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
\ \\\
( ı/
?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