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