HomeMy WebLinkAboutC-1903 - Miscellaneous concrete repairs at Corona del Mar City and State Beach Park - Service Area No. 1,a
TO: CITY COUNCIL
FROM: Public Works Department
October 11, 1977
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: ACCEPTANCE OF MISCELLANEOUS CONCRETE REPAIRS AT CORONA DEL MAR
CITY AND STATE BEACH PARK -- SERVICE AREA NO. 1 (C -1903)
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 miscellaneous concrete repairs at Corona
del Mar City and State Beach Park has been completed to the satisfaction
of the Public Works Department.
The bid price was $17,462.00
Amount of unit price items constructed 17,462.00
Amount of change orders 2,463.00
Total contract cost 19,925.00
Funds were budgeted in the General Fund,
Account No. 02- 7697 -113.
During construction it was discovered that many of the original
patches where the panels were joined end to end were in need of repair.
Upon chipping away the upper portions of the columns, it was found that
the ends of the roof panels were also in need of repair. A change order
in the amount of $2,463.00 was issued to cover the above work.
ment.
The design engineering was performed by the Public Works Depart-
The contractor is Uribe Company of Baldwin Park, California.
The contract date of completion was October 7, 1977. All work
was completed by September 2, 1977.
i J seph T. evlin
P blic W s Director
G D:jd
t, Towv
� CEN7K 'y
so.s ,
iL
s
rWWpW� -r xw- ,1 is V
NMY
"ANA I Nfin_l
—
_
CITY OF NEWPORT BEACH
ORANGE COUNTY, CALIFORNIA
PUBLIC WORKS OEPAWMENT
KLL[
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
M /SC C:ONCRETB REP/D 1115- 5ER✓10E AREA
YU. ! ,�) ': I �. �T Y fl."Y•O ,`i i"r/ i "E. ng.�-- A: :. >� i' -Q4i�
DRAWN_;
APPROVED
MEN
4zrm
�Mp"
PUBLIC WORXS DIRECTOR
R C. Pio. - -.... ..._'
T
PUBLIC. NOTICE PUBLIC NOTICE
CITY, OF NEWPORT BEACH, CALIFORNIA
NOTICE IN.V.ITINGBIDS
SEALED BIDS will be received at the office of the City
Clerk, City Hall, Newport Beach," California, until 2:00
P.M, on the 26th day of May, 1977, at which time they
will be opened and read, for performing work as follows:
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
SERVICE AREA NO. 1
CONTRACT NO. 1903
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, :,,_ .
Each bid must be aecom*6ied.by cash certified check
:Bidder's Bond, made payable'Co.thetyofNeWport
Beach, for an amount equal to; kCleast l0 percentof tn'e
amount bid.
The title of the project and the 'words "SEALED BID"
shall be clearly marked on the outside of the enMope
containing the bid.
The contract documents that must be completed, exe-
euted, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature
and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are required and the CORPORATE SEAL shall
be' affixed to all documents requiring signatures. In the
case of a Partnership, the signature of aWeast 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 ih 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
bid opening,
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as
prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors of America. Copies may be obtained from
Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special. Provisions and
Standard Drawings, Copies of these are available at the
Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work
for .City" form has been adopted by the City. This form
is the only certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon award of the contract.
For any. required bonds, the company issuing Bid Bonds,
Labor and Material Bonds, and Faithful Performance
Bonds must be an insurance company or surety company
licensed by the State of California, The companies must
also have a current General Policy Holders Rating of
A or better; and a Financial Rating of at least AAA as
per the latest edition of Best's, Key Rating Guide (Prop-
erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,
Part 7 of the California Labor Code (Sections 1770 et seq.),
the City Council of the City of Newport Beach has ascer-
tained the general prevailing rate of per diem wages
in the locality In which the work is to be performed for
each craft, classification, or of workman or mechanic
needed to execute the contract and has set forth these
items in Resolution 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
In prevailing wage rates (Sections 1770 -1781 inclusive).
The contractor shall be responsible for compliance with
.Section. 1777.5 of the California Labor Code for all ap-
preaticeable 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.
DORIS GEORGE, CITY CLERK
CITY OF NEWPORT BEACH, CALIFORNIA
Publish: "May 12, 1977, in tfie Newport Harbor Ensign,
tZ
June 13, 1977
CITY COUNCIL AGENDA
ITEM NO. G -3
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: MISCELLANEOUS CONCRETE REPAIRS AT CORONA DEL MAR CITY AND STATE
BEACH PARK - SERVICE AREA NO. 1 (C -1903)
RECOMMENDATIONS:
1. Waive the informality in Uribe Company's bid.
2. Adopt a resolution awarding Contract No. 1903 to Uribe
Company for $17,462.00, and authorizing the Mayor and
City Clerk to execute the contract.
DISCUSSION:
The project provides for repair of spalled concrete columns and
roof slabs at the Corona del Mar City and State Beach Park - Service Area
No. 1. Sufficient funds are available in the current budget (Account No.
02- 7697 -113) for the project. An exhibit is attached noting the project
location.
Three bids were received and opened in the office of the City
Clerk at 2:00 P.M. on May 26, 1977.
Bidder Amount Bid
1. Uribe Company, Baldwin Park $17,462.00
2. Superior Gunite Co., No. Hollywood $29,700.00
3. Cote Mark Inc., Compton $53,676.00
The low bid is 3.0% lower than the engineer's estimate of
$18,000.00.
The contract's special provisions required each bidder to submit
with their bid a statement of Technical Ability and Experience References.
Uribe Company did not include a filled in statement with their bid, but did
provide this document on May 31, 1977. It is felt that the failure to pro-
vide this information with the sealed bid does not adversely affect the
competitive bidding process.
Uribe Company has satisfactorily performed similar work for the
City in the past.
The plans and specifications were prepared by the Public Works
Department. Work is scheduled for completion by August 1, 1977.
J eph T D vlin
P blic W Director
SB:hh
Att.
1�, � I ' � A•FFAIACMI
{
CL
ul
YMAf
it Y.'M en. 50 -S
IV
f.
_ ••, `� i �.l /AY /Ni COaSf 111 .
cc�nw C49401 S5i i73
C i
R
I
li
d f} k
AWN „v
'LoC � TION
CITY OF NEWPORT BEACH.
ORANGE COUNTY, CALIFORNIA
PUBLIC WORKSS DEPAR UM
I IFIT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
M15C CO/VCRETE REP/7 /RS—SERV/CE AREA
NO• / - COM CITY 4,VO STATE oeEACH AX f1r
DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING. NO.,E.iH/BI %
RESOLUTION NO. / /ov
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
URIBE COMPANY FOR MISCELLANEOUS CONCRETE
REPAIRS - CORONA DEL MAR CITY AND STATE BEACH
PARK - SERVICE AREA NO. 1, CONTRACT NO. 1903
3
WHEREAS, pursuant to the notice inviting bids for
work in connection with miscellaneous concrete repairs -
Corona del Mar City and State Beach Park, Service Area No.
1, in accordance with the plans and specifications heretofore
adopted, bids were received on the 26th day of May, 1977 and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is URIBE COMPANY;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Uribe Company,
Baldwin Park, for the work in the amount of $17,462.00 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 13th day of June
ATTEST:
City Clerk
1977.
DDO /bc
6/10/77
TO: 'CITY COUNCIL
May 9, 1877
CITY COUNCIL AGENDA
ITEM NO. H -9.
FROM: Public Works Department
SUBJECT: MISCELLANEOUS CONCRETE REPAIRS AT CORONA DEL MAR CITY AND STATE
BEACH PARK - SERVICE AREA NO. 1 (C -1903)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened and read at 2:00 p.m. on May 26, 1977.
DISCUSSION:
On March 28, 1977 Council directed the staff to investigate a
less costly method for repairing roof slabs and columns at the Corona del
Mar City and State Beach Park - Service Area No. 1. The project as orig-
inally bid on March 17, 1977 included repair work proposed by a consultant
architect consisting of: (1) New concrete edge beams which would tie the
structures together and enclose the top of the columns, and (2) a built -up
roof to protect the structure from future water damage. The sole bid
received was $49,200.00. This high cost led to an investigation of alter-
nate designs.
A revised design has been prepared for the repair of spalled
concrete columns and roof slabs. The proposed repairs include: (1) New
column caps connected structurally to the existing t -beam roof slabs, and
(2) epoxy patching of columns and roof slabs to seal cracks and repair
spalled concrete. Due to a budget limitation of $20,000.00 covering of
the roof slabs with built -up roofing has been deleted from the proposed
project.
The plans for the repairs were prepay
Department. The engineer's estimate for the wo
mated date of completion is July 20, 1977. The
interfere with recreational activities, however
contract to allow a delayed completion date of
tractor finds difficulty in working during the
is attached shaving the location of the work.
l
Joseph vlin
Public Director
J0: hh
Att.
ed by the Public Works
rk is $18,000.00. The esti-
proposed work should not
provisions are made in the
October 10, 1977 if the con -
summer season. An exhibit
1re
j
CL
led�`� 4eK
/.1✓ /Nf caesr
�_ -�" _ Ig✓.nu Cam. \' �l /t��'1.�7 l "°
Lh
RAW p9b
ANNE! �®
py
�" ®► t� � U V V
�4 j n lyli✓ s
d R A 9
10 JA s T
Lre • - Cep •• irrr
AWN
CITY OF NEWPORT BEACH
ORANGE COUNTY, CALIFORNIA
PUBLIC WORKS DEP*JrfU iT
em ne P w r
CITY OF NEWPORT BEACH DRA"'A1- '�`�'- °A
PUBLIC WORKS DEPARTMENT APPROVED
M /SC CCONCRE re REPA /R5 - SERV /CE AREA_ PUBLIC WORKS DIRECTOR
R.E. NO.
/i'O- / - co M C /T Y RNQ STATE o6,CACII 1014WO it �i
<. DRAW�N4 aaEXHIQ /T, A.
PUBLIC NOTICE .PUBLIC NOTICE
CITY OF NEWPORT'BEACH, CALIFORNIA'
NOTICE INVITING BIDS
SEALED BIDS,: witl be received at the office of the'C
Clerk; City .Hill,. Newport Beach, California, `until 21 00
P.M. on"the 15th day of March, 1977, at which time they with, '..
be opened and road, for performing work as follows
REPAIR OF ROOF SLABS
SERVICE. AREA'N0, 1; CORONA DEL MAR MAIN BEACH
CONTRACT NO 1903'
Bids, must be<;submitted on ttie'pibposal form, attached .
with,tha, contract documents furnished by the Public Works
Department. The additional copy of the proposal form is,
to be rataingo by,thebidder for his records.
Each -bid most be .accompanied by cash, certified check
or., H[ dder,%LHoAd „,madetpayable�te- theCtty,I;t rt;
Beach, for ap.:_ amount, :e4ual'to at least
.eamoyµtt b+10t 'ercnU
ikk In�m ^♦s. �' 09B au
a
,
The ltitle of the project and the; words ,SEALED BID'!.,
shall.be,clearly marked on the outside of'theenveloje.'
containing the bid,
The, contract documents that must be completed, axe-
1 doted, and' returned. in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
P. Non- collusion.Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These; documents shall be affixed with the'sighatare
and titles of the persons signing on behalf of the bidder.
For corporations, the the signatures of. the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC_.
RETARY are required and the CORPORATE SEAL,
shall
be affixed to all documents requiring signatures. In the,
case of .a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the provisions of
Chapter 9, Division Ili 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, maybe 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
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR ,PUBLIC WORKS CONSTRUCTION (1976 Edition) as
prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors. of America. Copies may be obtained from
Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The . City has adopted Standard Special Provisions and
Standard Drawings.. Copies, of these are available at.the,'
Public Works Department at a cost of $5,00 per set.,
A standard "Certificate of Insurance for Contract Work
for City” form has been adopted by the City. This form
Is the.only, certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon.award of the contract.
For any required bonds, the company issuing Bid Bonds,g
Labor .and... Material Bonds, and Faithful Performance,
'Bonds must be an insurance company or surety company'
licensed, by the State of California. The companies must;
!also have,a current General Policy Holders Rating of
A or better; and a Financial .Rating of at least AAA as .
per the latest edition of Best's Key Rating Guide (Prop-
erty - Liability). .. .
In accordance with the provisions of Article 2; Chapter 1„
Part 7 of the California Labor Code (Sections 1770 et seq:),
the City Council of the City of,Newport Beach has ascer-
tained the genetai.,.prevailing.: rate of per diem, wages
In the locality in'which the. work ts, 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 Resolutl6n No. 8950 adopted December 13, 1976.
A copy of said resolution is available in the office of the ,
City Clerk;. All parties to the contragt shall.begoverned
by all provisions of the California Labor Code relating.
o .prevailing wage; rates (Sections 1770 -1781 Inclusive),.
. he contractor 'shall be responsible for compliance with
Section 1777'.5 of.the California Labor Code for all ap
prenticeable 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,
DORIS GEORGE; CITY CLERK
CITY OF"�NEWPORT BEACH, CALIFORNIA
Publish Mareh-3,1.0_,197 , in the Newport Harbor Ensign.;
PUBLIC NOTICE PUBLIC NOTICE
CITY OF NEWPORT BEACH,' CALIFORNIA. ,
NOTICE INVITING 13MS � . j .
SEALED BIDS will be, received at the office of the City
Clerk, City Hall, Newport Beach, California, until; 2:00,
;P; M, on the 15th day of Match, 1971, at which time they will
be opened' and readt for performing. work as:lbllows:
REPAIR OF ROOF SLABS
SERVICE AREA NO, 1, CORONA DEL MAR MAIN BEACH
si .> —' CONTRACT NO *,1903,:, '- - .' ..
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 ttie City of`Newport
Beach, for, as amount ,equal to at.ieastl10 percent of the
amount bid.
The title of the project and the words 'SEALED BID"
shall be clearly marked on the outside of the envelope
containing the bid.
The contract documents that must be completed, exe-
cuted, and returned in the sealed bid are:.
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall. be affixed with the signature
and titles of the persons signing an behalf of the bidder.
For corporations, the .signatures of the PRESIDENT or
VICE PRESIDENT and SECRETARY or ASSISTANT SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been licensed in accordance with the. provisions of
Chapter 9, Division III of the Business and .Professions'
:Code. The contractor shall. state his license number and
classification in the proposal.
One set of plans and contract documents, including
special provisions, may be obtained at the Public Works .
Department, City Hall, Newport Beach, California, at no
cost to licensed contractors, It Is requested that the plans
and contract documents be returned within 2 weeks after
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as
prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors of America, Copies may. be obtained from
Building News, Inc., 3055 Overland Avenue; Los Angeles, .
California 90034,.(213) 870 -9871.
The City has adopted Standard Special Provisions and
Standard Drawings, .Copies of these are available at the
Public Works Department at a cost of $5.00' per set.
A standard "Certificate of Insurance for Contract. Work
for City" form has been adopted by the City. This form
Is the, only certificate of insurance acceptable to the City.
The successful low bidder will be required to complete
this form upon award of the contract.
For any required bonds; the company issuing Bid Bonds,
Labor and Material Bonds, and Faithful Performance"
'Bonds must be an insurance company or surety company',
licensed by the State of California, The companies must:
also have a current General Polley Holders Rating of
A or better; and a Financial Rating of at least AAA as
per the latest edition of Best's Key Rating Guide (Prop-
erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,
.Part 7 of the California Labor Code (Sections,1770 et seq.Z
the City Council of the City of Newport Beach has aster
tained the general prevailing rate of per diem wages
in the locality In which the work is to be performed for .
each craft, classification,.or type of workman or mechanic
,heeded to execute the contract and has set forth these
items in Resolution No. 8950 adopted December 13, 1916.! "
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
In prevailing wage rates (Sections 1770 -1781 inclusive)._;
:The contractor shall be responsible for compliance with"
Section. 1777,5 of the California Labor. Code for all ap-
prenticeabie occupations.
The contractor shall post a copy of the prevailing wage
`rates at the job site, Copies may be obtained from tbo`
Public Works Department.
The City reserves the right to reject any or all bids'. '
and to waive any informality to such bids.
DORIS GEORGE, CITY CLERK
CITY OF NEWPORT BEACH, CALIFORNIA
Publish: March 3, 10, 1977,,in the Newport Harbor,Easigm,
CONTRACT NO. 1903
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT" DOCUMENTS- "
FOR
REPAIR OF ROOF SLABS
SERVICE AREA NO. 1, CORONA DEL MAR MAIN BEACH
Approved by the City Council
this 28th day of February 1977.
*'Doris George, City Cl.er
SUBMITTED BY:
Contractor
P o I7�Y ter'
Address
�Ji�-y"Is C /D. 917x6'
City Zip
r-)i.3 ) _� 3R- 7rsG2
Phone
V9 2yi a
Total Bi
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 2:00 P.M.AXNX on the 15th day of March , 1977 ,
at which time they will be opened and read, for performing work as follows:
REPAIR Of ROOF SLABS
- - - - -- SERUCE AREA NO: 1; CORONA DEL MAR MAIN BEACH
CONTRACT NO. 1903
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 the he Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(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
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. :7D36�r9e,V_QVM lassificationt-k 9 &.
Accompanying this proposal i
er's LnecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
a. 3 ) 33 R-- 79-6 2
Phone Number
L %
Dale—
L4 j2 zVA l L-
Bidder NasTme
it 0 / (SEAL)
uthorized Signature
Authorized Signature
i ) \) d ; Vi JtjA C
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. �o1lf sir 1� -X Iva213
0
4.
5.
6.
7.
8.
9.
10.
11.
12.
k r,Q A/ is 1)r f .�
Bidders Name
Authorized Signature
i nicy; : n
Type of Organization
(Individual, Co- partnership or Corp.)
CO. P69 i3Uk' /Q
Address
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this
19
My t
1 ::� Z� 0Z
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
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.
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
1/ —I <- .-)/: tal i/n L°
'-12
" % — 7c;3'
-)i1i-- -) y --, - -
Signed
J
March 28, 1977
CITY COUNCIL AGENDA
ITEM NO. G -1
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: REPAIR OF ROOF SLABS, SERVICE AREA NO. 1, CORONA DEL MAR MAIN
BEACH (CONTRACT NO. 1903)
RECOMMENDATIONS:
1. Reject the sole bid of $49,200 received from Uribe Company
on March 15, 1977.
2. Direct the staff to investigate a less costly method for
repairing the roof slabs and columns.
DISCUSSION:
On March 15, 1977, the City Clerk received one bid to repair the
roof slabs at Service Area No. 1, Corona del Mar main beach.
BIDDER BID
Uribe Company, Baldwin Park, California $49,200
Architect's Estimate $20,000
Plans for the repair work were prepared by William Blurock &
Partners, the architects for the original project. The concrete roof slabs
and the tops of the concrete columns have been damaged by movement caused by
wind pressure and by vandals running on the roof. As a result, the concrete
has spalled off and the reinforcing steel has become weathered. The repair
work proposed by the architect consists of adding (1) new concrete edge
beams which would tie the structures together and enclose the top of the
columns, and (2) a built -up roof to protect the structure from future water
damage. Because of the high cost for the work represented by the single
bid received, the staff would like to investigate the practicality of less
costly alternate designs.
eph T.�D vlin
lic Wt
Director
11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REPAIR OF ROOF SLABS
SERVICE AREA NO. 1, CORONA DEL MAR MAIN BEACH
CONTRACT NO. 1903
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 1
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. 1903 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:
UNIT UNIT PRICE WRITTEN IN WORDS
1. Lump Sum Construct new edge beams, repair existing
roof slabs and columns, and install roofing
on existing roof slabs, for the lump sum
price of:
Dollars
and
Cents
TOTAL BID PRICE WRITTEN IN WORDS:
M,o L1 —77
Date
PRICE
$ y1100 do
llars
and
nts TOTAL BID $ 599 206 �
Bidder's Name
CONTRACTOR'S LICENSE NO. 3036 �r> �?_,,Z a,
(Authorized Signature
CONTRACTOR'S ADDRESS 176 `1,361C 13,y Zr%c. ,'A� j�1,9 r %f 12, 91 706
TELEPHONE NO.QJ3?�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
REPAIR OF ROOF SLABS
SERVICE AREA NO. 1, CORONA DEL MAR MAIN BEACH
CONTRACT NO. 1903
I. SCOPE OF WORK
SP 1 of 2
The work to be done under this contract consists of furnishing all labor, mater-
ials, tools, equipment and transportation necessary to construct 43 new portland
cement concrete beams connecting existing precast roof slabs; repair all spalled
or chipped concrete on existing roof slabs and columns; and construct built -up
roofing on all existing pre -cast concrete roof slabs.
Existing built -up roof in Service Area No. 1 will not be re- roofed under this
contract.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Plans (Drawing No. B- 5055 -S,
2 sheets), and the City's Standard Drawings and Specifications. The City's Standard
Specifications are the Standard Specifications for Public Works Construction, 1976
Edition with supplements to date. Copies may be purchased from Building News Incor-
porated, 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.
Specifications referring specifically to this contract are printed on Sheet 1 of
the drawings.
II. COMPLETION OF WORK
The contractor shall complete the work within 90 calendar days from the date of
execution of the contract by the City.
III. EXAMINATION OF JOB SITE
The contractor shall carefully examine the job site and the existing structures
to evaluate and determine the extent and amount of work that will be necessary to
accomplish the required repairs.
IV. PAYMENT
All work to be done under this contract shall be done for one lump sum. The lump
sum price paid for completing this contract shall include full compensation for
constructing 43 new reinforced concrete beams; repairing all existing precast
concrete columns and roof slabs; and installing new built -up roofing on roof slabs
at Service Area No. 1 at Corona del Mar Main Beach.
The lump sum price paid for the contract shall include full compensation for all
permits, labor, transportation, materials, and overhead costs, necessary to complete
the contract.
SP2of2
V. 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 expense
upon reasonable notice.
E-
S
n
m
0
�IIflIm1YN111111111Y111R11
WIN
Y
IIRI
d
��mNnnMnmm'ooi
�II�I�1
�IINIIIYI��I
DAIIVIN1�1111111N1
�Id�tl�ll
m
z
w
9
r^
n
ql,N --
r„
F^'
m D
O
m
0
Cn
c
3
3
J
N
S
n
n
0
Sunni
NIMNN11111Iilium
I����II�IIII
'�NIIIII�IIIIRIIMINY91111
moo NO
Wma
liiiiiiiiiiiiiiiiiiiiillillililis
■III
■11
■IIIIIIIII�
1111
■�I��11
II�dN��illlll
ZZm
G�
z
z
N
Z
k
N
C
3
3
J
2 l i
BY
CITY r NPaWPOdT BcACW
TO: CITY COUNCIL
FROM: Public Works Department
February 28, 1977
CITY COUNCIL AGENDA
ITEM NO. H -9
SUBJECT: REPAIR OF ROOF SLABS, SERVICE AREA NO. 1, CORONA DEL MAR MAIN BEACH
(CONTRACT 1903)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
and read at 2:00 p.m. on March 15, 1977
DISCUSSION:
The 1976 -77 budget contains an appropriation of $20,000 to repair
the concrete roof slabs at Service Area No. 1, Corona del Mar Main Beach.
Service Area No. 1 is the group of buildings and walkways nearest to the jetty.
The location is shown on the attached sketch.
The concrete roof slabs and the tops of the concrete columns have
been damaged due to vandals running on the roof and subsequent weathering of
the reinforcing steel. The repairs consist of adding (1) new concrete edge
beams to tie the structures together, and (2) a built -up roof to protect the
structure from water damage.
The plans for the repair were prepared by William Blurock & Partners
who were the architects for the original project. The architects' estimate
for the repair project is $20,000.
The estimated date of completion is June 14, 1977.
A set of plans will be on display in the Council Chambers.
Att.
in 1
irector
0
..r illk
T
S�S�i�" ,. a 4 w� i V•W
e
{ �Y S x �.�. ^� '.� S ry •r�r'M 1 �• A 5 i.'. I Y .•,"AT-
T aK
XL-
\;fit �a,•(" = 'i`.ey + y,.' +2 y:�
�� J� t.. ��� .. ?1 %1� a '� z t� ..�::' Cyg��! 4 � C .���.y �•.1� P , k��� �� � "'
�O Y
_ All � cad
Lv
y
tom`' L•: y ' TS \ ; .Jraa-0,. r� t '( is
' .. ;.., ".• Sri.. i �� t Wo♦ 4:'tw W. �,�1s v ..t• ",
••' 111rrr r'j sip � '+
l �' � � � � s 3 eta � li � :•.,
' i' •' ' .i 1eti 1 ' � a f-C � � J 'ry ..
6 \ .
•i,
SERVICE AIZEA No. `''V,��
"G'DReNA Dtl. MA2 M,4111
9N
C
F
LOCATION MAP
I a = 200'
r.
I .
October 21, 1977
uribe CO.
P.O. Sm Alt
SaIdwIs Parka CA 91706
mk�m
subjecti Surety Axmlcjm X*
scads 1b. 7 SK 170 24T"'
Project Repalso to Coifta 44 Nor Btaft 4 City Beech PW*/
Contract No.s 1903 Service AM We'. I
The City. Commil on Octaber'21v 1977 a tba we* of subject
I
Project aw autbovis", the aty"Clork to
t" a Notice of
Completion and to "loam the bonds. 35 after Net"* of
Complittles has bam filed.
Notice Of Cowletim vas filed with the - 9NAM cow" � Recorder op
October 13, 1977 In took No. L� P Auv IPMPA�1938. fteass notify
Yew foray eompfty that bonds may be wak assed W'days after
recording dote.
D&rA,S George
City Cleft
eg
act Public unim Department
�,
F :.
-4"
;.:.,
A
n�,
x..
PLEASE CITY CLERKRN TO R �9SRO�N4
CITY OF NEWPORT BEACH eY
? ^ ^^ N 7'PF`nRT BOULEVARD
NF... T f Fhr�N. CALIF. 92663
16063
EXEMPT
C4
NOTICF. OF COMPLETION
PUBLIC WORKS
BK 12413PG I g,-iB
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. OCT 131977
J. WRECARLYU. Cusiy await
'I 'o All Laborers and Material Men and to Every Other Person Interested:
YOU WII..L PLEASE TAKE. NOTICE that on September 2, 1977
the Public Works project consisting of Miscellaneous Concrete Repairs at Corona del
Mar City and State Beach Park
on which Uribe Co
was the contractor, and American Motorists Insurance Company
was the surety, was completed.
CITY hF NF.WPC)RT BEACH
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 12, 1977 at Newport Beach, California.
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on October 11,_},977 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 12, 1977 at Newport Beach, California.
4r - C7,
i� C!ry
yYPp ?r
CAL FB�CK
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: October 12, 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 Miscellaneous Conerats Repalrm at Corte
del Mar City and State Beach Bark Contract No. 1e0A
on which Oribe Co. was the Contractor
and American Motorists Insurance Company was the surety.
Please record and return to us.
Very trul}j yours,
I/Doris
City Clerk
City of Newport Beach
Encl.
0
CITY OF NEWPORT BEACH
Date July 8, 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1903
Project Miscellaneous Concrete Repairs /CdM State & City Beach
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Uribe Co.
Address: P.O. Box AE Baldwin Park, CA 91706
Amount: $17,462
Effective Date: 7-8 -77
Resolution No. 9112
Doris Geo e
Att.
cc: Finance Department
Cite hall • 3300 Newport Boulevard, Newport Beach, California 92663
CITY CLERK
CONTRACT N6. 1903
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MISCELLANEOUS CONCRETE REPAIRS
AT
CORONA DEL MAR CITY AND STATE BEACH PARK
Approved by the City Council
this 9th .day Of 977.
i . e"e —
SUBMITTED BY:
Uribe Co.
Contractor
P. 0. Box AE
Adress
Baldwin Park, CA 91706
City --717
Pi213) 338-7862
hone
Ni"B'i .Price
io
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND.STATE BEACH PARK
CONTRACT NO.. -1903
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. 1903 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:
TEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum Repair columns.
Fifteen Thousand Nine Hundred
@ Sixty Two Dollars
No and
Cents $ 15,962.00 $ 15,962.00
Lump Sum
2. Lump Sum Patch roof slabs.
@ Five Hundred Dollars
and
No Cents $ 500.00 $ 500.00
Lump Sum
3. Lump Sum Epoxy Pressure Grout Columns.
@ One Thousand Dollars
and
No Cents $ 1,000..00 $ 11000.00
Lump Sum
TOTAL BID PRICE WRITTEN IN WORDS:
�a \ /an +pan Thousand Four Hundred Sixty Two Dollars
and
No Cents TOTAL BID $ 17,462.00"
_5 -24 -1977 FRANK URIBE
Date Bidder's Name
CONTRAGTOR'S LICENSE NO. 303689 S/ Frank Uribe— _ Z
Authorized Signa ure=
TELEPHONE NO. 338 -7862 CONTRACTOR'S ADDRESS P. 0. Box AE, Baldwin Park, CA 91706
z
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 2:00 p.m AXXX on the 26th day of May , 1977 ,
at which time they will be opened and rea —for performing work as fo lows:
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
CONTRACT NO. 1903
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 SSecre�tary or Assistant Secretary are required an t� he Cor orate Seal
sha be of fixed 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.)
3
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1976 Edition) as prepared by the Southern Ca ifornia Chapters oT the Tmerican
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.
0ew;� -A 19 -74 -79
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
(Cash, Certified Check, Cashier's Check or Bond
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
5 -24 -77
Date
TTIM IFFIRM
Bidder's Name
(SEAL,Y
� _
S/ Frank Uribe - _ /0' / ,
Authorized Signa re
Authorized 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:
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. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
12.
FRANK URIBE
Bidders Name
S/ Frank Uribe 7,., ,K /�—
Autho !zed Signature
Individual
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0.
Baldwin Park CA 91706
ddress
FOR ORIGINAL z-rE CITY CLERKS FILE COPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
'D # 7SM 169 065 -C
Page 4
That we, F. URIBE CONCRETE PATCHING &GRINDING , as Principal,
and AMERICAN MOTORISTS INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of One Thousand
Nine Hundred & no /100-- - - - - -- Dollars ($ 1.900.00 ), 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
u .,-. WWI-,. ITi ,1. W6 - 0 u. r,,.
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 24th day of
May , 19 77
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
May 24, 1977
S/ Maw M. Sullivan, Notary Public
Colssion expires June 19, 1978
F. URIBE CONCRETE PATCHING & GRINDING
Principal
BY: S /Frank Uribe
AMERICAN MOTORISTS INSURANCE COMPANY
Surety
By S/ Edward Simms
Title Attorney -in -Fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 25 day of May
19 77
My commission expires:
URIBE CO. A
By: S/ Frank Uribe
S/ Bruce J. Jacobson
Notary Public
Commission expires June 6, 1980
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
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.
On file with City Clerk
Page 6
S/ Frank Uribe
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of
that proposed herein which he has performed and
Year
Completed For Whom Performed (Detail)
the work of similar character to
successfully completed.
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., LaMesa Job 94 Fwy.
John Nelson
714 283 -6101
S/ Frank Uribe :9
gned
to
Los
k2iw) Zb_'l;j
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
Ome 13, 1373
has awarded to bribe Co.
hereinafter designated as the "Principal ", a contract for
Miscellanwn faacrete impairs at CGrwa del Mar City and State Beach Paris (0-1903)
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 . UkIDE OD.
as Pri nci pal , and KA-11CAN �,V[171RIS I', l ' ".'Y ". C_? - " "J:Y
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
SL: ` -I.,, ;:i h ,; i' L..t'..._ I.."1' T, i '.`�J300 Dollars ($ %47 2.(r ),
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
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 day of ,l;Xl—e- , 19 77 .
(Seal )
Name of Contractor Principal
Authorized Signatu a and Title
Authorized Signature and Title
w', -,Y (Seal )
Name of Surety
r.y.
5 't. Lvs Cali.
Address of Surety
Signature and Title of-Authorized Agent
kttc:rz_ey -4-1 ac t
Address of Agent
Telephone No. of Agent
x '} fOfre50004C -oce
Li "ee 5y Page 10
Lo F `,._� a./ ! Y 7T 24..
tom. .j _ is t r? t�l ( 1T',} -•ti
PERFORMANCE BOND
KNOW ALL MEN -BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion
has awarded to
June 13, 1977
Uriba Co.
hereinafter designated as the "Principal ", a contract for
v4 sceilanem Concrete repairs at Corona del Mar City and State Beach Part (G -1903)
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, Ji;21 r
as Principal, and A ::I, "4`.' "i'kr; a';;'L.n >:^,
as Surety, are held and
firmly
bound
unto the
City
of Newport Beach, in the sum of
_.
:.,_ ._iL...tl i +A./iJ...YYi1. CV'oF
•_a,_ti: JlALl
At'� .UC #.ii
Z> .L: /.r."
- !
Dollars - ,
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 -ts day of 1977
UML 01". (Seal )
Name of Contractor (Principal)
&ZA4ev-
Affthorized Signature and Title
Authorized Signature and Title
(Seal )
Name of Surety
Address of Surety
l 1-.47 c� �_> r. � -@ _, �• �, . .. � e.
Si .qnatuM and Title of Authorized Agent
Address of Agent
Telephone No. of Agent
�
✓ O
d
d
L
N
Z U
m d
J
CL
a_ U W
'
U t
w Y
W
N C
d Y
O
C
7 Q m
N
m
d V
O E E m
m«
O
m O LL
ai
m m }U c
m
C LL
. z ?
U)
N .0 Q N C
O 4 .
t ° O O
N
3 c0 d+
c oU EQ
0
0'
w c m
rn
c
mQU. m
o.dz -C E
m t Q m
v
C
C U C
_
O m z y 0
_
CL
•
N
wm+
O N C
L
O
zkccomO
.
m0
3!E �;
z
a v
O m
O
Ew
Y 32 Ern
vi
• a .
J _
LU
9
J
Qw
• W Q ^
♦N
Z�
ir z
O Q
♦00
♦ u m c i ] ]
•u
`L Ccw v a
Q J
♦
o
(j LL
z w
OY
• r°
Lu F-
O
j
U)
V
a
7
CL
o�
o.
CL
m
rn c
IO
N
o.
61
c�
F
G
U)
W
Q J
_ w
z
CC z
OQ
LL tn
J �
a J
U LL
LLO
O�
wz
< O
Q
U)O
a�
Y
a
o`
C
N
U_
a
CL'
VI
O,
z
d
lr
A
o
YY
°z
�Q 0
i O t
W Y >
O m O LL
E }U c
r LL
C Q N° c
3 0O ao 0
C O U E a
O N N
N Y W C O
N a U w d
i z " N
W
Ya
N 0 y C
N N Z C
a C N U
0 4, Z O N N
F
Y
3 C o L w
o 0Y�
of
y�32 Ecn
♦ f ♦
♦ s
1
♦ Y Fyr�` s
♦ c p
♦ a
♦ z° ., a
♦ p ♦
U
.n
CL
its true and lawful agenf(s) and allorne.y {,$)-ii' l Tact, execute, seal, and deliver during the period begin-
ning with life dale of issuance of this 11o,.,.er and ending December 31, 1978 unle�S sooner revoked for and
on its behalf as surety, arid as its act arid deed: Any and all bonds and undertakings provided
the awoiani u_- no one bond or undertaking exceeds TiaEEP HUNDRED 'THOUSA'ND DOL-
LARS
granted io c.•iecu'e, seal and deliver any bond or undertaking which
La jra:;fees me payinetu or cu'iccTiun of any pioin��3,jiv iioie, check, draft or letter of credit.
I inor%iy dod5 nci; Jere iii the same ubli�ahori Tu b,, -split into two or more bonds in order to bring, each
Seen of-ind "iinill fire dollar lillm or authorny a, sei Furth herein.
Tills appuinmi,m may be revoked ii any time by the American i's!otorists Insurance Company.
Tile 'XccUlif2,1. ur SUCH blanjS and undenali:ng, ill 1)ur,,ujn,,-e of fneso presents shall be as binding, upon the said
:vijioiis;s Insurance Company as iuky arid oaip / io all intents and purposes, as if the same had been
duly execUruj and acknowledged by its regularly c1cciej UiTicets at its principal office in Loii.,, Grove, Illinois,
166 SHALL CEASE AND CERNWNATE WITHOUI NOTICE AS OF DECEMBER 31, 19Y8_
This; Powei, or A.iurricy is executed by authority of a resolution adopted by the Board of Directors of said
Aijt_,rlcaii Nlcior ' sis Insurance Company on ;.Via,,) -ij, j939 it CJ);cj,,,,o, Illinois, a true arid accurate copy of
vlhidl is hereinafter si forin and is hereby certified to by The undersigned Secretary or Assistant Secretary as
hehlg .If flat! force J'I'd effect:
'IVUFED. 1nju !he President or any Vice President c( Secretary or any Assistant Secretary sha:i have power a J aulhorify to ap-
point alid ji;0f;;eY5 in lac:, and To dulnonze Them to execute on beliaR of The c?!npony, and 3itaa: me seal or The
CUinpanv 1llfi:eiu, and Undertakings, reCo,nlzjnce>, con1r,!c1s ut niJonuw: and other writings oirh,a;Jry in The nature
filorerif, and any such urh erof thecunipiny niiy appoint agent, for acceptance or process.
This Power of Ai ' criney is signed, sealed arid Certified by facsimile under arid by authority or the following
resolution adoi)tLdl by the Board of Direcrors or the company at a meeriti,,, duly called and field on the 22nd
day or elan, 19le3:
'VOTEU, filar Inn sw,!:ature of Ine President, _lnv Vice President, Secretary or AS,,Slant ';zicre(jrv, and the Seal of the Coln-
all,: he cemflcaaon by any Secfei'lr% or Ai'tilant Secrelznry, mar Da jihou by iacstm;le on any' por,ver of jliUr:iey
,ucuiedpursuanr toreiaoiuiion adowedcy fnu I card of Diraclors on stay 16, 19U2, and an,,, iuch power so executed, seJocl
cinJ led with respect to any bond or undertak;ml, to uhich it is atiacriLd, snail continue to be valid and binding upon
Ole Conipail1w."
In Testimony Whereof, the American Ntolorists Insurance Company has caused This instrument to be signed
arid its corporate seal to be affixed by its authorized officers, this - 12th day of _ November
_1976
Afleated arid Cer6fied: Alyl[RiCAN MOTORISTS INSURANCE COMPANY
By
7 af;S_.7C707 D'. —Y H. L. KZn RICOIr, if., V:ce "rreildem
SYATL' OF :Lb IN'Oiis 2 SS
COUNTY OF COOK)
1, juan Pritzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known to
ine, To be the same persons whose nalnei are respectively as Vice President and Secretary u, the American
to ' ororists Insurance Company, a Corporation of the State of Illinois. subscribed to The foregoing instrument,
appeared before file this day in person arid severally acknowied-ed that they being thereunto culy authorized
signed, sealed with the corporate seal and delivered the sj ' d instrument as the free and voluntary act of said
corporation and as Their own free and voluntary act for the use;; and purposes therein set forth
'vily commission expires: April 29, 1980 ;ejn 'delzold. Notary Public
1, Sven L. Johanson, Secretary of the Annery '-zii) Motorists Insurance Conipany, dc) hereby certify That the attached
Power of Attorney dated November behalf of A. F. Barker. Jacqueline
is a True and correct copy and that
the sarne has been in lull force and effect since the date thereof and is in full force and effect on the date of
this certificate; arid I do further certify that The said H. L. Kerinicott, Jr. and C. G. Swan who executed The Power
of Attorney as Vice President and Secretary respectively were on the date of the execution of The attached
Power of Attorney the duly elected Vice President and Secretary of the American ,Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my FiJnle arid affixed the corporate seal cf The American
Motorists Insurance Company on this day of 19—.
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
Therein, arid they have no authority to bind the Company except in the manner and to the extent herein stated.
VIV 636 -_6 1 %t rxllllol�`_ I I
Pl,e, of
IL_ 6UO19
"iji 1h.3
;`',inarican 1%loluf si3 It
Cuirpzjlly' a ccliporaficn
organized arid existing under the laws of the
slj°e of
Illinois, and havin', is
ijal office in Lono,
Grove, Illinois, does hereby appoint
and Edward
Siauns o� Los An-eles, California
its true and lawful agenf(s) and allorne.y {,$)-ii' l Tact, execute, seal, and deliver during the period begin-
ning with life dale of issuance of this 11o,.,.er and ending December 31, 1978 unle�S sooner revoked for and
on its behalf as surety, arid as its act arid deed: Any and all bonds and undertakings provided
the awoiani u_- no one bond or undertaking exceeds TiaEEP HUNDRED 'THOUSA'ND DOL-
LARS
granted io c.•iecu'e, seal and deliver any bond or undertaking which
La jra:;fees me payinetu or cu'iccTiun of any pioin��3,jiv iioie, check, draft or letter of credit.
I inor%iy dod5 nci; Jere iii the same ubli�ahori Tu b,, -split into two or more bonds in order to bring, each
Seen of-ind "iinill fire dollar lillm or authorny a, sei Furth herein.
Tills appuinmi,m may be revoked ii any time by the American i's!otorists Insurance Company.
Tile 'XccUlif2,1. ur SUCH blanjS and undenali:ng, ill 1)ur,,ujn,,-e of fneso presents shall be as binding, upon the said
:vijioiis;s Insurance Company as iuky arid oaip / io all intents and purposes, as if the same had been
duly execUruj and acknowledged by its regularly c1cciej UiTicets at its principal office in Loii.,, Grove, Illinois,
166 SHALL CEASE AND CERNWNATE WITHOUI NOTICE AS OF DECEMBER 31, 19Y8_
This; Powei, or A.iurricy is executed by authority of a resolution adopted by the Board of Directors of said
Aijt_,rlcaii Nlcior ' sis Insurance Company on ;.Via,,) -ij, j939 it CJ);cj,,,,o, Illinois, a true arid accurate copy of
vlhidl is hereinafter si forin and is hereby certified to by The undersigned Secretary or Assistant Secretary as
hehlg .If flat! force J'I'd effect:
'IVUFED. 1nju !he President or any Vice President c( Secretary or any Assistant Secretary sha:i have power a J aulhorify to ap-
point alid ji;0f;;eY5 in lac:, and To dulnonze Them to execute on beliaR of The c?!npony, and 3itaa: me seal or The
CUinpanv 1llfi:eiu, and Undertakings, reCo,nlzjnce>, con1r,!c1s ut niJonuw: and other writings oirh,a;Jry in The nature
filorerif, and any such urh erof thecunipiny niiy appoint agent, for acceptance or process.
This Power of Ai ' criney is signed, sealed arid Certified by facsimile under arid by authority or the following
resolution adoi)tLdl by the Board of Direcrors or the company at a meeriti,,, duly called and field on the 22nd
day or elan, 19le3:
'VOTEU, filar Inn sw,!:ature of Ine President, _lnv Vice President, Secretary or AS,,Slant ';zicre(jrv, and the Seal of the Coln-
all,: he cemflcaaon by any Secfei'lr% or Ai'tilant Secrelznry, mar Da jihou by iacstm;le on any' por,ver of jliUr:iey
,ucuiedpursuanr toreiaoiuiion adowedcy fnu I card of Diraclors on stay 16, 19U2, and an,,, iuch power so executed, seJocl
cinJ led with respect to any bond or undertak;ml, to uhich it is atiacriLd, snail continue to be valid and binding upon
Ole Conipail1w."
In Testimony Whereof, the American Ntolorists Insurance Company has caused This instrument to be signed
arid its corporate seal to be affixed by its authorized officers, this - 12th day of _ November
_1976
Afleated arid Cer6fied: Alyl[RiCAN MOTORISTS INSURANCE COMPANY
By
7 af;S_.7C707 D'. —Y H. L. KZn RICOIr, if., V:ce "rreildem
SYATL' OF :Lb IN'Oiis 2 SS
COUNTY OF COOK)
1, juan Pritzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known to
ine, To be the same persons whose nalnei are respectively as Vice President and Secretary u, the American
to ' ororists Insurance Company, a Corporation of the State of Illinois. subscribed to The foregoing instrument,
appeared before file this day in person arid severally acknowied-ed that they being thereunto culy authorized
signed, sealed with the corporate seal and delivered the sj ' d instrument as the free and voluntary act of said
corporation and as Their own free and voluntary act for the use;; and purposes therein set forth
'vily commission expires: April 29, 1980 ;ejn 'delzold. Notary Public
1, Sven L. Johanson, Secretary of the Annery '-zii) Motorists Insurance Conipany, dc) hereby certify That the attached
Power of Attorney dated November behalf of A. F. Barker. Jacqueline
is a True and correct copy and that
the sarne has been in lull force and effect since the date thereof and is in full force and effect on the date of
this certificate; arid I do further certify that The said H. L. Kerinicott, Jr. and C. G. Swan who executed The Power
of Attorney as Vice President and Secretary respectively were on the date of the execution of The attached
Power of Attorney the duly elected Vice President and Secretary of the American ,Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my FiJnle arid affixed the corporate seal cf The American
Motorists Insurance Company on this day of 19—.
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
Therein, arid they have no authority to bind the Company except in the manner and to the extent herein stated.
VIV 636 -_6 1 %t rxllllol�`_ I I
Pl,e, of
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this /r6.4� day of 19�,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and Uribe Co.
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
Miscellaneous Concrete Repairs at Corona del Mar City and State Beach Park (C -1903)
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 OF4a, EWPORT BEACH, CALIFORNIA
By:
or
ATTEST:
Aty Clerk'
Contractor
(SEAL)
By: ..a2�
By:
da rr
it e
! •
CITY-OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
CONTRACT NO. 1903
INDEX TO SPECIAL PROVISIONS
J
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.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . . 2
A. General . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
B. Concrete Replacement. . . . . . . . . . . . . . . .
. . 2
C. Air - Placed Concrete Construction (Gunite) . . . . . . . .
. . ..2
1. General . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
2. Mixing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
3. Consistency . . . . . . . . . . . . . . . . .
. . . 2
4. Existing Concrete Surfaces. . . . . .
. . . 3
5. Removal of Deteriorated Concrete and Sandblasting . .
. . . 3
6. Reinforcement . . . . . . . . . . .
. . . 3
7. Application to Vertical Surfaces . . . . . . . . . . .
. . . 3
8. Thickness of Layers . . . . . . . . . . . . . . .
. . . 3
9. Recesses and Obstructions . . . . . . . . . . . .
. . . 3
10. Loose or Porous Air - Placed Concrete . . . . . . . . .
. . . 4
11. Curing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
D. Patching of Spalled and Cracked Concrete. . . . . . . . .
. . . 4
E. Epoxy Pressure Grouting of Columns . . . . . . . . . . . .
. . . 4
F. Work Sequence . . . . . . . . . . . . . . . . . . . . . .
. . . 4
G. Working Platforms . . . . . . . . . . . . . . . . . . . .
. . . 4
H. Project Site Maintenance . . . . . . . . . . . . . . . . .
. . . 5
J
12
I.
II.
III.
IV
0
CITY.OF- MENPORT BEACH
PUBLIC': DEPARTMENT
SPECI w IONS
FOR
MISCELLANEOUS CONCRETE REPAIRS
0
AT CORONA DEL MAR CITY AND STATE BEACH PARK
C -1903
SCOPE OF WORK
SPIof5
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 roof slabs of Service Area No. 1 at
Corona del Mar City and State Beach Park.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions. the Plans (Drawing No.
B- 5082 -5), and the City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard S ecifications for Public Works Con-
struction, 1976 Edition with supp ements to ate. copies may be purchased Trom
Btu Taing 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.
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.
COMPLETION OF WORK
The contractor shall complete the work within
the date of execution of the contract by the
extreme difficulty in working on site during
the engineer an extension of time to complete
be completed within a 30- calendar -day period
EXAMINATION OF JOB SITE
thirty (30) calendar days from
City. If the contractor encounters
the summer, he may request from
repairs; however, all work must
prior to October 10, 1977.
The contractor shall carefully examine the job site to evaluate and determine
the extent and amount of work that will be necessary to accomplish the required
repairs.
•
V. PAYMENT
• SP2of5
C?
The prices paid for column repairs, patching roof slabs, and epoxy pressure
grouting columns at Service Area No. 1 will include full compensation for doing
all work to apply and install air - placed concrete (gunite), to place the re-
inforcing steel complete in place.
The lump sum price paid for cement patching of roof slabs and epoxy patching
of columns at Service Area No. 1 will include full compensation for doing all
work required to place cement and epoxy patches complete in place.
Payment for incidental items of work not separately provided for in the pro-
posal 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 con-
tractor's expense upon reasonable notice.
VII. CONSTRUCTION DETAILS
A. General: Placement of gunite shall conform to Method A of Section 303 -2
F? the Standard Specifications except as modified herein.
B. Concrete Replacement: The cement used for concrete replacement shall be
portland cement Type V. 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 steel
troweled finish to match existing girders.
C. Air - Placed Concrete Construction ( Gunite):
1. General:
Air - placed concrete shall be a mixture of Portland cement and fine
aggregate which is mixed dry, conveyed by air through a pipe or flex-
ible tube, and applied pneumatically with clean water being added
immediately prior to its expulsion from a nozzle or other suitable
mechanism especially manufactured for the purpose of applying concrete
mortar pneumatically.
2. Mixing:
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.
3. 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.
4. Existing Concrete Surfaces:
. SP3of5
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, latence 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.
5. Removal of Deteriorated Concrete and Sandblasting:
In repairing reinforced concrete structures, all disintegrated, cracked
or loosened concrete shall be complete 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 indicated 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 concrete shall
be applied as herein described.
6. Reinforcement:
The reinforcement for sections shall be of the size and type indicated
on the plans. All reinforcing steel shall be galvanized.
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.
8. 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
• • SP4of5
shall be placed between such obstruction and the surface behind it until.
mortar 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 cause for suspending operations and rejecting any
portion of the work which is found defective in this respect.
11. Curin :
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.
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.
D. Patching of Spalled and Cracked Concrete
All areas to be epoxy patched shall be thoroughly cleaned with compressed
air prior to patch application.
All roof slab patches shall be made using "skin patch" as manufactured by
Standard Dry Wall Products or an approved equal. All manufacturers'
recommendations shall be strictly adhered to in applying "skin patch ".
E. Epoxy Pressure Grouting of Columns
All columns' cracks shall be pressure grouted with epoxy ( "Sikadur Hi -Mod LV,"
as manufactured by Sika Chemical Corp.) impregnated with a color additive
to match the existing exposed aggregate columns.
F. Work Sequence
The contractor shall schedule his work so that only one column in each span
is being reconstructed at any one time. The minimum time shall be seven
days before another column in the same span can be reconstructed.
G. 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 pedestrians will
be permitted.
- } .
V*
I
LI
• SP5of5
Such scaffolding, staging, lift equipment and working platforms shall con-
form to the requirements of all State and local laws and regulations.
H. 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.
x CITY OF NEWPORT BEACH
CERTOCATE OF INSURANCE FOR CONTRACT ORK
CONTRACT NO. 1903
Named Insured and Address
Frank Uribe dba Uribe Company
This endorsement forms a hart of Policy 14;� ;;5-.54.5 .......... ............. 13113 Francisquite Avenue
issued by American States Insurance Co7an� l Baldwin Park, CA.
and takes effect as of the effective date o say poicy
unless another effective date is stated herein.
Effective date ........ 6/28/77 ......... ..........................12:01 A. M., standard time at the address of the named insured as
stated herein.
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
City of Newport Beach, Certificate of Insurance for Contract Work, Contract No. 1903
This Endorsement is effective 6/28/77 when signed by an Authorized Representative of
American States Insurance Company and when issued to City shall be valid and fora part
of Policy No. CL 225 -545 insuring Frank Uribe dba Uribe Company expiring 4/22/78
This is to certify that the Company named below has issued to the Named Insured the
policy of comprehensive liability insurance identified herin, herinafter referred to as
"Policy't,.and endorsed said Policy as follows to assure compliance by the Named Insured
with the insurance requirements of the Contract executed by the Named Insured and the
City of Newport Beach, (hereinafter, "City ").
1. The combined single limit for Comprehensive Liability (bodily injury or death,
or property damage) is not less than $500,000 each occurrence, $500,000 aggregate
Protective and contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be cancelled or materially
changed until thirty (30) days after receipt by City of written notice of such cancel-
lation or change by refistered mail, addressed as follows: City of Newport Beach c/o
City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663.
3. The City of Newport Beach, its officers and employees are hereby declared to be
additional named insureds in the policy described insofar as they may be held liable
for injuries, death or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further agreed that this
Policy shall be primary and non - contributing with any other insurance available to
the City of Newport Beach, and inaludes a severability of interest Claude.
4. Contractual liability coverage applicable to the contract referred to above,
including the obligation to defend City is included.
5. Exclusions relating to property damage arising out of explosion, collapse, or
underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable.
6- The Policy provides coverage for, but is not limited to: Owned, Non -Owned and
Hired Automobile; Products Liability - Completed Operations; Promisee- Operations;
Contractors Protective Liability; Marine or Aviation (when applicable); and Property
Damage.
Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements or declarations of the policy, other
than a; herein stated.
This endorsement shall not be binding unless countersigned by a duly authorized agent of the company; provided that if thin e o no t takes
effect as of the effective date of the policy and, at issue of said policy, forms a part theseof, countersignature on the declarations ge f said policy
by a duly authorized agent of the company shall constitute valid countersignature of this endaxmenq
American StateslInsurance Comp v
7
.... ...............................
Hutton Enterprises, Inc.
Farm at.r.a ■ 808 N. Gorey Avenue
Pomona, Calif. 91766
NAME AND ADDRESS OF AGENCY
Hutton Enterprises, Inc.
COMPANIES AFFORDING COVERAGES
PO Box 2366
Pomona, Ca 91766
LETTER NY
American States Insurance Co.
COMPANY B
LETTER
NAME AND ADDRESS OF INSURED
COMPANY
T _
Fran' IT_,.
LETTER
Ur11-- Co Co_icr :�t ?atchiag etc.
13113 Lraiicisqu .z'' �Ve
COMPANY D
LETTER
BalCwin Par':, Ca S170G
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
Limits of Liabilit in Thousands ( 00
COMPANY
01 1 LETTER
TYPE OF INSURANCE
PODGY NUMBER
POLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
BODILYINJUR]AG
E
E °
❑ COMPREHENSIVE FORM
❑PREMISES—OPERATIONS
PROPERTY DAM
$
$
❑ EXPLOSION AND COLLAPSE
HAZARD
❑
UNDERGROUND HAZARD
❑ PRODUCTS /COMPLETED
OPERATIONS HAZARD
❑
80014Y INJURY
CONTRACTUAL INSURANCE
PROPERTY DAM$
$
❑ BROAD FORM PROPERTY
COMBINED
DAMAGE
❑
INDEPENDENT CONTRACTORS
'Appliestp
/Completed
❑ PERSONAL INJURY
Op<,da,d
AUTOMOBILE LIABILITY
BODILY INJUR(EACH
PERSOCOMPREHENSIVE
FORM
BODILY INJUROWNED
(EACH OCCURREHIRED
PROPERTY DAMBODILY
INJURY
NON -OWNED
PROPERTY DAMAGE
E
COMBINED
EXCESS LIABILITY
❑ UMBRELLA FORM
BODILY INJURY AND
E
PROPERTY DAMAGE
E
❑ OTHERTHAN UMBRELLA
COMBINED
FORM
WORKERS' COMPENSATION
STATUTORY
A
and
VTC 225 545
10 /June/
EMPLOYERS' LIABILITY
s (EACHACGDENU)
OTHER
i
I
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES
Construction Operations City of Newport Beach Contract #1903
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail 30 days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
Notice will be riven by registered mail.
NAME AND ADDRESS OF CERTIFICATE HOLDER: June 30, 9 7
DATE ISSUED:
City of Newport BeaC._
17ublic Works Department
3300 west Newport Bled
New,jort Beach, Ca 92663 AU HORIZED EPRE TATIVE
0
0 0
": am aware of and s ll comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Work -
men's fOmNensation or 'In undertake se.li'- insurance 50fore commencing
any of the work."
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: MISCELLANEOUS CONCRETE _REPAIRS AT CORNOA DEL MAR CITY AND. -
STATE BEACH PARK (C -1903)
i
Attached are four copies of the subject contract documents
as well as the insurance certificates. Please have them executed on
behalf of the City, retain your copy and:.the insurance- ;ertificate's,,.
and.return the remaining copies to this officce for . dis -tribution.
Thank you.
Steve Bucknam
Project Engineer
SB:h
z
Att.
a
' I
i
.yr =a�a'�kv...s.i"5,.,�s ..- . .� , nEc�r,.cu,� V9N,�'%i',m'° �'v'•as#a�ik. :.� :`.' - ;�._... �a,.'.'.a_ .. ':rya '
�>
i.�� ems, _'
. Y., r'i: . � . -. tvk.{'eT
: v .s
� ^.
^ z a
C,e Y --
cT §� + - t
°X.:c l ... -- a�.ik.�uTC-, a..c �..... .-' = 'p`,
0
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
URIBE COMPANY FOR MISCELLANEOUS CONCRETE
REPAIRS - CORONA DEL MAR CITY AND STATE BEACH
PARK - SERVICE AREA NO. 1, CONTRACT NO. 1903
WHEREAS, pursuant to the notice inviting bids for
work in connection with miscellaneous concrete repairs -
Corona del Mar City and State Beach Park, Service Area No.
1, in accordance with the plans and specifications heretofore
adopted, bids were received on the 26th day of May, 1977 and
publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is URIBE COMPANY;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Uribe Company,
Baldwin Park, for the work in the amount of $17,462.00 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 13th day of June , 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
6/10/77
n
0
+,
m
z
M
A
A
rp-
{D"r3(�
M m D
1
G03 Ng
<g
ai
0
cn
G
3
3
D
;q
I
a
y,V
�I
e
w
ti r
i
I
�
a
�
�
e
u
O
N
N
�
18��
�o
to
la
C
2^
\
cz
N
y
.
m
z
M
A
A
rp-
{D"r3(�
M m D
1
G03 Ng
<g
ai
0
cn
G
3
3
D
;q
0
0
CONTRACT NO. 1903
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MISCELLANEOUS CONCRETE REPAIRS
AT
CORONA DEL MAR CITY AND STATE BEACH PARK
Approved by the City Council
this 9th .day of a 1977.
�F
Doris George, City er
SUBMITTED BY:
ti r, I Cry
Contractor
P 6 iS�Y �Qt
Address
ffozlt✓i1%/ /- 4r- -Jf C-A 2/2a6
City Zip
1 213) <3.3 ? =78'62
one
1 �,
Tota Bid ,Price
.1
9
STATE OF CALIFORNIA ) ss.
COUNTY OF LOS ANGELES)
esai,
0
ro $CgpY
ON MAY 24. 1977 19 —, before
me a Notary Public in and for said State, personally appeared
EDWARD SIMMS
known to me to be the person whose name is subscribed to the
within Instrument as the Attorney -in -Fact of AMERICAN
MOTORISTS INSURANCE COMPANY, and acknowledged to
me that he subscribed the name of said Company thereto as
Surety, and his own name as Attorney -in -Fact.
Notary
AMERICAN MOTORISTS INSURANCE COMPANY
Home Office: Long Grove, IL 60049 c�tutaftce
POWER OF AT10RNEY
Know All Men By These Presents:
That the American Motorists Insurance Com p an a corporation organized and existing under the laws of the
State of Illinois, and having its principal 21ce in Long Grove, Illinois, does hereby. appoint r•...•*•
A. F. Barker, Jacqueline Rhodes tad Edward Simms of Los 'Angeles, California
its true and lawful agent(s) and atiorney(s) -in -fact, to ma4. execute, seal, and deliver during the period begin-
ning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided
the amount of no one bond or undertaking exceeds THREE HUNDRED THOUSAND DOL-
LARS
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each
such bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been
duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1978.
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said
American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of
which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as
being in full force and effect:
"VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap-
point agents and attorneys in fact, and to authorize them to execute on behalf of the company,. and attach the seal of the
company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof, and any such officer of the company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 22nd
day of May, 1963:
"VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of the Com-
pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney
executed pursuant to resolution adopted by the Board of Directors on May 16,"1962, and any such power so executed, sealed
and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon
the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed
and its corporate seal to be affixed by its authorized officers, this 12th day of November , 19-76
Attested and Certified:
AMERICAN MOTORISTS INSURANCE COMPANY
?��By
C. G. Swan, Secretary H. L. Kennicott, Jr., Vice President
STATE OF ILLINOIS l ss
COUNTY OF COOK}
I, lean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known to
me to be the same persons whose names are respectively as Vice President and Secretary of the American
Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument,
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized
signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said
corporation and as their own free and voluntary act for the uses and purposes therein set forth
.rr a
,`•YYJ °f
My commission expires: April 29, 1980 lean Petzold, Notary Public
CERTIFICATION
1, Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify that the attached
Power of Attorney dated November 12. 1976 on behalf of A. F. Barker, Jacqueline
Rhodes and Edward Simms of Los Angeles, CA (EACH)* is a true and correct copy and that
the same has been in full force and effect since the date thereof and is in full force and effect on the date of
this certificate; and I do further certify that the said H. L. Kennicott, Jr. and C. G. Swan who executed the Power
of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached
Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American
Motorists Insurance Company on this--24th day of MAY , 19 77
Sven L. Johanson. Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and fo the extent herein stated.
FM 836 7-76 1.N - PRIMED lu
Porn of Anorne Twm
z
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 22:00 mm AX)(X on the 26th day of May , 1977 ,
at which time they will be opened and rea�or performing work as follows:
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
CONTRACT NO. 1903
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 Se�creta_rY or Assistant Secretary are required an t� he C�o rrat_e Seal
sha be of fixed to.al� documents requiring 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.)
3
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1976 Edition) as prepared by the Sout ern Ca ifornia 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.
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. 3 �(_S{GClassification r-
Accompanying this proposal is
(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.
�1,3� 3 3S'- 78'62
Phone Number
-zV --) 7
Date
r- /'j /F
Bid3er s Name
(SEAL)
AUthorized Signature
Authorized Signature
V, r,{ / 1 L9..L
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
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder's lame
7Z ,_ ' u
Authorized Signature
l�lefa%l ✓! /7��)Ya
Type of Organization
(Individual, Co- partnership or Corp.)
13d sf '1t
Gly�c%
Address
(✓CiN eci`.fi4Cee °F�5 �Er.>yn
..6eS��. uaai`i ti 9CdN`s Page 4
BfDDER'S BOND TO ACCOMPANY PROPOSAL
BOND # 7SM 169 065 -C
KNOW ALL MEN BY THESE PRESENTS,
That we, F.URBIE CONCRETE PATCHING & GRINDING , as Principal,
and AMERICAN MOTORISTS INSURANCE COMPANY
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of ONE THOUSAND
NINE HUNDRED & NO 1100 -- Dollars ($ 1,900.00 ), 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
MISC. CONCRETE REPAIRS AT CORONA DEL MAR & STATE BEACH PARK
in the City of Newport Beach, is accepted by the City Council of said City, and if the_
_pbove 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
5ecome 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 24th day of
MAY
19 77 .
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
F.URBIE CONCRETE PATCHING & GRINDING
Principal
BY:�;z r --/;7- -/-,
AMERICAN MOTORISTS INSURANCE COMPANY
Surety
By J wc.a4 :-- -----o
Title Edward Simms, Atty -in -Fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly.sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from.any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this'dSday of '4_11 ,
19-12-.
My commission expires:
OFFICIAL SEAL
BRUCE J. JACOBSON
NOTARY PL'iLIC — C'LIFURNI,
polM AL CFFICE A
L^ ANGELES COU%7N
: ' Hobe, June 6. 1186
F. URIBE CONTRACTING
Statement of Profit or (Loss)
For Three Months Ended 3/31/77
•
•
E
F. URIBE CONTRACTING
Statement of Profit or (Loss)
For Three Months Ended 3/31/77
Sales
Expenses:
Material & Supplies
Small Tools
Repairs & Maintenance
Dues & Subscriptions
Wages
Payroll Tax Expense
Union
Tax & License
Interest
Insurance
Bonds
Gas & Oil
Utilities & Telephone
Sub Contract & Outside
Labor
Equipment Rental
Lot Rental
Plans, Specs & Permits
Office
Promotion & Advertising
Professional
Subsistence
Travel & Entertainment
Employee Benefits
Bank Charges
Payroll Taxes -Uribe Bros.
Depreciation- estimate
Dump
Ticket
Protection
Uniforms & Laundry
Education
Month
$ 38,693.06
$ 7,658.96 19.8%
6,182.93 16.0
211.35 .5
?
4.00
low
242.31 .6
138.00 .4
37.11 .1 low
let's disc.
Year to Date
$ 62,661.75
$ 11,953.44 19.1%
95.52 .2
2,949.94 4.7
696.75 1.1
9,767.58 15.6
1,489.01 2.4
3,377.11 5.4
294.00 .5
360.00 .6
935.81 1.5
1,498.93 2.4
432.14 .7
11,450.61 18.3
470.89 .7
48.05
133.09
256.09
435.00
151.47
99.01
500.00 1.3 1,500.00
56.76
10.00 25.50
108.30
low 24.00
180.00
Total Expenses 22,214.16
Net Profit or (Loss) 42.6% $ 16,478.90 22.1%
NOTE:
1) What made up the $22,025.00 deposit, was it a loan or from a job?
2) Let's get together as soon as possible to discuss corporation.
Prepared by Richard E. Shaw from
books and records without audit.
.1
.2
.4
.7
.2
.2
2.4
.1
.2
.2
48.789.00
$ 13,872.75
low
754.13
2.0
252.00
.6
2,908.92
7.5
low?
300.90
.8
1,378.51
3.6
144.00
.4
120.00
.3
627.81
1.6
let's disc.
let's disc.
451.11
1.2
292.12
.7
6,182.93 16.0
211.35 .5
?
4.00
low
242.31 .6
138.00 .4
37.11 .1 low
let's disc.
Year to Date
$ 62,661.75
$ 11,953.44 19.1%
95.52 .2
2,949.94 4.7
696.75 1.1
9,767.58 15.6
1,489.01 2.4
3,377.11 5.4
294.00 .5
360.00 .6
935.81 1.5
1,498.93 2.4
432.14 .7
11,450.61 18.3
470.89 .7
48.05
133.09
256.09
435.00
151.47
99.01
500.00 1.3 1,500.00
56.76
10.00 25.50
108.30
low 24.00
180.00
Total Expenses 22,214.16
Net Profit or (Loss) 42.6% $ 16,478.90 22.1%
NOTE:
1) What made up the $22,025.00 deposit, was it a loan or from a job?
2) Let's get together as soon as possible to discuss corporation.
Prepared by Richard E. Shaw from
books and records without audit.
.1
.2
.4
.7
.2
.2
2.4
.1
.2
.2
48.789.00
$ 13,872.75
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
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.
�2
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
Kesler Corp.
Noilymmd
Job
Buck
Allan
714
884 -4811
3-7 -76
Daley Corp,
La Vim
Job 94 Fri
John
#01900
714
283 -6101
S / €rank Uri be
Si gned-
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.
IU
CITY Of NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
CONTRACT NO. 1903 .
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
t 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. 1903 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:
a
ITEM QUANTITY -ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum Repair columns.
@ lair /rey/ /�j�,�Awrc% Dollars
nnrrpp and 1 -
wi,' �l e tir� rl 5A1 7% 7[;lv %eeents $1�� 0$ —/�9�� �gr�
Lump Sum '
2. Lump Sum Patch roof slabs
@ �� {ie 4 , ,aj.,l, -a i Dollars
and
,4)jf4 oFQ - - ------ --°ants $ dD n $ ��
Lump Sum
3. Lump Sum Epoxy Pressure Grout Columns.
@ Dollars
and ^/l
$�(�� $
Lump Sum 7 —'-
TOTAL BID PRICE WRITTEN IN WORDS:
<� r.
J �
SG ✓L°A/ %PflU 'A ALr 4/a h1d /nir ✓ilunt�rc %Se'Y % ✓Allar5
and o�
Cents TOTAL BID $�J�lod
Date
CONTRACTOR'S LICENSE NO. ,303/, £sue/
TELEPHONE NO. CONTRACTOR'S ADDRESS l20/S'DY,CJE J,o C11 Q -/
CITY-OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MISCELLANEOUS CONCRETE REPAIRS
AT CORONA DEL MAR CITY AND STATE BEACH PARK
CONTRACT NO. 1903
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.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . . 2
A. General . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
B. Concrete Replacement. . . . . . . . . . . . . . . .
. . . 2
C. Air - Placed Concrete Construction (Gunite) . . . . . . . .
. . ..2
1. General . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
2. Mixing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
3. Consistency . . . . . . . . . . . . . . . . .
. . . 2
4. Existing Concrete Surfaces. . . . . . *
3
5. Removal of Deteriorated Concrete and Sa3
6. Reinforcement . . . . . . . . . . . .
. . . 3
7. Application to Vertical Surfaces . . . . . . . . . . .
. . . 3
8. Thickness of Layers . . . . . . . . . . . . . . .
. . . 3
9. Recesses and Obstructions . . . . . . . . .
. . . 3
10. Loose or Porous Air - Placed Concrete . . . . . . . . .
. . . 4
11. Curing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
D. Patching of Spalled and Cracked Concrete. . . . . . . . .
. . . 4
E. Epoxy Pressure Grouting of Columns . . . . . . . . . . . .
. . . 4
F. Work Sequence . . . . . . . . . . . . . . . . . . . . . .
. . . 4
G. Working Platforms . . . . . . . . . . . . . . . . . . . .
. . . 4
H. Project Site Maintenance . . . . . . . . . . . . . . . . .
. . . 5
n
•
17-
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
MISCELLANEOUS CONCRETE REPAIRS.
do
AT CORONA DEL MAR CITY AND STATE BEACH PARK
C -1903
SCOPE OF WORK
SP1of5
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 roof slabs of Service Area No. 1 at
Corona del Mar City and State Beach Park.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Plans (Drawing No.
B- 5082 -S), and the City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard S ecifications for Public Works Con-
struction, 1976 Edition with supp ements to ate. copies may be purchased from
BBu Laing 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 withi n
the date of execution of the contract by the
extreme difficulty in working on site during
the engineer an extension of time to complet e
be completed within a 30- calendar -day period
IV. EXAMINATION OF JOB SITE
The contractor
the extent and
repairs.
thirty (30) calendar days from
City. If the contractor encounters
the summer, he may request from
repairs; however, all work must
prior to October 10, 1977.
shall carefully examine the job site to evaluate and determine
amount of work that will be necessary to accomplish the required
• • SP2of5
V. PAYMENT
The prices paid for column repairs, patching roof slabs, and epoxy pressure
grouting columns at Service Area No. 1 will include full compensation for doing
all work to apply and install air - placed concrete (gunite), to place the re-
inforcing steel complete in place.
The lump sum price paid for cement patching of roof slabs and epoxy patching
of columns at Service Area No. 1 will include full compensation for doing all
work required to place cement and epoxy patches complete in place.
Payment for incidental items of work not separately provided for in the pro-
posal 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 con-
tractor's expense upon reasonable notice.
VII. 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. Concrete Replacement: The cement used for concrete replacement shall be
portland cement y epee V. 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 steel
troweled finish to match existing girders.
C. Air - Placed Concrete Construction ( Gunite):
1. General:
Air - placed concrete shall be a mixture of portland cement and fine
aggregate which is mixed dry, conveyed by air through a pipe or flex-
ible tube, and applied pneumatically with clean water being added
immediately prior to its expulsion from.a nozzle or other suitable
mechanism especially manufactured for the purpose of applying concrete
mortar pneumatically.
2. Mixing:
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.
3. 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.
16
114
0
Existing Concrete Surfaces:
0
SP 3 of 5
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, latence 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.
5. Removal of Deteriorated Concrete and Sandblasting:
In repairing reinforced concrete structures, all disintegrated, cracked
or loosened concrete shall be complete 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 indicated 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 concrete shall
be applied as herein described.
6. Reinforcement:
The reinforcement for sections shall be of the size and type indicated
on the plans. All reinforcing steel shall be galvanized.
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.
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
• • SP ,4 of 5
shall be placed between such obstruction and the surface behind it until
mortar 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 cause 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.
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.
D. Patching of Spalled and Cracked Concrete
All areas to be epoxy patched shall be thoroughly cleaned with compressed
air prior to patch application.
All roof slab patches shall be made using "skin patch" as manufactured by
Standard Dry Wall Products or an approved equal. All manufacturers'
recommendations shall be strictly adhered to in applying "skin patch ".
E. Epoxy Pressure Grouting of Columns
All columns' cracks shall be pressure grouted with epoxy ( "Sikadur Hi -Mod LV,"
as manufactured by Sika Chemical Corp.) impregnated with a color additive
to match the existing exposed aggregate columns.
F. Work Sequence
The contractor shall schedule his work so that only one column in each span
is being reconstructed at any one time. The minimum time shall be seven
days before another column in the same span can be reconstructed.
G. 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 pedestrians will
be permitted.
•
SP5 of, 5
Such scaffolding, staging, lift equipment and working platforms shall con-
form to the requirements of all State and local laws and regulations.
H. 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.
z
1(p
•
SP5 of, 5
Such scaffolding, staging, lift equipment and working platforms shall con-
form to the requirements of all State and local laws and regulations.
H. 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.