HomeMy WebLinkAboutC-3125 - 30-inch Water Transmission Main Replacement in East Coast Highway�M FORM 107
STOP NOTICE "i C -30-5
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS
(Public or Private Work)
(Per California Civil Code Section 3103)
TO: , .L/ `-/ ,
_ (Name owner bFC be
6, Alii �l
(Address. If directed to a bank or savin i
/ I
Y €(City, 5
TAKE NOTICE THAT 1
whose address is
has performed labor and furnisher
or
loan assn., use address of branch holding
of Me,, person or Arfh claiming t
(Address m person or firm claimingstop notice)
for a work of improvement described as follows:_
(Name and location of the project where work or materials were
use the name
,4,'°!,;
:2 , „
e�,
The labor and materials furnished by claimant are of the following general kind:
(General description of work antl m tnals furnishad)
The labor and materials were fufnished to or for the following party:
party who ordered Me work or
Total value of the whole amount of labor and materials agreed to be furnished is .................. ............................... $� �� /c7f • >� /
The value of the labor and materials furnished to date is .......................................................... ............................... $
Claimant has been paid the sum of: $�
and there is due, owing, and unpaid the sum of ........................................................................ ............................... $ / % d J %
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law.
You are also notified that claimant claims an equitable lien against any construction funejefor this project which are in your hands.
FIRM NAME f- '':�•<!'lO7 /, i f :' t �f' �-7 G— By �; _ GYy'•iZ -G-� /�.�p "f3 i�_ ✓ i "X�- `sue.__
(Name of stop notice claimant — see instruer, fOwner or agent of stop notice claimant must sign here and verily below)
VERIFICATION
I, the undersigned, say: I am the the claimant named in the
('President of; 'Manager of; °A partner of; "Owner of," etc.)
foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge.
I declare under penalty of perjury under the laws of the State, of California that the foregoing is true and correct.
Execute�on % =3 , 19 , at /C / yE % -0, C�` � . , California.
(Date t�Qaaument was S"redi (Name of day where stop notes signN�
Q >- m (Per£onal-96nature of the individual who is swearing Mat the contents of the Stop Notice are free)
i REQUEST FOR NOTICE OF ELECTION
0 �!l Wow (PRIVATE WORKS ONLY)
Wo (Per California Civil Code Section 3159, 3161 or 3162)
X 1`1 L.) >_
If an elution is rr ata�cli not to withhold funds pursuant to this stop notice by reason of a payment bond ha
accordance with Sectir ref X56 or 3162, please send notice of such election and a copy of the bond within 30 day
enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Section
Signed
SEE REVERSE SIDE FOR COMPLETE
FORM 107 -01993
A
BUILDING NEWS
cooftudle
❑ Maya
�'j Cool�� Member
aaena�r °rded in
s ion in the
sIW or 3162.
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 14,1997
Trautwein Construction
14046 Santa Ana Avenue
Fontana, CA 92337
(714) 644 -3005
Subject: Contract No. 3125 - 30 -Inch Water Transmission Main
Replacement in East Coast Highway
On September 22,1997, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice of Completion has been
recorded in accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
October 9, 1997, Reference No. 19970505920. The Surety for the contract is First
National Insurance Company of America, and the bond number is 5800581.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTE Y AND
WHEN RECORDED RETURN TO: Recoraea In the county of orange, California
Gary L, Granville, Clerk /Recorder
1111111 No Fee
City Clerk 19910505920 1116am 10/09/91
City of Newport Beach 005 20012719 20 42
3300 Newport Boulevard N12 1 6.00 0.00 0.00 0.00 0.00 0.00
Newport Beach, CA 92663
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Construction as
Contractor, entered into a Contract on June 9, 1997
Said Contract set forth certain improvements, as follows:
30- Inch Water Transmission Main Replacement in East Coast Highway
Contract No, C -3125
Work on said Contract was completed on August 29. 1997
and was found to be acceptable on September 22, 1997
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is National Insurance
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on /'/ / at
Newport Beach, California. >„
BYr
City Clerk
E
E
1
LA
A FT ttv'dED, -
TO: Mayor and Members of the City Council
FROM: Public Works Department
September 22, 1997
CITY COUNCIL AGENDA
ITEM NO. 7
SUBJECT: NOTICE OF COMPLETION (CONTRACT NO. 3125)
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
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 the Notice of Completion has
been recorded in accordance with applicable portions of the Civil Code.
DISCUSSION:
The contract for the construction of the 30 -Inch Water Transmission Main Replacement on
East Coast Highway between Promontory Point and Jamboree Road has been completed by
Trautwein Construction to the satisfaction of the Public Works Department.
The bid price was
Amount change orders (3.9 %)
Total contract cost
$ 220,020.00
$8,600.00
$228,620.00
There was one (1) change order for this project which was for Caltrans Encroachment Permit
costs, additional sawcutting extra depth asphalt concrete at Jamboree, and additional time
required to weld an existing city valve.
Staff recommends acceptance of the work.
Respectfully submitted,
PbBflc WORKS DEPARTMENT
Don Webb. Director
By:
Mic1hael J. Sinacori, E.
Utilities Engineer
f: \9 roups \pubworks \98 -counc \sept -22 \coast. do c
June 9, 1997
• v:_':ii' CITY COUNCIL AGENDA
ITEM NO. is
TO: MAYOR AND MEMBERS OF THt CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: AWARD OF CONSTRUCTION CONTRACT FOR 30 -INCH WATER
TRANSMISSION MAIN REPLACEMENT IN EAST COAST HIGHWAY
CONTRACT NO. 3125
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Award Contract No. C -3125 to Trautwein Construction of Fontana in the amount
of $220,020 and authorize the Mayor and the City Clerk to execute the contract.
1 Establish an amount of $22,000 for testing and unforeseen conditions.
DISCUSSION:
• At 2:15 p.m. on May 27, 1997, the City Clerk opened and read the following bids for this
subject project:
Bidder
Total Bid Price
low
Trautwein Construction
$ 220,020
2
Steve Casada Construction
$ 241,870
3
Fleming Engineering
$ 260,175
4
Highland Engineering
$ 297,745
5
C.P. Construction
$ 317,284
6
Doty Brothers Equipment
$ 339,290
7
Paulus Engineering
$ 346,085
8
Palcon, Inc.
$ 364,090
9
Gillespie Construction
$ 367,890
The lowest responsible bid was $220,020 and was
10% below the Engineer's Estimate
of $ 245,000.
The low bidder, Trautwein Construction of Fontana, California, is a qualified general
contractor licensed to do business in California. This company has successfully
completed similar large diameter pipeline construction projects for other public water
agencies and municipalities in Southern California. This firm has a significant amount
of experience with similar pipeline construction projects.
101 their checks on their recent projects revealed a number of comments favorable to
their ability to perform the work in an efficient manner. The contractor recently
performed pipeline work for the San Bernardino Water District, Rubidoux Water District
SUBJECT: AWARD OF C&TRUCTION CONTRACT FOR 30 -INCH 0,TER TRANSMISSION MAIN`
REPLACEMENT IN EAST COAST HIGHWAY
CONTRACT NO. 3125
June 9, 1997
Page 2 is
and the Rancho California Water District. These agencies reported that the contractor
performed the work on -time and in a neat, workman -like manner.
The work to be performed under this contract includes the abandonment of an existing
30 -inch steel water main, construction of 1,500 feet of new 30 -inch water main with City,
furnished 30 -inch cement mortar lined and coated steel pipe and connections to
existing facilities in East Coast Highway between Promontory Point and Jamboree
Road. The pipe to be abandoned is the section of pipe that failed in November, 1996
which is more than 50 years old (see Exhibit "A ").
The City purchased the pipe for this project at a cost of $126,000 to ensure that there
would not be a delay in obtaining the pipe for the project.
The project construction supervision will be performed by the City staff acting as the
construction manager. Specialty inspection for the welding of the steel pipe will be
required. A welding inspector will be retained. Welding inspection should not exceed a
cost of $20,000.
The project specifications require the contractor to complete the work within 45
calendar days and the project should be completed by the end of August 1997. .
Staff believes the contractor can complete the project satisfactorily and recommends
award of the contract to the successful bidder, Trautwein Construction of Fontana,
California.
The funds needed for completing this project are available in the Water Enterprise Fund
under the Corona del Mar Water Main Replacement Account No. 7501- C5500286.
Respectfully submitted,
WA
PUBLIC WORKS DEPARTMENT
Don Webb, Director
III III I
By: LJ
Michael 6cori, P.E.
Utilities Engineer
Attachments: Exhibit "A ": Location Map 0
0
0
•
• 0
NEWPORT
BACK
-�AY
o
Cl TY
OF
/
NEWPORT
BEACH
PROJSCT
LOCATION
Y
LOCATION MAP
NOT TO SCALE
A-;k'AIIA,I;- "W '�
NOTICE INVITING BIDS
0
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2:15 Vim, on the 27th day of May 1997,
at which time such bids shall be opened and read for:
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
Title of Project
C -3125
Contract No.
$245,000
Engineer's Estimate
c
Approved by the Public Works Department
this 5th day of May, 1997
04
Don Webb
Public Works Director
Prospective bidders may obtain a set of contract documents at no cost at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call Michael 1. Sinacori at (714) 644 -3011.
Project Manager
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
CONTRACT NO. 3125
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and
Special Provisions, and hereby proposes to furnish all materials and shall
perform all work required to complete Contract No. 3125 in accord with the Plans
and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes,
patent rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
1. Lump Sum Mobilization, demobilization and cleanup
for the lump sum price of
Five thousand Dollars
and
N Cents L.S.
Lump SLun
PI -a
$ 5.000.00 -
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
S. 2 EA. Furnish and install two -wire test
station complete in place for the
unit price of
One thousand five hundred Dollars
and
No Cents $1,500.00 $ 3.000.00
per Each
9. Lump Sum Pressure test, disinfect and flush new
30 -inch water main and 12 -inch
water main complete in place for the
lump sum price of
Five thousand Dollars
and
No Cents L.S. $5,000.00
LLunp Swn
10. Lump Sum Replace traffic loops damaged by
construction for the lump sum price of
Two thousand Dollars
and
No Cents L.S. $ 2.000.00
Lump Sum
11. Lump Sum Provide traffic control for the project
for the lump sum price of
Ten thousand Dollars
and
No Cents L.S. $ 10.000.00
Lump Sum
P1 -d
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE
NO. QUANTITY DESCRIPTION
UNIT
PRICE
12. Lump Sum Excavation safety measures including
adequate sheeting, shoring and bracing
or equivalent methods for the
protection of the life and limb which
shall comply with applicable safety
orders for the lump sum price of
Five thousand Dollars
and
No Cents
Lump Sum
L.S.
13. Lump Sum Remove and replace existing curb, gutter,
and sidewalk complete in place for the
lump sum price of
Five thousand Dollars
and
No Cents L.S.
Lump Sum
14. 38,100 S.F. Grind 1 -1/2" AC and place 1 -1/2"
final paving cap complete in place
for the unit price of
TOTAL
AMOUNT
$ 5.000.00
$5,000.00
One Dollars
and
Twenty Cents $1.20 $ 45,720.00
per Square Foot
P1 -e
SCHEDULE OF WORK ITEMS
1]
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
15. Lump Sum* Furnish and install fire hydrant
assembly including installing City
furnished 6" resilient wedge gate
valve complete in place for the
lump sum price of
Three thousand Dollars
and
No Cents L.S. $ 3,000.00
Lump Sum
16. Lump Sum* Install City furnished 30" flanged
butterfly valve (CL150) including
furnishing and installing the buried
insulating flange kit complete in
place for the lump sum price of
Two thousand five hundred Dollars
and
No Cents L.S. $ 2,500.00
Lump Sum
17. 3500 CY Grade existing slope along East
Coast Highway as shown on the
Plans complete in place for the
unit price of
Dollars
and
Cents $ 2.00 $ 7,000.00
per Cubic Yard
*6 resilient wedge gate and 30" butterfly valves have been purchased by the City of Newport Beach.
Pi-f
0
11
18. Lump Sum Furnish and install 3 -foot wide
parkway culvert Type "B" and concrete
swale complete in place for the
lump sum price of
Two thousand five hundred Dollars
and
No Cents
Lump Sum
19. 12 EA. Pothole utility called for on
the Plans complete in place
for the unit price of
Five hundred Dollars
and
No Cents
per Each
L.S. $ 2,500.00
$ 500.00 $ 6,000.00
20. Lump Sum Protect in place or replace in kind
existing landscaping and stamped
concrete complete in place for the
lump sum price of
Two thousand Dollars
and
No Cents L.S. $2,000.00
Lump Stun
21. Lump Sum Abandon in place existing 30 -inch
water main and 6 -inch fire hydrant
lateral complete in place for the
lump sum price of
Ten thousand Dollars
and
No Cents L.S. $1.0,000.00
Lump Swn
PI-g
Ll
0
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
TOTAL PRICE IN WRITTEN WORDS
(Bid Items 1 -2 "1)
Two hundred twenty thousand twenty Dollars
and
No Cents Total Price $ 220,020.00
I declare under penalty of perjury that all representation made above are true and
correct.*
*Effective January 1, 1990, Business and professional Code Section 702.8.15 provides
that any bid not containing the above requested information, or a bid containing
information which is subsequently proven false, shall be considered non - responsive
and shall be rejected.
Bidder's Name Trautwein Construction
Bidder's Address 14046 Santa Ana Avenue
Bidder's Telephone Number (909) 829 -8258 Fax (909) 829 -8278
Contractor's License No. & Classification 605199 A, C -34 October 31, 1998
Expiration Date
May 27, 1997 S /MARK TRAUTWEIN, Owner _
Date Authorized Signature & Title
P1 -h
INSTRUCTIONS TO BIDDERS
Page 2
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
1.PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 101% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total bid
price) may be received in lieu of the Bidder's Bond. The title of the project and the
words "SEALED BID" shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal agents
prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of insurance
in the State of California, and (2) listed as an acceptable surety in the latest revision of
the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the correct
multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions
in the PROPOSAL.
In accord with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations 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. A copy of said determination 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
1.770 -7981 inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign on
behalf of the bidder. For corporations, the signatures shall be of a corporate officer or
an individual authorized by the corporation. For partnerships, the signatures shall be
of a general partner. For sole ownership, the signature shall be of the owner.
605199 A, C -34
Contractor's License No. & Classification
May 27, 1997
Late
TRAUTWEIN CONSTRUCTION
Bidder
S /MARK TRAUTWEIN, OWNER
Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accord
with State law and /or the Standard Specifications for Public Works Construction, as
applicable.
The Bidder, by signing this designation certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accord
with State law.
Subcontractor Address Subcontract Work
1. Ayala & Sons Paving San Bernardino CA Paving /Grading
2. Sierra Pacific Rubidoux CA Traffic Loops
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
TRAUTWEIN CONSTRUCTION
Bidder
S /MARK TRAUTWEIN, OWNER
Authorized Signature /Title
POWER OF
N ATTORNEY
4333 Brooklyn Avenue N.E.
Seattle, W A 98105
KNOW ALL BY THESE PRESENTS:
CJ
FIRST NATIONAL INSURANCE COMPANY OF AMERICA
4333 BROOKLYN AVE NE
SEATTLE, WASHINGTON 98105
No. 9906
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
YYMYYYMYt XNYYYYYXNY YYYYYYMYYM NYYNYYXNSUSAN C. MONTEON, Riverside, Callfol"111"YYNYXY YYY NY YN YYY
Its true and lawful attorney(S) -in -tact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings
and other documents of a similar character issued by the company in the course of its business. and to bind FIRST NATIONAL
INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at
Its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 19th day of December . 19 95
CERTIFICATE
Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President. any Vice President. the Secretary. and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business . On any instrument making or evidencing
such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking
of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided. however,
that the Seal shall not be necessary to the validity of any Such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V. Section 13 of the By-Laws. and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto. and
(iii) Certifying that said power -of - attorney appointment is in full force and effect,
the signature of the Certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof."
1. R. A. Pierson. Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of
the By -Laws and of a Resolution of the Board of Directors of this corporation. and of a Power of Attorney issued pursuant thereto.
are true and correct, and that both the By -Laws. the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this day of '19 --
S- 1049 /EP 11/95
SCHRIMMER INSURANCE AGENCY, INC.
P.O. BOX 788
LA HABRA, CA 90633
11NSURED
MARK TRAUTWEIN
DBA: TRAUTWEIN CONSTRUCTION
14046 SANTA ANA AVENUE
FONTANA, CA 92337
COMPANIES AFFORDING COVERAGE
COMPANY A SCOTTSDALE INSURANCE
COMPANY B TRANSPORTATION INS CO
LETTER
COMPANY
LETTER_ C CHUBB GROUP OFINS
COMPANY D
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
T;,I TYPE OF INSURANCE POLICY I EFFECTI DATE EXPIRATION
NUMBER
GENERAL LIABILITY
A IOCCURENCE BASIS ONLY)
COMMERCIAL CLS277861
COMPREHENSIVE
��IYYY'���YYY111111 OWNERS 8 CONTRACTORS
h PROTECTIVE
CONTRACTUAL FOR SPECIFIC
I CONTRACT
PRODUCTS /COMPLETED OPERATION
XCU HAZARDS
X BROAD FORM PROPERTY DAMAGE
RSEVERABILITY OF INTEREST CLAUSEI
P. I. WITH EMPLOYEE EXCLUSION 1
REMOVED
Xi MARINE
AUTOMOBILE LIABILITY
1/22/97 1 1/22/98
ANY AUTO
ALL OWNED AUTOS 07825093 112/01/96 12/01/97
SCHEDULED AUTOS
X{ HIRED AUTOS
NON -OWNED AUTOS
XI GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
X1 OTHER THAN UMBRELLA FORM
WORKERS'COMPENSATION
&
BI LIABILITY
OTHER
7975 -74 -90 112/01/96
1 36936876 112/01/96
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE $ 2,000,
PRODUCTS /COMPLETED $1,OoO,
OPERATIONS AGGREGATE -
PERSONAL INJURY I $ 1 , 000 ,
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
30 Inch Water Transmission Main Replacement in East Coast Highway, Contract C -3125
PROJECTTITLE AND CONTRACT NUMBER
CITY OF NEWPORT BEACH
P.O. BOX 1768
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
ATTENTION:
92658 -8915
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
NEWPORT BEACH BY FIRST CLASS MAIL.
�"4 �A/ �-/3 � F
AUTHORIZED REPRESENTATI ISSUE DATE
0
POLICY NUMBER: CLS277861 COMMERCIAL GENERAL LIABILITY
CG 20 10 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
CITY OF NEWPORT BEACH
CAL TRANS
ASL CONSULTING ENGINEERS
(If no entry appears above, information required to complete this endorsement will be shown in the Declara-
tions as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of your ongoing operations performed for that in-
sured.
CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1992 0
.I
CITY OF NEWPORT BEACH
0
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 13
With respect to such insurance as is afforded by the policy for Automobile Liability, the City of
Newport Beach, its officers and employees are additional insureds, but only with respect to liability
for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or an
behalf of the named insured in connection with the contract designated below. The insurance extended
by this endorsement to said additional insured does not apply to bodily injury or property damage
arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased
or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded
said additional insured(s) shall apply as primary insurance and no other insurance maintained by the
City of Newport Beach shall be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking coverage
or against whom a claim is made or suit is brought, except with respect to the limits of liability of
the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
[ ] Multiple Limits
Bodily Injury Liability $ 1.000,000 per person
Bodily Injury Liability $ 1,000.000 per accident
Property Damage Liability S 1.000.000
[ ] Combined Single Limit
Bodily Injury Liability $ 1,000.000
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or occurrence in excess of
the limits of liability stated in the policy as applicable to Automobile Liability Insurance.
4. Should the policy be non- renewed, cancelled or coverage reduced before the expiration date thereof,
the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by
registered mail, Attention: Public Works Department.
Designated Contract: 30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY C -3125
Project Title Contract No.
This endorsement is effective
Policy No.
07825093
9, 1997 at 12:01 A.M. and forms part of
of TRANSPORTATION INS CO
(Company Affording Coverage)
Insured "'LARK TRAUT'WEIN DBA: TRAUTtdEIN
Issuing Company TRANSPORATION INS CO
(Authorized Representative)
• • Page 14
CITY OE NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for General Liability, the City of Newport:
Beach, its officers and employees are additional insureds but only with respect to liability arising out of
operations performed by or on behalf of the named insureds in connection with the contract designated.
below or acts and omissions of the additional insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to contribute with
insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the liability of the company affording coverage."
3, The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions
and exclusions applicable to such insurance) includes liability assumed by the named insured under the
indemnification or hold harmless provision contained in the written contract, designated below, between
the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and underground property hazard (commonly referred to as 'XCU"
hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this
endorsement shall be the limits indicated below written on an "Occurrence" basis:
[ ] Commercial[ ] Comprehensive
General Liability
$ 2 000 000 each occurrence
$ 2,000,000 _ each occurrence
The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by
any amount paid as damages under this endorsement in behalf of the additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the company
affording coverage for all damages as the result of any one occurrence in excess of the limits of liability
stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the
Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail,
Attention: Public Works Department
Contract: 30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
Title
This endorsement is effective June 9 1997 _ at 12:01 A.M. and forms part of
Police No.
CLS277861
of SCOTTSDALE INSURANCE COMPANY
(Company Affording Coverage)
Inure, MARK TRAUT'w'EIN DBA; TRAUT'AEIN Endorsemen o.
N
Issuing Company SCOTTSDALE INSURANCE` "r T ��
No.
0
Page 15
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract."
(n120 97
Date
TRAUTWEIN CONSTRUCTION
Name of Contractor (Principal)
Mark Trau in, Owner
3o -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY C -3125
Title of Project Contract No.
CONTRACT
• Page 16
THIS AGREEMENT, entered into this day of June, 1997, by and between
the CITY OF NEWPORT BEACH, hereinafter "City," and TRAUTWEIN
CONSTRUCTION, hereinafter "Contractor," is made with reference to the following
facts:
(a) City has heretofore advertised for bids for the following described public work:
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
Title of
(b) Contractor has been determined by City to be the lowest responsible bidder on
said public work, and Contractor's bid, and the compensation set forth in this contract,
is based upon a careful examination of all plans and specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for the
construction of the following described public work:
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
of Prgect Contract
which project is more fully described in the contract documents. Contractor shall
perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this work as
prescribed above, City shall pay to Contractor the sum of TWO HUNDRED TWENTY
THOUSAND TWENTY ($220,020.00) This compensation includes (1) any loss or
damage arising from the nature of the work; (2) any loss or damage arising from any
unforeseen difficulties or obstructions in the performance of the work; (3) any expense
incurred as a result of any suspension or discontinuance of the work; but excludes any
loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and
tidal waves, and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor are set
forth in the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of insurance and Endorsements(s)
(f) Workers' Compensation Insurance Certification
• 1 • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, TRAUTWEIN CONSTRUCTION, as bidder, and FIRST
NATIONAL INSURANCE COMPANY OF AMERICA , as Surety, are held and
firmly bound unto the City of Newport Beach, California, in the sum of TEN
PERCENT OF THE AMOUNT BID Dollars (10% ) , lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY C -3125
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing of
Notice of Award to the above bounded bidder by and from said City, then this
obligation shall become null and void; otherwise it shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an
individual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th
day of May , 1997.
(Attach acknowledgment of TRAUTWEIN CONSTRUCTION
Attorney -in -Fact) Bidder
Notary Public
S /MARK TRAUTWEIN
Authorized Signature /Title
First National Insurance Co. of America
Commission Expires Surety
By: S /MICHAEL D. STONG
Title: Michael D Stong, Attorney -in -fact
• • Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time of filing
i:his bid, being duly sworn on their oaths, say that neither they nor any of them
'lave, 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 arrangement 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 bidder
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 submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of 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
said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to or share with another person in any way or manner, any of the proceeds of the
contracts sought by this bid.
TRAUTWEIN CONSTRUCTION
Bidder
S /MARK TRAUTWEIN. OWNER
Authorized Signature /Title
Subscribed and sworn to before me
this 27th day of May , 1997.
My Commission Expires:
March 5 1999 S /BRIAN ESHLEMAN _
Notary Public #1052830
• • . •
Page 6
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.
1997
San Bernardino Water Dept
Tames Dye
(909)
384 -5390
1996
Rubidoux Water District
Steve Appel
(909)
685 -7580
1996
Rancho Calif. Water District
Craig Mapes
(909)
676 -4101
1996 Santa Ana Watershed Dick Smith
Project Authority —
1996 Rubidoux Community Mike Thornton (909) 684 -6900
Services District —
TRAUTWEIN CONSTRUCTION _
Bidder
S /MARK TRAUTWEIN, OWNER _
Authorized Signature /Title
9
NOTICE TO SUCCESSFUL BIDDER
• Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and federal holidays)
after the date of mailing the Notice of Award to the successful bidder:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 1.1)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15)
CONTRACT (pages 16 & 17)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570, and (3)
meeting Policyholders' Rating and Financial Size Category criteria in the paragraph
above.
Insurance Companies affording coverage and sureties issuing bonds shall be
(1) currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders' Rating A (or
higher) and Financial Size Category Class VII (or larger) in accord with the latest
edition of Best's Key Rating Guide: Property-Casualty, except as modified by the Special
Provisions.
The Worker's Compensation Insurance Certification shall be executed and
delivered to the Engineer along with a Certificate of Insurance for Worker's
Compensation prior to the City's execution of the Contract.
All costs associated with the specifications of these contract documents shall
be absorbed in the bid. Such specifications shall include those contained in (1) each
contract document and (2) the Standard Specifications for Public Works Construction;
except as modified by the Special Provisions.
EXECUTED IN FOUR COUNTERP*
BOND NUMBER 5800581
PREMIUM INCLUDED IN PERFORMANCE BOND Page 8
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS,
the City Council of the City of Newport Beach, State of
California, by motion
adopted
June 9,
1997, has awarded to TRAUTWEIN
CONSTRUCTION
hereinafter
designated
as the "Principal ", a contract for 30-
Inch Water Transmission Main Replacement in East Coast Highway, Contract
No. C -3125 in the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents on file in the office of the City
Clerk of the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond with said contract,
providing that if said Principal or any of his or its subcontractors, shall fail to pay
for any materials, provisions, or other supplies used in, upon, for or about the
performance 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:
and
NOW, THEREFORE, We TRAUTWEIN CONSTRUCTION as Principal,
FIRST NATIONAL INSURANCE COMPANY OF AMERICA as
Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TWO HUNDRED TWENTY THOUSAND TWENTY Dollars ( $220,020.00), said
sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly made, we
bind ourselves, our heirs, executors and administrators, successors or assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his subcontractors, fail to pay for any materials, provisions or
other supplies, 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 3250
of the Civil Code of the State of California.
STATE OF _ CALIF
COUNTY OF RIVERSIDE
On fI Q� before me, _
PERSONALLY APPEARED
SUSAN C. MONTEON
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature
I SS.
ROSEMARY STANDLEY
OPTIONAL
T7R ROSEMARY STAND LEY
�' COtv1M. #1090462
- NOTARY PUBLIC CALIFORNIA N
Wi RIVERSIDE COUNT'
My Comm. Expires June T..
,rAVO.e.vx�°°4
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TiRE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTnV(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE:
ID-n81 Rm6 /96 ALL- PURPOSE ACKNOWLEDGEMENT
• • - •
Page 9
The bond shall inure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 3181 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this bond as
required by the provisions of Section 3247 et seq. of the Civil Code of the State of
California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work to
be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alterations or additions to the terms of the contract or to the work or
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 18th day of June ,1997.
TRAUTWEIN CONSTRUCTION (Seal)
Name of Contractor (Principal)
MAP,k
Mark Trautwein, Owner
Authorized ignature and Title
FIRST NATIONAL INSURANCE COMPANY OF AMERICA (Seal)
Name of Surety
4 HUTTON CENTRE SUITE 250 —B, SANTA ANA, CP., 92707
Address of Surety
Signature and Title of Authorized Agent
SUSAN C. MONTEON ATTORNEY —IN —FACT
4850 ARLINGTON AVE., STE B, RIVERSIDE, CA 92504
Address of Agent
(909) 343 -0382
Telephone Number of Agent
EXECUTED IN FOUR COUNT40ARTS
BOND NUMBER 5800581
PREMIUM: $4,300.00
• Page 10
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted June 9, 1997, has awarded to TRAUTWEIN CONSTRUCTION,
hereinafter designated as the 'Principal', a contract for 30 -Inch Water Transmission
Main Replacement in East Coast Highway Contract No. C -3125
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance
of said contract;
NOW, THEREFORE, We, TRAUTWEIN CONSTRUCTION, as Principal, and
FIRST NATIONAL INSURANCE COMPANY OF AMERICA as Surety,
are held and firmly bound unto the City of Newport Beach, in the sum of TWO
HUNDRED TWENTY THOUSAND TWENTY Dollars ($220.020.00) said sum being
equal to 1001% of the estimated amount of the contract, to be paid to said City or its
certain attorney, its successors and assigns; for which payment well and truly 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 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.
As a part of the obligation secured hereby, and in addition to the fact amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by the City, in the
event it is required by bringing any action in law or equity to enforce the obligations
of this Bond.
STATE OF CALIFORNIA _
SS.
COUNTY OF RIVERSIDE _
On I y/6 7 , before me,
PERSONALLY APPEARED SUSAN C. MONTEON
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature )
ROSEMARY STANDLEY
OPTIONAL
ROSEP�ARY STANDLEY
m 5 COtv1M. #1090462
a
2 ` O' 1>%= NOTAr ".Y FG511C - CALIFORNIA N
RIVERSIDE COUNTY
My Comm. Erpra Jom 7, 2000
This area for Official Notarial Sent
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ro -081 Rev. 6/94 ALL- PURPOSE ACKNOWLEDGEMENT
9 0 Page 11
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alterations or additions to the terms of the contract or to
the work to be performed thereunder or to the specifications accompanying the
same shall in any wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the contract
or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the
Principal in full force and effect for six (6) months following the date of formal
acceptance of the Project by the 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, this instrument has been duly executed by the
Principal and Surety above named, on the 18th day of June, 1997.
TRAUTWEIN CONSTRUCTION (Seal)
Name of Contractor (Principal)
Mark Trautwein, Owner
Authorize ignature and Title
FIRST NATIONAL INSURANCE COMPANY OF AMERICA ,(Seal)
Name of Surety
4 HUTTON CENTRE STE 250 -13, SANTA ANA, CA 92707
Address of Surety
Signature and Title of Authorized Agent
SUSAN C. MONTEON, ATTORNEY —IN —FACT
4850 ARLINGTON AVE., STE B. RIVERSIDE. CA 92504
Address of Agent
(909) 343 -0382
Telephone Number of Agent
nE NEWPOK BENCH • COMMESA
UPIRPHoL
Dear Advertiser:
0
Client Reference # C -3)Z,
Daily Pilot Reference # W/U
Enclosed please find clipping of our ad from the
first publication, beginning - - q
If you need to make any changes or corrections,
please call me at your earliest convenience. pC�
The cost of this publication will be $
Thanks for your cooperation and patronage.
330 West Bay Street,
Costa Mesa, CA 92627
(714) 642 -4321
FAX (714) 631 -5902
PUBLIC NDTICE
INVITING BIDS
Sealed bids r:
ceived at the ofice of !nc:
City Clerk, 3300 Nov,! a :!
,Boulevard, Post Office C.
:1768, Newport Bench. C[ri
fornia 92658 -8915 until 2:19
p.m. on the 27th day on
May, 1997, at which .er._
such bids shall be cpene:i
and read for:
30 INCH WATER TRANS-
MISSION MAIN REPLAC, -
MENT IN EAST C01S;
HIGHWAY
Contract No. 03125
Engineer's Estlr',er
$190,000
Approved by the r'uc :[.
Works Department, ;h> ; ..
day of May, 1997
Don Webb, Public
l Works Director
Prospective bidders n
obtain a set of corira;t
documents at no c
the office of ?.he F'i.p:;c
Works Oepart:r:ert,
330L
Newport Boulevar_ P:.;+
Office Box 1763,
Beach, California 92e5:
8915
For further wfr
call Michael J.
(714) 644-301.,
Published
Beach -Costa NIeSa " s _,
Pilot May 7, 8, 7-2. 2&9?,
Sincerely,
y 0 tting
Manager
Legal Advertising Department
W
• ir.__ ' February 24, 1997
I`
. r? 17 CITY COUNCIL AGENDA
ITEM NO. 6
TO: MAYOR & MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: MATERIAL PROCUREMENT FOR THE 30 -INCH WATER TRANSMISSION
MAIN REPLACEMENT IN EAST COAST HIGHWAY
RECOMMENDATION:
1. Approve the 30 -inch Water Transmission Main Replacement Project in East
Coast Highway between Jamboree Road and Promontory Point.
2. Find that Ameron International of Rancho Cucamonga submitted the "lowest
responsible bid," and they can meet the requirements for providing the pipe
materials for the East Coast Highway Project.
3. Award Contract No. 3125 -A to Ameron International of Rancho Cucamonga
in the amount of $126,080.
•
DISCUSSION:
EAST COAST HIGHWAY WATER MAIN REPLACEMENT PROJECT
On Friday, November 1, 1996, at 4:45 a.m., the 30 -inch water transmission main on
East Coast Highway at Promontory Point Drive failed. A repair was made to the
transmission main which involved cutting out a five foot section of the water main and
installing a new piece. A significant amount of road damage occurred as a result of the
incident and final repairs were made last week.
In December, further investigation of the removed section of pipe identified a significant
amount of corrosion. The investigation concluded that the rest of the pipeline in this
reach, which was installed in the early 1930's, may be in a similar condition and should
be replaced. The pipeline in Coast Highway was replaced westerly of Promontory Point
when the highway was widened. Staff has started the design for the replacement of the
1200 foot section of this pipeline within Coast Highway between Promontory Point and
Jamboree Road. Not only is this portion of the pipeline in a heavily traveled section of
Coast Highway, where it could cause significant damage if it fails, it is also a key
transmission main that will be used in transporting groundwater from one side of the
• City to the other. If this line were out of service, the use of groundwater would be
significantly impacted
Materials Procurement for the Coast *way Water Main Replacement
February 24, 1997
Page 2
The project was not budgeted in the FY 1996 -97 Capital Projects program. By using •
both FY 1996 -97 Corona del Mar and Water Main Replacement Program budgets,
sufficient funds are available to complete the East Coast Highway Replacement Project
which is estimated at $480,000. The Corona del Mar Alley Water Replacement Project
will be budgeted next year.
ASL Consulting Engineers has been retained to prepare plans and specifications which
are expected to be completed this month. Attached are the preliminary concept plans
for the replacement project. To minimize disruption within East Coast Highway, an
alignment just outside of the street right -of -way in the City Bay View open space parcel
has been chosen. This alignment will also allow a less expensive alternative to
replacing the transmission main within East Coast Highway. In addition, by eliminating
pavement removal and replacement for a majority of the project, construction time and
traffic interruption will be greatly reduced.
A critical component of the project is obtaining the pipeline materials in time to construct
the project before the summer months, this normally takes approximately four months.
Given that the replacement must be completed by the summer (Caltrans will not allow
summertime construction on a state highway), a special pipe procurement process was
required. Staff solicited bids to pre - purchase the pipe. The City Clerk opened and read
bids on February 11, 1997, at 2:00 p.m. Two bids were received, one from Ameron
International of Rancho Cucamonga in the amount of $126,080, and the second from
Northwest Pipe Company of Adelanto in the amount of $128,483.18.
The low bidder, Ameron International, is a qualified pipe manufacturer. This company
has provided thousands of miles of steel pipe for water main use throughout the United
States. Ameron International has a solid reputation, and staff is confident they will
provide the City with high - quality pipe materials within the required time constraints.
Staff will request that City Council award the construction contract to install this pipe
material some time in March or April, with the goal to complete construction by the end
of June 1997. The Public Works Committee reviewed the project at their January 20,
1997, meeting and supported the East Coast Highway Water Main Replacement
Project.
CONCLUSION
The award of the pipe materials contract at this time will allow the City to obtain the
necessary materials to allow the timely completion of the East Coast Highway Water
Main Replacement Project . This project is important to complete prior to the City's use
of the Groundwater Development Project. •
•
Materials Procurement for the Coastoway Water Main Replacement
February 24, 1997
Page 2
Funds needed to complete the projects are available in the Water Enterprise Fund as
follows:
7501- C5500074 Water Main Replacement Program $100,000
7501- C5500286 Corona del Mar Water Main Replacement $ 26,080
Total $126,080
Staff recommends awarding this contract.
Res ectfully s bmitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
by.
M' hael J. Sinacori, P.E.
Utilities Engineer
MJS:sdi
ZD 31 a ra
PROPOSED 30" PIPE
YA za
m
i
•-
ro:�� I m4..n
I
m .
AB.WDONMENT Of EMST 30' MNIVO STEEL WATER MNN /1 CONK µ TO MSTNC W M1
JAMBOF E ROAD ,® .
FG
S p3Consulling I
^^•`
PACIFIC COAST HIGHWAY
�i ,.T r�� }ice
SECn A -A
"MR1.9.1mm
July 10, 1997
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
C.P. Construction Co., Inc.
P.O. Box 1206
Ontario, CA 91762
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Pa1Con, Inc.
11823 E. Slauson Ave., Suite 20
Santa Fe Springs, CA 90670
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
'-X4 V,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
i
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Paulus Engineering, Inc.
P.O. Box 6216
Anaheim, CA 92816 -0216
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
11
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Doty Bros. Equipment Co.
11232 E. Firestone Blvd.
Norwalk, CA 90650
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
m.
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
11
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Gillespie Construction, Inc.
245 Fischer Avenue, Suite B -3
Costa Mesa, CA 92626
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
9 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Highland Engineering
2432 W. Peoria Ave., Suite 1203 -C
Pheonix, AZ 85029
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
r"\
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Fleming Engineering Inc.
6130 Valley View Street
Buena Park, CA 90620 -1030
Gentlemen:
(714) 644 -3005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
Y crn,v1c M 4Cv�4 -( 2Zc'z
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Steve Casada Construction Co. , Inc.
1426 S. Allec Street
Anaheim, CA 92805
Gentlemen:
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
July 10, 1997
i !
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Trautwein Construction
14046 Santa Ana Avenue
Fontana, CA 92337
Gentlemen:
(714) 6443005
Thank you for your courtesy in submitting a bid for the 30 -Inch Water
Transmission Main Replacement in East Coast Highway project in the City of
Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal. Your cooperation
in working with us on this matter is greatly appreciated, and we hope that you
will accept future opportunities to bid on projects of a similar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
3300 Newport Boulevard, Newport Beach
NOTICE INVITING BIDS
Sealed Bids may be received at the office of the City Clerk,
• 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2:00 o'clock p.m. on the 11th day of February ,1997,
at which time no more will be accepted for:
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
PIPE PROCUREMENT
Title of Project
/OTC
}
v\
C -3125
Contract No.
FO RN/
s.
Approved by the Public Works Department
this 29th day of January, 1997
Prospective bidders may obtain one set of contract documents at no cost at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
• For further information, call Michael J. Sinacori at 644 -3011.
Project Manager
9
CITY OF NEWPORT BEACH
is PUBLIC WORKS DEPARTMENT
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
PIPE PROCUREMENT
CONTRACT NO. 3125
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
Gentlemen:
The undersigned declares that he has carefully read the Instructions to the Bidders, has
examined the Special Provisions, and hereby proposes to furnish all materials required to
complete Contract No. 3125 in accord with the Special Provisions, and will take in full
payment therefor, the following unit prices for the materials delivered to the site, to wit:
•
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent
rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM UNIT
TOTAL
NO. QUANTITY DESCRIPTION PRICE
AMOUNT
1 Lump Sum Provide 30" CML&C steel pipe,
special sections and buttstraps
with welded joints as shown on
attached plans for the lump
sum price o
One hunch nine f hrRl�anc�
seven hu400 5 i)nv Dollars and
No Cents. L.S.
$ !_0
Lump Sum
The following items we in addition to those shown on the plans:
2 10 EA Provide additional 30" buttstraps
for the unit price of
Fayr hundred 4en Dollars and
•
No Cents. $ ¢l0'
$ 100
per Each
P1 -a
SCHEDULE OF WORK ITEMS
• ITEM UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
3 4 EA Provide additional 30" CML&C 45°
bends with 4' tangents on each end of
the bend for the unit price of
Two fhov5orel 6 v ert/v Dollars and
No Cents.
$ 20700 $ gwOelz
per Each
4 1 EA Provide additional 40' section of
30" CML&C steel pipe with plain ends
for the unit price of
Ninafeen hvndr&4ieerYDollars and
No Cents.
$ 1910 $ 070°'
per Each
5 1 EA Provide additional 40' section of
30" CML&C steel pipe (317/8" O.D.
cylinder) with plain ends for the
unit price of
Nineteen &vaeed 5evew(y Dollars and
AJO Cents. $ 1970 _ $ U 70 0'
per Each
TOTAL PRICE IN WRITTEN WORDS
(Bid Items 1 -5)
one hundred +aAeniy b ix
Fha�SCrrid e�qh� Dollars and
1 0 Cents. Total Price $ &4 0W 0
"Joel el
I declare under penalty of perjury that all representation made above are true and correct.*
• *Effective January 1, 1990, Business and professional Code Section 702.8.15 provides that
any bid not containing the above requested information, or a bid containing information
which is subsequently proven false, shall be considered non - responsive and shall be
rejected.
•
0
Bidder's Name
Bidder's Address F4ethf <l FIyA. 6u;-4 4.50
Bidder's Telephone Number .`?09� 94¢-
2 b Maier
Date Authorized Signature & Title
Pl -c
INSTRUCTIONS TO BIDDERS Page 2
• The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. NON - COLLUSION AFFIDAVIT
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above.
Bids are to be computed upon the quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy between
wording and figures, bid wording shall prevail over bid figures. In the event of error in
the multiplication of quantity by unit price, the correct multiplication will be computed
and the bids will be compared with correctly multiplied totals. The City shall not be held
responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the exclusive right, in its sole discretion, to
award some or none of the bid items contained in the proposal based primarily on the
. lowest overall cost to the City. An award may be made for less than all the bid items
contained in the proposal. In summary, the City of Newport Beach reserves the right to
award all of the bid items contained in the proposal, one or more bid items, reject any
or all bids, waive any informality in any bid and make awards in the best interest of the
City.
All Documents shall bear signatures and titles of persons authorized to sign on
behalf of the bidder. For corporations, the signatures shall be of a corporate officer or
an individual authorized by the corporation. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
HMeron In%rna- ficnal
Bidder
DkeD to
L_.J
N(�rlcxjp,-
Autho ized Signature /Title
r
Page 3
• NON- COLLUSION AFFIDAVIT
The bidder, 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 arrangement 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 bidder 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 submitting bids to a bidder who
does not use the facilities of or accept bids from or through such bid depository; that no
inducement of 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 the bidder any
agreement or understanding of any kind whatsoever with any person whomsoever to
pay, deliver to, or share with an other person in any way or manner, any of the
proceeds of the contracts sought by this bid.
•
Donna McKennon
Comm. #998468 ^
ARV PUBLIC - CALIFORNIAM'
SAN BERNARDINO COUNTY 0
Comm. Expires July 30, 1997
Subscribed and sworn to before me
this //* day of &4—
19 '77 .
My Commission Expires:
30 '
CJ
Arnerpn
Bidder
Authorized Signature /Title
x'o,
Notary Public
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
30 -INCH WATER TRANSMISSION MAIN REPLACEMENT
IN EAST COAST HIGHWAY
PIPE PROCUREMENT
CONTRACT NO. 3125
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
Gentlemen:
The undersigned declares that he has carefully read the Instructions to the Bidders, has
examined the Special Provisions, and hereby proposes to furnish all materials required to
complete Contract No. 3125 in accord with the Special Provisions, and will take in full
payment therefor, the following unit prices for the materials delivered to the site, to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent
rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM UNIT TOTAL
NO. OUANTITY DESCRIPTION PRICE AMOUNT
1 Lump Sum Provide 30" CML&C steel pipe,
special sections and buttstraps
with welded joints as shown on
attached plans for the, elp
4�J sum price of T2�✓E
4(l,y ff One Hundred 9i-ve Thousand,
Pow w Hundred Forty Five Dollars and
zero Cents.
Lump Sum
The following items are in addition to those shown on the plans.
2 10 EA Provide additional 30" buttstraps
for the unit price of
Four Hundred Fifty Seven Dollars and
Twenty Five Cents.
per Each
P1 -a
W
112,94-1406
L.S. $ X00
$457.25 $4,572.50
0 9
SCHEDULE OF WORK ITEMS
ITEM UNIT TOTAL
NO, QUANTITY DESCRIPTION PRICE AMOUNT
3 4 EA Provide additional 30" CML&C 450
bends with 4' tangents on each end of
the bend for the unit price of
One Thousand Six Hundred Eighty Nine Dollars and
Forty Seven Cents. $1,689.47 $6,757..88
per Each
4 1 EA Provide additional 40' section of
30" CML&C steel pipe with plain ends
for the unit price of
Two Thousand One Hundred Three Dollars and
Ninety Cents. $2,103.90 $2,103.90
per Each
5 1 EA Provide additional 40' section of
30" CML&C steel pipe (31 7/8" O.D.
cylinder) with plain ends for the
unit price of
Two Thousand One Hundred Three Dollars and
Ninety Cents.
per Each
TOTAL PRICE IN WRITTEN WORDS
9,� (Bid items 1 -5)
9,4IL
One Hundred Twenty- Thousand, XAw Hundred Eighty ThrBollars and
Eighteen Cents.
Pl -b
$2,103.90 $2,103.90
<21��
Total Price $
9 0
I declare under penalty of perjury that all representation made above are true and correct.*
*Effective January 1, 1990, Business and professional Code Section 702.8.15 provides that
any bid not containing the above requested information, or a bid containing information
which is subsequently proven false, shall be considered non - responsive and shall be
rejected.
Bidder's Name NORTHWEST PIPE COMPANY
Bidder's Address 12351 RANCHO ROAD, P.O. BOX 280
ADELANTO, CA. 92301
Bidder's Telephone Number (619) 246 -3191
FEBRUARY 11, 1997
Date
C n
Authorized Signature A Mtle
CHARLES L. KOENIG, VICE 'PRESIDEN PERATIONS
Pl -c
• Page 3
NON - COLLUSION AFFIDAVIT
The bidder, 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 arrangement 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 bidder 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 submitting bids to a bidder who
does not use the facilities of or accept bids from or through such bid depository; that no
inducement of 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 the bidder any
agreement or understanding of any kind whatsoever with any person whomsoever to
pay, deliver to, or share with an other person in any way or manner, any of the
proceeds of the contracts sought by this bid.
NORTHWEST PIPE COMPANY
Bidder
Authorized Signature /Title 7d
CHARLES L. KOENIG, VICE PRESIDEN4' OBERATIONS
Subscribed and sworn to before me
this IC'9day of Few
1991.
My Commission Expires:
it - C5 -(Iq
Notary Public
t ••O••P• #t * * #f99tP4 #P7 #f ## #ert•m
CAP.LA K. WILL IAMSON s
pc COMMISSION AFY PU ,AOFOR 33 =
` � NOTARY PUBLIC- CAL1fORNIA �
= SAN 9ERNARDINO COUNTY
• My Go.,,5w Expires Nov 5. 1998
O ••••tO0•#••tt #�Ot•tttOP•t••••••
• •
INSTRUCTIONS TO BIDDERS Page 2
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. NON - COLLUSION AFFIDAVIT
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above.
Bids are to be computed upon the quantities indicated in the PROPOSAL
multiplied by unit price submitted by the bidder. In the event of discrepancy between
wording and figures, bid wording shall prevail over bid figures. In the event of error in
the multiplication of quantity by unit price, the correct multiplication will be computed
and the bids will be compared with correctly multiplied totals. The City shall not be held
responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the exclusive right, in its sole discretion, to
award some or none of the bid items contained in the proposal based primarily on the
lowest overall cost to the City. An award may be made for less than all the bid items
contained in the proposal. In summary, the City of Newport Beach reserves the right to
award all of the bid items contained in the proposal, one or more bid items, reject any
or all bids, waive any informality in any bid and make awards in the best interest of the
City.
All Documents shall bear signatures
behalf of the bidder. For corporations, the
an individual authorized by the corporation.
a general partner. For sole ownership, the
NORTHWEST PIPE COMPANY
Bidder
FEBRUARY 11, 1997
Date
and titles of persons authorized to sign on
signatures shall be of a corporate officer or
For partnerships, the signatures shall be of
signature shall be of the owner.
Authorized S, nature ffitle
CHARLES L. K NIG, ICE PRES " T OPERATIONS