Loading...
HomeMy WebLinkAboutC-1635 - 16-inch water main, Jamboree Road, Camelback, North Eastbluff Drivee WILBUR, D.UNCAN, ACCOUNTANTS, INC. CERTIFIED PUBLIC ACCOUNTANTS RICHARD M. WILBUR, C. O. A. 100 EAST WARDLO_W ROAD 1213) 595 -1655 JOHN W. DUNCAN, C. R. A. (2131 774 -9163 R. O. BOX 7$07 ;714J B2B -2611 LONG BEACH, CALIFORNIA 90807 January 2'' 1975 Mr. Wm. Bye City Hall 3300 Newport Blvd. Newport Beach, Ca. 92660 Dear Mr. bje: At the request of Mrs. Etta Collins of C & D Pipeline Co., we are enclosing the corporation's financial statement for the nine months ended December 31, 1974. If you should have any questions with regard to the statement, please contact us. RMW /fs Encl. cc: C & D Pipeline Co. Very truly yours, WIILLBUR,,, DUNCAN, ACCOUNTANTS, INC. Richard M. Wilbur, CPA lee c G O ✓V.✓ zqL /9�s C & D PIPELINE CO. (A California Corporation) FINANCIAL STATEMENTS DECEMBER 31, 1974 WILBUR, DUNCAN, ACCOUNTANTS, INC. Certified Public Accountants Long Beach, California WILBUR, DUNCAN, ACCOUNTANTS, INC. CERTIFIED PUBLIC ACCOUNTANTS RICHARD M. WILBUR, C. P. A. 100 EAST WAROLOW ROAD (213) 595 -1655 JOHN W. DUNCAN, C. P. A. P. O. BOX 9667 (213) JJ4 -9163 (7141 928 -2611 LONG BEACH, CALIFORNIA 90807 Board of Directors C & D Pipeline Co. 512 E. Pine Street Compton, California 90221 Gentlemen: We are submitting the balance sheet of C & D PIPELINE CO. (a California corporation) as of December 31, 1974 and the related statement of income and retained earnings for the nine months then ended. A statement of changes in financial position has not been presented, the omission of which is a departure from generally accepted accounting principles. In accordance with the terms of our engagement, the statements have been prepared from your books and records without audit or other independent verification. Since an audit of the statements was not conducted, and because of the departure from generally accepted accounting principles mentioned above, we are unable to express an opinion on them. WILBUR, DUNCAN, ACCOUNTANTS, INC. Richard M. Wilbur, CPA President Long Beach, California January 27, 1975 C & D PIPELINE CO, (A California Corporation) BALANCE SHEET - DECEMBER 31, 1974 (Unaudited) A S S E T S CURRENT ASSETS: Cash Accounts receivable (Note) Jobs in process Prepaid expenses Total current assets MACHINERY AND EQUIPMENT, at cost, partially secured by equipment contracts payable (Note): Trucks and automoblies Machinery and equipment Less - Accumulated depreciation EXHIBIT A $ 4,090 87,477 8,084 $ 99,651 $ 37,706 65,857 $.1030563 88,032 15,531 $ 115,182 L I A B I L I T I E S A N D S T O C K H O L D E R S' E Q U I T Y CURRENT LIABILITIES: Notes and equipment contracts payable $ lI,273 Accounts payable 3,746 Withheld and accrued taxes 1,630 Income taxes payable 11,650 Accrued expenses 1,173 Total current liabilities $ 29,472 LONG -TERM LIABILITIES: Long term portion of notes and equipment contracts payable $ 5,591 Advance from officer 27,044 32,635 STOCKHOLDERS' EQUITY: Common stock, authorized 250 shares, $100 par value; 100 shares issued and outstanding $ 10,000 Retained earnings 43,075 53,075 $ 115,182 The accompanying Accountants' Letter and Note are an integral part of this statement C & D PIPELINE CO. (A California Corporation) STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE NINE MONTHS ENDED DECEMBER 31, 1974 (Unaudited) COLLETED CONTRACTS COST OF SALES: Jobs in process, April 1, 1974 Materials purchased Direct labor Indirect costs Depreciation Less - Jobs in process, December 31, 1974 Gross margin GENERAL AND ADMINISTRATIVE EXPENSES Net income from operations OTHER INCOME (EXPENSE) Income before provision for income taxes PROVISION FOR INCOME TAXES (NOTE) Net income (per share, $167,25) RETAINED EARNINGS: EXHIBIT B $ 326,708 $ 10,306 151,624 60,352 38,057 3 338 $ 263,677. - 263,677 $ 63,031 (36,247) $ 26,784 1,791 $ 28,575 (11,850) $ 16,725 balance, March 31, 1974 $ 23,425 Tax refund from net operating loss carryback (Note) 2,925 26,350 Retained earnings, December 31, 1974 $ 43,075 The accompanying Accountants' Letter and Note are an integral part of this statement C & D PIPELINE CO. (A California Corporation) SUPPLEMENTARY INFORMATION FOR THE NINE MONTHS ENDED DECEMBER 31, 1974 (Unaudited) INDIRECT COSTS: Payroll taxes Workman's compensation insurance Union benefits Equipment rental Equipment fuel Equipment repairs and maintenance Construction bonds City permits GENERAL AND ADMINISTRATIVE EXPENSES: Officer salaries Rent Telephone Office supplies and expense General insurance Professional fees Taxes and licenses Utilities Repairs and maintenance Office salaries Auto expense Other general expense OTHER (INCOME) EXPENSE: Interest income Interest expense Gain on sale of trucks The accompanying Accountants' Letter and Note are an integral part of this schedule SCHEDULE 1 $ 5,056 3,675 13,555 2,280 5,299 6,148 275 1,769 $ 38,057 $ 17,789 1,839 563 357 6,292 2,387 2,362 533 546 2,815 188 576 $ 36,247 $ (146) 705 (2,350) $ (1,791) N r` rn m o O 1 't 11 �D N O 1 w it a 1 .t O �t rn o I m I! ~ W H 1 II m -+ m I �l II •[7 G I w o � yr •C a U h .a X u w 1� � � � o I c•1 II O o W w ^ ^ ^ I ^ If H a H t N N 1 + 11 tl 7 ¢ H 00 m w H L U G o � G • +� O N u � c � [U[x] w z � .. •.Gi � Z H �zj •o U v aC.+ E a U M L P •n W H m •.! ro u .0 •.Ga N G z 0 a Cd N •r1 a 7 N •.+ w C w T w �n E ,O w'I v X25 v u </Y vi W O m ,-TI p H 10 V W O H O U O w G w G 7 N E CL •� •-1 G T •'! T T G O m O u M H E P. w P. co P. C +' T w N +! P: rJ L +--I T H ry Q. 114 ' >1 P w P G a u x o m w o x •.+ G G u o G G• ++ +.+ u o O vUi ce T w u w yr U w P w d .0 3J L •rl L U L •rl •d N r 0 ."+ u u C w 0 E O N CGJ 7 O O }U+ G "a w o H E Ern E I w r E E N • >+ H E w a o yr a x o. o <rr U u I G .I.I u •.+ a� ..+ u G r w G N G C C 7 7 w 7 • w =5 7 m 0 P • o crd o a to o G G o U L 4 U V N w s H R V H G In O N H U o u o Q) � Cd w C cc w >, co 14 x ri M E 114 H w O O G v ro ti r w ¢ w a a ra C & D PIPELINE CO. (A California Corporation) NOTE TO THE FINANCIAL STATEMENTS DECEMBER 31, 1974 (Unaudited) SUMMARY OF ACCOUNTING POLICIES ACCOUNTS RECEIVABLE: The Company is reflecting all anticipated uncollectible accounts as direct write —offs to expense. In accordance with this method, the accounts receivable contain only those items considered collectible. ACCOUNTING FOR COMPLETED CONTRACTS: The Company uses the completed contract method of accounting for contracts. Accordingly, the statement of income reflects sales prices and cost of contracts completed during the year. Losses incurred on contracts in progress are charged to income as soon as such losses can be determined. Cost of contracts not completed are deferred and reflected in the balance sheet, net of progress billings. DEPRECIATION: Depreciation is computed by the straight line method having a useful life of three to seven years on all assets. INCOME TAXES: The provision for income taxes is computed using the completed contract method of accounting. During the period, claims for refund of Federal Income Taxes were filed and received. Such claims were filed to carry back losses for the fiscal year ended March 31, 1973, ;,!.AY 2 7 1975 1 , 0 1_ By 9hs Ci l y Cuuw ,L C!TY OF NAWPORT• B=D.CH TO: CITY COUNCIL FROM: Public Works Department May 27, 1975 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF WATER MAIN IN JAMBOREE ROAD, CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) (C -1635) 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 construction of a water main in Jamboree Road from Camelback Street to Eastbluff Drive (North) has been completed to the satisfaction of the Public Works Department. The bid price was $39,980.00 Amount of unit price items constructed 39,980.00 Amount of change orders None Total contract cost 39,980.00 Amount budgeted in the Water Fund 41,000.00 (Account No. 50- 9297 -009) The design engineering was performed by the Public Works Department. The contractor is C & D Pipeline Company of Compton, California. The contract date of completion was May 22, 1975. The work was completed on May 14, 1975. oseph 4. Devlin ublic rks Director -- GPD:jd i r I 0 r March 18, 1975 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN IN JAMBOREE ROAD, CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) C -1635 Attached are four copies of the contract documents for the subject contract. They have been approved by the City Attorney and are ready for execution by the City. After they are executed, please return three copies to �4� the Public Works Department for distribution. Bill Dye Design Engineer WBD:jd Att. LEGAL NOTICE LEGAL NOTICE CITYDF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS 20J/ SEALED BIDS will be recei,.ed at the office of the Cth, Clerk, City Hall, Newport Beach, California, until 10;30 a.m, on the 23rd day of January, 1975, at which time they will be opened and read, for performing work as follows: WA Ek MAt$1,IN JAUBOREE ROAD CAMELIIANCVREET TOfAVLUFF DRIVE (NORTH) 1974 -75 CONTRACT NO. 1635 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, exe- cuted, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the PRESIDENT or VICE PRESIDENT and SECRETARY or ASSISTANT SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures, In the case of a Partnership, the signature of 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 HI 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. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as Prepared by the Southern California Chapters of the Amer- ican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 810 -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. Far any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an Insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Prop- erty - Liability). in accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascer- talned 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 Resolution No. 8090 adopted September 10, 1979, A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bide and to waive any informality in such bids. LAURA LAGIOS, CITY CLERK. CITY OF NEWPORT BEACH, CALIFORNIA PUBLISH: January 2, 1975, In the Newport Harbor Ensign. ij j�q3(C a� d r t 8 10 1975 By Jim C/ l Y CU)NOL CITY. CF NW/OIIT l6ACh TO: CITY COUNCIL FROM: Public Works Department I February 10, 1975 CITY COUNCIL AGENDA ITEM N0. G -4 SUBJECT: WATER MAIN IN JAMBOREE ROAD - CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) C -1635 RECOMMENDATIONS: 1. Reject the bids received from Robert L. Berard and Jade Construction Company. 2. Waive the informalities in the bid received from C and D Pipeline Co. 3. Adopt a resolution awarding Contract No. 1635 to C and D Pipeline Company for $39,948.00 and author- izing the Mayor and the City Clerk to execute the contract. DISCUSSION: Seventeen bids were received and opened in the City Clerk's office at 10.:30 A.M. on January 23, 1975. The bid of C and D Pipeline Co. is 26.8% over the Engineer's estimate of $31,500. 2of/ Bidder Bid 1. C and D Pipeline Co., Compton $39,948.00 2. Gallacher Company Inc., Costa Mesa 41,500.00 3. Byron L. Crume Inc., Santa Fe Springs 41,657.00 4. Ace Pipeline Construction Inc., Pomona 43,325.00 5. G. R. McKervey Inc., Irvine 44,830.00 6. Edmond J. Vadnais, Etiwanda 45,450.00 7. Hawker Construction Co., Cucamonga 45,500.00 8. Doty Bros. Equipment Co., Long Beach 45,550.00 9. Pipeling Constructors Inc., Bellflower 45,950.00 10. Bejac Corporation, Placentia 47,830.00 11. S. J. Buckhardt Contracting, Buena Park 48,900.00 12. Robert L. Berard, Westminster 49,000.00 13. Earl J. McKinney Corp., Roland Heights 50,750.00 14. Jade Construction Co., Fullerton 52,160.00 15. Alex Robertson Co., Irvine 52,200.00 16. Amick Construction, Ontario 59,700.00 17. McKibbon Co., Sherman Oaks 59,800.00 The bid of C and D Pipeline Co. is 26.8% over the Engineer's estimate of $31,500. 2of/ February 10, 1975 Subject: Water Main in Jamboree (North) C -1635 Page 2 Road - Camelback Street to Eastbluff Drive The bids of Robert L. Berard and Jade Construction Company were lacking essential portions of the contract documents required in the Notice Inviting Bids. Robert L. Berard's bid did not include the following contract documents: (1) Notice Invitin Bids; (2) Designation of Subcontractors; (3) Non - collusion Affidavit; 74) Statement of Financial Responsibility; and (5) Technical Ability and Experience References. Jade Construction Company's bid was not submitted on the proposal and only a Total Bid Price was shown on the Title Sheet. The bid of C and D Pipeline Company contained three minor infor- malities: (1) written and numerical unit price for pipe was per linear foot not per lump sum; (2) Bid Bond company has current Best Guide Rating of A +:BB+ (minimum rating requested is A:AAA) and (3) Statement of Financial Responsibility. A Statement of Financt.al Responsibility was submitted after the bid opening. If awarded the contract, C and D Pipeline Co. has arranged to provide the necessary contract bonds from a company which complies to the City's requirements. In conjunction with the City Attorney it is the staff opinion that the informalities in their bid have no significant effect on the bidding process and may be waived. The minor informalities contained in several of the other bids have not been listed. The project provides for the installation of a 16 -inch water main in Jamboree Road from Camelback to Eastbluff Drive (North). The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 23, 1975. C and D Pipeline Co. has not previously worked for the City. A check of the references supplied indicates that the firm is well qualified to perform the work required by this contract. Funds in the amount of $30,000 have been provided for this work in the current budget, Account Number 50- 9297 -009. In the event that the contract is awarded, a budget amendment in the amount of $11,000 has been prepared for Council consideration. Joseph T. `v Public Worts Director WED:hh I Q � oQ RESOLUTION NO. 8436 A RESOLUTION OF THE CITY COUNCIL OF THE CITY FCI� 1 0��75 OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVE- MENTS IN CONNECTION WITH WATER MAIN — JAMBOREE By fin I COUSMAr ROAD - CAMELBACK STREET TO EASTBLUFF DRIVE, CITY OF NEWPORT BEAC�iONTRACT NO. 1635 0'7 WHEREAS, pursuant to the notice inviting bids for improvements.in connection with the installation of a water main in Jamboree Road from Camelback to Eastbluff Drive (North), in accordance with the plans and specifications heretofore adopted, bids were received on the 23rd day of January, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is C and D Pipeline Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of C and D Pipeline Company for the work in the amount of $39,948.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 10th day of February , 1975. Mayor ATTEST: City Clerk DDO /bc.�: 2/6/75. DEC 230 147� By +he CITY COUNCIL "'Y OF NEWPORT BEP -^ TO: CITY COUNCIL FROM: Public Works Department December 23, 1974 CITY COUNCIL AGENDA ITEM N0. H -9 SUBJECT: 16 -INCH WATER MAIN ALONG JAMBOREE ROAD BETWEEN CAMELBACK STREET AND EASTBLUFF DRIVE (NORTH), C -1635 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 January 23, 1975. DISCUSSION: This project provides for the installation of a 16 -inch water main in Jamboree Road from Camelback Street to Eastbluff Drive (North). This main will add operational flexibility to the City's water pressure Zone III by providing a secondary source of supply from the Metropolitan Water District's Orange County feeder. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 23, 1975. The esti- mated cost of the work is $31,500. Funds in the amount of $30,000 have been provided in the current budget. If necessary, a budget amendment, based upon actual bid prices, will be submitted at the time the project is recommended for award. A coastal zone permit has been obtained for this project. An exhibit is attached showing the location of the work. ' Joseph T. evlin Public Wor s Director WBD:jd Att. •'•, I2lr /ic/�'S SUBO /V /S /O,u OG.EL'EL 2, GOT 442, BGIC 57 ! , , ,, b 4 ' q a'r O M 89 /, LOT 22¢ 4° N .57 �G E! I 41 � P L t 42 c-f T 43 Re \ 44 z3 R z, t \ lei p s lob !B , 49 Qp O /0y / Q r - -- [� /6 11 ° y�D B° is gOTA? d3 Q !OQ' 199 14 \ ti 112 ttt\ t 79 64 n r05 113 /9i J 13 --- -- ... .. - -- DATE/ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT APPROVED w.IIzz}Q /Q�46A40 �/d�} 01 `+j/��/7;EALP PUBLIC WORKS DIRECTOR /+' /.r{�/�J �s%Q/vV G/� �G /���r(G!/• DRAWING. R.E. NO. NO. - June 19, 1975 C & D Pipeline Company 512 E. Pine Street Compton, CA 90222 Subject: Surety Bonds No. Project Contract No.. � Y• Fanners Hone Mutual Insurance Ompany 040050 Water Main, Jamboree Road Camelbaek Street to Eastbluff Drive 1635 Rine City Council on May 27, 1975 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release bands 35 days after Notice of Comple- tion has been filed. Notice of Completion was filed with the Orange County Recorder on May_.29, 1975 in Book 11414, Page 1716, Please notify your surety ooapany that bonds may be released in 35 days after recording date. Iaur" Lagios, CMC City Clerk LL:swk cc: Public Works Department REQUESTED BY PLEASE RETURN TO: LAURA LACIOS, CITY CLERK CITY OF � .,- %VPC2T 3EACH 3360 u0111= ..FVARD NEWFO:�I _fF.Cf {, CALIF. 92660 27928 EXC 9PT NOTICE OF COMPLETION PUBLIC WORKS 0 A11414?61716 RECORDED IN OFFICIAL RECORDS OF ORANGE Cr)' I,-,v r�AIJFORNIA 9:05 A.M. MAY 29 1975 J. WYLIE CARLYLE, Couniy riecorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 14, 1g7r the Public Works project consisting of Water main in Jamboh ep Road, ramplhark Street to Eastbluff Drive (North) on which C ✓; D Pipeline Coma was the contractor, and Farm was the surety, was completed. V ERI I, the undersigned, say: CITY OF NEWPORT BEACH 0 Dire 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 May 28, 1975 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 27, 1975 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 May 28, 1975 at Newport Beach, California. C� L <!4.' p + `SUN ryOQ" 1 A' �4ZB040/ '� i CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673-2110 Date: May 289 1975 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear 14r. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of CamlMak Stro-et to Eastbluff 1W, [North) Contract No. 16315 On which C 6 D Pipeline Company — was the Contractor and -Farmers Ham Mutual Iminarm Oompany was the surety. Please record and return to us. LL: Encl. Very truly yours, Laura Lagios City Clerk City of Newport Reach Date !larch 25, 1975 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1635 Project Wet& Main in Jamboree Road, Camelback Street to Eastbluff Drive (North) Attached is signed copy of subject contract for transmittal to the contractor and bonding cougmy. Contractor: C & D Pinaline Oomoenv Address: 512 E. Pine Street, Ompton, CA 90222 Amount: $ 839,948.00 Effective Date: December 23, 1974 Resolution No. 8436 Laura Lagios LL-dg Att. cc: Finance Department CONTRACT DOCUMENTS FOR WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) i 1974 - 75 Approved by the City Council on this 23rd day of nar mber 1974, LatTra agios, City Cl SUBMITTED BY: ontra C t D ct PIPEor LINE CO N 'r E_ Pine 5t Hoaress CC& -, Calif QQ222 lt Zip (213,) 531 -5141 Teiepnone s� mo 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 23rd day of January • , 1975 , at which time they will be opened and read, for performing work as fo lows: WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) CONTRACT NO. 1635 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department.. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the Cor orate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) _- k - I Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the southern California Chapters,of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 _- ,:�`:. ^_ -r �s�ir_: -cam _. >--r •" _:e�1'_,Yr�.�.a.��_••..`z�y •., 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. 268387 Classification A Accompanying this proposal is Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (213) 631 -5141 Phone Number Jan. 22, 1975 Da to C & D PIPELINE CO. :Bidder's Name S /Donald Stark (SEAL) Authorized Signature S /Earnie Tennysoa,-� , ,.,,, d'71 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: Donald Stark, President Earnie Tennyson, Vice President Etta Collins. Sec.,Treas. Page 3 DESIGNATION OF SUB- CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors 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 sub - contractors except upon the prior approval of the Engineer. Item of Work 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Sub - contractor Address C & D PIPELINE CO. er s Name ld Stark .thorized Signature Comoration Type of rganization (Indi.vidual, Co- partnership or Corp) FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, C & D PIPELINE CO , as Principal, and AMFRIf.AN BONDING COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Four Thousand and No Dollars ($ 4000.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of 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 became 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 22nd day of aanuar.4 . 19 75 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) dl Stark rincipa AMERICAN BONDING COMPANY Surety Title 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 agreement 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 arrange- ment or agreement 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 material - man 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 induce- ment 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 whomesoever 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 by this 22nd day of January , 19 75 My commission expires:, act. 22. 1977 S /Donald Stark S1 Earnie Tennyson S /Bernice B. Bradford Notary Public ; FOR ORWL SEE CITY CLERK'S FILE COPY... Page '6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. On file with City Clerk. • gne 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. 1974 City of Long Beach Water Dept. Bill Naylor 426 -5951 1974 '.Park Water Co. Ken Dodd (213) 923 -0711 1974 Somerset Water Co. Bill Crabtree (213) 866 -0300 1974 City of Pasadena George Hurst 577 -4416 MUG s. w_ _ LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 BOND NO. 040050 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted FPhruary In, 1975 has awarded to C R n PIPELjNE CO. hereinafter designated as the "Principal ", a contract for WATER MAIN IN JAMBOREE RnAn - CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) C -1635 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender., or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We C & D PIPELINE 00. as Principal, hereinafter designated as the Contractor and FABtIR.S HOME MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NINETEEN THOUSAND, NINE HUNDRED SEVENTY -FOUR AND ND /100 - - - -- Dollars ($ 190974.00 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance.of the work contracted to be done, or for any other work or labor.thereon of any.kind or for amounts.due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. AV Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change,. or additions to the terms of the contractor or to the 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 20th day of February, , 19 75 Premium s Bond M Included unr': 'arform- ance Bond premium, Ap r fljsy, Lny nwnet This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk C 6 D PIPELINE CO. - BYI l Seal) . 0 (Seal) Contractor FANNS HOME MUTUAL INSURANCE BY. (Seal) Arnold Porter, Attorney -in -Fact - (Seal) st 0 i _ I § r, - , E \ \ \\ \\ IE [( y; (§ \\ }� { (/ /7 :ƒ \ \� \� rAm \( \\ M0rte EL \ \\\ ( ƒ±/ ?7 @; /{\ ;zE 2 ($ r /§ }ct ct § § }� [\� !E+ &$) ((\ �2= [ }( \ { E + ® \ � ( 2 m [ § q » p q . R 4 m { � @ ? \ / 2 2 ¥ / • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That u Page: 10 BOND N0. 040050 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 10, 1975 has awarded to C & D PIPELINE CO. hereinafter designated as the "Principal ", a contract for WATER MAIN IN JAMBOREE ROAD - CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) C -1635 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, C 6 D PIPELINE CO. as Principal, hereinafter designated as the "Contractor ", and FARMERS NOME MUTUAL INSURANCE COMPANY As Surety, are held.and firmly bound unto the City of Newport Beach, in the sum of 100 TaIRTY -NINE TaDUSAND, NINE HUNDRED FORTY -EIGKr &M/Dollars ($ 390948.00 ), 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, conditions, and agreements in the said contract and any alteration thereof .made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of February, , 19 75 . Premium: $399.00 /per Term. I C 6 D PIPPLIHE CO. (SDal% Contractor _ 4`AffiI�0 DDS M PA (Seal) By! (Seal) Arnold Porter, Attorney -Lit-Fact (Seal) Surety 0 - --------- I I §{ \2 \\\\ \FL < :/ t E [ \ }I / i \ \ \\ m0 & ;«\ \ \ \\{ E 0M k\[ \ 27; \ \ \\ ƒ `m |)/ ^ / { }\ 7![\ i Ii§ §E! (({ = }t CL C « q p � ¥ ) \ 2 ) » / ( k m r 2 C « q p � ¥ FARMEA HOME MUTUAL INSURA CO. No. 4 -3 Minneapolis, Minnesota CERTIFIED COPY OF POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FARMERS HOME MUTUAL INSURANCE COMPANY, a corporation of the State of Minnesota, hav- ing its principal offices in the city of Minneapolis, Minnesota, pursuant to authority granted by a resolution of its Board of Directors adopted April 1, 1970 which reads as follows: "The President, the Vice President, or the Treasurer of this Corporation shall have authority to appoint in writing such attorneys -in -fact as the business of the Corporation may require, and to authorize such attorneys-in-fact, and each of them to execute on behalf of the Corporation, any bonds, recognizances, stipulations, contracts of indemnity and other undertakings of like char- acter, or to exercise any lesser number of said powers as hereinbefore set forth. "Said appointments shall be attested by the Secretary or an Assistant Secretary of this Corporation under its seal. The signa- ture of the Secretary or any Assistant Secretary to certified copies of such powers of attorney may be original or facsimile, and when the corporate seal is affixed thereto, any third party may rely on said certified copies of powers of attorney as the act and deed of this Corporation. The President, the Vice President, or Treasurer may revoke any appointment made pursuant hereto, and revoke any and all authority conferred by any such appointment." does hereby nominate, constitute and appoint Arnold Porter its true and lawful Attorney -in -Fact, to make, execute—seal and deliver for and on its behalf, as surety, and as its act and deed, Any and all Bonds and Undertakings of Suretyship The execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Corpora- tion, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regu- larly elected officers of the Corporation at its office in Minneapolis, Minnesota, in their own proper persons. IN WITNESS WHEREOF, the FARMERS HOME MUTUAL INSURANCE COMPANY, has caused these presents to be signed by its President and its corporate seal to be hereto affixed, duly attested by its Secretary, this 14th day of April 19 71 Attest Clyde R. Johnson Secretary STATE OF MINNESOTA: l ss. County of Hennepin J FARMERS HOME MUTUAL INSURANCE COMPANY By A. J. Kelly (Seal) President On this 14th day of April 19 71 before me, the undersigned, a Notary Public in and for the State of Minnesota, duly commissioned and sworn, personally appeared an to be know to be the President and Secretary, respectively, of FARMERS HOME MUTUAL INSURANCE COMPANY, the corporation that executed the foregoing instrument and acknowledged the said instrument to be the free and vol- utary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute the said instrument and that the seal affixed is the corporate seal of said Corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Merle D. Wilts Notary Public in and for Hennepin County, Minnesota my Commission expires: March 2, 1973 CERTIFICATE I, the undersigned, certify that 1 am the Assistant Secretary of Farmers Home Mutual Insurance Company, a Minnesota corporation, and that the attached Power of Attorney remains in full force and effect, and has not been re- voked; and furthermore that the resolution of April 1st, 1970, adopted by the Board of Directors of said company as set forth in said Power of Attorney, is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my namea xed t corpo seal of the said Com- pany this February 20, 1975 (SEAL) FHMI.101.9.71 ani S ary Pa9e 12 CONTRACT THIS AGREEMENT, made and entered into this ;,day -.of., 19_, by and between the CITY OF NEWPORT BEACH, California,. hereinafter designated as the City, party of the first part, and C & D PIPELINE CO. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of 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 tor�be borne by the City, and for well and faithfully completing.the work and the whole thereof, in the manner shown and described_in the.said Plans and Specifications, the.City will pay and the Contractor shall receive..in, full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ,-and does hereby employ the said Contractor to provide the materials.and to do the work according to the terms and conditions herein contained and referred to for.the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditiohs set forth in the Specifications; and the sa.id:parties.for themselves, their heirs, executors, administrators, successors and as.signs, 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.provis.ions of the Plans and Specifications, are hereby incorporated in and made part:bf this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA a_ contractor �- (SEAL)-.- Title lit le CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) 1974 -75 CONTRACT NO. 1635 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 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 hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1635 in accordance with City of Newport Beach Drawing W- 5106 -S; the City's Standard Specifications; Standard Special Provisions and Drawings; and these Special Provisions; and that he will take in full payment therefore the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Construct approximately 1,500 linear Lump Sum feet of 16 -inch diameter, Class 200 water main and appurtenances as shown on the plans complete and in place Thirty -nine Thousand Four @ Hundred Eighty Dollars and No Cents Per Lump Sum 1 Guard underground construction Lump Sum @ Five Hundred Dollars and No Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Thirty -nine Thousand Nine Hundred Forty -eight Dollars and No Cents 500.00 TOTAL $ 39,948.00 PR2of2 CONTRACTOR'S LICENSE NO. 268387 Jan. 22, 1975 Date C & D PIPELINE CO. Bidders Name S Donald Stark uthorized Signature Bidder's Address 512 E. Pine St., Compton. Calif. 90222 Telephone Number (213) 631 -5141 CITY OF NEWPORT BEACH. ' PUBLIC WORKS. DEPARTMENT WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) 1974 - 75 CONTRACT N0: 1635 INDEX T SPECIAL PROVISIONS Page I. SCOPE OF WORK . ... . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND ORDER OF WORK . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 1. IV. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 1 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . 2 VI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES . . . . 2 VIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . 3 IX. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . . . 3 X. COASTAL ZONE PERMIT . . . . . . . . . . . ... . . . . . ... . . . . 4 XI. TRAFFIC CONTROL . . . . . . . . . . .. . . . . . . . . . . . . . . 4 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . ... . . . . . . 4 A. Water Line . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . B. Flanges . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Bolts . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 D. Gaskets . . . . . . . . . . . . . . . . . . . . . . . 5 E. Butterfly Valves. . . . . . . . . . . . . . . . . . . . . 5 F. Protective Coatings . . . . . . . . . . . . . . . . . . . . . . 5 G. Disposal . . . . . . . . . . . . . . . . . . . . . . . 5 H. Pipe Line Construction. . . . . . . . . . . . . . . . . . 5 - .XIII WATER.:,, 0 11 W,I� y i,. �-.... . <� -...:� _.._.i.a,;m -^r_x. ....�. +maw. >.•::cs _..._a. �« �z7"w,.dw -s'T' �... ,. ..� _ � „� r� I. SCOPE OF MORK 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 SPECIAL PROVISIONS FOR WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF URTW (NORTH) 1974 - 75 CONTRACT NO. 1635 SP 1 of 6 The work to be done under this contract consists of the construction of approxi- mately 1500'of 16 -inch water line and related appurtenances along the easterly side of Jamboree Road from Camelback Street to Eastbluff Drive (North). The contract requires the completion of all the work in accordance with (1) Special Provisions, (2) the Plans (Drawing No. W- 5106 -S), (3) the City's Standard Special Provisions and.Drawings, (4) City of Newport Beach Standard Specifica- tions. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may a purchased from Building News, Inc., Over an vehue, os Angeles, California 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special. Provisions may be purchased from the Public Works Department at a cost of $5. II. COMPLETION AND ORDER OF WORK The contractor shall complete all the work under this contract within 100 con- secutive calendar days after notification of award of the contract and as specified in Section 6 of the Standard Specifications. III. PAYMENT Payment for items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of related work. IV. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades-involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. SP 2 of 6 V. PROTECTION. OF EXIST ING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facili- ties. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during.construction of the items shown on the plans. VI. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship_ against any defects whatsoever. Any such defects shall be repaired at the contractor's.expense. VII. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES a. General The contractor shall furnish to the engineer such working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including, but not limited to, those working drawings, data and samples.specifically required elsewhere in the specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the engineer for conformity with the drawings and specifications. b. Shop Drawings and Data Defined Working drawings.include without limitation, shop detail drawings, fabrica- tion drawings, falsework and formwork drawings, pipe layouts, steel rein- forcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets., cuts, performance curves, diagrams, and similar descriptive lists. Materials and equipment lists shall give,.for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. c. Review and Revision The contractor shall furnish to the engineer for review three prints of each shop drawing. The contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 15 calendar days before drawings will be re- quired for commencing the work. Within ten days of receipt.of said prints, the engineer will return one print of each drawing to the contractor with his comments noted thereon. If the drawing is returned to the contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the contractor shall immediately submit four additional copies to the engineer. VIII SP3of6'I If `the draping is returned to the.;contraetor marked : "MAKE CORRECTIONS.NOTED", formal - revision- of <said-drawing will`:not:be required and_;the.contractor shall immediately submit five corrected copies to :the engineer. If the drawing is returned:to the contractor marked "AKEND AND RESUBMIT ", the contractor shall revise said drawing and shall resubmit six copies of said revised drawing:to the engineer. If the drawing.is returned to the contractor marked "REJECTED - RESUBMIT ". the contractor, shall revise said drawing and shall resubmit three copies of . said revised drawing to the engineer, as in the case of an original_ submittal.. .. Fabrication of an item shall not be commenced before the..engineer has re- viewed the pertinent shop drawings and returned copies to the contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra .work. The contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the engineer shall apply to general design only and shall in no way relieve the contractor of responsibility for errors.or omissions contained therein nor shall such review operate.to waive or modify any pro- visions or requirements contained in these contract specifications or on the contract drawings. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground,,or other equiva- lent means. Trenches less than 5 feet in depth shall also.be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to.obtain the permit and the cost. of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction: The contractor shall submit a detailed plan for bracing:excavations in accordance with the provisions of Section 306 -1.1.6 of the Standard Specifications. IX. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered: at various times.and locations during the work herein contemplated. The con- tractor, by submitting a.bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed i i 0 f s**#J� uninterrupted along their existing street and drainage courses Diversion of water for short reaches.to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. SP4of6 The contractor shall obtain written permission from the property owner before J any diversion of water outside the street right -of -way will be permitted by JI the engineer. .. X. COASTAL ZONE PERMIT A Coastal Zone Permit is required for work under this contract. The City has applied for and obtained this permit. XI. TRAFFIC CONTROL Traffic control shall be provided in conformance with the applicable portions of Section 7 -10 of the Standard Specifications except as herein modified. The contractor will.not be permitted to close any traffic lanes on Jamboree Road except for short periods for loading and unloading of equipment and mater- ials. XII. CONSTRUCTION DETAILS A. Water Line The contractor shall furnish and install a 16 -inch, Class 200 pipe in accor- dance with Federal Specification SS- P -381A (1) or SS- P -385A (1) at the locations and grades shown on the plans. The price for the water line shall include trench excavation, bedding, back- fill, pipe fittings, thrust and anchor blocks, fire hydrants, valves,.recon- .struction and /or repair of the existing A.C. ditch, and other miscellaneous appurtenances. I B. Flanges Flanges for water line shall conform to AWWA C -207 and the class indicated on the plans. All flanges shall be furnished with flat faces.. The flanges shall be attached with the bolt holes straddling the vertical axis of the pipe unless otherwise shown on the plans. The flanges shall be attached to the pipe in conformance with the applicable provisions of the, "AWWA Stan- dard Specifications for Steel Pipe Flange "(AWWA Desigination C -207). C. Bol ts. Except as otherwise provided herein,.bolts shall conform to the requirements of the "Specifications for Steel Machine Bolts and Nuts and Tap Bolts," Grade B (ASTM Designation A307). All bolts and nuts which are not buried shall be hot -dip galvanized. Bolts and nuts for buried service shall be Type 18 -8 stainless steel. I D. Gaskets Except as otherwise.provided, gaskets for .flange joints shall be 1/16 -inch thick laminated asbestos fiber or cranite. All blind.flanges shall have a 1/16 -inch thick reinforced rubber gasket which covers the entire inside surface of the blind flange. The gasket shall be cemented to the surface.of the blind flange. E. Butterfly Valves The 16 -inch butterfly valve shall be Class 150 -B, leak free at 150 psi and shall conform to Section 207 -14.3 of the Standard Special Provisions. F. Protective Coatings The exterior surfaces of all buried valves, flange joints, and other buried items which are not mortar coated shall be thorou.ghly.cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing. Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 of an inch. G. Disposal Excess trench excavation and debris from the work shall become the property of the contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all cognizant agencies. H. Pipeline Construction SP 5.ofy:6J Trench excavation, pipe laying; backfilling, pavement restoration, and acceptance shall conform to Section 3.06 of the Standard Specifications. Construction and testing water shall be the responsibility of the contractor. Handling and storage of pipe shall be in accordance with the recommenda- tions of the manufacturer. All necessary precautions shall be taken to maintain the protection afforded by the lining and coating. Pipe shall be handled and stored so that dimensional integrity of joint configuration and pipe roundness are insured. No steel cable slings will be permitted. Spreader bars must be used for lengths over 20 feet. Before joining the spigot into the bell. of the pipe previously laid, the spigot groove, the rubber gasket, and the bell shall be thoroughly cleaned. Then the spigot groove, the rubber gasket, and the first two inches of the bell shall be lubricated with a soft, vegetable soap compound. The gasket shall be positioned in spigot groove so that the rubber is distributed uni- formly around the circumference, not twisted, rolled, cut, crimped or otherwise injured. Uniform distribution of gasket may be accomplished by passing a smooth, round steel rod under gasket and up onto opposite edge of gasket groove, then moving the rod in this position around the entire circumference of the spigot. i 0 i . CITY OF NEWPORT BEACH . CERTIFIG,kc OF INSURANCE FOR CONTRACT WORK .JR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: jhis is. to certify that the Transamerica Ins. Co. Name of Insurance Company has issued to 512 E. Pine Street, Compton, California (Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT I y This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt or registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Fe ial ) re jal OOO,OD0 ggregate This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages,Subcontractors). 'd. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Advanced Insurance Marketing Address of Agency or Broker:P.O. Box 858, Garden Grove, Calif orni �,,, 9. Telephone No. 534 -6250 4 12 Countersigned Countersigned by • J �j Authorized Insurance baoap Representati e Sa & Effective date of this endorsement: 2/1 8/75dd 19 Endorsement No. Policy Term Limits of Liability Coverage Policy No. Each Occurrence i Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts SHOW C )MPLETE INFORIATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage 6440857 From:10 /15/7 To: 10/15/7 2 $ 100/300/100 $snn jinn Protecti $_Products $ inn j1 no Contract Each Occurrence Umbrella Liabil#y U451789 10/15/74-75, $1,000,000 Eacp Occ. $1, Fe ial ) re jal OOO,OD0 ggregate This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages,Subcontractors). 'd. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Advanced Insurance Marketing Address of Agency or Broker:P.O. Box 858, Garden Grove, Calif orni �,,, 9. Telephone No. 534 -6250 4 12 Countersigned Countersigned by • J �j Authorized Insurance baoap Representati e Sa & Effective date of this endorsement: 2/1 8/75dd 19 Endorsement No. N' A s � � VR ~ – • GI. 77CC ARGONAUT INSURANCE : MNLPANV HOME OFFICE: ANY CALIFORNIA CERTIFICATE WORKMEN'S COMPENSATION ❑' COMPANY ARGONAUT-MIDWEST OFFICE:I CHICAGO, ILLINOIS OF OF EMPLOYER'S LIABILITY C] ARGONAUT – NORTHWEST INSURANCE COMPANY HOME OFFICE: BOISE, IOAHO INSURANCE BODILY INJURY LIABILITY ❑ ARGONAUT – SOUTHWEST INSURANCE COMPANY — EXCEPT AUTOMOBILE f , 000 aggregate products HOME OFFICE: METAIRIE, LOUISIANA fhh is to certify that the COMPANY designated above has issued to the named insured the policy(s) enumerated below, subject to all the terms of such Policy(s). 1, ., C,ificote of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by such policy(s). In the event of any moterial charge in or cancellation of the pollq(s), the COMPANY will make every effort to notify the certificate holder, but undertakes no responsibility of failure to do so. CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS City of Newport Beach •C A D Pipeline Co. A Corp c/o City Clerk 512 E. Pine Street 3300 Newport Blvd, Compton, California Newport Beach, California If certificate holder is a loss payee with respect to the described auto, check here POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION . 309..084861 WORKMEN'S COMPENSATION Statutory 4/1/75 EMPLOYER'S LIABILITY f 7 nnn 000 each accident BODILY INJURY LIABILITY f 000 each occurrence — EXCEPT AUTOMOBILE f , 000 aggregate products PROPERTY DAMAGE LIABILITY f , 000 each occurrence ' — EXCEPT AUTOMOBILE f .000 aggregate operations f ,000 aggregate protective f, 000 aggregate products f , 000 aggregate contractual BODILY INJURY LIABILITY f .000 each person — AUTOMOBILE f . 000 each accident f , 000 each occurrence PROPERTY DAMAGE LIABILITY f , 000 each accident — AUTOMOBILE " f , 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE f each person PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED COMPREHENSIVE S COLLISION OR UPSET LESS f deductible FIRE AND THEFT f IF COMPREHENSIVE LIABILITY, CHECK HERE U Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. :ER AND ADDRESS ARGONAUT INSURANCE COMPANY ARGONAUT – MIDWEST INSURANCE COMPANY • Advanced Insurance marketing ARGONAUT– NORTHWEST INSURANCE COMPANY P.D. Box 858 ARGONAUT – SOUTHWEST INSURANCE COMPANY Garden G�avf /JI Cal C0 / !, ✓�J ' rJ" �j� y ` , PRUID[NT R -3 AT Garden &rove ON E9h 8 � /LC 19 _ -- UN6619 I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) 1974 - 75 Approved by the City Council on this 23rd day of De mb r 1974, La ra agios, City Cled SUBMITTED BY: C & D Pipeline Co. Contractor 512 Pine dress Compton. Calif. 90222 city zip g13) .6315141_ Tel one 948.00 Total B39.id Price a I . .-I ;wg CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) 1974 -75 CONTRACT NO. 1635 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 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 hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1635 in accordance with City of Newport Beach Drawing W- 5106 -S; the City's Standard Specifications; Standard Special Provisions and Drawings; and these Special Provisions; and that he will take in full payment therefore the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Construct approximately 1,500 linear Lump Sum feet of 16 -inch diameter, Class 200 water main and appurtenances as shown on the plans complete and in place @ Twenty Six Dollars and Thirty TWO Cents $26.32 " c $ 39,480.00 Per Lump Sum 1 Guard underground construction Lump Sum @ Five Hundred Dollars and Cents $ $ 500.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Thirty Nine Thousand Nine Hundred & Eighty Dollars and Cents TOTAL $ 39. 948.00 PR2of2 CONTRACTOR'S LICENSE NO. 268387 C & D Pi eline Co. Bidder's Name Jan. 22, 1975 Date (AUthorized Signature Bidder's Address 512 E. Pine St. Compton, Calif. 90222 Telephone Number (213) 6315141 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 23rd day of January , 19 75, at which time they will be opened and read, for performing work as follows: WATER MAIN IN JAMBOREE ROAD CAMELBACK STREET TO EASTBLUFF DRIVE (NORTH) 1974 - 75 CONTRACT NO. 1635 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required a_nT the-Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arm tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard ;, ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of t e erican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 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. 268387 Classification A Accompanying this proposal is Bond (Cash, Certi ie C ec k, Cashier's Check or on 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 6315141 Phone u er Jan. 22 1975 Date C @ D Pipeline Co. Si is Name - `• tSEAL} Authorized Sgnature. 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: Rarnie Tennyson Vice President Cl 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 3. 4. 5. 6. 7. 8. 9. 10. li. 12. C & D Pi eline B Co. er s Name Authorized Si gnature at' n Type of Organization (Individual, Co- partnership or Corp.) 512 E. Pine St. Compton, 90222 reSS j LINCOLN, NEBRASKA A STOCK COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, C & D PIPELINE COMPANY (hereinafter called Principal), as Principal, and AMERICAN BONDING COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Nebraska, and licensed to transact surety business in the State of California as Surety, are held and firmly bound unto: City of Newport Beach (hereinafter called Obligee), in the sum of Four Thousand & no /100---------- - - - - -- ------------------------------------------------- Dollars($ 4,000.00 ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounded Principal is about to hand in and submit to the Obligee a bid or proposal for: Water main installation on Jamboree Road, Newport Beach, Calif. in accordance with the plans and specifications filed in the office of the Obligee and under the notice inviting proposals therefor. NOW THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract and furnish a bond or bonds, as required by law and /or as required by the specifications or contracts, for the performance of said work and /or for the payment of labor and materials going thereinto, then this obligation to be null and void; otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 22nd day of January , 1975 . C &-D,Pipeline Company e B - AMERICAN BONDING COMPANY By Hele6 R. Atkinson Attorney -in -Fact Premium: $ Form AS -1028 (Rev. 12/72) \ � \ & � 0 � 0 0 4 CL n B k k � c � ) } � / \ k \ \Q \\ |« , \ \ \ CL ,% ,•@�� «� \ §� / }( [(Mm t3' . ` \2, ( { " ^% }r /) \ \ }{ / ( \ƒ \ 00 ;Q] , % 2® (k/ �\\ }/� \ � \ & � 0 � 0 0 4 CL n B k k � c � ) } � 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of liars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact By Title Principal Surety 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or, indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid Will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 99N ay of IANI,ARV , 1975 My commission expires: OFFIMAL F,AL ii1MIM B. BRADFORD NOTARY PUBLIC- CALIFORNIA LOS ANGELES COUNTY MyCom missionExpires Oct. 22,1977 80I L Rosec;a ... ... . . lywu V. OF CLAL SEAL RERNICE B. BRADFORD NOTARY PUBLIC-CALIFORNIA LOS ANGELES COUNTY 0. My Commission Expires Oct. 22, 1977 i 807: f.: Rasta &. _.:::_,wion__C& BO224 �ffi I / /� 0 0 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed Y . " it • i 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._ 1974 City of Tong Beach Water Dept. Bill Naylor 426 -5951 _1974 Park Water Co Ken Dodd z13 923 -0711 1976 Somerset Water Co Bill Crabtree 213 866 -0300 1974 City of Pasadena George Hurst 577 -4416 RESOLUTION NO. 8436 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVE- MENTS IN CONNECTION WITH WATER MAIN - JAMBOREE ROAD - CAMELBACK STREET TO EASTBLUFF DRIVE, CONTRACT NO. 1635 WHEREAS, pursuant to the notice inviting bids for improvements in connection with the installation of a water main in Jamboree Road from Camelback to Eastbluff Drive (North), in accordance with the plans and specifications heretofore adopted, bids were received on the 23rd day of January, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is C and D Pipeline Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of C and D Pipeline Company for the work in the amount of $39,948.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 10th day of February , 1975. DDO /bc 2/6/75