Loading...
HomeMy WebLinkAboutC-640 - Replacement of 8-inch cement sewer main between 9th & 14th Streets• & CITY OF NEWPORT BEACH ORANGE COUNTY CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS FCR THE REPLACEMENT OF 811 CEMENT SEWER MAIN WITH 81, VITRIFIED CLAY PIPE IN THE ALLEY SOUTHERLY OF BALBOA BLVD. BETWEEN 9TH STREET AND 14TH STREET AND THE CONSTRUCTION OF 81, VITRIFIED CLAY PIPE SEWER MAIN IN 14TH STREET BETWEEN BALBOA BLVD. AND OCEAN FRONT By Cash Contract City Council James B. Stzsddard, Mayor J. Frank Atkinson Kenneth C. Kingsley Charles E. Hart Hans J. Lorenz C. A. Higbie Harvey Somers Robert Shelton City Manager J. B. Webb Public Works Director • The Honorable City Council City of Newport Beach California Gentlemen: Page 2 The undersigned, having carefully examined the location of the proposed work, and having carefully examined the plans and specifications, and having familiarized himself with all the contract requirements, proposes and agrees to furnish any and all required labor materials, transportation and services for the replacement of 811 cement sewer main with 811 vitrified clay pipe in the alley southerly of Balboa Blvd. between 9th Street and 14th Street and the construction of 811 vitrified clay pipe sewer main in 14th Street between Balboa Blvd. and Ocean Front, in the City of Newport Beach, California, in strict conformity with the plans, specifications, and other contract documents on file in the office of the City Clerk, for the unit prices set forth in the following schedule: The undersigned submits a non collusion affidavit with this proposal. Item No. Approx. Item with Unit Price Unit Total Quantities Written in Words Price 1 1,970 Remove 8" cement sewer Lin. Ft. pipe & replace with 811 vitrified clay pipe, Complete in Place � Dollars Per Lin. Ft. 2 158 Construct 8" vitrified Lin. Ft. clay pipo sower main Complete in place f a+ s $ $ Dollarb P r Lin. Ft. 800 Remove cement sewer pipe Lin. Ft. house connection & replace with 61, vitrified clay pipe Complete in Place Z.CL�n.�On /!/tYL�Ca.SL 7— 74 - 4 4 ev„� 11,50 6 -,/o do DoPer Lin. Ft. TOTAL BID L11 0 % ,PI/ 9 0 The undersigned further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the 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. 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 undersigned in making up this bid. Accompanying this proposal is kcasn, uerti n.ea unecx, uasnier-s in an amount not less than ten percent (10%) of the total bid price. 11d F7 one No. i (Seal) Authorized Signature Authorized Signature Type of Organization (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation and names of all copartners if a copartnership: Proposals (Continued) 0 0 Fage 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 City Council of the City of Newport Beach. Item of Work Sub - contractor Address 1. 2. 4. 5. MOMM Authorized Signature Type of Organization (Individual, Copartnership or Corporation / �O 9 7 � '4-� Prownt arl ld $end INDUSTRTI L IN : =LAITY v .�. C ANY HOME OFFICE: SAN FRANCISCO That ELMER E. BARNETT doing business as ORANGE COTINTY CONSTRUCTION CO. (hereinafter called the Principal) as Principal, and the INDUSTRIAL INDEMNITY COMPANY, a corporation created and existing under the= .*Vm -ef the State of California, with its principal office at San Francisco, California, (hereinafter call"e Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the full and just sum of TEN PERCENT OF BID 10% of bid ), good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and Severely, firmly by these presents. Whereas, the Principal herein is submitting a proposal for Replacement of Sewer ,Mains in the alley Southerly of Balboa Blvd. between 9th Street and 14th Street and the construction of Sewer Main -in 14th Street between Balboa Blvd. and Ocean Front 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 for the completion of said work and furnish bonds as required by law, then this obli- gation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated this 23rd day of September ,19 $9 COUNTY CONSTRUCTION CO. 3 CD MU tv '. (- SD q.q 91 m E W IL I& If r VL MO - rr �,:* I ID O cl 0, IL yx A. Fir MU tv '. (- SD q.q 91 m E W IL I& If r VL MO - rr �,:* I ID O cl 0, 0 NON COLLUSION AFFIDAVIT Page 9 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 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 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. /� �iL /, ♦i . ./�I Subscribed and sworn to before me by this �_ day of My Commission expires: My Commission Expires August 17, 1963 1 1 9..., f [pJ Notary Public My Commission Expires Augsd 17.199 P Sage 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to judge of his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work )f a similar character to that included in the proposed contract which he has successfully performed. • Kenneth L. Magnuson,CPA prepared without audit ORANGE COUNTY CONSTRUCTION CO. ELMER E. BARNETT 14097 Clinton St , Sewer and Water Systems, Pump Stations Santa Ana Calif x2owiUM0500 Jeff 1.1097 Res: LEhigh 9.9505 BALANCE SHEET AS OF MAY 31, 1959. ASSETS Current Assets Cash in Banks 15,222.21 Accounts Receivable 72,542.99 Material Inventory 2,550.00 Small Tools Inventory 59983.40 Deposits 1,000,00 Total Current Assets $ 97,298.60 Fixed Assets —Land — 69000,00 Equipment 57,942.61 Less: Res. for Depr. 18,876,20 39.066941 45.066.41 Total Fixed Assets Total Assets 14206541 LIABILITIES AND CAPITAL Current Liabilities Accounts Payable 27 ,1 8681..59 Accrued Payroll Taxes 80 5b • Long Term Liabilities Contracts Payable 23,404.81 Trust Deed Payable 7,0009,00 30,4041A1 Total Liabilities t 61,455.37 capita E. E. Barnett Investment # 340296.18 Plus Profit to Date o Less: Drawing 7,164.51 77.409.64 Jo L. M Ou re nvest. n backhoe only 3,500.00 Total Capital 80.9094.64 Total Liabilities and Capital 9 1L2.36S.01 CITY OF NEWPORT BEACH ORANGE COUNTY CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS FCR THE REPLACEMENT OF 811 CEMENT SEWER MAIN WITH 81, VITRIFIED CLAY PIPE IN THE ALLEY SOUTHERLY OF BALBOA BLVD. BETWEEN 9TH STREET AND 14TH STREET AND THE CONSTRUCTION OF 81' VITRIFIED CLAY PIPE SEWER MAIN IN 14TH STREET BETWEEN BALBOA BLVD. AND OCEAN FRONT By Cash Contract City Council James B. Stoddard, Mayor J. Frank Atkinson Kenneth C. Kingsley Charles E. Hart Hans J. Lorenz C. A. Higbie Harvey Somers Robert Shelton City Manager J. B. Webb Public Works Director I PROPOSAL The Honorable City Council City of Newport Beach California Gentlemen: Page 2 The undersigned, having carefully examined the location of the proposed work, and having carefully examined the plans and specifications, and having familiarized himself with all the contract requirements, proposes and agrees to furnish any and all required labor materials, transportation and services for the replacement of 811 cement sewer main with 811 vitrified clay pipe in the alley southerly of Balboa Blvd. between 9th Street and 14th Street and the construction of 8" vitrified clay pipe sewer main in 14th Street between Balboa Blvd. and Ocean Front, in the City of Newport Beach, California, in strict conformity with the plans, specifications, and other contract documents on file in the office of the City Clerk, for the unit prices set forth in the following schedule: The undersigned submits a non collusion affidavit with this proposal. Item No. Approx. Item with Unit Price Unit Total Quantities Written in Words Price 1 11970 Remove 8" cement sewer Lin. Ft. pipe & replace with 8" vitrified clay pipe, Complete in Place - Dollars Per Lin. Ft. 2 158 Construct 811 vitrified Lin. Ft. clay pipo sower main Complete in place (-)112,5 $ s 0, — -�- -- Dollars Per Lin. Ft. 3 800 Remove cement sewer pipe Lin. Ft. house connection & replace with 6" vitrified clay pipe Complete in Place _Si XTFfN t�%d 9 ko 0 00 Dollars Per Lin. Ft. TOTAL BIDS�Gi The undersigned further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the 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. 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 undersigned in making up this bid. Accompanying this proposal is (cash, Certified Check, Cashier's Check of Bond in an amount not less than ten percent (10%) of the total bid price. AT 7Ago4 R. V. MILOSEVICH CO. Phone No. Bidder's Name Sp —P 1959 Date 120 S. San Marino Avenue San Gabriel, California Bidder's Address Authorized Signature Authorized Signature Individual Type of Organization (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation and names of all copartners if a copartnership: Proposals (Continued) Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, R. V. MILOSEVICH CO. , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten ercent of amount bid Dollars (A 105 ), 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 replacement of 8" cement Sewer Main etc, in Alley Southerly of Balboa Blvd. 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 construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Sunday) 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 obli- gation shall become null and void; therefore, otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. IN WITNESS VHEREOF, we hereunto set our hands and seals this 23rd day of September , 1951, Two Witnesses (if individual) i Attest (ifXcorporation) Title Corporate Seal Attest Title R. V. MILOSEVICii CO. Principal By R. V. Milosevicn Title Sole Owner 0 A] FTC INSURANCE CO1,1PANY Title Attorney -in -Fact z N d E d W N � W J W C7 Z Q N O O w 0 U o 0 T • C' ai O U O 0 c c O u FyF Ltl. 9 G N i v T t y N C � o y O v_- « C C O E o � o w a CE C F 0 ' y N 3 0 O N a E « o U N y N p. O y O "N 3 0 N 0 nv C y O t r „ z .N ¢ s � E OU 3 U Z o Y r i r R [NO , m o, M T m 6 W c 6 E E � v 4 _T a G y (il O w 'E O U i z ti m 0 u V O O Page 9 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 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 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 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 by J this D 3 ^ day of My Commission expires: My o0MMWd0n '&Pirft M 47M eF 11, ,1917. My: R. V. Milosevich, Sole Owner 19L.� I CITY OF NEWPORT BEACH ORANGE COUNTY CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE REPLACEMENT OF 811 CEMENT SEWER MAIN WITH 81, VITRIFIED CLAY PIPE IN THE ALLEY SOUTHERLY OF BALBOA BLVD. BETWEEN 9TH STREET AND 14TH STREET AND THE CONSTRUCTION OF 811 VITRIFIED CLAY PIPE SEWER MAIN IN 14TH STREET BETWEEN BALBOA BLVD. AND OCEAN FRONT By Cash Contract City Council James B. Stoddard, Mayor J. Frank Atkinson Kenneth C. Kingsley Charles E. Hart Hans J. Lorenz C. A. Higbie Harvey Somers Robert Shelton City Manager J. B. Webb Public Works Director 0 0 The Honorable City Council City of Newport Beach California Gentlemen: Page 2 The undersigned, having carefully examined the location of the proposed work, and having carefully examined the plans and specifications, and having familiarized himself with all the contract requirements, proposes and agrees to furnish any and all required labor materials, transportation and services for the replacement of 811 cement sewer main with 811 vitrified clay pipe in the alley southerly of Balboa Blvd. between 9th Street and 14th Street and the construction of 811 vitrified clay pipe sewer main in 14th Street between Balboa Blvd. and Ocean Front, in the City of Newport Beach, California, in strict conformity with the plans, specifications, and other contract documents on file in the office of the City Clerk, for the unit prices set forth in the following schedule: The undersigned submits a non collusion affidavit with this proposal. Item No: Approx. Item with Unit Price Unit Total Quantities Written in Words Price 1 11970 Remove 8't cement sewer Lin. Ft. pipe & replace with 811 vitrified clay pipe, Complete in Place Twenty three deM Mrs forty cents 23.40 $ 6.098.00 Dollars Per Lin. Ft. 2 158 Construct 811 vitrified Lin. Ft: clay pipe sewer main Complete in place Twenty dollars and eighty cents $ 20.80 3,296.40 Dollars Per Lin. Ft. 3 800 Remove cement sewer pipe Lin. Ft. house connection & replace with 6" vitrified clay pipe Complete in Place Sixteen dollars 16.00 Dollars Per Lin. Ft. TOTAL BID 62 o 19 • .40 The undersigned further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the 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. 157007 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 undersigned in making up this bid. Accompanying this proposal is Bond (cash, Certified Check, Cashier's Check of Bond in an amount not less than ten percent (10%) of the total bid price. KE 5 -6265 Phone No. _Sept. 22, 1959 Date _ de Leon Construction Co. Bidders N tli, Seal Au thorizecY Signature Authorized Signature Copartnership Type of Organization (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation and names of all copartners if a copartnership: Proposals (Continued) Page 9 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 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 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 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 procoeds of the contracts sought by this bid. Subscribed and sworn to before me by this .2 2 day of rs 7 19_9 My Commission expires: My Commission Expires May 9, 1960, DESIGNATION OF SUB - CONTRACTORS 0 Fage* 3 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 City Council of the City of Newport Beach. Item of Work Sub - contractor Address 1. 3. 4. 5. Bidder's Name Authorized Signature Type of Organization (Individual, Copartnership or Corporation Address r. Great 01merican Jw9urance Companp New f ork Xnow all Arn by t4rsr Frrsrnts: That L� BOND NO. 8007831 PREMIUM: INCL R..UB.EN ... _ L.EON.AND. LUCY ... E...LEON...PAA... DE.. )EON.. CONSTRU.CT.IQN.. CO ............................... ............................... (hereinafter called the "PRINCIPAL ") and theOreat01merieatt 3n5urance4Zompanp,a corporation or- ganized and existing under the laws of the State of New York, and whose principal office is located in the city of New York, (hereinafter called the "SURETY,") are held and firmly bound unto CITY OF NEWPORT CALIFORNIA (hereinafter called the "OBLIGEE"), in the full and just sum of.10 . oF_THE. AMOUNT OF THE.. B_ID-----------_--_----------------------- ........................ ............ ............................... ........................ - ................. ......... .. .................................. ............ ...... - ........... ............. ... ..................... Dollars good and lawful money of the United States of America, to the payment of which said sum of money, well and truly to be made and done, the said "PRINCIPAL" binds himself, his heirs, executors, administrators, successors and assigns, and the said "SURETY" binds itself, its successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this .......... 22ND ................ . .........day of........ SEPTEMBER I14P roubtitnn of t4hi obltgation is BUrh, that if any awards made by said "OBLIGEE" to the above bounden "PRINCIPAL" under a public invitation for proposals for TO REPLACE AN 8 INCH CEMENT SEWER MAIN WITH AN 8 INCH VCP SEWER LINE IN THE ALLEY SOUTH OF BALBOA BOULEVARD BETWEEN 9TH AND 14TH STREETS, AND TO CONSTRUCT AN 8 INCH VCP SEWER MAIN IN 14TH STREET BETWEEN BALBOA AND OCEAN FRONT, NEWPORT,CALtFQRNIA shall be accepted by said "PRINCIPAL" and said ' PRINCIPAL" shall enter into contract for the completion of said work, and give bond with the Great fineriean 31nouranee Companp as surety, or with other surety or sureties to be approved by the "OBLIGEE," for the faithful performance thereof, then this obligation shall be null and void; otherwise to remain in full force and effect. 11roo0Pa, that no action shall be brought against said "SURETY" to recover any claim hereunder, after the expiration of six months from the date of the execution of this instrument. Witness ..................... ...._.. .... .., DE CONSTRUCTION ..C.............._[SEAtI ............................. . (If individual) BY:.:........ .... ... [SEAL] Attest.. .......... ........ ............................... _....... _. _.................. (If eornoretiov) ................ ..................................... .._ [SEAL I ......................................... [SrAL1 i Great American 31ngurance Companp, 6 ....HPRRY W. �ORD ................... Atrorney- in•fact. PAC 16002A -- IQ a as (� Li 3 w W o T.� _p L 1 Ln �: �Vr � m U: 4t w 4 3: d LI � N : N it ; O FBI O: -j Li I�1 Z Ll o m aZ) Li A i � , O ro O ro of N; M pp O Z M QQ 0 0 O LL wO oYe °i O 0 M uk, A q) v 451 10 C3 -,Qu ro Z 'ZI r 0 cN U 01 bo C 0 O LL wO oYe °i O CITY OF NEWPORT BEACH ORANGE COUNTY CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS FCR THE REPLACEMENT OF 8fl CEMENT SEWER MAIN . WITH 8" VITRIFIED CLAY PIPE IN THE ALLEY SOUTHERLY OF BALBOA BLVD. BETWEEN 9TH STREET AND 14TH STREET AND THE CONSTRUCTION OF 811 VITRIFIED CLAY PIPE SEWER MAIN IN 14TH STREET BETWEEN BALBOA BLVD. AND OCEAN FRONT By Cash Contract Cits Council James B. Stoddard, Mayor J. Frank Atkinson Kenneth C. Kingsley Charles E. Hart Hans J. Lorenz C. A. Higbie Harvey Somers Robert Shelton City Manager J. B. Webb Public Works Director r • • The Honorable City Council City of Newport Beach California Gentlemen- Page 2 . The undersigned, having carefully examined the location of the proposed work, and having carefully examined the plans and specifications, and having familiarized himself with all the contract requirements, proposes and agrees to furnish any and all required labor materials, transportation and services for the replacement of 81, cement sewer main with 811 vitrified clay pipe in the alley southerly of Balboa Blvd, between 9th Street and 14th Street and the construction of 811 vitrified clay pipe sewer main in 14th Street between Balboa Blvd. and Ocean Front, in the City of Newport Beach, California, in strict conformity with the plans, specifications, and other contract documents on file in the office of the City Clerk, for the unit prices set forth in the following schedule: The undersigned submits a non collusion affidavit with this proposal. Item No. Approx. Item with Unit Price Unit Quantities Written in Words Price 1 1,970 Remove 811 cement sewer Lin. Ft. pipe & replace with 81, vitrified clay pipe, Complete in Place Dollars Per Lin. Ft. 2 158 Construct 811 vitrified Lin. Ft. clay pipo sower main Complete in place Dollars Per Lin. Ft. 3 800 Remove cement sewer pipe Lin. Ft. house connection & replace with 611 vitrified clay pipe Complete in Place ui FIU1r- Dollars Per Lin. Ft. $ O ' Total 070, cc TOTAL BID The undersigned further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the 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 l for the registration of Contractors, License No. ---,T (� 6 o 3 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 undersigned in making up this bid. Accompanying this proposal is (cash, Certified Check, Cashierts Check of Bond in an amount not less than ten percent (10%) of the total bid price. fA J-03`7/ Phone No. SEPT Date A U, 13e)( 4L 6 / RRm)c & (R tiifU�A Bidder's Address _ o /-0 E. PO Vic H Bidder's Name �-� Seal Alkthorized Signature Authorized Signature L j) 1,b U,9 j., Type of Organization (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation and names of all copartners if a copartnership: Proposals (Continued) 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, n.at,; at.FeJ rIA "oX F�!....Y r ...Q.. , a corporation organized and existing under the and Isws of the State of Ma"Ined _, as Surety, Page 4 as Principal, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ton Percent of the Total Amcunt�f t-„he RghDollars ($ 1D% 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 Sewer Mains, Balboa Blvd. and 14th Street 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 construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bidsf' within ten (10) days (not including Sunday) 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 obli- gation shall become null and void; therefore, otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. IN WITNESS t- (HEREOF, we hereunto set our hands and seals this 25th day of SCRtember , 1952.. Two Witnesses (if individual) r Attest (if corporation) Title Corporate Seal Attest r Title i Pri ,ipal J.E.Popovich 7 � B le UNITED STATES FIDELITY AND GUARANTY Surety -COMPANY B� - - -�' o A. eELMAN Attorney — ln—Yactl - Title Premium charged under Bid Bond Service Undertaking F d A U W z z V" 7 1 ya F'OU y �j •: f 1 {� m ti 0 d 1 0 a3myCd A 0mcdp a a ) ° _ ,O .��• Z : co y O.4 cc b `: iro roq cl FO Lo ii Ri -Fa .7 •� : i w r-I oC d w .0 tai : h0; o :s •� N O: Y La .i id �'•'� m A : cd ya G: O1�y� cd O O o R L) y3.b W m x. dcd m-'� Cdd of,' t2 a yaioq q CJ a0c „ r' M,S' a mO*0 ' y, o .•� cd .p O � �" d O O 6,30000 b 0 P'i , U y o ror" G m a O sOr w °+,roro�Y Coro z7 v m a rW caw �" ? V" 7 0 • CITY OF NEWPORT BEACH ORANGE COUNTY CALIFORNIA SPECIFICATIONS AND CONTRACT DOCUMENTS FCR THE REPLACEMENT OF 811 CEMENT SEWER MAIN WITH 81, VITRIFIED CLAY PIPE IN THE ALLEY SOUTHERLY OF BALBOA BLVD. BETWEEN 9TH STREET AND 14TH STREET M ii THE CONSTRUCTION OF 811 VITRIFIED CLAY PIPE SEWER MAIN IN 14TH STREET BETWEEN BALBOA BLVD. AND OCEAN FRONT By Cash Contract City Council James B. Stoddard, Mayor J. Frank Atkinson Kenneth C. Kingsley Charles E. Hart Hans J. Lorenz C. A. Higbie Harvey Somers Robert Shelton City Manager J. B. Webb Public Works Director 0 The Honorable City Council City of Newport Beach California Gentlemen: Page 2 The undersigned, having carefully examined the location of the proposed work, and having carefully examined the plans and specifications, and having familiarized himself with all the contract requirements, proposes and agrees to furnish any and all required labor materials, transportation and services for the replacement of 8" cement sewer main with 8° vitrified clay pipe in the alley southerly of Balboa Blvd. between 9th Street and 14th Street and the construction of 8" vitrified clay pipe sewer main in 14th Street between Balboa Blvd. and Ocean Front, in the City of Newport Beach, California, in strict conformity with the plans, specifications, and other contract documents on file in the office of the City Clerk, for the unit prices set forth in the following schedule: The undersigned submits a non collusion affidavit with this proposal. Item No. Approx. Item with Unit Price Unit Total Quantities Written in Words Price 1 1,970 Remove 8" cement sewer Lin. Ft. pipe & replace with 811 vitrified clay pipe, Complete in Place SIiCTC�/✓ ���is T....c/ Doll rs Per Lin. Ft. 2 158 Construct 811 vitrified Lin. Ft. clay pipo sower main Complete in place ' `Iecliv �/ �i�,i 1 �•d f[urira e. "VA $ Dollars PeY Lin. Ft. 3 800 Remove cement sewer pipe Lin. Ft. house connection & replace with 6" vitrified clay pipe Complete in Place FOu/'/eew 04//--vJ xuJAXII i4lve CPpX , S $ A, 6-910,00 Dollarg Per Lin. Ft. TOTAL BID -. /i3 0 0 0 The undersigned further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the 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. ljZe,3 0;7 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 undersigned in making up this bid. Accompanying this proposal is (cash, Certified Check, Cashier's in an amount not less than ten percent (10%) of the total bid price. Aletr .4— z?2.33 Phone No. Date L 97 /, [ Y Bidder's Address i sell r. %h�Gjody L d�.ST. -J Bidder's Name (Seal) Authorized Signature Authorized Signature Type of Organization (Individual, Corporation, Copartnership) List below names of President, Secretary, Treasurer and Manager if a corporation and names of all copartners if a copartnership: Proposals (Continued) 0 0 Fage' 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 City Council of the City of Newport Beach. Item of Work . Sub - contractor Address 2. 3. 4. 5. lo.�sT 4, Bidder's Name jJ Authorized Sigt4ture Type of Organization (Individual, Copartnership or Corporation ,CEO x X97 y sA C ae Address UNITED STATES BID 116ND KNOW ALL MEN BY THESE PRESENTS: COMPANY BOND NUMBER ............ 12 -59 THAT ....... Russell L. Thibodo Construction Co. Yista.a... California .r .......................... ......I as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto ............................ ...................Cit.Y...of l levyport ...Be.ch................ ................................................................ ............................... as Obligee, in the full and just sum of..k.iVe ... ho1 zan((t.dallars. ... and—no. ... aents ............................ ............ I........ Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal...... Replacement... 9.f Sewer... line. ..between...q.:t.h..Ana...1�t)a 5�.. ......................................... ............................... The condition of this obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the forms and conditions of the contract, then this obligation to be void; otherwise the Princi- pal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, in no event shall the Surety's liability exceed the penal sum hereof. Signed, sealed and delivered..Se... ..Pt ..... ..25 ....... ..1959 .............. (Date) Russell L. Thibodo Construction Co. Q� f. ..: .................... ....... ...:z....��.W- n...........(SEAy ..... BY.(.:...w� t'r........(SEAy UNITED STATES FIDELITY AND GUARANTY COMPANY X.....:.............:::.... y... ............................... M.W. akley) Attorney Fact Cmtm. 11 (Re iftd) (746) 0 \ § / & § § § S: 0 CO u: ( § ) 7 § / / / « j: / 0� § � 0 / § § � {� ) .n_ •s :e2�© :6 ® ?a :k\k® 7]2� Aga #e °r§ >§� _ 2 @`*, •aa�� §��■;G Jktoe 2 /)]]) ) /\E�/ �.<ow 21'q � 1 —�� 0 al A�5° 2$ §x 45 _ / §0�� §® 3e� 2 § &A2� 3 a§3Jg a3 \tR« X2393 )]3 \ � ( / \ \ q \ \ ) ] ) § $ / \ A CIA � ] E 6 2 k ..._: `moo-am BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ( ), 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 construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Sunday) 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 obli- gation shall become null and void; therefore, otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. IN WITNESS 1%7E'REOF, we hereunto set our hands and seals this day of , 195_. Two Witnesses (if individual) Attest (if corporation) Title Corporate Seal Attest Title By Title By Title Principal Surety 0 NON COLLUSION AFFIDAVIT E Page 9 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 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 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 by this day of , 19_• My Commission expires: Notary Public 1le"'S Z ze �- 0 0 Fage 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to judge of his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work of a similar character to that included in the proposed contract which he has successfully performed. 1 Signed / /� r 4) AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA, County of Orange, ...._ __ E ?.._REDDTCK ..........................._................ ............................... of the said County, being duly sworn, denoses and says: THAT .........he is and at ail times Isere mentioned was a citizen of trle United States. over the age of eighteen years, and that .............. he is not a party to, nor interested in the above entitled matter; that . ............ he is the *.. __ printer of the Newport Harbor News Press, a newspaper of general circulation, printed and published in the City of Newport Beach, County of Orange, and which newspaper has been, adjudged a newspaper of general cir- culation by the Superior Court of the County of Orange. State of California, under date of October 22, 1954, Case Number A 24831; that the notice, of which the annexed is a printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: all in the year 19.. 51Q... 1 .� ._ .... - ....... ..... r...........'- *Printer Foreman of the Printer or Principal Clerk of the Printer Subscribed and Sworn to before me this ......... 4....... day of ...... A. ug. us .t ..... ........................... 19..5.9.... (SEAL) Notary Public in and for said County and State. My Commission Expires Novec;_.c.y, _I 53.... 19'17 This space is for the County Clerk's Filing Stamp CITY OF ]FE PORT BEACH ! CALIFORNIA SEALED rp.rrPOSALS will be ,r;ceived at the office of the �i +, Clerk B City Hall, City of Newport each, California, until �xTf. on the 25th dap of September 1959 at which time they {v7r1I publicly opened and read, for performing work as tellowe: 44 . #�eptacement of 8" Cement Sewer Mai with 8 Vrtrflied y Pipe ,m the Alley Southerly of Balboa Blvd bets II. 1�1 Street and 14th Street and the Construction o1 8; / .. rtrified Clay Pipe Seger Main in 14th Street between Balboa Blvd. and Ocean Front. bid will be received unless it is made on a. propoejai' farm �4, ft} by the City Engineer. Each bid must be accompanied certified or cashier s C,4eoy ;o' bidders bond made paY- 6i6., the City of Newport e!1 for an amount equal to at 9ea5t °tAlt{ percent f10 ,r) of the amount bid, such guaranty to bel r "'should the bidder t(,whba} the contract is awarded.fail rmto the contract. In accordance kith the pA% -Ina of Seotmns 1770 to 1781' Of the Labor Code the City Cou ncil pf, City of Newport Beech his ascertained the general prevai)'ipg�te of wages applicable 'to, the work to be done as follows: "`? ' 11 age kale Hourly Per Diem' " 4 Classification \Page Scale \Verge atchman or Guard .... ................... ....... ...._.... 2.50 2100 ' ............. 3.50 2&.60Y rater ............. ............................... .. -, Y _ ant Finisher .... ................ ..... ... ......... 3.875 31.00 ' ators .¢� Tenders f atrr. ectno Tools Vrbrchmea 80 ilar mechomcat ........ 3.09 2472 ent Dumper -i xeis and handling unt) .......... 3.09 24.72 Fi7bbers or Shorers ...... ... ......... „......_.............. 3.24 25.92 o�crete Curer - Impervious "Membrane .. 3.07 24.56 lagman '. � ........................... ............................... 2.88 23.04 I4 _j'sewer Pipe Layers (Excluding Caulkeri .... 3.19 25.52. i f :Sewer Pipe Caulker (Using Caulking Tools) 3.07 24.561 ot;tarman ..... ........ ....._................ _.. ........... .... 2.99 23.92'- 1 7,. apprentice Engineer, ".including Fireman," iler, Greaser ....... . 3.13 25.04.:!. it A`i Compressor Operator ....._ ....................... 3.13 ,,g ` 4Cdnorete Mixer Operator I paving type] slid mobile mixer .................. 401 320Q Concrete Mixer Operator -Skip Type ......337 2¢Q$r r, Pavement Break4r Operator .......................... 3.91 31,2 .. Ptpe Layexe . ........... 3 19 25: $ ; ' ,Rump Operator .., 3.37 2�6 s act- Operator ........................ 3.72 29:T$h a; Loader Operators W(}eeI Type .......... 26.96 r- Tractor Hi -Lift Shovel.Op(Frator ....... . 3.91 31.28 S.� Tractor Operator- -Hull Dozer, Tamper, 1�Y._ Scraner or Drag Type St4el. or c- Boom Attachments.... .... ...401 U + Z° l ' renching Machine Operat ... 4.01 g 32 s, ' iversal Eglapment Opetp 7(sliovel, n i bpragline,� - rick, Dege, Clamshell^ l � ° y .. a ° 4.01 462vos r' rivers of 1719 less than 4'�; i Water b _ .. \Y55 445.2t , ;:y4lrivers of Dn1441i - lks-4 Yda +ut less than 8 Yds. Water Level .... . .185 25.4•'8 !' - °•Drivers of Trucks -Legal Payload Capacity less than 6 Tons ... ...... ....... 1 ......................... ................ .... . 3:455 .'2$.% bnve`ra 1f .TtN �al Payload Capa4ty. - ?t".ilEtweYn�$;¢r�B•. ^„. 3.k85 25.46 Driversiof'T ;jJ,plc lead - aPAct . ...... .= ...... 1235 ... 25.88....: Drivers of Transits Mix -Under 3 Yds:'::.. 3:39.T 27.16 Drivers of Transite Mix -More than 3 Yda. 3.535 28.28 Bricklayer: !.qn ... 4.18 '.33.44 EurklalEr,dnY1 S`PtS In.: Sot less than $2.00 per day above Journeyman 'rate) ,: -. - - .. 4.43 35.44 _..... : :._: ._.,. . >' 25.09 "Bricktender .................__... .. :.. : :......_................. 3.13 .. 0 Electri(iar . .... .... .... .... :.._ ............. ._....... I........... 4.40:, 3,520 Asphalt Raker and 1"Oncr :.r....... ......... 3.09 24.72 Asphalt Plant Firemen s ... ..... 3:61 ?8.88 ., _ .. ,Asphalt or Crushtitfr Plagt,gjgtnetr _s:...`.3t91,:r 31.28 :Concrete or Asphalt_Spreading MecimnrGal .~ Tamping, or Ing Machine Operatee'4.01 32.08 I; Heavy�Duty Re n .....:, „ " 1 -- - _31.28 'Motor Patrol Opera or, including any type of Power Blade ...... ... . ........ _.................... 4.01 - 32.08 Laborers: General or Construction .............. 2.88 23.04 Anv Classifications omitted herein. not less than ........... ._ .......... .......................... 2.88 23.04 Reinforcing iron Worker .............................. 3.825 30.60 Structural Steel Worker 4.075 32.60 Painters, Brush .............. ......................... 3.55 28.40 Painter, Spray Gun or Sand Blaster � ti -Hr. Day) .... _... ... __ .................. 3.80 26.60 Plasterer .... .............. ........... .._ ......... ................ 4.125 33.00 All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not-been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions Code. Plans niav be seen, and forms of proposal, bonds, contract, and specifications may be obtained at the office of the City Engineer, City Hall, Newport Beach, California. The special attention of prospective bidders is called to the "Proposal Requirements and Conditiuns" annexed to the blank' form of proposal for full directions as to bidding, etc. The City of Newport Beach reserves the right to reject, any or all bids and to waive anv informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA :MARGB:RY SC:HROL'DER. City Clerk Dated' S- 25 - :.9 No. 1E17 "ms Puss 4? & 9 4 SP CITY OF NEWPORT BEACH - CALIFORNIA SEA D PROPOSALS will be receifed at the office of the ;City Clerk, City Hall, City of Newport Beach, California, until) 10:30 A. M. on the 25th day of September 1959 at which time they j will be publicly opened and read, t'fOTming VOT. as follows: Reptupeinen! bf $ "'Cefrtetrf Sewe_ hi Avttlt4V Vitri fied Clay Pipe in the Alley Southerly $f Balboa Blvd. between 9th Street and 14th Street and the Construction of 8" Vitrified Clay Pipe Sewer Main in 14th Street between Balboa Blvd. and Ocean Front. No bid eill be received unless IfIs made on a proposal form furnished by the City Engineer. Etach bid must be accompanied Iry Icash. Certified or cashier's check or bidder's bond) made pay - able to the City of Newport Beach, for an amount equal to at least ten percent (10%) of the amount bid, such guaranty to be - forfeited should the bidder to whom the contract is awarded fail i to enter into the contract. - In accordance with the provisions of Sections 1770 to 1781 of the Labor Code the City Council of the City of Newport Beach has ascertained the general prevailing rate of wages applicable to the work to be done as follows: I% age Seale' Hourly Per Diem Claa,aifieation H'age Scale Wage Watchman or Guard .................... _................. 2.50 20.00 Carpenter - .................................... ........._........... 3.60 28.80 Cement Finisher ._....._..... ...._ ....................... .... 3.875 31.00 Operators & Tenders of Pneumatic & Electric Tools, Vibrating Machines & Similar mechanical tools ............................ 3.09 24.72 Cement Dumper (on 1 Yd. or larger mixers and handling bulk cement) .......... 3.09 24.72 Cribbers of Shorei :s ..................... _................. 3.24 25.92 Concrete Curer -- Impervious Membrane .. 3.07 24.56 Flagman _.. ....... .... ........................... 2.88 23.04 Sewer Pipe Layers iExcluding Caulker l .._ 3.19 2.) 52 Sewer Pipe Caulker (Using Caulking Tools) 3.07 24.56 Mortarma.n . ................ .... ....... ........................ - 2.99 23.92 Apprentice Engineer, including Fireman, Oiler, Gieasm ........ .... ... ................. 3.13 25.04 Air Compressor Opeiaator ....... :...................... 3.13 25.04 I Concrete Mixer Operator - paving t;, pe and mobile mixer ....- ._....... _ 4.01 32.08 Concrete Mixer Operator- -Skip Type ........ 3.37 26.96 Pavement Breaker Operator .... ...................... 3.91 31.28 Pipe Layers .... ............ 3.19 25.52 Pump Operator ................................................ 3.37 26.96 Roller Operator ..... .... .. .... ................................ 3.72 29,76 Skip Loader Operator -Wheel Type .......... 3.37 26.96 Tractor Hi -Lift Shovel Operator .................. 3,91 31.28 Tractor Operator - -Bull Dozer, Tamper, Scraper or Drag Type Shovel or Boom Attachments ....... ............................... 4.01 32.08 Trenching Machine Operator ........................ 4.01 32.08 Universal Equipment Operator (shovel, Dragline. Derrick, Derrick- Barge, Clamshell or Cianei ........ ._ ....... ... ............ 4.01. 32.08 Drivers of Dump Trucks of less than 4 Yds. Water Level . ... ...... ............................... 3.155 25.24 Drivers of Dump Trucks -4 Yds. but less than 8 Yds. Water Level ............... _.......... 3.185 25.48 Drivers of Trucks -Legal Payload Capacity less than 6 Tmis ......... .............. ...... 3.155 25.24 Drivers of Trucks -Legal Payload Capacity between 6 & 10 Tons ....... ........................... 3.185 25.48 Drivers of Trucks -Legal Payload Capacity between 10 & 15 Tons 3.235 2.5.88 . ............................... Drivers of Transite Mix -tinder 3 Yds..... 3.395 27.16 Drivers of Transite Mix -More than 3 Yds. 3.535 28.28 Bricklayer and Stonemason .......................... 4.18 33.44 Brirklaver and Stonemason Foreman N'n• iosr.:hn, -, u , d:, .& 1%1'. ..y S11, i; tender ....._ ..............._._.... _.......... 3 .1:: 271.61 F 9 ,.:,.zn 3(IPCl;. Asphall . f2a':ar anr. Ir"ncr ..._ ..............._..... +. J Asphalt Plant Fireman ... ............................... 3.81 '25.88 I Asphalt or Crushing Plant Engineer .......... 3.91 31.28 Cnnerete. or Asphalt Spreading. Mechamrxl j Tamping, or Finishing Machine Operator 4.01 32.081 Hea,y Duty Repairman .................................. 3.91 3128 . Motor Pahni Operator, including any type Of Power L'lade ............. ............................... 4.01 32.08 Laborers, General or Construction .............. 2.88 23.04 Anp Ctassifieations omitted herein, not irss than ..... ........ .................................. 2.R8 Reinforcing iron Worker ................ ............. 3.52.5 30.80 Strilctural Steel \.Orke.. ......... ._.... ..4.075 Paintet B 's, rnsh .......... .... 3.55 28.40 Fainter, Sni a }� (;gym or Srynd Blaster :7 -Hr. b"I'l .........I ............ ........................... 3.80 29.50 Plesteicr 4.125 33 -00 ; All bids are to be compared on the basis of the City Engineer's. estimate of the quantities of work to be done, No bid e'ill be accepted from a Contractor who has not been: licensed in accordance o'ith the provisions of,Chapter 9. Division IIf of Business and Professions Code. Plans may be seen, and forms of proposal, bnnds, contract, and specifications may be obtained at the office of the City Engineer, City Hall, Newport Beach, California. The special attention of prospective bidders is called to the "Proposal Requirements and Conditions" annexed to the blank form of proposal for full directions as to bidding, etc. I The City of Newport Beach reserves the right to reject any or all bids and to waive ally informality in such bids. CITY OF NEWPORT BEACH. CALIFORNIA MARGERl SCHROUDER, City Clerk Dated: 8.25.59 No. 1817 -- News Prass F. 28 & 9/4/49 i CITY OF NE4i'PORT EACii- •� CALIFORNIA SEALED PROPOSALS will be received at the office-of the 1�City Clerk, City Hall, City of Newport Beach, California, untW 10:30 A. M. on the 25th day of September 1959 at which time they i will be publicly opened and /read, for performing work as follows: Replacement of 8" Cement Sewer Main with 8" Vitrified Clay Pipe;tq.. the Alley Southerly of Balboa Blvd. between 9th Street and 14th Street and the Construction of ;8" Vitrified Clay Pipe Sewer Main in 14th Street between Balboa Blvd. and Ocean Front. No bid will be received unless it is made on a proposal form furnished by the City Engineer. Each bid must be accompanied by (cash, certified or cashier's check or bidder's bond) made pay- able to the City of Newport Beach, for an amount equal to at least ten percent (1.02) of the amount bid, such guaranty to be forfeited should the bidder to whom the contract is awarded fall to enter into the contract. In accordance with the p0lovisions of Sections 1770 to 1781 of the Labor Code the City Council of the City of Newport Beach has ' ascertained the general prevailing rate of wages applicable to the work to be done as follows: Rage Scale Hourly Per Diem Classification Rage Scale Wage Watchman or Guard ........................ - ...... ........ 2.50 20.00 Carpenter ............... ................... .............. .. ....... 3.6D 25.80 Cement Finisher ................. ............................... 3.575 31.00 Operators & Tenders of Pneumatic & Electric Tools, Vibrating Machines & Similar mechanical tools ...... - 3.09 24.72 Cement Dumper (on 1 Yd. or larger mixers and handling bulk cementl .......... 3.09 24.72 ! Cribbers or Shorers ...... _..... .............. _ ......... - 3.24 25.92 Concrete Curer -- Impervious Membrane .. 3.07 24.56 Flagman ............................. ............................... 2.88 23.04 Sewer Pipe L,avers'El.ccluding Caulker) ...... 3.19 25.52 Sewer Pipe Caulker (Using Caulking Tools) 3.07 24.56 Mortarman... ........... ................... .................... . 2.99 23.92 Apprentice Engineer. including Fireman, Oiler, Greaser ................ ............................... 3.13 25.04 Air Compressor Operator .............................. 3.13 25.04 Concrete Miser Operator - paving type and mobile miser .. _.....,.._.... 4.01 32.08 Concrete Miser Operator -Skip Type ........ 3.37 26.96 Pavement Breaker Operator ...................... _. 3.91 31.28 j Pipe Layers ... ............................... .............. ....... 3.19 25.52 Pump Operator ............. ........... .. ....... .......... .... 3.37 25.95 Roller Operator ........... ..................... ....._........ 3.72 29.76 Skip Loader Operator -Wheel Type .......... 3.3T 26.96 Tractor Hi -Lift Shovel Operator --- ............. 3.91 31.28 Tractor Operator -Bull Dozer. Tamper, Scraper or Drag Type Shovel or Boom Attachments ...... ................... ........... 4.01 32.08 Trenching Machine Operator ....... ................. 4.01 32.08 Universal Equipment Operator (shovel, Dragline, Derrick, Derrick - Barge, Clamshell or Crane) ... ............................... 4.01 32,08 Drivers of Dump Trucks of less than 4 Yds. Water Level ......................... - ............... 3.155 25.24 Drivers of Dump Trucks -4 Yds. but less than 8 Yds. Water Level ....... .... ..... _......... 3.185 25.48 Drivers of Trucks Legal Payload Capacity less than 6 Tons .._ . .............. .......... ._....... 3.155 25.24 Drivers of Trucks - Legal Payload Capacity between 6 & 10 Tons ................................ 3.185 25.48 Drivers of Trucks - Legal Payload Capacity hatween 7.0 & 75 Tons .......... .................... 3.23.1 25.58 Drivers of Transit, Afm- -Under 3 Yds. .... 3.395 27.16 Drivers of Transite Mix -More than 3 Yds. 3.535 28.28 Bricklayer and Stonemason ............ - ............ 4.1.8 33.44 Bfirldaccr Fnrcman Nor.:ss 'han >_: 66 pm dnl. above L- arnecnta„ ra1F. S 9:i ,,,i,SM1 Briv.ktender . . .... .. . _ .. .......... .. 3. L3 25.04 G' t Electrician ... .. ................ .. ...... ._.... 4.40 35.20 1 Asphalt Raker and Ironer ...... ............. ...... - 3.09 24.72 Asphalt Plant Fireman .. .. .............................. 3.61 28.88 i Asphalt or Crushing Plant Engineer .... . 3.91 31.28 Concrete or Asphalt Spreading, Mechanical Tamping, or Finishing Machine Operator 4.01, 32.08 Heavy Dirty Repairman ..... ............................ 391 31.28 Motor Patrol Operator; including any type of Power Blade .......... .............................. 4.01. 32.08 Laborers, General or Construction .............. 2.88 23.04 Any Classifications omitted herein, not less than ...... ....................... 2.88 2104 Reinforcing Iron R'orker .......... 3.825 30.60 ' i Structural Steel Worker .......... 4.075 32.50 i Painters, Brush _ ............... ....... ............ .......... 3.55 28.40 Painter, Spray Gun or Sand Blaster (7 -Hr. Day) ..............__ - ..................._....... 3.80 26.60 Plasterer .......... ................................................. 4.125 33.00 All bids are to be compared on the basis of the City Engineer's: . estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been;' licensed in accordance with the provisions of Chapter 9, Division: III of Business and Professions Code. Plans may be seen, and forms of proposal, bonds, contract, and specifications may be obtained at the office of the City Engineer, City Hall, Newport Beach, California. The special attention of prospective bidders is called to the "Proposal Requirements and Conditions" annexed to the blank form of proposal for full directions as to bidding, etc. The City of Newport Beach reserves the right to reject any or, all bids and to naive any informality in such bids. CITY OF NEWPORT RF,ACH. CALIFORNIA MAR(.iERP SC1f P 1-11'I)RR. Cil\ Clerk Dated: 9-2F -i9 No. 1817 -- News CYess S2 Po A 4 3N I 0 0 CITY OF NEWPORT BEACH CALIFORNIA SEALED PROPOSALS will be received at the office of the City Clerk, City Hall, City of Newport Beach, California, until 1:::3i; on the +.,', day Of = lq,:; at which time they will be publicly opened and read, for performing work as follows: 1 c. �n,t o u n n E" itr rie9 ..; r, e .. ,., A i .. �t,,e n C_ih S` -ei and ,onst- .1ct,: o'a o,_• .;u lrj.tri "ied. C1a Pipe n i!. * b., r - -a1 ,cl ?ront. No bid will be received unless it is made on a proposal form furnished by the City Engineer. Each bid must be accompanied by (cash, certified or cashier's check or bidder's bond) made payable to the City of Newport Beach, for an amount equal to at least ten percent (10;x) of the amount bid, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions of Sections 1770 to 1781 of the Labor Code the City Council of the City of Newport Beach has ascertained the gen- eral prevailing rate of wages applicable to the work to be done as follows: (See Attached for Wage Scale) All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions Code. Plans may be seen, and forms of proposal, bonds, contract, and specifi- cations may be obtained at the office of the City Engineer, City Hall, New- port Beach, California. The special attention of prospective bidders is called to the "Proposal Requirements and Conditions" annexed to the blank form of proposal for full directions as to bidding, etc. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA MARGERY SCHROUDER, City Clerk Dated: Wage Scale Classification Watchman or Guard Carpenter Cement Finisher Operators & Tenders of Pneumatic Vibrating Machines & Similar Cement Dumper (on 1 Yd. or larger bulk cement) Electric Tools, mechanical tools mixers and handling Cribbers or Shorers Concrete Curer - Impervious Membrane Flagman Sewer Pipe layer (Excluding Caulker) Sewer Pipe Caulker (Using Caulking Tools) Mortarman Apprentice Engineer, including Fireman, Oiler, Greaser Air Compressor Operator Concrete Mixer Operator - paving type and mobile mixer Concrete Mixer Operator - Skip Type Pavement Breaker Operator Pipe layers Pump Operator Roller Operator Skip Loader Operator - Wheel Type Tractor Hi -Lift Shovel Operator • Page 19 Hourly Wage Scale 2.50 3.60 3.875 Tractor Operator - Bull dozer, Tamper, Scraper or Drag Type Shovel or Boom Attachments Trenching Machine Operator Universal Equipment Operator (shovel, Dragline, Derrick, Derrick - Barge, Clamshell or Crane) Drivers of Dump Trucks of less than 4 Yds. Water Level Drivers of Dump Trucks - 4 Yds. but less than 8 Yds. Water Level Drivers of Trucks - Legal Payload Capacity less than 6 Tons Drivers of Trucks - Legal Payload Capacity between 6 & 10 Tons Drivers of Trucks - Legal Payload Capacity between 10 & 15 Tons Drivers of Transite Mix - Under 3 Yds. Drivers of Transits Mix - More than 3 Yds. Bricklayer and Stonemason Bricklayer and Stonemason Foreman (Not less than $2.00 per day above Journeyman rate) Bricktender Electrician Asphalt Baker and Ironer Asphalt Plant Fireman Asphalt or Crushing Plant Engineer Concrete or Asphalt Spreading, Mechanical Tamping, or Fihishing Machine Operator Heavy Duty Repairman Motor Patrol Operator, including any type of Power Blade Laborers, General or Construction Any Classifications omitted herein, Reinforcing Iron Worker Structural Steel Worker Painters, Brush Painter, Spray Gun or Sand Blaster Plasterer not less than (7 -Hr. Day) 3.09 3.09 3.24 3.07 2.88 3.19 3.07 2.99 3.13 3.13 4.01 3.37 3.91 3.19 3.37 3.72 3.37 3.91 4.01 4.01 4.01 3.155 3.185 3.155 3.185 3.235 3.395 3.535 4.18 4.43 3.13 4.40 3.09 3.61 3.91 4.01 3.91 4.01 2.88 2.88 3.825 4.075 3.55 3.80 4.125 Per Diem Wage 20.00 28.80 31.00 24.72 24.72 25.92 24.56 23.04 25.52 24.56 23.92 25.04 25.04 32.08 26.96 31.28 25.52 26.96 29.76 26.96 31.28 32.08 32.08 32.08 25.24 25.48 25.24 25.48 25.88 27.16 28.28 33.44 35.44 25.04 35.20 24.72 28.88 31.28 32.08 31.28 32.08 23.04 23.04 30.60 32.60 28.40 26.60 33.00 .fit.,. TO: CITY COUNCIL FRCM: City Manager and Public Works Director SUBJECT: ADVERTISING FOR BIDS ON SEWER REPLACEMENT PROJECT (Alley North of Ocean Front 9th Street to 14th Street) Plans and specifications for the above subject have been completed. It is intended that work may begin on this project immediately after the summer rush. This work involves the replacement of 2,200 Lin. Ft. of S" cement pipe with 811 vitrified clay pipe and the replacement of 800 Lin. Ft. of 61t cement pipe house connections with 611 vitrified clay pipe. This area has been a constant maintenance problem. RECOMMENDATIONS: 1. City Clerk be authorized to advertise for bids. S 1 ' 2. The plans and specifications be approved. Qv. 3. The bids be opened in the office of the City Clerk on September 25, 1959, at 10:30 A.M. Respectfully submitted, Robert Shelton, City Manager VVD :ek W 8 -21 -59 3 B. Webb, Public Works Director C -640 See Contract File for Comparison of Contractors Bids