Loading...
HomeMy WebLinkAboutC-1971 - Jamboree Road resurfacing, San Joaquin Hills Road to Ford RoadDEC 19 1977 I, *a CITY COUNCIL CITY OP Now= KAGH TO: CITY COUNCIL FROM: Public Works Department December 19, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD RESURFACING; SAN JOAQUIN HILLS ROAD TO FORD ROAD (C -1971) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a notice of completion. 3. Authorize the City Clerk to release the bonds 35 days after notice of completion has been filed. DISCUSSION: The contract for the resurfacing of Jamboree Road from San Joaquin Hills Road to Ford Road has been completed to the satisfaction of the Public Works Department. The bid price was $32,512.00 Amount of unit price items constructed 29,204.27 Amount of change orders None Total contract cost 29,204.27 Amount budgeted in the General Fund 35,000.00 (Account No. 02- 3397 -143) The design engineering was performed by the Public Works Department. The contractor is Vernon Paving Company of Cerritos, California. The contract date of completion was November 25, 1977. The work was substantially completed by November 22, with final cleanup completed by November 29, 1977. A sketch of the project area is on the reverse side. Joseph T,. evlin Public W r s Director "GPD:jd r � 1 11 IS,4 `oN SF�,m /. t so C -_ - cF`�rFp CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C p/e DRAWN, APPROVED 0 \�x DATE B —/Z -27-- tM",60R&5 0240 V46W2F4C 1NC PUBLIC WORKS DIRECTOR R.E. NO. - -_. SAN .AOAQUTAI A11446 ,7WD TO or4eOk')AO DRAWING NO. Ex141BI T PROJECT \ E err _ trd �♦ i z: \'c a _ // y5 ' � : ; " S C -_ - cF`�rFp CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C p/e DRAWN, APPROVED 0 \�x DATE B —/Z -27-- tM",60R&5 0240 V46W2F4C 1NC PUBLIC WORKS DIRECTOR R.E. NO. - -_. SAN .AOAQUTAI A11446 ,7WD TO or4eOk')AO DRAWING NO. Ex141BI T DRAWN, APPROVED 0 \�x DATE B —/Z -27-- tM",60R&5 0240 V46W2F4C 1NC PUBLIC WORKS DIRECTOR R.E. NO. - -_. SAN .AOAQUTAI A11446 ,7WD TO or4eOk')AO DRAWING NO. Ex141BI T 0 TO: CITY COUNCIL October 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -2(c) FROM: Public Works Department SUBJECT: JAMBOREE ROAD RESURFACING; SAN JOAQUIN HILLS ROAD TO FORD ROAD (C -1971) RECOMMENDATION: Adopt a resolution awarding Contract No. 1971 to Vernon Paving Company for $32,512, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 10:30 A.M. on September 13, 1977: Bidder Amount Bid 1. Vernon Paving Company, Cerritos $32,512.00 2. Industrial Asphalt, Van Nuys 32,676.60 3. Griffith Company, Irvine 33,424.00 4. Sully- Miller Contracting Co., Orange 33,704.00 5. All American Asphalt, Orange 35,164.40 The low bid is 7% lower than the Engineers estimate of $35,000.00. This project provides for an asphaltic concrete overlay on both roadways of Jamboree Road from San Joaquin Hills Road to Ford Road. The work is part of the continuing street maintenance program and will provide adequate structural sections for present and future traffic demands. The exhibit on the reverse shows the limits of the project. Sufficient funds for this project have been provided in the current budget, Account No. 02- 3397 -143. Included in the contract will be the adjust- ing to grade of Orange County Sanitation Districts' sewer manholes within the overlay area. The cost of this work, $400, will be reimbursed to the City by the District. Vernon Paving Company is well qualified to perform the work. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is November 23, 1977. Aoseph T. evlin b lic Wor Director ,. I \\ v�sr 4 OR QOM /NGO 0¢ a Y-oa. m0 V1 `V FO 800 .mod o PROJECT 7 X16 \��i� _ °t \•k"t � -��r -': [6s! .I\ ! it r^ \\ a\� 3s ��. .., 40" 7'. r r_ T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ,.r.d"BOAe&5 ioW14D �246MM4C /NC SAN J0AQZ11A1.411445 AaUD TO FdPD ROAD DRAWN APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. 6X1118/T —J 4i ``� `•� -mac` DRAWN APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. 6X1118/T t2 -92.o4 0 RESOLUTION NO. 9204 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO VERNON PAVING COMPANY FOR JAMBOREE ROAD RESURFACING, SAN JOAQUIN HILLS ROAD TO FORD ROAD, CONTRACT NO. 1971 /-/- 06- _ / WHEREAS, pursuant to the notice inviting bids for work in connection with the Jamboree Road Resurfacing, San Joaquin Hills Road to Ford Road, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of September, 1977 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is VERNON PAVING COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Vernon Paving Company for the work in the amount of $32,512 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 wih the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of October ATTEST: City Clerk . 1977. DDO /bc 10/4/77 By C;TY a- wawiVilT TO: CITY COUNCIL FROM: Public Works Department August 22, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: JAMBOREE ROAD RESURFACING, SAN JOAQUIN HILLS ROAD TO FORD ROAD C -1971 RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on September 13, 1977. DISCUSSION: This project provides for an asphaltic concrete overlay on both roadways of Jamboree Road from San Joaquin Hills Road to ford Road. The work is part of the continuing street maintenance program and will provide adequate structural sections for present and future traffic demands. The exhibit on the reverse shows the limits of the project. The estimated cost of the work is $35,000. Funds in this amount have been provided in the current budget, Account No. 02- 3397 -143. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is November 23, 1977. oseph T. evlin blic Wo s Director A : jd -J� ,� 61r \\ \ Guc t , i trm s / \I• a !� a- oQ e_ $00 /G a PROJECT it 6iN e! icy i ` ` _'+'_ 3 / C � jj4 ��E ENT�c- ay �4 s DD1 I •= JA I III /1.. -\ � 1. yF4� CITY OF NEWPORT BEACH APPROVED k/r <'l 0 DATES =� eeewkppr,4c1 1Q PUBLIC WORKS DIRECTOR R.E. M0. SAN .roAQUldl W 1445 4WD TO FojM AVAO i DRAWING NO. ExIIIBI T January 3. 1978 nY`. Vernon Paving Company ' 17100 Norwalk Boulevard /103 Cerritos, CA 90701 Subject: Surety : UnitmLRACiflo insnrstisa Co. Bonds No. : D9s 4INK Project Jamboree Roaf Usurfacing /San Joaquin HiMo to Contract No.: 1971 Ford Rd. The City Council an December 191 19 pted the work of'rbject project and authorized the City Cles file a Notice of completion end to release the bonds 35 days afte tics of Completion has been filed. Notice of Completion was filed with tho Orxsgs;Couuty Recorder on ' December 22, 1977 in Book Wp. 12503. 1x q' Please notify your surety company that bonds NTR ba r4 aased 33 days after recordies date. Doris George City Clark as cat- =- fabi'le Works Department � x_ s - a d rm a I g' rI - I � ":. c,• G" art' 3i I I � 4f K rl.FP,SF RETURN TO •::, "VG CITY CLERK `O ey CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 ! 3®465 EXEMPT C9 NOTICE OF COMPLETION PUBLIC WORKS 6912503P61398 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. DEC 22 1977 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WII.,L PLEASE TAKE NOTICE that on December 19. 1977 the Public Works project consisting of Jamboree Road Resurfacing /San Joaquin Hills Rd. to Ford Road . Q � lq-I on which Vernon Paving Company was the contractor, and United Pacific Insurance Co. was the surety• was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH T ke Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 20, 1977 at Newport Beach, California. VERIFICATION O I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on December 19. 1977 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 20, 1977 at Newport Beach, California. cv \� LP cam, CITY OF NEWPORT BEACH CALIFORNIA city Han 3300 W. Newport Blvd Date: nsrw hmr 70- 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Co;npletion of Public Works project consisting of ..quin Hills Road to Ford Road Contract No. 197, on which . V&rnn" Pay4sig Company was the Contractor and United Pacific Insurance Ceanany was the surety. Please record and return to us. Very trul !yours, A Doris George City Clerk City of Newport Beach Encl. NOTICE OF CANCELLATION OR NONRENEWAL OF POLICY AGENT TYPE OF POLICY POLICY NO. IF REAL PROPERFY IOC OFSAME P CE OF G • -3375 / %ovE "1 11C IA" 7 " r .,y TIPTON E COMPANY ObK - -= 714 Pill f1 1 NONRENEWAL OF POLICY ❑ CANCELLATION OF POLICY TO THE FOLLOWING NAMED ADDRESSEE: Byvirrueofthisrwrim , your interest inPolicy nam.cImsured VERNON ASPHALT 0,V'45TRLi^TORS, ETAL (PER A Tertnirotion shall be effective d 12 : 0 1 A . M. ADDRESSEE - CITY OF NEWPORT BEACH C/O CITY CLERK 3300 NEWPORT BLVD, NEWPORT BEACH, CALIFORNIA 92660 CP 763979 ElFOR NONPAYMENT OF PREMIUM '%L MU i UK 2 JEC�N�3E 11, „. .issued to rermirwtea. I If premium has been paid, premium odluFment will be .made as soon as propi4 fation becomes effective, or upon demand. If psemium heI Paid, a stare - ment will be sent for the premium earned. This notice is sent by The company fioi° '&bpve numbered policy, said company being one of the followiTg: ¢" SAFECOOO INSURANCE COMPANY OF AMERICA .GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE CO. OF AMERICA er �/ /, /� '� tit..__ . OR /Lk Cl'v -� c. i:�f. i1 i ,gEPRFSENTAi1YF L %p�RT oF1�, %i o.oe un YAIMftV NAMED INSURED 1. VERNON ASPHALT rc1N5TP9CT9RS (A CALIFORNIA COPPORATIMI) 2. VERNON PAVING COMPANY CA CALIFORNIA CORPORATION) 3. FONTANA PAVING,, INC. CA CALIFORNIA CORPORATION) 4. VERNON PAVING CO. DBA: VERNON ASPHALT MATERIALS CO. 5. VERNON PAVING CO. DBA: VERNON ASPHALT MATERIALS OF INGLFWOOD b. RICHARD W. SPRINKEL, INDIVIDUALLY 7. WARREN P. SPRINKEL, INDIVIDUALLY 8. VERNON EQUIPMENT CO. 9. RICHARD W. SPRTNKEt, RICHARD L. SPRINKEL, JAMES D. SPRINKEL AND JEFFREY C. SPRINKFi_ DP.A.: V.E.Q., ?. PARTNERSHIP I CITY OF NEWPORT BEACH Date November 4, 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1971 Project Jamboree Road Resurfacing /San Joaquin Hills Rd to Ford Road Attached is signed copy of subject contract for transmittal to the contractor Contractor: Vernon Paving Company Address: 17100 Norwalk Blvd. #lg3 Amount: $\-14512.00 5 Effective Date: November 3, 1977 Resolution No. 9204 Doris Geo e Att. cc: Finance Department m City IIall • 3300 Newport Boulevard. Newport Beach, C-1 Morn la 92663 SAFEYO . a F - TENSE O INSURANCE NC HOME OF 433313AC HEAD OFFICE FOR CANADA: F AMERICA OF AMERICA MPANY OF AMERICA . N.E., SEATTLE, WASHWON 98185 ONTARIO - noted by initial, a stock insurance company herein called the a ° Certificate of Insurance The company certifies that the insurance policies indicated below:aie in effect on the date of this certificate. Nome of lnsure ailing Address (Street, City, State or PFOYIrke, ZIP Or PostphCode) F Policy Period: Vernon Pav`, from 11 /1 /rf Go. P. O. B ox 489 Cerritos, CA 90761... to 11/1/7 .. ® 12:01A.M. R Noon 5tandard Time, at the address of the insured For each polityAteW ` llowing schedule indicates the basic typg dfrinsurance provided with'the limit of the insurer's liability or maxi mum amount p forloss. .. This Geri frco y a- Statement of the ezisitence of the policy or policies of insurance herein referred to and neither affirmatively nor negatively amends, extends or alters the coverage afforded by any policy described herein. Limits of Liability or Amount of Coverage Policy Number Type oflnsuronce Coverage -'One Person One Occurrence Aggregate Liability Bodily Injury $ $ $ Other Than Property Damage r'- _ .$- •. .$ Automobile Combined " "• $" Automobile: Liability Bodily Injury Property Damage $ $ >,,,,�'» -+I s' 1 .. Property - 8uildinglsl Insurance 'personal Property Business Interruption Workmen's Subien to the terms of the Workmen's WC 264945 Compensation Compensation laws of the state in .. .. which policy affords coverage. .. Location of risk covered, or description of automobile or contractpyered, or description and location of operations or work covered Jamboree R dad Resurfacing, San Joaquin'�s Road to Ford Road lC- 1971.) 30 days In the event. of any material change in, or cancellation of, said policies, the undersigned' compony will K4�f?E�giv written notice to the party to whom this certificate is issued, Certificate is issued to: Name and Address Thirty day prior notice of cancellation to City of Newport Beach certificate holder has been endorsed to policy No.(s): �. 3300'W. Newport. Boulevard , " , i p ` Newport Beach CA 92663` �fCE1VED i milt WOKS ' -o p40V ^( 19 77 ..._, El If, an. "x" in box limits of liability have. been ",. CITY OF :' increased only for operations or work described HE\9PORT BEACH;' \' above. F CALI. ]> An statement on reverse side is void. TF1 R4 cc" Dated I'`� ✓f% r at Tns AnPP1PC, CA on NnvPmbPr 1, AMERICA SAFECOINSURANCE GENERAL INSURANCE'Ip FIRST NATIONAL INSURAt`�;COAWANY OF. AMERICA .. ' PRIMED 10 U.S.A. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. C -1971 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", 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 cancellation or change by registered 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 includes a severability of interest clause. 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, lion -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective Nov. 1, 1977 when signed by an Authorized Representative of Aetna Insurance Co, and Harbor Insurance Co. and CG 2 1 767 Ogd No. 133130 Name of Insurance Company to City shall be valid and form part of Policy insuring VERNON PAVING CO. Named Insured) 1978 NAME OF AGENT OR BROKER TIPTON & Company RECEIVE y woR�s ADDRESS - AGENT /BROKER 3409 Temple Street PUBLIC 1977 i =_.. Angeles, CA 90026 T BEACH,CALIFAuthorized Los Represd tative N IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company I CITY CLERK 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD Approved by the City Council this 22nd day o August, 1977. ors eorge, City C1 CONTRACT NO. 1971 SUBMITTED BY: VERNON PAVING COMPANY Contractor 17100 Norwalk Boulevard # 1.03 Address Cerritos, California 90701 City Zip 213.924 -2311 $32,512,00 Total Bid Price i Yns = y a w i `5, t « • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M..on the 13th day of September 1977 , at which time they wwil T be opened and read for performing work as o ows: JAMBOREE ROAD RESURFACING, SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 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 Secr�etaa or Assistant Secretary are required an3 57-orporatte Seal sha-11 be UTized to all documents re— qqu ng signatures. In the case of a arl nershTp, 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. (con t.) N L� 0 Page is The City has adopted the Standard S ecifications for Public Works Construction (1976 Edition) as prepared by t e out ern Ca i orn a Chapters of the Amerilan 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. (A sample form is attached for reference.) 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 6 -.7 -1977 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. 1 40845 Classification A Accompanying this proposal is B dde ' B Cas Certi ie C ec Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 924 -2311 Phone Number Se tember- 9 1977 Da e VERNON PAVING C Bidder's Name (SEAL) S /Richard W. Sprinkel, Pres. uthorized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Richard W. Sprinkel: President Warren Reed Sprinkel: Secretary r DESIGNATION OF SUBCONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. VERNON PAVING COMPANY Bidders Name S /Richard W, Sprinkel: President Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 17100 Norwalk Boulevard # 103 Cerritos, California 90701 Address 0 0 "FOR ORIGINAL SEE CITY CLERK'S FILE COPY" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we,_ VERNON PAVING CO. , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT (10 %) OF TOTAL AMOUNT BID Dollars ($ -10 %- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of RESURFACING OF JAMBOREE ROAD BETWEEN SAN JOAQUIN HILLS ROAD TO FORD ROAD, CONTRACT #1971 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 13TH day of SEPTEMBER , 19 77 Corporate Seal (If Corporation) VERNON PAVING CO. Principal S /Richard W. Sprinkel: President (Attach acknowledgement of Attorney -in -Fact) S/ Allan J. Saunders, Notary Public UNITED PACIFIC INSURANCE COMPANY Commission expires October 14, 1980 Surety By S /Margaret K. Lowary 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 9th day of September , 1977 My commission expires: September 24, 1978 S /Vincent F. SWoni Notary Public � a . • Page 6 "FOR ORIGINAL SEE CITY CLERK'S FILE COPY" STATEMENT OF FINANCIAL RESPONSIBILITY The 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" S /Pirbard W. Sprinkel: President 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. ON FILE WITH CITY CLERK VERNON PAVING.COMPANY S /Richard W. Sprinkel: President igned • 0 Page 8 LABOR AND MATERIAL BOND Bond No. U 95 41 06 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 11, 1977 has awarded to VERNON PAVING COMPANY hereinafter designated as the "Principal ", a contract for JAMBOREE ROAD RESURFACING- 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 . VERNON PAVING COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIXT EEN 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 21ST day of OCTOBER , 19 77 VERNON PAVING COMPANY (Seal) Name of Contractor Principal i' n 0 e. 0 .( l: Authorized Signatul°e and Vjtle TRIM90 ro Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 So. Shatto Place. Los Angeles. CA 90020 Address of Surety lC SignatUne and Title of ut o ized Agent Margaret K. Lowary, Atto ey -in -Fact 3409 Temple St., Los Angeles, CA 90026 ddress of Agent 213 h'o5i 494 el 3 5- No, of Agent State of California ) I ss: Countyof Los Angeles I On October 21 , 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared Margaret K. Lowar]_r known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that s he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and her own name as Attorney -in -Fact. My Commission expires , 19 BDU -1818 ED. 3/72 (CALIF.) STATE OF CADFORNIA, ss. COUNTY OF IOS AAU CEXS ON 19_77-, before me, the undersigned, a Notary Public in and for said State, personally appeared ••••na.nns ea•an•......... ....... • c s � �aDDN( fi u err in 732 --Rev. known to me to be the of the —'.1ER1` -N P 1t_VING C RTA—M' the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official for said State. 0 0 Page 10 PERFORMANCE BOND Bond No. U95 41 06 Premium $163. 00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 11, 1977 has awarded to VERNON PAVING COMPANY hereinafter designated as the "Principal ", a contract for JAMBOREE ROAD RESURFACING - SAN ,10AOUIN HILLS ROAD TO.FORD ROAD (C -1971) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, VERNON PAVING COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THIRTY TWO THOUSAND FIVE HUNDRED TWELVE AND NO /100 Dollars ($ 32, 512.00. ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21ST day of OCTOBER , 19 77 VERNON PAVING COMPANY (Seal ) Name of Contractor Principal.) Authorized Signature an Title q'fkBSIQEpu9" Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY Seal) Name of Surety 443 S o. Shatto Place, Los Angeles, CA 90020 Address of Surety Siyyn u e annd Title of Aput rized.Ag t Marg ret K. Lowary, Att rney -in Tact 3409 Temple St. , Los Angeles, CA 90026 Address of Agent (213)385 -8494 Telephone No. of Agent STATE OF CALIFORNIA, SS _COUNTY OF LOS ! ON nc -mRFR gRr lg 77 before me, the undersigned, a Notary Public in and for said State, personally appeared RTrPARn TAT CpRTNRPT 0.00.0 ............. n.c............... known to me to be the Of the lijEaU a -IrMr CY)MPAW the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. �_ ... ............................... o.: seal. ._____ 11 WITNESS my hand and official ' q - ` Notary Public in If for said State. _...._._... _ 0000 .. gCXNDwLEDDMENT— Caryomtion— WOtcotts Form 222 —Rer. 3.64 �� OFFICIAL SFAL ii! ^1 ^'T F. SPAf36N1 NUr tLIC 'CALIFORNIA -t F OFFICE IN A!iu1LES COUNTY Expires Sept 24 1978 known to me to be the Of the lijEaU a -IrMr CY)MPAW the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. �_ ... ............................... o.: seal. ._____ 11 WITNESS my hand and official ' q - ` Notary Public in If for said State. _...._._... _ 0000 .. gCXNDwLEDDMENT— Caryomtion— WOtcotts Form 222 —Rer. 3.64 �� State of California ss: County of Los Angeles On October 21 , 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared Margaret K. Lowary known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that s he subscribed the name of UNITED PACIF IC INSURANCE COMPANY, as Surety, and her own name as Attorney -in -Fact. r My Commission expires '19 BDU -1818 ED. 3n2 (CALIF.I i • Page 12 CONTRACT THIS AGREEMENT, made and entered into this3A day of 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and VERNON PAVING COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of JAMBOREE ROAD RESURFACING- SAN JOAQUIN HILLS ROAD TO FORD ROAD (C -1971) 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. 0 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY-PL-WORT BEACH ALIFORNIA By: ayor ATTEST: City Clerk l VF RMOM TAVIA M l o Contractor (SEAL) IDIPAJ 7- By. Title A Title STATE Of CALIFORNIA, t COUNTY OF LOS ANGELES M t Fem 78 —Rey. 3.64 SS. ON OCTOBER 28 I J7 before me, the undersigned, a Notary Public in and for said State, personally appeared known to me to be the of the VF{1Px)N YAVIfV(, [a }MN6fl1Y___ the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. / X, ��fs2�L in and for said State. • MC1AL SEAL i V!KMT F. SPADONI CALIFORNIA rU3;Ic OFFICE IN ide 'IEl.Es COUNTY t /q' C�r:,l21s;ian Expiius Seal 24, 1918 :.•... ..e ............................ Fem 78 —Rey. 3.64 SS. ON OCTOBER 28 I J7 before me, the undersigned, a Notary Public in and for said State, personally appeared known to me to be the of the VF{1Px)N YAVIfV(, [a }MN6fl1Y___ the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. / X, ��fs2�L in and for said State. • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 1911oxft' To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: • PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and here- by proposes to furnish all materials and do all the work required to complete Contract No. 1971 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2140 Construct Type III- C3- AR4000 asphaltic Tons concrete overlay, including tack coat. @ FOURTEEN Dollars and EIGHTY Cents Per Ton 5 Adjust sewer and storm drain Each manholes to finished grade. $ 14.80 $ 31,672.00 @ EIGHTY Dollars and NO Cents $ 80.00 400.00 ` • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 8 Adjust water valve and survey monu- Each ment boxes to finished grade. @ FIFTY FIVE Dollars and NO Cents $ 55.00 $ 440.00 Per Each TOTAL PRICE WRITTEN IN WORDS: THIRTY TWO THOUSAND FIVE HUNDRED TWELVE Dollars and NO Cents $ 32,512.00 E N N IN CO N Bidder's Name S /Richard W. Sprinkel: Pres, Authorized Signature CONTRACTOR'S LICENSE NO. 40845A TELEPHONE NUMBER 213 924 -2311 CONTRACTOR'S ADDRESS 17100 Norwalk Boulevard #103- Cerritos, California 90701 s ! L 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 INDEX TO SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. GUARANTEE . . . . . . . . . . 1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 1 VI. COORDINATION OF WORK WITH OTHERS . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 2 A. Asphaltic Concrete Overlay . . . . . . . . . . . . . . 2 B. Utility Adjustment to Grade . . . . . . . . . . . . . . 3 Ag E`� 20 --------- -- r i • . SP 1 of 3 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 SCOPE OF WORK The work to be done under this contract consists of constructing an asphaltic concrete overlay on both roadways of Jamboree Road from San Joaquin Hills Road through the intersection at Ford Road, as shown on the plan, adjusting to finished grade City -owned utility boxes and City- and County -owned manholes within the limits of the resurfacing,and other incidental' items of work. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5350 -L), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard Specfications for Public Works Construction, 1976 Edition), copies of which are ava1;, ble at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. II. TIME OF COMPLETION The contractor shall complete all work on this contract within 45 consecutive calendar days after award of the contract by the City Council. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and incidentals neces- sary to complete the work in place, and no additional allowance will be made therefor. IV. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. i i v, .SP 2 d'f 3 • • The contractor is advised that Jamboree Road is a high -speed major arterial street, carrying approximately 40,000 vehicles per day through the project area. The contractor shall submit a written traffic control plan to the Engineer for his approval prior to commencing any work. The plan shall incorporate the following requirements: 1. A complete and separate drawing for each stage of construction proposed by the contractor or required herein, showing the locations, directions, and durations of the work. 2. The location and signing of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and ef- ficient manner with a minimum of inconvenience to the motorists. 3. Two 11 -foot delineated travel lanes in each roadway on Jamboree Road shall be maintained at all times, and the intersections at each end of the project shall remain open in all directions. 4. The left -turn lanes (two from southbound Jamboree to eastbound San Joaquin and two from northbound Jamboree to westbound Eastbluff /Ford) shall remain.unobstructed until 9:30 a.m. on weekdays. Adequate barricades shall be used to insure public safety and to prevent track- ing of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of the tack coat. When parking is to be prohibited, the contractor shall furnish, install, and maintain in place "Tow -away, no parking" signs (similar to Western Highway Prod- ucts' sign TC -R26S ),which shall state the date and time of the restriction. The signs shall be posted at least 48 hours in advance of the need for enforce- ment. VI. COORDINATION OF WORK WITH OTHERS The contractor is advised that the City has a project under construction for the improvement of Jamboree Road from Ford Road northerly. The contractor shall co- ordinate his work with the adjoining contractor in order to facilitate progress and minimize pavement grade discrepancies and inconvenience to the public. VII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water,it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Jim Frost, at (714) 640 -2221. VIII. CONSTRUCTION DETAILS A. Asphaltic Concrete Overlay The contractor shall remove and dispose of any raised pavement markers within the project area prior to the overlay operation. •6 f. N 3 o r s The asphaltic concrete to be furnished and placed shall be type III -C3 -AR 4000 in conformance with Sections 400 -4 and 302 -5 of the Standard Specifications. City forces will complete the minor asphaltic concrete patching prior to the overlay operations. The nominal finished thicknesses of the overlay are shown on the plan. At the direction of the Engineer, certain locations may require additional thick- ness of overlay to eliminate depressions in the existing pavement. This corrective work is relatively minor and may be performed in the same pass as the nominal overlay. Adjacent to portland cement concrete gutters, the total thickness of asphal- tic concrete above the gutter lip, including the existing asphaltic concrete pavement, shall be z inch ( At sump locations, the finished surface of the asphalt overlay should be as close to the grade of the uphill gutter lip as possible to maintain cross - drainage). The contractor will not be required to remove any existing pavement, but is cautioned that excessive build -up of overlay at gutter lips will not be allowed. At the ends of the work the asphaltic concrete shall be feathered to a smooth transition with the existing pavement along a straight line defined by the end of the curb returns. Utility Adjustment to Grade The contractor shall adjust all sewer and storm drain manholes, and water valve and survey monument boxes to the finished grade of the asphaltic con- crete surfacing as described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over any existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facili- ties. Although these facilities are to be adjusted to finished grade by the respective utility, the contractor shall be required to mark their location on the finished pavement surface. Following is a list of the utilities companies' telephone numbers: Southern California Gas Co. Southern California Edison Pacific Telephone Company County Sanitation District Teleprompter Corp. Community Cablevision Water & Sewer (City) 634 -0211 Co. 835 -3833 1- 800 - 422 -4133 962 -2411 642 -3260 545 -3556 640 -2221 �:: -. .. ,._ . ._ _ . eye ,t `.J _ J m 4NU v UN OR ��GM /NGO �O r \ 1 i �0 Y) I `- / sue, \'. C <qv<L✓ �I 6/6 _ LEGEND ��. ` \' Y`J O � CONSTRUCT 12" A.C. OVERLAY (TYPE III —C3 —AR 4000); TAPER FROM 1z" AT EDGE OF TRAVEL LANE TO 2" AT y GUTTER LIP. (MAINTAIN CROSS DRAINAGE AT SUMP LOCATIONS.) CITY OF NEWPORT BEACH DRAWN aZ,19 DATE e -45 -77 PUBLIC WORKS DEPARTMENT APPROVED _V fi y/ Q lfBO,PEE" /P0,40 �4pES41R1C4 11V6j '48817. PUBLIC WORKS DIRECTOR R.E. NO. L3�6 c/OAOU /Nf,' /LLB AW0 0 TO FO/PD �90.40 DRAWING NO. 4q-,j&-,50 -4 4NU v UN °cl�a, \pro ! / •3.\ \�':.'a �° \t �. /�I ♦old ,� ` \�`d n 4l L /v/ LP 1'4� �1 / / /'i lufW E I i lip •yENTE Jy +� az � �, �0+ Y) I `- / sue, \'. C <qv<L✓ �I 6/6 _ LEGEND ��. ` \' Y`J O � CONSTRUCT 12" A.C. OVERLAY (TYPE III —C3 —AR 4000); TAPER FROM 1z" AT EDGE OF TRAVEL LANE TO 2" AT y GUTTER LIP. (MAINTAIN CROSS DRAINAGE AT SUMP LOCATIONS.) CITY OF NEWPORT BEACH DRAWN aZ,19 DATE e -45 -77 PUBLIC WORKS DEPARTMENT APPROVED _V fi y/ Q lfBO,PEE" /P0,40 �4pES41R1C4 11V6j '48817. PUBLIC WORKS DIRECTOR R.E. NO. L3�6 c/OAOU /Nf,' /LLB AW0 0 TO FO/PD �90.40 DRAWING NO. 4q-,j&-,50 -4 i - • CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. C -1971 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", 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, $500,900 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 cancellation or change by registered 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 includes a severability of interest clause. 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; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective October 21,'77when signed by an Authorized Representative of General Insurance Co. and Harbor Insurance C o. (Name of Insurance Company and when issued to City shall be valid and form part of Policy CP 763979 No. 129365 insuring VERNON PAVING CO. 11/1/79 Named Insured) expiring 11/1/77 NAME OF AGENT OR BROKER TIPTON & COMPANY ADDRESS - AGENT /BROKER 3409 Temple Street, Los Angeles, CA 90026 rizea xeoresentative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company • RESOLUTION NO. 9 2 0 4 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO VERNON PAVING COMPANY FOR JAMBOREE ROAD RESURFACING, SAN JOAQUIN HILLS ROAD TO FORD ROAD, CONTRACT NO. 1971 WHEREAS, pursuant to the notice inviting bids for work in connection with the Jamboree Road Resurfacing, San Joaquin Hills Road to Ford Road, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of September, 1977 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is VERNON PAVING COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Vernon Paving Company for the work in the amount of $32,512 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 wih the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of October , 1977. Mayor ATTEST: City Clerk DDO /bc 10/4/77 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD Approved by the City Council this 22nd day o August, 1977. or s eorge, City C1 CONTRACT NO. 1971 SUBMITTED BY: VERNON PAVING COMPANY Contractor 17100 Norwalk Boulevard # 103 Address Cerritos, California 90701 213 - 924 -2311 Total Bid Price L, you IMAM -,--AAA KM92 Fic, .W "w kazy on 1 r1 lr 'now Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Neort Beach, California, until 10:30 A.M..on the 13th day of Se tember , 1wp977 , at which time they w1T bb opened and read for performing work as follows: JAMBOREE ROAD RESURFACING, SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 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 Secretar or Assistant Secretary are required ant a fir__ porate Seal sha be of fixed to a ocuments requiring signatures. In the case of a >sartnerrsship. 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. (con t.) • Page la The City has adopted the Standard S ecifications for Public Works Construction (1976 Edition) as prepared by the Sout ern Ca orn a 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. (A sample form is attached for reference.) 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 6_ -7 -1977 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 408451 Classifications A Accompanying this proposal is Cas Certifie C ec Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Nuife4r tl1 SO h- Bid er s ame � \' (SEAL) Authorized Sign ture 14chardW, Sprinkel;Pres, Authorized Signature Type o rganization (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. .UL -' 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Vernon Paving Cciopany Bidder's Name 4. Authori d Sig ture Richard W. Sp 1: President Corporation Type of Organization (Individual, Co- partnership or Corp.) 17100 Norwalk Boulevard # 103 Cerritos, California 90701 ss State of California ss: County of Los Angeles On September 13 , 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared Margaret K Lowary known to me to be the person whose name is subscribed to the within instrument as Attorney -In -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that s he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and her own name as Attorney -in -Fact. Fr IC A" My Commission expires .19 J llit� Notary P is m and for said County ' BDU -1818 ED. 3/72 KALIF.) 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond No. U 660602 KNOW ALL MEN BY THESE PRESENTS, That we, VERNON PAVING CO. , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT BID (10 %) OF TOTAL AMOUNT/ Dollars ($ -10 %- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of RESURFACING OF JAMBOREE ROAD BETWEEN SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT #1971 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. I` 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 13TH day of SEPTEMBER , 19 77 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) VERNON PAVTNCI C10. Principal Richard W, Sprinkel: esident UNITED PACIFiC INSURANCE COMPANY Surety By / —�v a/Fg ret K. Lowary Title Attorney -in -Fact 0 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. 1 Subscribed and sworn to before me Richard W. Spr' cel: esident this 9th day of Seotenber . 19 77 . My commission expires: NOR -no ..� . sass .. .........................safe.. •�� -� -' OFFICIAL SEAL • VINCENT F. SPADONI NOTARY PUBLIC CALIFORNIA - PRINCIPAL OFFICE IN LOS ANGELES COUNTY "` ^• "' My Commission Expires SePL 24, 1978 Hf fafff f..........f ................. • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. 111 :►,�► 's �q, k��ur:ui Riche4V Sprink : President 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. VERNON PAVING COMPANY S gned Richard W. Sprinkel: esident . • PR 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD RESURFACING SAN JOAQUIN HILLS ROAD TO FORD ROAD CONTRACT NO. 1971 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 here- by proposes to furnish all materials and do all the work required to complete Contract No. 1971 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2140 Construct Type III- C3- AR4000 asphaltic Tons concrete overlay, including tack coat. @ ogr4WA4221 Dollars and 1y Cents Per Ton 5 Adjust sewer and storm drain Each manholes to finished grade. @ Dollars —' and Cents $ e $4P Per Each . ,. • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 8 Adjust water valve and survey monu- Each ment boxes to finished grade. @ /�ly.C/Y�� Dollars .ti and Cents $ S�'e $ Per Each TOTAL PRICE WRITTEN IN WORDS: %�i 1eY�OogL7ff. d.Pg"O"i)o1lars ✓; and 140 Cents Bidder's Name September 9 1977 i Date R,,chard Sprinkel: Pres, Authorized Signature CONTRACTOR'S LICENSE NO. 40845A TELEPHONE NUMBER 213- 924 -2311 CONTRACTOR'S ADDRESS 17100 Norwalk Boulevard # 103 - Cerritos, California 90701 0 VEF�ION PAVING CO. FINANCIAL STATEMENT AS OF JULY 31, 1977 C -1971 0 JUL 3 1 1,17 i.SSI_I S C�SIi' CRCCiCF:R ["',','K Ci',Sfi'B ",::5 CF °•i:":RICA Pf.Y;:01 "1_ 1.", 1"T CASIi-CRCC;<_R BLNK SAVINGS PI ='fT Y i.CC OUNT S R'r =CF V Vi:3t_F: j fi /,RF ALLOT, AllrE FOR DOU,3TFUL f:CCTS. i!;CCUNTS �i1CFIV ^.6LE °"OTT -� =R /,CC OU�d I S RFCE I V;`('s1_c •(>A•f�01..L P(l1'Q; V=S i!:000NTS PAV iNG II\C . 1'I:R; ON SPH',1 f C (!„ i R+_'; "f OR's NOTES RECFIVABLE INVESTt,iENTS IN AFFILIATED CO' ',,Pi',NIES UNB ILL_ED COSTS Pa ES7 rAATED PROFIT, BASED ON CON.PLETIQN—JOBS IN PRC,FSS I NVENT OR 0 DEPOSITS DI_i 'OBITS i 02<I2.�.i�fS COLz ENSATION PREPAID TAXES—PROPERTY PREPAID TAXES— C ITY LICEN-01:3 PREPA ID TAX FS— STATE FRAM, 111 SI: TAX PREPAID FEDERAL INCOF.F TAXES PREPAID TIXES--AIJTO 1. ICEKSES PREPAID DUES P) CLUB MF1 103ER5HIP3 PREPAID L.:ISCEI_I,.t „ti'EOU$ D'cFL "RiU:D ii.XFS CUI ?i;F:Nf 1 52,452.23 0 4,000.00 300.00 1,187,1 +81.86." 16,932.06 0 I 33.56 0 173.64 0 1,702.50 494,754.40 2,3 8 9.93 186,189.00 164,997.65 27,919.30 4,221 +.60 9,590.00 32,052,17 5,594.35 69,676.39 S.?. 7.0 0 fOTAI__CUR,FNT _ASSETS 2,123,508.16 5 i IXr�i�iS _ l_r,:d0 ;'I_�,NT•GARf7FNA DEP ftEC lr�l ION PI_r �JT-•liARDE-HA PLANT Sr.tJ GAB RIE.L DFPREC [AT ION PI- PINT —`,N IEI_ L'.I:CfiIR'Ei3'f P.t�!J EC,IJIPI ='..NT C OLD PI_i "NER --u 902 r 1,103 Di_PREC IATION l?,'OHINERY 2-3 r.Q0IP!:,7NT. Ui O::!Or I V EQU I P t(C. NT DEPRECIATION AUr O-YOT I VE EQU I Pt1 > =NT SGb�I_L TOOLS EGUIPI�'ENT ' Rr.010 SYSIEIA D F Pilt-C I AT I ON RADIO SYSTFIA URNITURF Pa FIXTI!RES DEPRECIATION VU'NITURE 6FIXTURES LEA SE HOLD I NPROVEMENT S At.'ORT I7_AT I ON LEASEHOLD It:PROVFI.lE_Nl-3 NET PI,1T ?o t_(I,U I Pt:• NT G_ ,iN0_ TQTA_I._At.�_ ASSN .TA 258,034.06_ 194,237.96 0 647,974.09 566,526.52 0 — 581,143.73 6486.79- 1_34,966.92 371,498.74? 318,245.98 259,059.50 0 1.007.29 1 5,51 7.23 11,507.64 0, 35,908.01 28,177.21 0 71,162.93 _ 26,488.380 617-23 a 812,951.08_T 2,937,176.52 j ..1. 3 1 •'11 i,:3ll.l Pl�YABI_E- t`R"DE 311.1_It:CiS ON CONTRACTS IN LY,CES$ OF COSTS I.000liNT5 P %YA13LE DOUGLAS OIL CG.dIR %:CI$ Pr "',Y;1E1.E-G.F. '11.1iGF i31tiS WGRKING CAPITAL ACCRUED ;,CC RUED PAYR01_[_ „CC RUED VACATION & I101_IDAY SAVINGS DEOL)3 T I ONS -El �°L.OYEES ACCRUFD SAI -FS Ya USE TAXES ACCRUED FEDERAL_ It:' Ota= TAX f CC RUI_D F i " -.i!: Ii I SE T•,'•X ACChUr-_0 801:us ACCRUED PROF IT SHAR ING ACC RUED PROPERTY TAXES ACCRUED INSURANCE CO'::P, ACCRUED MISCELLANEOUS TOTAL CURRENT LIABILITIES DEFERRED FEDERAL INCOME TAX OEFERRFD CALIF. FRAMCH ISE TAX STCr- KH01 „IF RS I- ',U -ITY C 0.'.'VON ST CC K CAPITAL IN EXCESS OF PAR VALUE RETAINED EARNINGS AS OF 101311'76 III I/ "76- 7/31/77 45,410.11 TOTAL RETAINED Ei.Pu;ICdGS l4T?l «.ST Q KH�I,Dc_R_S ' U -L_i Y TOTAL_ LI.1811.IT if-_S : ",ND STCrKHOLDE1I3 FRUITY 55,500.00 136,840.00 1,0581327.33 1,012210.59' 125,598,24 29,972.25 7,604.44• 200,000.00 152,657.00 34,777.45 10,736.00 3,506.92 0 34,966.01 15,000.00 -- - - -7-0 0.00.- 1,620,715.06 65,794.13 Z,... Z5-Q, 667.33..... 2.,.937,-176-.52 .I "I 31'IJ7 i r T OTAL- OPERAT ING PROF IT 47 11/1/76 6/30/77 July 1977 15 ,I 765.84 (2,206.92)1 _- 3,166.57. Al, . 234.13)' 88,399.136 .16,120.16 (5,192. 69 .8,187.551 21,701 55 (2,621.58) 77,.971167. _33,713.97 01,13.4,108 (35,505.74): _ _( _1934 �89, _- .. (842,.36) 15.610.95 [ND 11/1/76 i;; liL OZ I r�5 (.i01S O !RAT 10NS- 7/31/77 A O T PUNT ..__. — (11, 076.40) 13, 558.92 (11,376 C JF!;A Ci3USIiIHG OPERATIONS 40 _1,932.44._.' S:,N GA?R IEL HOT PL�'NT - (957.70) 104,519.52 _ (1,317 0r'ERAT 10N3 97 2,,994.86,.„ UidDEn"O'v'ER AP PI_II_D PAYROLL i'URDEN (24,323.13.) I CGI.O PI_r,!:FftSEE i +fT�CIi =!1 ;Ch_D�.JL_E - -- 435,144..40. -. 111, 685.64 . .89170 JOGS - IN Pii(7'IESS ?n C01:'M-ELI -D 24 265,628.34 ., ASPHALT HAULING 92.53 r T OTAL- OPERAT ING PROF IT 47 11/1/76 6/30/77 July 1977 15 ,I 765.84 (2,206.92)1 _- 3,166.57. Al, . 234.13)' 88,399.136 .16,120.16 (5,192. 69 .8,187.551 21,701 55 (2,621.58) 77,.971167. _33,713.97 01,13.4,108 (35,505.74): _ _( _1934 �89, _- .. (842,.36) 15.610.95 [ND f d I SC . C OST S and ,Revenue _ (11, 076.40) (11,376 40 300.00 PROCEEDS DISPOSAL OF ASSETS (957.70) (1,317 97 360.27 GEN -RAL AD I.! I N I S I AT I V _ - -- 435,144..40. -. .89170 24 45,.974.16.. c _ - I[,sfEREST CHARGES 7,568.71 5,058 11 2,510.60 OT A( E�D M 4 -30.679_.01l _1 - - - -1381533 .9$1 4�,145.03. f N O m a F- A f' e ( °7 cn �• o W 2N U W Q W U t- -oz h- W oz r m W n�iie�niium mau 111111ilicillogill nnm W I� } 4 N tD _ Q V O UQ q A _Q L d 0 Q F F T Ix w w z z W l u W IJ X i u�iumi�m QAllllll�llll ummmm mi mmn ���I���I�II�oINIIIIINII H�II�III�IIN�Iplllllllll II�III�III�IIIIOBIIIA III mcnnnn u W IJ X