK C�LI- ,/ rr�.- Title Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR l of l 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 proposes to furnish all materials and do all the work required to complete Contract No. 1783 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 390 Repair columns of the Goldenrod Avenue Sq.Ft. Pedestrian Bridge @ Fifty Dollars and No Cents $ 5o_00 $ 19,500.00 Per Sq.Ft. 2. Lump Sum Repair girder of the Goldenrod Avenue Pedestrian Bridge @ One Thousand Dollars and Nn Cents $ $ 11000.00 Lump Sum TOTAL BID PRICE WRITTEN IN WORDS: Twenty Thnusand Five Hundred Dollars and Nn Cents TOTAL BID $ 2n,5oo January 3, 1977 URIB COMPANY Date Bidder's Name CONTRACTOR'S LICENSE N0. 303689 uthorize Signature CONTRACTOR'S 11 1 Box TELEPHONE NO. • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Steel Replacement . . . . . . . . . . . . . . . . . . . . . . . 2 C. Concrete Replacement . . . . . . . . . . . . . . . . . . . . . . 3 D. Air - Placed Concrete Construction (Gunite) . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . 3 2. Mixing . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 3. Consistency . . . . . . . . . . . . . . . . . . . . . . 3 4. Existing Concrete Surfaces. . . . . . . 3 5. Removal of Deteriorated Concrete and Sandblasting . . . . . 3 6. Reinforcement . . . . . . . . . . . . . . . . . . . . 4 7. Application to Vertical Surfaces . . . . . . . . . . . . . . 4 8. Thickness of Layers . . . . . . . . . . . . . . . . . . 4 9. Recesses and Obstructions . . . . . . . . . . . . . . . . . 4 10. Loose or Porous Air - Placed Concrete . . . . . . . . . . . . 4 11. Curing . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 E. Work Sequence . . . . . . . . . . . . . . . . . . . . . . . . . 5 F. Working Platforms . . . . . . . . . . . . . . . . . . . . . . . 5 G. Project Site Maintenance . . . . . . . . . . . . . . . . . . . . 5 L J 0 SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR C -1783 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, mater- ials, tools, equipment and transportation necessary to repair and restore the existing reinforced concrete columns and girder of the Goldenrod Avenue Pedestrian Bridge. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. M- 5177-S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Con- struction, 1976 Edition with supplements to date. Copies may be purchased from Building News Incorporated, 3055 Overland Avenue, Los Angeles, California 90034; telephone (213) 870 -9871. Copies of the City's Standard Plans and Special Provisions may be purchased from the Public Works Department at a cost of $5; telephone (714) 640 -2281. II. QUALIFICATIONS OF BIDDERS Only bids from responsible bidders will be considered. To qualify as a respons- ible bidder, the contractor shall have a successful performance record in air - placed concrete (gunite) construction and shall have successfully performed at least three projects of a similar kind in the last year. Bidders shall submit with their bids, the name of the project superintendent who must be experienced in this type of work, and a list of recent gunite repair jobs successfully com- pleted. III. COMPLETION OF WORK The contractor shall complete the work within 45 calendar days from the date of execution of the contract by the City. IV. EXAMINATION OF JOB SITE The contractor shall carefully examine the job site and the bridge to evaluate and determine the extent and amount of work that will be necessary to accomplish the required repairs. The engineer reserves the right to increase or decrease the areas to be repaired as listed in the proposal for this Contract No. 1783. . . SP2of5 V. PAYMENT The unit price paid per square foot of column repairs on the Goldenrod Pedestrian Bridge will include full compensation for doing all work to apply and install air - placed concrete (gunite) and to replace the reinforcing steel, complete in place. Payment for incidental items of work not separately provided for in the proposal shall be included in the bid price for other related items of work. VI. GUARANTEE The contractor shall guarantee for a period of three years after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be promptly repaired at the contractor's ex- pense upon reasonable notice. VII. TRAFFIC CONTROL The contractor shall be responsible for traffic control in accordance with Sub- section 7 -10 of the Standard Specifications. In order to expedite the work, the contractor may close Bayside Drive from Carna- tion Avenue to Heliotrope Avenue to thru traffic for a maximum period not to exceed three (3) calendar days. Prior to commencing work, the contractor shall submit a written traffic plan to the engineer for approval. The plan shall show the periods of street closure, the location and signing of detours and any other details required by the engineer to assure that all thru and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. VIII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request the City's Utility Division and the Parks, Beaches, and Recreation Department to locate their facilities. The contractor shall protect in place and be responsible for, at his own expense, damage to any utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 of the Standard Specifications. IX. CONSTRUCTION DETAILS A. General: Placement of gunite shall conform to Method A of Section 303 -2 of the Standard Specifications except as modified herein. B. Steel Replacement: The main steel will be replaced only if it has deter- iorated more than 50% of its original cross - section, as determined by the engineer. Where reinforcement removal is required, the concrete shall be removed 2 inches beyond the weld joint and the existing square bars shall be replaced by round deformed bars that are of equivalent cross - sectional area as shown on the plans. The cost of steel replacement is to be included in unit price bid for the various items of work. The contractor shall replace the exposed portion of all reinforcement hoops within the column area to be reconstructed. The payment for the replacement of existing hoops will be included in the unit price paid for column repairs. • SP3of5 Concrete Replacement: The cement used for concrete replacement shall be portland cement Type II. No admixtures will be permitted. The contractor shall apply air - placed concrete to replace the concrete removed by the procedure specified in Section D of these Special Provisions. The finish surface of the concrete columns shall have a smooth troweled finish. Air - Placed Concrete Construction (Gunite): General: Air - placed concrete shall be a mixture of aggregate which is mixed dry, conveyed by ible tube, and applied pneumatically with immediately prior to its expulsion from a mechanism especially manufactured for the mortar pneumatically. Mixing: portland cement and fine air through a pipe or flex - clean water being added nozzle or other suitable purpose of applying concrete The dry mixture shall consist of one part portland cement to 3, parts fine aggregate, measured by either volume or weight. The fine aggre- gate shall be thoroughly dried and kept continually dry until mixing. Consistency: The consistency.of all air - placed concrete shall be such that it does not flow or sag when applied in one application to vertical surfaces in thicknesses as great as one inch. Existino Concrete Surfaces: When air - placed concrete is applied against existing concrete surfaces or against hardened mortar, the entire surface to be covered shall be prepared after being thoroughly roughened. The surface shall be free from any coatings, laitance or other film which will prevent a good bond between the mortar and the existing surface. Immediately prior to shooting the mortar, the surface shall be sandblasted and thoroughly moistened with clean fresh water under pressure, preferably by means of the regular operating nozzle. Removal of Deteriorated Concrete and Sandblasting: In repairing reinforced concrete structures, all disintegrated, cracked or loosened concrete shall be completely removed. All reinforcing steel, whether corroded or only covered in spots by adhering mortar, shall then be thoroughly sandblasted until a clean surface is obtained on all exposed sides of the steel. Additional reinforcement, as indi- cated on the plans or as required by the specifications, shall then be added and secured in a substantial manner. After this portion of the work has been inspected and accepted by the engineer, air - placed con- crete shall be applied as herein described. • SP 4 of 5. 6. Reinforcement: The reinforcement for sections shall be of the size and type indicated on the plans. ,Etvjr rw« a z,w nv .es ;:Gb or. X,/.,- 7. Application to Vertical Surfaces: In applying air - placed concrete to vertica operator shall stand sufficiently close to ture under properly regulated air pressure force to become thoroughly compacted. His be such that the force of the impact will aggregate to rebound or to blow or move aw deposited. Thickness of Layers: 1 or inclined surfaces, the the work so that the mix - shall strike with sufficient position, however, shall not cause an undue amount of ay mortar that has just been Whenever practicable, as determined by the engineer, the air - placed concrete shall be applied in one coat for the full thickness of the section. The operator shall, however, regulate the rate at which the mortar is built up by working over an area of considerable extent, as determined by trial, so that the weight of succeeding applications of mortar will not cause the preceeding ones to sag or pull away. 9. Recesses and Obstructions: Care shall be taken when applying air - placed concrete around pockets or accumulations of inert aggregate. In all cases where a smooth sur- face is not presented, the operator shall take several positions so as to completely fill all depressions, voids, and recesses with good mortar. Whenever a reinforcing bar or other obstruction is in such a position as to block the free and direct application of mortar to an area behind it, a temporary stop or partition of wood or rolled paper shall be placed between such obstruction and the surface behind it until mortal has been applied to one side thereof. Such temporary stop shall then be removed and mortar shall be applied from a new position so as to completely fill in behind the obstruction from the other side. 10. Loose or Porous Air - Placed Concrete: Any loose or porous air - placed concrete shall be removed immediately upon its formation, without waiting for its rejection by the engineer. No attempts shall ever be made to correct or to cover up such defective work by the additional applications of air - placed concrete, and such a procedure shall be cuase for suspending operations and rejecting any portion of the work which is found defective in this respect. 11. Curing: The air - placed concrete surfaces of the bridge columns shall, within one hour after being applied, be protected from sun and wind by a covering of plastic sealed at ends or other suitable material for at least 14 days. G. • i In lieu of the above, all other air - placed concrete surfaces cured by spraying with water or by the application of curing for a minimum period of 14 days. Not less than one gallon of compound shall be applied to each 100 square feet. Work Sequence The contractor shall schedule his work so that only one is being reconstructed at any one time and so that the "staggered" in the direction parallel to the length of minimum time shall be seven days before another pile in be reconstructed. Working Platforms SP5of5 may be compound curing column in each bent columns shall be the bridge. The the same bent can The contractor shall provide all scaffolding, staging, lift equipment and working platforms required for the repair work, and the cost shall be in- cluded in the price bid for other work. No obstruction to vehicles or pedestrians will be permitted except as specified in Section VII of these Special Provisions. Such scaffolding, staging, lift equipment and working platforms shall con- form to the requirements of all State and local laws and regulations. Project Site Maintenance The contractor shall at all times keep the work area free from lumber, blocking, chips and rubbish. Upon completion of the work, the contractor shall remove excess or unused materials, false work, temporary structures and equipment, and all parts of the work shall be left in a neat and presentable condition acceptable to the engineer. Prior to dumping any spoil or waste material from the job site at any sani- tary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authoriza- tion for the contractor to use Orange County landfill facilities for disposal of excess material. . CITY OF NEWPORT BEACH . CERTIFICATE 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. is 3 MODIFICATIONS TO THIS CERTIFICATE ARE NOT TECEPTABLE Project Description: Goldenrod Avenue pedestrian Bridge Repairs - Column Repair This is to certify that the Hartford Accident & Indemnity Company Name of Insurance Company has issued to Pram Uribet DBAsO&IBE COMPANY CONCRF,'TS PATCHING AND GRIbDJfl0 Name of Insured 13113 Fxancisquito Avenue, Baldwin Parke California 91706 ddress 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 42660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. ,Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Fxrotecti -ve Liatrr".-ity tWft r Insured- engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Hutton Raterprises, Inc., Address of Agency or Broker: P6 Box 2Y319 Pomona, California 91766 714 623 1456 Telephone No. 714 *3 1456 Countersigned by: '944 p\ / (Authorizid Insurance Effective date of this endorsement: 2/15/77 sentative 19 77 , Endorsement No. 3 . re ial) ie aal olicy Term Limits of Liability Covera a III No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,006 Products $ 500,000 Contracts HOW C MPLETE INFO R 7ION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury 72C214068 From: ?/15/77 $506x000 Protects $ 1 Products. or Property Damage To: 15/78 $ 5OO,OOo }0Q0,Op0 $ 500 000 Contract Each Occurrence This policy includes at least the following coverages: a. ,Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Fxrotecti -ve Liatrr".-ity tWft r Insured- engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Hutton Raterprises, Inc., Address of Agency or Broker: P6 Box 2Y319 Pomona, California 91766 714 623 1456 Telephone No. 714 *3 1456 Countersigned by: '944 p\ / (Authorizid Insurance Effective date of this endorsement: 2/15/77 sentative 19 77 , Endorsement No. 3 . re ial) ie aal 0 0 URIBE COMPANY Concrete Bridges • Patching and Grinding CB303689 13113 FRANCISQUITO AVE. • BALDWIN PARK, CA 91706 TEL. 213 - 338.7862 Balance Sheet A6 os January 5, 1977 ASSETS Current Ma eta : Cash $ 8,332.00 Accounta Receivable 25,760.00 Wmk in pnoceaa .i.n.ventoxy 18P300.00 To.ta.l Cm ent Aba et6 Fixed A66 et6 : Equipment $ 20,019.75 Aut0A E True" 35,991.49 Accumulated Depxeciation (10,539.00) Total. Fixed Aaa et6 O.theA Abaet6: Prepaid Inawamce $ 165.00 Employee Advance6 170.00 Prepaid Interea.t 4,139.94 To,ta.l O.thex Aaa eta To.tat AaaeU LIABILITIES AND OWNERS EQUITY Cement L.i,ab.i.Zi ties: No.tea Payable Taxea Payable To.tat Current L.i.ab.i,?.iti,ea Long Team L.i.ab.it i t ie6: Note6 Payabte - Due A6teA One Veax Ownex6 Equity To.tat L.i.abiZ ties and Owneu Equity $ 875.86 1,200.00 $ 52,392.00 45,472.24 4,474.94 $102,339.18 $ 2,075.86 21,859.71 43,171.99 $67,107.56 N x n ri rn n1 _zri T N 2 n °�a -0 m 0 N G 3 3 -G VIII �YYYIn�I� 11�111911111sAllllAl �Ill�dllll�lllllllull Y�I�u�l N�IIIIIIIIN rn n1 _zri T N 2 n °�a -0 m 0 N G 3 3 -G 1 CONTRACT NO. 1783 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR Approved by the City Council this/ day ofkLu? °� 1976 oris George, City Cle SUBMITTED BY: Contractor iZdre i � ss 43.1 Ll, J E' y r/f C,)J " `176 L city Lip _``` z i p �) /.? 3 Phone . Z6, .C'-)n �O'u Total Bid Price 5 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 5 day of January , 1977 , at which time they wi— opened and read, —for work as follows. GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t3 he CCorpora�te Seal shams b1 a of -ixed to all documents requiring signatures. In the case of a arP 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. 0 (cont.) • Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X 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. 8950 adopted December 13, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -14 -76 ! 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. j U _�A Xq Classification. Accompanying this proposal is (Cash, Certified 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. Phone Nu er >- _3-77 Date Bid eer s Name y/ (SEAL) Authori zed �)i gnaturLs Authorized Signature J�/y JV!QYn✓f� 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: ! • 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. /V&Ns° 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. kr 27 „/ Bidders Name Authorized Signature LyJ�a Vim, Type of Organization (Individual, Co- partnership or Corp.) 13r'' Address a BOND NO. 13- -76 -0564 PREMO INCLUDED IN BBSU Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we. URIBE COMPANY FREMONT INDEMNITY COMPANY as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PE RCEI4T OF THE TOTAL AMOUNT BID IN - - -- 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 GOLDENROD AVENUE PEDESTRIAN BRIDGE RLPAIRS COLUMN REPAIR 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 3rd day of JANUARY , 19 77 Corporate Seal (If Corporation) URIBE COMPANY 'r Principal Z (Attach acknowled ement of ;?° Attorney-in-Fact? FREMONT INDEMNITY COMPANY _ Surety BY / — ' ?i`tle H,P. ✓STASSFfO THe JR.ATTORNEY -IN -FACT J It STATE OF CALIFORNIA County of LOS ANGELES On this 3rd day of JANUARY l9 77 , before me MARSHA K. MORRIS a Notary Public, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared H.P. STASSFORTHr JR. known to me to be the Attorney -in -Fact of Fremont Indemnity Company the Corporation that executed the within instrument and also known to me to be the "^ mimmninmmiaiwminimummnimmimmlmininminimimiminnmaia..mm `r°1e OFFICIAL person who executed the within instrument on behalf of the Corporation therein SEAL MARSHA K. SEAL named and acknowledged . to me tha uch Corporation executed the same. j. NOTARY PUBLIC - CALIFORNIA >O PRINCIPAL OFFICE IN LOS ANGELES COUNTY .y Commission Expires April 16, 1979 Notary Public in and for the Slate of California, County of T nv n iGE ES — u W Ili FREWNT INDEMNITY COMPANY HOME OFFICE —LOS ANGELES, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, FREMONT INDEMNITY COMPANY. by HARRY W. DEGNER its VICE President, in pursuance of authority ggrranted by Resolution of its Board of Directors at a meeting called and held on the 18th day of Febrimry,102, which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy: , "RESOLVED: That the President or any Vice - President may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company. and either the President or any Vice - President, the Board of Directors or Executive Committee may at any time.remove such Attorneyain -Fact and revoke the Power of Attorney given him or her, and be it further "RESOLVED: That the'Attorneys -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or under - takinga executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and seated and attested by the Secretary." does hereby nominate, constitute and appoint MERRITT MOSELLE AND H.P. STASSFORTHI, JR. both of Los Angeles, California its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as surely, and as its act and deed: ANY AND ALL BONDS AND UNDERTAKINGS IN WITNESS WHEREOF the said VICE President has hereunto subscribed his name and affixed the corporate seal of the said FREMONT INDEMNITY COMPANY, this 9th day of JANUARY A.D., 1974 FREMONT INDEMNITY COMPANY r� BY STATE OF CALIFORNIA " fl - CF P dent HARRY DEGNER COUNTY OF LOS ANGELES ss On this 9th day of JANUARY A.D., 19 74, before the subscriber, a Notary Public of the State of California, in and for the County of Los Angeles, duly commissioned and qualified, came the above named VICE President, of FREMONT INDEMNITY COMPANY , to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid and that the seal affixed to the preceding instrument is the Corporate Seal of the Said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. A IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official S Cit f L s ngeles, the day and year first above:written. a,.,- OFFICIAL SEAL ✓ ` PAT COCKI<EN SEAL NOTARY PUBLIC . CALIFORNIA �� 1 '�O' PRINCIPAL OFFICE A tEN a IN Notary Pa6lic LCS h1iOF.t.C5 r.CVNTY 1arrasr127,1977 �,:a, I, the undersigned,".'....__ "" " "ASjSTANY Secretary of FREMONT.INDEMNITY COMPANY , do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as ASSISTANT Secretary, and affixed the Corporate Seal of the Corporation, this 3rd day of JANUARY 19 77 ` hssistan[ $ cretary ERB TAGAMI 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 sw rn to before me thi§j day of , 19 '77. My commission expires: g Rotary Public °'. OFFICIAL SEAL ;fhl MARSHA K. MORRIS l •�JCI NOTARY PUBLI FORNIA PR�N�PaL OrFtC oFFiCE IN PRI r, n. LOS ANGELES COUNTY My Commission Expires April 16, 1919 6 0 F. URIBE CONTRACTING Balance Sheet As of Current Assets: Cash Accounts Receivable Work in Process Inventory Total Current Assets Fixed Assets: Equipment Autos & Trucks Accumulated Depreciation Total Fixed Assets Other Assets: ASSETS 60 9,�eb-eo 2fi, 76 �D.Ov 5,200.00 *6!�_ /� J $ 20,019.75 35,991.49 (10,539.00) RECEIVED PUBLIC WORKS JAN6 1977 CITY OF NEWPORT BEACH CALIF. ° 45,472.24 Prepaid Insurance $ 165.00 Employee Advances 170.00 Prepaid Interest 4,139.94 Total Other Assets 40474.94 Total Assets $ 66,905.07 LIABILITIES AND OWNERS EQUITY Current Liabilities: Notes Payable $ 875.86 _ U Taxes Payable 997.51 �'2pt) U Total Current Liabilities $ 48q_31-'� 2,o�SSr�6 Long Term Liabilities: Notes Payable -Due After One Year 21,859.71 Owners Equity 43_171.99 Total Liabilities and Owners Equity $ 66,905.07 • . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. ez Signed • 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. ..• C Si gnEd • • PR 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1783 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 39D Repair columns of the Goldenrod Avenue Sq.Ft. Pedestrian Bridge @ Dollars 7 and ,9C sa. r % Cents Per Sq.Ft. 2. Lump Sum Repair girder of the Goldenrod Avenue Pedestrian Bridge @ 4:�JF. ilo cJS'o.v Y - _�_ Dollars and �dit�PS c� Cents Lump Sum $ 3G• t z' $ r' TOTAL BID PRICE WRITTEN IN WORDS: °-' Dollars and Cents} Date Bidder's Name CONTRACTOR'S LICENSE NO. 3 6) 3 6 ?'/ TOTAL BID $2c?5oU T kAurnorizea �)ignature) CONTRACTOR'S ADDRESS' TELEPHONE NO. (2/_3) -3,j 8 58 6 -',, • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR CONTRACT NO. 1783 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. PROTECTION OF EXISTING UTILITIES. . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Steel Replacement . . . . . . . . . . . . . . . . . . . . . . . 2 C. Concrete Replacement . . . . . . . . . . . . . . . . . . . . . . 3 D. Air - Placed Concrete Construction (Gunite) . . . . . . . . . . . 3 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . 3 2. Mixing . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 3. Consistency . . . . . . . . . . . . . . . . . . . . 3 4. Existing Concrete Surfaces. . . . . . . 3 5. Removal of Deteriorated Concrete and Sandblasting . . . . . 3 6. Reinforcement . . . . . . . . . . . . . . . . . . . 4 7. Application to Vertical Surfaces . . . . . . . . . . . . . . 4 8. Thickness of Layers . . . . . . . . . . . . . . . . . . 4 9. Recesses and Obstructions . . . . . . . . . . . . . 4 10. Loose or Porous Air - Placed Concrete . . . . . . . . . . . . 4 11. Curing . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 E. Work Sequence . . . . . . . . . . . . . . . . . . . . . . . . . 5 F. Working Platforms . . . . . . . . . . . . . . . . . . . . . . . 5 G. Project Site Maintenance . . . . . . . . . . . . . . . . . . . . 5 • 0 SP l of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS COLUMN REPAIR C -1783 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, mater- ials, tools, equipment and transportation necessary to repair and restore the existing reinforced concrete columns and girder of the Goldenrod Avenue Pedestrian Bridge. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. M- 5177-S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Con- struction, 1976 Edition with supplements to date. Copies may be purchased from Building News Incorporated, 3055 Overland Avenue, Los Angeles, California 90034; telephone (213) 870 -9871. Copies of the City's Standard Plans and Special Provisions may be purchased from the Public Works Department at a cost of $5; telephone (714) 640 -2281. II. QUALIFICATIONS OF BIDDERS Only bids from responsible bidders will be considered. To qualify as a respons- ible bidder, the contractor shall have a successful performance record in air - placed concrete (gunite) construction and shall have successfully performed at least three projects of a similar kind in the last year. Bidders shall submit with their bids, the name of the project superintendent who must be experienced in this type of work, and a list of recent gunite repair jobs successfully com- pleted. III. COMPLETION OF WORK The contractor shall complete the work within 45 calendar days from the date of execution of the contract by the City. IV. EXAMINATION OF JOB SITE The contractor shall carefully examine the job site and the bridge to evaluate and determine the extent and amount of work that will be necessary to accomplish the required repairs. The engineer reserves the right to increase or decrease the areas to be repaired as listed in the proposal for this Contract No. 1783. • V. PAYMENT • SP2of5 The unit price paid per square foot of column repairs on the Goldenrod Pedestrian Bridge will include full compensation for doing all work to apply and install air - placed concrete (gunite) and to replace the reinforcing steel, complete in place. Payment for incidental items of work not separately provided for in the proposal shall be included in the bid price for other related items of work. VI. GUARANTEE The contractor shall guarantee for a period of three years after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be promptly repaired at the contractor's ex- pense upon reasonable notice. VII. TRAFFIC CONTROL The contractor shall be responsible for traffic control in accordance with Sub- section 7 -10 of the Standard Specifications. In order to expedite the work, the contractor may close Bayside Drive from Carna- tion Avenue to Heliotrope Avenue to thru traffic for a maximum period not to exceed three (3) calendar days. Prior to commencing work, the contractor shall submit a written traffic plan to the engineer for approval. The plan shall show the periods of street closure, the location and signing of detours and any other details required by the engineer to assure that all thru and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. VIII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request the City's Utility Division and the Parks, Beaches, and Recreation Department to locate their facilities. The contractor shall protect in place and be responsible for, at his own expense, damage to any utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 of the Standard Specifications. IX. CONSTRUCTION DETAILS A. General: Placement of gunite shall conform to Method A of Section 303 -2 of the Standard Specifications except as modified herein. B. Steel Replacement: The main steel will be replaced only if it has deter- iorated more than 50% of its original cross - section, as determined by the engineer. Where reinforcement removal is required, the concrete shall be removed 2 inches beyond the weld joint and the existing square bars shall be replaced by round deformed bars that are of equivalent cross - sectional area as shown on the plans. The cost of steel replacement is to be included in unit price bid for the various items of work. The contractor shall replace the exposed portion of all reinforcement hoops within the column area to be reconstructed. The payment for the replacement of existing hoops will be included in the unit price paid for column repairs. 0 • SP3of5 C. Concrete Replacement: The cement used for concrete replacement shall be portland cement Type II. No admixtures will be permitted. The contractor shall apply air - placed concrete to replace the concrete removed by the procedure specified in Section D of these Special Provisions. The finish surface of the concrete columns shall have a smooth troweled finish. D. Air - Placed Concrete Construction (Gunite): General: Air - placed concrete shall be a mixture of aggregate which is mixed dry, conveyed by ible tube, and applied pneumatically with immediately prior to its expulsion from a mechanism especially manufactured for the mortar pneumatically. Mixing: portland cement and fine air through a pipe or flex - clean water being added nozzle or other suitable purpose of applying concrete The dry mixture shall consist of one part portland cement to 3z parts fine aggregate, measured by either volume or weight. The fine aggre- gate shall be thoroughly dried and kept continually dry until mixing. Consistency: The consistency.of all air - placed concrete shall be such that it does not flow or sag when applied in one application to vertical surfaces in thicknesses as great as one inch. Existing Concrete Surfaces: When air - placed concrete is applied against existing concrete surfaces or against hardened mortar, the entire surface to be covered shall be prepared after being thoroughly roughened. The surface shall be free from any coatings, laitance or other film which will prevent a good bond between the mortar and the existing surface. Immediately prior to shooting the mortar, the surface shall be sandblasted and thoroughly moistened with clean fresh water under pressure, preferably by means of the regular operating nozzle. Removal of Deteriorated Concrete and Sandblasting: In repairing reinforced concrete structures, all disintegrated, cracked or loosened concrete shall be completely removed. All reinforcing steel, whether corroded or only covered in spots by adhering mortar, shall then be thoroughly sandblasted until a clean surface is obtained on all exposed sides of the steel. Additional reinforcement, as indi- cated on the plans or as required by the specifications, shall then be added and secured in a substantial manner. After this portion of the work has been inspected and accepted by the engineer, air - placed con- crete shall be applied as herein described. • • SP4of 5, 6. Reinforcement: The reinforcement for sections shall be of the size and type indicated on the plans. .-ws >:w« . s!t'lc�6 .es ;:�M.�/ or. r,6!­Fxmc, 7. Application to Vertical Surfaces: In applying air - placed concrete to vertical or inclined surfaces, the operator shall stand sufficiently close to the work so that the mix- ture under properly regulated air pressure shall strike with sufficient force to become thoroughly compacted. His position, however, shall not be such that the force of the impact will cause an undue amount of aggregate to rebound or to blow or move away mortar that has just been deposited. Thickness of Layers: Whenever practicable, as determined by the engineer, the air - placed concrete shall be applied in one coat for the full thickness of the section. The operator shall, however, regulate the rate at which the mortar is built up by working over an area of considerable extent, as determined by trial, so that the weight of succeeding applications of mortar will not cause the preceeding ones to sag or pull away. 9. Recesses and Obstructions: Care shall be taken when applying air - placed concrete around pockets or accumulations of inert aggregate. In all cases where a smooth sur- face is not presented, the operator shall take several positions so as to completely fill all depressions, voids, and recesses with good mortar. Whenever a reinforcing bar or other obstruction is in such a position as to block the free and direct application of mortar to an area behind it, a temporary stop or partition of wood or rolled paper shall be placed between such obstruction and the surface behind it until mortal has been applied to one side thereof. Such temporary stop shall then be removed and mortar shall be applied from a new position so as to completely fill in behind the obstruction from the other side. 10. Loose or Porous Air - Placed Concrete: Any loose or porous air - placed concrete shall be removed immediately upon its formation, without waiting for its rejection by the engineer. No attempts shall ever be made to correct or to cover up.such defective work by the additional applications of air - placed concrete, and such a procedure shall be cuase for suspending operations and rejecting any portion of the work which is found defective in this respect. 11. Curing The air - placed concrete surfaces of the bridge columns shall, within one hour after being applied, be protected from sun and wind by a covering of plastic sealed at ends or other suitable material for at least 14 days. 0 0 SP 5 of 5 In lieu of the above, all other air - placed concrete surfaces may be cured by spraying with water or by the application of curing compound for a minimum period of 14 days. Not less than one gallon of curing compound shall be applied to each 100 square feet. E. Work Sequence The contractor shall schedule his work so that only one column in each bent is being reconstructed at any one time and so that the columns shall be "staggered" in the direction parallel to the length of the bridge. The minimum time shall be seven days before another pile in the same bent can be reconstructed. F. Working Platforms The contractor shall provide all scaffolding, staging, lift equipment and working platforms required for the repair work, and the cost shall be in- cluded in the price bid for other work. No obstruction to vehicles or pedestrians will be permitted except as specified in Section VII of these Special Provisions. Such scaffolding, staging, lift equipment and working platforms shall con- form to the requirements of all State and local laws and regulations. G. Project Site Maintenance The.contractor shall at all times keep the work area free from lumber, blocking, chips and rubbish. Upon completion of the work, the contractor shall remove excess or unused materials, false work, temporary structures and equipment, and all parts of the work shall be left in a neat and presentable condition acceptable to the engineer. Prior to dumping any spoil or waste material from the job site at any sani- tary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authoriza- tion for the contractor to use Orange County landfill facilities for disposal of excess material. • A '� � _1 I RESOLUTION NO. 8981 By 'c "o i i vCFUNCIL CITY W k!44tWPORT .'.ACHA RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO URIBE COMPANY OF BALWIN PARK IN CONNECTION WITH THE GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS, CONTRACT NO. 1783 WHEREAS, pursuant to the notige inviting bids for work in connection with the Goldenrod Avenue Pedestrian Bridge repairs, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 5th day of January, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Uribe Company of Baldwin Park; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Uribe Company of Baldwin Park for the work in the amount of $20,500.00 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 24th day of January , 1977. Mayor ATTEST: City Clerk DDO /bc 1/21/77