Loading...
HomeMy WebLinkAboutC-1104 - Lower 12-inch Water Main at Washington Street & Newport BayFROM: Public Works Department SUBJECT: IMPROVEMENT OF WASHINGTON STREET END AT NEWPORT BAY RECOMMENDATION: That a budget amendment in the amount of $5,400 be approved for the completion of the bulkhead work at the end of Washington Street. DISCUSSION: On February 14, 1967, the City Council approved Harbor Permit No. A -1486. This permitted the construction of a seawall bayward of Lots 2 - 6 inclusive, Block B7, Bayside Tract, the Balboa Fun Zone. The City agreed to pay one -third the cost of constructing a bulkhead across the end of Washington Street and one -third the cost of dredging at the street end for a total estimated cost of $1,600. After construction had commenced, it was discovered that a City -owned 12" cast iron underwater water main across the bay was at an elevation which prevented completion of the dredging work. Efforts to lower the water main as a joint project with the owner have not been successful. The Harbor Permit has expired and it appears that the permittee has abandoned the project. To clean up the area and to eliminate a public nuisance, it is recommended that the City complete the bulkhead work and then attempt to recover the owner's share of the costs. The City has received an estimate of $4,950 from the original contractor to com- plete the bulkhead work. Estimate of costs: Complete Bulkhead $4,950 Dredging (Fill behind bulkhead) 250 Contingencies 200 $FIT0T The seawall would be notched to fit around the water line and the beach would not be dredged away. A budget amendment in the amount of $5,400 has been prepared for Council con- sideration. Sixteen hundred dollars was originally budgeted for this project but was returned to surplus earlier this year. 1. J seph - Devlin P blic ks Director /ldg APPROVED BY CITY COUNCIL DATE FEB 2 4 1969 TO: CITY COUNCIL FROM: Public Works Department November 12, 1968 SUBJECT: LOWERING OF 12" CAST IRON WATER MAIN AT END OF WASHINGTON STREET (Contract 1104) RECOMMENDATIONS: That the award of Contract 1104 be cancelled. DISCUSSION: H"/ The proposed project provided for the lowering of a portion of the existing 12 -inch diameter cast iron water line, extending bayward from the end of Washington Street, The work is needed to accommodate construction of a bulkhead along the Fun Zone property and across the end of Washington Street. Harbor Permit No. A -1486 for the bulkhead and dredging work was approved by the Council on February 14, 1967; the City agreeing to pay one -third of the cost of the bulkhead and dredging at the street end. On July 10, 1968 three bids were received for the project. All bids were rejected by the City Council on July 22, 1968 because the pipeline subcontractor for the low bidder unbalanced the bid in such a fashion as to result in an excessively high cost to the City. The project was readvertised for bids. On August 5, 1968 one bid was received. On August 19, 1968 the City Council approved awarding the contract to Croft and Neville, subject to the deposit of $8,232,50 with the City by the Southwestern Capital Corporation, owner of the Fun Zone, for their share of the work. No money has been received to date from Southwestern Capital Cor- poration despite notification by mail and a number of phone calls from the Public Works Department. The Standard City Specifications provide that a contract is to be awarded within 30 days of the opening of bids. The staff is attempting to have the construction materials removed from the end of Washington Street, and will continue to press for a resolution of.the problem with the owners of the Fun Zone property. lin Director DATE_ L'" 1 ? 19G 1� ..iL l . Ji I Val CITY civar November 1. 19" ., FOU Public Marks Doartneat SUYJECT. L F l CAST IRON WAN.;AT Ow OF WWIiN = STKE`i 04 August So 100 *$ ,City Clark SPOWA'IN bid 6P the sli4si�. 40etreet. 00 "v 196B AU I !1 aPldwsd �rdtnif�r0 the contract to bvh:,w Navin• to tl it Of is.t3t.S0 with the Ai1r by the iarn Co# rperation. The standard City Specification provide that-6 4WsbV4 most be ow *d withis 3D dws of the opening of bider •Me s�sW pea ben � rowived to dsts ;from Sae tarn Coital Ce ommise despits a�erers phone oblis free ,ottice. It will thwefere be- 'recood to e City �watl..on 120 Igo that tM centrist emnd As be void"* The bidder s socartty Oms airs * been returned to the low bidder. T. Dwlin It worm Director UP do CC: City Manager Counclum Rogers August 12, 1968 G-11 TO: CITY COUNCIL FROM: Public Works Department C -(lo7 SUBJECT: LOWERING OF 12 INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY (Contract 1104) RECOMMENDATIONS: 6� 1. Waive the irregularit in the .bid guarantee submitted with the proposal. 2. Adopt a resolution awarding the contract, subject to receipt of the Southwestern Capital Corporation share of the cost, to Croft and Neville Company for $17,215 and authorizing the Mayor and City Clerk to execute the contract. 4� DISCUSSION: On July the City Clerk to on August 5, 1968. 00 ; 22, 1968 the Council rejected three bids for the project and authorized readvertise for bids. One bid was opened by the City Clerk at 11 A.M. . ...ITEM NO. DESCRIPTION Croft & Neville Co., (1 -3) Newport Beach (4) (5) (6) BASE BID (LOWER 12" WATER MAIN) 12" GATE VALVE TAPPING SLEEVE & 6" GATE VALVE 6" CAST IRON PIPE TOTAL The bid is 24% more than the Engineer's estimate of $16,360. BID $16,465.00 750.00 1,245.00 1.815.00 $20,275.00 The irregularity consisted of a clerical .error in the amount of the cashier's check submitted as a bid .guarantee. The check was made out in the amount of $202.75 rather than the required 10% of the bid, or $2,027.50. Despite the fact that the bid is higher than the Engineer's estimate, and is also higher than the low bid .previously submitted of $17,311.61; award is recommended because there does not appear to be any practical alternative means of accomplishing the work. As has been pointed.out previously, this project is difficult to bid competitively because of the unusual.nature of the work. It is felt that the prices bid for the tapping sleeve and 6 inch gate valve ($1,245), and for the 6 inch water main ($1,815) are still too high; and deletion of those items from the contract is recommended. It is estimated that those items of work can be accomplished either by .separate purchase%—�+{lq� jay � I foy'gQy at®�s�ryyng{ of approximately $1,500. A iitMOVV UU I it 1 1 U�Yt�IL DATE AUG 1 9 1968 i 0 6 Paqe 2 - August 12, 1968 Public'Works Department Suhject: Lowering of 12 inch diameter Main at.Washington Street and Newport Bay (Contract 1104) G �� The Citv and the Southwestern Capital Corporation are sharing eaually in the cost.of lowering the 12 inch water line, the remaining items are the City's responsibility. Outlined below is the cost breakdown for all items. ITEM City S.W: Capital Corp. Total Lower 12" Water Main $8,232.50 $8,232.50 $16,465.00 12" Gate Valve 750.00 - - - - - -- 750.00 Contract Total $8,982.50 $8,232.50 $17,215.00 Other Work (estimated) 1,500.00 City Total $10,482.50 The above City total is anproximately the same as it would have been had the previously bid contract been awarded with the other work included in the contract. Sufficient funds are available in the Water System Betterments Program appropriation. The estimated date of completion is January 10, 1969. I eph tWok in lic epartm ent :rjh 1 2 3 4 5 61 7 .G -r► RESOLUTION NO. `( A RESOLWIOW Or THE CnT COUNCIL OF THE CITY OF NEWMT WCH AWARDUN A CONTRACT FOR THE LOWERING OF 12-OM DINER WATER MAIN AT NASHIfww 5T&W An NL'6TpoF: BAY - C -1104 WHEREAS, pursuant to the notice inviting bids for work g Consisting of the lowring of the 12 -inch diameter Mater rain at 9 Washiggton Street and Newport Bay; in the City of Newport Beach, to in accordance with the plans and specifications heretofore adopted, 11 only one bid was received on the 5th day of August, 19689, and 12 publicly opened and declared; and 13 WSEREAS, it appears that the lowest respausible bidder 14 therefor is the Croft and Neville Company; 15 NM, TMEFME, BE IT RESOLVED that the bid of Croft and 16 Neville Company for the work in the amount of $17,215 be accepted 17 and that the contract for the construction work be awarded to said 18 bidder; 19 BE IT FuRTHER RESOLVED that the Council waive the 2011 irregularity in connection with said bid consisting of the failure 21 22 23 24 25 26 27 28 29 30 31 32 of Croft and Neville Company to submit a bid guarantee in the full amount of 10% of the contract price as required by Section 1116 of the City Christer; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authodsad and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clark be directed to furnish an executed copy to the successful bidder. ATTEST: ADOr= thiw day of , 1458 City Clerk mayor TO: CITY COUNCIL FROM: Public Works Director C- 1100 July 22, 1968 g SUBJECT: LOWERING OF 12 INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY, CONTRACT 1104 RECOMMENDATIONS: 1. That all bids received on July 10, 1968 be rejected 2. That the City Clerk be authorized to readvertise for bids to be opened at 11:00 A.M. on August 5, 1968. DISCUSSION: Three bids were opened by the City Clerk at 10:00 A.M. on July 10, 1968. The bids were: BIDDER TOTAL Croft and Neville Co., Newport Beach $17,311.61 Trautwein Bros., Newport Beach 29,230.00 Healy Tibbitts Construction Co., Long Beach 44,298.00 Engineer's Estimate 16,360.00 The recommendation for rejection is based on the fact that the pipeline sub- contractor for the low bidder has unbalanced the bid in such a fashion as to result in an excessively high cost to the City. The cost of lowering the 12 inch water line (bid items 1, 2 and 4) was to be shared equally by the City and by the Southwestern Capital Corporation; the cost of adding a 12 inch valve and relocating an existing 6 inch con- necting line (bid items 3, 5 and 6) was to be borne entirely by the City. As can be seen on the attached copy of the bid summary, the low bidder's total for items 3, 5 and 6 is considerably higher than the Engineer's estimate; and also higher than the price submitted for those items by the other bidders. It is felt that readvertising the project will result in a more competitive and balanced bidding situation. Because of the long delivery time needed for the special pipe involved, the three week delay in awarding a contract would be relatively unimportant. The revised estimated date of completion is January 10, 1969. Southwestern Capital Corporation has been notified of this recommendation. Att. _ APPROVED BY CITY COUNCIL 1 JUL 2 i DATE 21968 n ) irector f P� W t i Aflk Al N IR y n y �O N R 1� c 3 a k �� A i N N N m a a a p p A O O tiN O p O p O 0 O ~ o e ~ �o° k* m o 0 8 0 o tiz H o p w ono u Z �a O v N � ej Al N IR y n y �O N R 1� c 3 a k �� J June 24, 1968 1-11-3 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LOWERING OF 12 -INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY (CONTRACT 1104) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the,City Clerk to advertise fo w bids to be opened at 10:00 A.M., on.July 10, 1968. DISCUSSION: This project will provide for the lowering-of an existing 12 -inch diameter cast .iron water line, extending from the end of Washington Street under the Bay to Balboa Island. The workrs needed to accommodate construction of a bulkhead along the Fun Zone property and across the end of Washington Street, together with the associated dredging. Harbor Permit No..A -1486 for the bulkhead and dredging work was approved by the Council on February 14, 1967, with the City agreeing to pay one -third of the cost of the bulkhead and dredging at the street end. Inasmuch as the lowering of the water line is of benefit to the adjacent private property, it is felt that the property owner, Southwestern Capital Corporation, should bear 50% of the cost of the lowering work. In addition, it is desired by the City to add a 12 -inch main line valve and to relocate an existing 6 -inch water line connection. The estimated cost of the project is $16,360.00, broken down as follows: Lowering water line $14,600.00 (City �2, S.W.C. k) 12 -inch valve 500.00 (City) Reconnect 6 -inch line 1,260.00 (City) TOTAL $16,360.00 The City share is estimated to be $9,060.00, and the Southwestern Capital Corporation share is estimated to be $7,300.00. The property owner's share has not yet been deposited with the City. In the event that this deposit has not been re- ceived by the time award of the contract is considered, award will not be recommended. It is proposed to finance the City share out of the Water Fund appropriation for the Annual Water System Betterments Program. After completion of the water line contract work, it is also proposed to do repair and reconstruction work to the surface improve- ments at the street end, to be financed with street maintenance funds. The estimated date of completion is December 20, 1968. An unusually long delivery time for the special pipe required accounts for the lengthy time of completion. APPROVED BY CITY COUNCIL Joseph Devlin DATE SUN 2 4 1968 Pub Director iBN :ms PR 1 of 2 CITY OF NEWPORT BEACH LOWERING OF 12" WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY CONTRACT NO. 1104 PROPOSAL REVISED JULY 24, 1968 To the City Council City of Newport Beach 3300 Newport Boulevard , Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation and services to do all the work required to .complete Contract No. 1104 in accordance with the City of Newport Beach Drawing No. W- 5063 -S (consisting of one sheet), the City's Standard Drawings and Specifications; and the Special Provisions, and that he will take in full payment there- fore, the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 1. 105 L.F. Ponstruct 12" Usiflex Boltless Flexible Joint Pipe Water Main @ Dollars: and Cents Per Lineal Foot 2:• 2 Each Furnish and Install 450 Elbow Per Each 3. 2 Each Furnish and Install Flexible Coupling to Connect to Existing 12" M .P. :U Per Each TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 THROUGH 3) UNIT TOTAL Dollars. and Cents $ $ Dollars and Cents '$ $ Dollars TOTAL and Cents , _$ ITEM QUANTITY NO. AND UNIT ADDITIVE ITEMS ITEM DESCRIPTION PR2of2. UNIT UNIT 4, 1 Each Furnish and Install 12" Gate Valve @ Dollars and Cents. $ Per Each 5. 1 Each Furnish and Install 12" Tapping Sleeve and 6" Gate Valve @ Dollars and Cents $ $ Per Each 6. 33 L. F. Construct 6" Cast Iron Pipe Water Main Including 450 Elbows @ Dollars I and Cents $ $ Per Lineal Foot i C /TY OF CO1STA MESA I al :. Z u a at .o\ mac+ ORANGE COAST COLLEGE I . P. CAY �0 P< P��PeO OP � fr8EACHY I B 1 1 r.. /../ • VICINITY � :AP' 1/4 Mw O I/4 V2 . Ae4 I 2 GRAPHIC APHIC SCALE IN MILES P�P0JjCCT L OC4T /0/V `r „' C -1104 LOW LING OF /2” WATER TWIN AT W/JSN /NGTON SrRFS'r E N WL947r BAY. ` .. CITY OF NEWPORT BEACH LOWERING OF 12" WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY CONTRACT NO. 1104 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR1of2 The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation and services to do all the work required to complete Contract.No. 1104 in accordance with the City of Newport Beach Drawing Noe W- 5063 -S (consisting of one sheet), the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- fore, the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT'PRICE'WRITTEN IN WORDS PRICE PRICE 1, 105 L.F. Construct 12" Usiflex Boltless Flexible Joint Pipe Water Main Dollars and Cents g $ Per Lineal Foot 2. 2 Each Furnish and Install 450 Elbow @ Dollars and Cents $ $ Per Each 3. 1 Each Furnish and Install 12" Gate Valve @ Dollars and Cents $ $ Per Each • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each Furnish and Install Flexible Coupling to Connect to Existing 12" C.I.P. @ Dollars and Cents $ $ Per Each 5. 1 Each Furnish and Install 12" Tapping Sleeve and 6" Gate Valve @ Dollars and Cents $ $ Per ac 6. 33 L. F. Construct 6" Cast Iron Pipe Water Main Including 450 Elbows @ Dollars and Cents $ $ Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS Dollars TOTAL and Cents $ ci AVE ORANGE COLLEG E E :; CITY OF COSTA ME SA A.00 UPPER E NEWPOA,r�`- BAY ST. CI / r OF F NEWPORT BEACH N� v IYWY . FILVD. 0 SAY 4 1 fit. I ki A; 0 1/4 1/2 3/4 1 `` C,RAPHIC, SCALE IN MILES R,eOL ECT Z 0CWTION C -1104 ow6-,ellva OF 12 wwzv moo AT w4slllm 7-oN s7-•syr E 4r#lpoer BAY. i L 19TH L A.00 UPPER E NEWPOA,r�`- BAY ST. CI / r OF F NEWPORT BEACH N� v IYWY . FILVD. 0 SAY 4 1 fit. I ki A; 0 1/4 1/2 3/4 1 `` C,RAPHIC, SCALE IN MILES R,eOL ECT Z 0CWTION C -1104 ow6-,ellva OF 12 wwzv moo AT w4slllm 7-oN s7-•syr E 4r#lpoer BAY. 4 6s CONTRACT NO. 1104 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS For LOWERING OF 12" WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY APPROVED BY THE CITY COUNCIL ON THIS 22nd DAY OF JULY:, 1968 Laura Lagios, L;i erc 11 • PAGE I -A SHEET I OF 2) CITY OF NEWPORT BEACHf CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKj_ CITY p HALL) NEWPORT BEACHf CALIFORNIA., UNTIL j�;QQ A.M.f ON THE 5th DAY OF AUQUSL ) 17wf AT WHICH TIME THEY WILL BE OPENED AND READ) FOR PERFORMING WORK AS FOLLOWS: 1A "06 Of 120 MAlma Mill AT YASHI"m STAW AND N1~ my CON Ma 110. 1104 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT., EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDER'S BOND MADt PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWINGS 1. - PROPOSAL 2. PAGE - DESIGNATION OF SUB - CONTRACTORS 3: PAGE - BIDDER'S BOND' (1 PAGE 9 - NON- COLLUSION AFFIDAVIT 5. PAGE IO - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND.TITLES OF-_THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS) THE SIGNATURES OF THE' PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SMALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP., THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY., BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. 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.. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS! SPECIAL PROVISIONS! AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL) NEWPORT BEACHf CALIFORNIAN AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS! SPECIAL PROVISIONS! AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNOARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO -WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE., THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF, PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. I 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/1/68 Car oenters 5.33 Cement Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Engineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) 4 65'— Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction tradPS �5J11FR) Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman (5/23/68 Lather 5.08 Painters (7/1/68) Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk CITY OF NEWPORT BEACH LOWERING OF 12" WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY CONTRACT NO. 1104 PROPOSAL REVISED JULY 24, 1968 To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PRIof2 The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation and services to do all the work required to complete Contract No. 1104 in accordance with the City of Newport Beach Drawing No. W- 5063 -S (consisting of one sheet), the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- fore, the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN 1. 105 L.F. Construct 12" Usiflex Boltless Flexible Joint Pipe Water Main Per Lineal Foot 2. 2 Each Furnish and Install 450 Elbow Per Each 3. 2 Each Furnish and Install Flexible Coupling to Connect to Existing 12" C.I.P. Per Each TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 THROUGH 3) UNIT TOTAL Dollars and Cents $ $ Dollars and Cents $ $ Dollars and Cents $ $ Dollars and Cents $ TOTAL PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ADDITIVE ITEMS 4. 1 Each Furnish and Install 12" Gate Valve @ Dollars and Cents $ $ Per Each 5. 1 Each Furnish and Install 12" Tapping Sleeve and 6" Gate Valve @ Dollars and Cents $ $ Per ac 6. 33 L. F. Construct 6" Cast Iron Pipe Water Main Including 450 Elbows @ Dollars and Cents $ $ Per Lineal Foot 2/7/67 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK., AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER* IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT.PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS. OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYy BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY$ AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE$ THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING 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. CLASSIFICATION ACCOMPANYING THIS PROPOSAL IS CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. PHONE NUMBER DATE BIDDER'S NAME (SEAL) AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO-PARTNERS IF A CO- PARTNERSHIPS • • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. t ITEM OF WORK SUB- CONTRACTOR ADDRESS I. 2. 3. 4. 5• 6. 7• 8. 9• Io. 11. 12. BIDDERS NAME AUTHORIZED SIGNATURE TYPE OF ORGANIZATION (INDIVIDUALO COPARTNERSHIP OR CORPCRATION) DDRESS BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WEB PAGE 4 0 AS PRINCIPAL AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH CALIFORNIAN IN THE SUM OF DOLLARS ($ )l LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADEO WE BIND OURSELVES JOINTLY AND SEVERALLY) FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND 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 EXECUTIONY THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) PRINCIPAL ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) BY TITLE SURETY PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTE HAS AWARDED HEREINAFTER DESIGNATED AS THE VRINCIPAL"� A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED.IN, UPON, FOR, OR ABOUT THE 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: NOW, THEREFORE, `JE AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS ($ ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS., FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTO�RNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 422 I OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BONDO AS REQUIRED BY THE PROVISIONS OF SECTION 14205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETYP 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 CHANGE2 EXTENSION OF TIME) ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND.AS AN INDIVIDUALS 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. Ar-m SURETY ABOVE NAMED2 ON THE DAY OF , 196 (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) . EAL) (SEAL) APPROVED AS TO FORM: SURETY CITY ATTORNEY THIS.BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK i PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE'OF. SAID CONTRACT; NOW, THEREFORE, WE, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS 0 SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T0. THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAx- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN -THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. PAGE B (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY. STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE. SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON 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 DAY OF , 196_ APPROVED AS TO FORM: CITY ATTORNEY E AL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) SURETY 0 NON- COLLUSION AFFIDAVIT 0 PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESf Wt 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 AF- FIANTS 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 AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY) OR.WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED) PAID) OR DELIVERED TO ANY 'PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT) NOR HAS THIS. BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON WHOMSOEVER TO PAY) DELIVER TOE 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 6-. MY COMMISSION EXPIRES: NOTARY PUBLIC PAGE 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 HIS RESPONSIBILITY. , EXPERIENCES SKILL�,AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. IGNED PAGE F C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF , 196_, BY AND BETWEEN THE CITY OF NEWPORT BEACHi CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF.THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT'HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. - Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN - FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. _ 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, . THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR - TIE.S HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE= MENT. . 2/7/67 • • PAGE 12 5• PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE "PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA BY: MAYOR CITY CLERK BY: BY: APPROVED AS TO FORM: CITY ATTORNEY CONTRACTOR TITLE TITLE (SEAL) INDEX TO SPECIAL PROVISIONS PAGE I. SCOPE OF WORK 1 II. TIME OF COMPLETION 1 III. CONDUCT OF WORK 1 IV. SCHEDULE OF WORK 1 V. TRAFFIC CONTROL 1 VI. CONSTRUCTION SURVEYS 1 VII. PAYMENT 2 VIII. REMOVAL AND PROTECTION OF 2 EXISTING IMPROVEMENTS AND UTILITIES IX. UNFORESEEN DIFFICULTIES 2 X. GUARANTEE 2 XI. WATER MAIN PIPE AND FITTINGS 2 A. 12" DIAMETER CAST IRON PIPE 2 B. BENDS AND COUPLINGS 3 C. 6" DIAMETER CAST IRON PIPE AND FITTINGS 3 D. GATE VALVES AND TAPPING SLEEVE 3 E. THRUST BLOCKS AND ANCHOR BLOCKS 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR LOWERING OF T-2"r WATER MAIN AT WASHINGTON STREET ND E RT BAY I. SCOPE OF WORK SP of The work to be done under this contract consists of replacing and relocating approxi- mately 105 feet of 12" diameter cast iron water pipe. The City may at its option order additional work done as listed as additive items 4 through 6 of the Proposal. Additional work consists of replacing approximately 33 feet of 6 inch diameter cast iron water pipe; furnishing and installing a 12 inch diameter gate valve; furnishing and installing a 12 inch tapping sleeve and 6 inch gate valve; and all associated fittings and couplings. The work requires furnishing all labor, equipment, materials, transportation, and services necessary to complete all the work as shown on the City of Newport Beach Drawing No. W- 5063 -S (consisting of one sheet) and in accordance with the City's Stan- dard Drawings and Specifications and these Special Provisions. II. TIME OF COMPLETION The Contractor shall complete all work on the contract within 180 consecutive calendar days after execution of the contract by the City. III. CONDUCT OF WORK The Contractor shall maintain the job site in a neat and orderly condition at all times. Excess spoil and debris must be immediately removed from the job site. The site must be returned to a neat and orderly condition as approved by the Engineer as soon as the work is complete. The cost of all disposal and clean up work shall be included in the prices bid for the various items of work and no separate compensation will be made therefore. Adequate barricades, signs, warning devices, and flagmen must be employed as neces- sary to insure the public safety at all times. IV. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to construction to schedule the work and to discuss phases of the project affecting the public convenience. V. TRAFFIC CONTROL Pedestrian traffic shall be permitted to pass through the construction area along a safe, unobstructed passageway at all times. Approximately 50 linear feet of the northerly street -end of Washington Street may be used by the Contractor as a work area. VI. CONSTRUCTION SURVEYS Grades and lines will be set by the City. The Public Works Department must be notified 48 hours in advance when grades or lines are required to be set. VII. PAYMENT SP2of3 The prices bid for the various items of work shall include full compensation for all materials and labor necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for in the Proposal shall . be included in the unit prices bid for other items of work. The cost of removing the existing sections of 12" cast iron pipe and 6" cast iron pipe shall be included in the unit prices bid for the replacement of pipe with new pipe of corresponding sizes. VIII. REMOVAL AND PROTECTION OF EXISTING IMPROVEMENTS AND UTILITI The contractor may remove existing street -end surface improvements such as sidewalk and curb sections as necessary to facilitate the work. Restoration of these surface improvements after work on the water main lowering and relocation has been completed will be accomplished by others and is not a part of this contract. The existing 12" C.M.P. storm drain shall be removed during excavation operations and if salvable shall be delivered to the City Corporation Yard at 592 Superior Avenue. If not salvable, the storm drain pipe shall be disposed of with the other debris. The existing street light adjacent to the work shall be removed and delivered to the City Corporation Yard if it cannot be protected in place. The contractor shall be responsible for the protection of all other existing improve- ments and utilities adjacent to the work (such as buildings, bulkheads, piers, floats, gas lines, gas meters and boxes, power poles, etc.) located on either public or pri- vate property. If any improvements or utilities are removed or damaged, other than those designated for removal on the drawing, then such improvements shall be replaced in kind at the contractor's expense. The exact location of utilities shown or not shown on the Plan shall be verified in the field at the time of construction. The contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location. IX. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a de- termination as to whether these conditions constitute extra work and so notify the contractor in writing within 48 hours after being informed of the conditions. X. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately repaired at the contractor's expense. XI. WATER MAIN PIPE AND FITTINGS A. 12 Diameter Cast Iron Pi e e new 12 iameter cast iron pipe water main to be furnished and installed in this project shall be USIFLEX gray iron boltless flexible joint pipe as manufactured by United States Pipe and Foundry Company, or an approved equal. Installation of the pipe shall be in accordance with the manufacturer's recommended methods and procedures. SP3of3 Bends and Cou lin s T e 45 elbows to a furnished and installed with the new 12" cast iron pipe shall be USIFLEX boltless flexible joint bends compatible with the USIFLEX pipe specified above. Dual purpose mechanical joint solid sleeves as manufactured by United States Pipe and Foundry Company (manufacturer's stock number U -584), or an approved equal, may be used to connect the plain end of the new 12" USIFLEX pipe with the plain end of the existing 12" cast iron pipe water main in lieu of the flexible couplings specified on the Plan. .A compressive band or clamp shall be installed on each side of the coupling and the two bands or clamps-connected"-with a minimum of four stainless steel or silicon bronze bolts. The function of these joined clamps or bands shall be to insure that the two pipe ends within the coupling do not pull apart, The cost of furnishing and installing the joined bands or clamps shall.be included in the unit price bid for each flexible coupling, C. 6" Diameter Cast Iron Pi a and Fittings The new iameter cast iron pipe wa er main to be furnished and installed in this project shall conform to Section 19 -02 (5) of the City's Standard Specification. The cost of all bends and couplings required to make the 6" water main complete and operable shall be included in the unit price bid for the 6" cast iron pipe. D. Gate Valves and Tapping Sleeve Gate va ves to a urm s'— FeTand installed shall be in accordance with Section 19 -02 (8) of the City's Standard Specifications. The unit price bid for the gate valves shall include the cost-of the valve boxes as specified in Section 19 -02 (10). Installation of gate valves and tapping sleeve shall conform to applicable por- tions of the City of Newport Beach Drawing No. Std.- 507 -L. E. Thrust Blocks and Anchor Blocks Concrete thrust blocks shall e constructed in accordance with applicable por- tions of the City of Newport Beach Drawing No. Std.- 502 -L. Concrete anchor blocks for the 12" gate valve and vertical bends in the 12" water main shall be constructed in accordance with applicable portions of the City of Newport Beach Drawing No. Std.- 506 -L. Payment for concrete thrust blocks and anchor blocks shall be included with the associated gate valve, tapping sleeve, or 450 elbow, and no separate compensation will be made therefore. r. •.t, COND /T /Q/i/ / COAIDITIOA/ // ..... YD•. CONDITION /d CO�ND /T /ON r., Lrsary- CONO /T /ON Y/ DErd1LS ii. . NP MAID/T/DA% V/// . 4-ww VALVE ANCHOR AFOD FOA 1114L1/ES /2"ORLA.BGE? (SEE DWG. L-506'-.FM.) COND/T /ON Y// ;•M.- TYPI CAL SECT /ON rMekll rAlMlST BLOCXS' NO�E: (I..) ALL THRUST BLOCK BEARING FACES SHALL BE POURED AGAINST UNDISTURBED SO /L OA? _ APVROIYED COMPACTED 8,4CA4FILL. (ZJ CONC. SHALL 8E CLASS 6 "(5,A4-CdIS PEP CU. YD) THRUST SLOC,II MA.P//1/O <LPE4JN542 P/PE COND/ %%ON S /ZE / // /// /V v 1// wl Y /// 4 Z.6 3.3 7.6 13 /.3 ?.0 3.3 Z.6 6 4.6 6.5 3.9 7.0 2.6 313. 45 4.6 6 7.8 / /.O ' 5.9 33 3.9 5.9 / /.O 7.8 /0 I7.4 17.5 9.8 . 5.?,. 6.5 9.1 175 174 12 /7.5 74.8 13.6 78 9.1 143 ?4.8 /75 14 ' 24.0 33.8 M.? ' 9.7 12.3 16.9. 338 24.0 16 31.1 44.0 JE3.8, Il?.7 /5.5 JUX 144.0 131.1 /.. ('AL CU1 4 T4V ON 225 LB. TEST MESSUPE / ALLOW N'r BEAR /NG P2ESSLIRE OF 2000 LBS. PEP SO FT. Z. IN POOPED S0 /LS SPEC /AL DESIGN /S PERU /PED. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SrAAIDARD DRAWN._sL% -J. DATE 7-6-62 APPROVZW�P.t.6. 1 A WORKS DIRECTOR R.E. NO.9SS� DRA*INO 1(0.. STD -50Z -4 .l c• CONCRETE 4WCWOR BLOCk STEEL ANCLJOQS "A 0 "B " "C F /TT /NG LENGTL/ W/DTLJ 0-Porw S(ZE OLJANT. LENGTH 6 "X 45"BEivo 2.0' 2.0' 2.5' /20 2 8.5' 8 "X 45" BEND 2.5' 2.5 2.5' 10,20 2 9.0' Jo "X 45"BfND 3.0' 3.0' 3.5' %2 of 2 /2 ".Y 45'BENO 4.0' 4.0' 4.0' %2p 2 12.0' GROUND LJNE \ N \ \ \ i C. J.. FJ TT //VG' WATER MA /N' .4NC11OR,5' NOT E.LJBEOOED /N CONC,PETE .3WALI- BE COATED WJr-1 NOT TAR OAP EpL/,4G ► . _- ' ,'' ; .'jam •r.r `� `, S'TEEL ,4NCNORJ• C4EV.4T /OJV A OR 6 V4W T/ C.41- BE/VO ,41VC1-10.Q _ GQTE I�AL !�E ZA4 STEEL ANCJ/OAr ANCHORS NOT E,41BE0060. /N CQNCRErE SJ/ALL BE WATE.p .NAJN COAT-CO-RV/771 LJOT MR Oe 60UAL r - i' !... ,• Aff4 CONC. ANCHOR BLS CLASS "B" 0cwc. 2" OJA. SECT /ON EL E V4 T /OJV GA 7-AE' VA L l/E ANC/ -10.47 CITY OF NEWPORT BEACH DRAWN--AIM DATE /z-z0-62 APPRAVE _ PUBLIC WORKS DEPARTMENT .4JVCL/OP &40 C.< OET.4 /L.3 UBLIC WORKS DIRECTOR FOQ R.E. N0. DRAWING GATE F /L/ /SHED STREET GRAB A. C. dpl'/"r ROCK 945 C0AJS7-R11C7- CI-4-S-5 -.8" COL/CRETE C01-L4R- COAX. OR V V. 7'1-IRUS7- .01-OCt (se.- STD -SO/ -L) Nor FRAME oe COVER BROOKS PRODUCTS A10. 4 TT MARKED WATER'' =. -LE,60 ASOT14 EUDS OF 74.001AIG SLEEVE - EAO 64SArErS rL 4 V-00 D14. -f a F. TS V44.VC- A41D 74PP14IG SLEEVE (GATE VZI /- 14E SH4LL 5C 1OW4 /-/37 14, R, -41S45:1 -1-AEe LIST OR RIC14 5-6 RlffT 20). DRAWN -4� DATE 3 -/Z -63 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT APPROVED,� 74PP11.10 SZEEIIA6 41JD G,4;rE VOLVE cOR C4ST IROAI OA UBLIC WORKS DRECTPR CE DRAWING No. STD -507-4 4JSj6:.S 7'0-S IVEjU7 /Rd=- sS TO. CITY CLERK FROM: Public Works 9yartment Nov"Or i, 1968 SUBJECT: LOWERING OF 12" CAST IRON WATER NUN AT END OF WASHINGTON STREET (CONTRACT 1104) On August 5, 196J the City Clerk openeu one bid for tits subject contract. 9n August 190 1968 the City Council approved awarding the contract to Croft and Neville subject to the deposit of $8,232.50 with Lie City by the Southwestern Capital Corporation. The Standard City Specifications provide that a contract must be awarded within 30 days of the opening of bids. No money has been received to date from Southwestern Capital Corporation despite numerous phone calls from this office. It will Vierefore ba recommended to the City Council on liovember 12, 1968 that the contract be voided. The bidder's security has already been returned to the low bidder. Jos ph T. Devlin Pub is orks Director KLP /ldg CC: City Manager Councilman Rogers V BEACH CITY G < NEWPORT CALIFORNIA i � f October 1, 1968 Croft 6 Neville Company 223 21st Street Newport Beach, California 92660 Attention: Mr. B. L. Penhall Secretary- Treasurer Gentlemen: Enclosed please find your cashier's check No.,0202 -3BOB4 in the amount of $202.75 which was submitted . in connection with your bid on the Public Works project', lowering of 12" Water Main at Washington Street and Newport Bay, C-1104 on August 5, 1968. Very truly yours, Laura Lagios City Cleric City of Newport Beach LL:ih Enc. cc: Public Works Dept. August 22, 1968 Southwestern Capital Corporation Suite 2001 1010 Second Avenue San Diego, California 92101 Attention: Mr. R. W. Kerns, President Subject: LOWERING OF 12" CAST IRON WATER MAIN AT END OF WASHINGTON STREET (CONTRACT 1104) Gentlemen: One bid for the subject project was opened by the City Clerk at 11 A.N. on August 5. 1968. On August 19, 1968 the City Council approved awarding the contract to Croft and Neville subject to the deposit of $8,232.50 with the City by Southwestern Capital Corporation. BIDDER ITEM N0. DESCRIPTION BID Croft 6 Neville Co.. (1 -3) BASE BID (LOWER 12" $16,465.00 Newport Beach WATER MAIN) (4) 12" GATE VALVE 750.00 (5) TAPPING SLEEVE 8 6" 1,245.00 GATE VALVE (6) 6" CAST IRON PIPE 1,815.00 TOTAL $20,275.00 The City and the Southwestern Capital Corporation are sharing equally in the cost of lowering the 12 inch water line. The remaining items are the City's responsibility. Outlined below is the cost breakdown for all items. (See next page) r r August68 Page 2 ITEM CITY S. W. Capital Corp. TOTAL Lower 12" Water Main $80232.50 $8,232.50 $16,465.00 12" Gate Valve 750.00 -- - - - - -- 750.00 Contract Total $89982.50 $8,232.50 $17,215.00 Other Work (estimated) 10500.00 City Total $10.482.50 In order that the City may award the contract by September 4. 1968, it is requested that the Southwestern Capital Corporation deposit with the City Finance Department no later than September 3. 1968 the sum of $8,232.50. The reason for the deadline is that the City Specifications provide that a contract must be awarded within 30 days of the opening of the bids. If there are any questions, please call Kenneth L. Perry of this office at 673 -2110, Ext. 26. Very truly yours, Ben B. Nolan Asst. Public Works Director KLP /meh cc: Croft & Neville r a e e tL q Q m� = U.4 LA °rom Q m 6 Q' z 3 w, C a tu <, w w N h O Q9 Z W J F TF w w w M C.5 w 0 W W 2 n III�I�SIN�I�I� ■11111 ■NIIIIIIIIII ■1111 I�Illl�lll�l�l,t I�YIwYI�I11eYIINNI 0 W W 2 n � � � � � N Rz f � t tz. % � B � <f k �V 4 k k � m � � � � � N B % <f f « » f � . :y A \ § k k § tit, §�� k k k & � k k -j '4 k % IN �k $ % @ w 22 o k k k k k o % ? Southwestern Capital Suite 2001 1010 Second Avenue San Diego. California 0 Corporation 92101 Attention: Mr. R. M. Kerns. /resident July 19, 1964 Subject: Lowering of 12' Cast Iron Water Main at end of Washington Street (Contract 1104) Gentlemen: Confirming a telephone call on July 18, 1968 to Mr. Kerns from Mr. Perry of this office, three bids were opened by the City Clerk at 10:00 A.M. on July 10, 1968. The bids were: BIDDER TOTAL Croft and Neville Co., Newport Beach $17.311.61 Trautwein Bros.. Newport Beach 29,230.00 Healy Tibbitts Comtructlon Co., Long Beach 44,298.00 Engineer's Estimate 16.360.00 The Public Works Department will recommend to the City Council at the July 22, 1968 council meeting that all bids be rejected, and that the project be re- advertised for bids to be opened on August S. 1968. The recommendation for rejection 1s based on the fact that the pipe - lire sub - contractor for the low bidder has unbalanced tie bid in such a fashion as to result in an excessively high cost to the City. As can be seen on the attached copy of the bid summary, the low bidder's total for items 3, 5. and 6 is considerably higher than the Engineer's estimate; and also higher than the price submitted for those items by the other bidders. It is felt that re- advertising the project will result in a more competitive and balanced bidding situation. Southwestern Capital Corpora -2- July 19, 1968 Because of the long delivery time needed for the sp =cial pipe involved, the three week delay in awarding a contract would be relatively un- important. The revised estimated date of completion is January 10, 1969. If there are any questions, please coil Kenneth L. Perry of this office at 673 -2110, Ext. 26. Very truly yours, Joseph T. Devlin Public Works Director KLP /rjh Att. 0 1 v r a f W v O Y J � J j � U U � ofP a WIW o�a>- JF-p[� Q r 3 Z w Q Q � Z ICE W � ti w 3 W N d o � o z� � a � o �zcn J QULo aw m z �-zic7 —oz 1- U Ld 0 r W W Z CO Il�illlll��lll�� II��Nlrllllllll� 9i�iit��n■mnnnm i�IIfI111E1w�lYlll111� �Il��lll�lllllllllllnl 1111,10 WON 11 11111� 1 0 r W W Z CO CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT LOWERWG Of IZ" CA.Sr rraON WATER MAin1 BY: G. P. P. Ar WAs;4iwGTon4 Sr2Eer ANA NEWPO2r SAY PRELIMINARY Q DEVISION • EKGIMEEAZING DATE JUNE /8, 1968 FINAL /.10 1104 NO. ITEM QUANTITY UNIT PRICE AMOUNT /Z" 0;a —ft4er USI FLEX Sold -less Pipe 105 L. F. # 120.04 9 /2,(00.00 2. 450 USI FLEX El bow 2 EA 500.00 1,000-00 3. 4 Vc. I ve 1 EA 5'o 0.0 500.03 4 . !n' D a ,e: r Cash I a., P,' e 33 L. F Zo,j 660.0 5 /2 "Ta g!F. Sleeve tj.. Gn4eValve I EA. 600.00 400.0o Co. Flex; b)e Co,. I; 2 Eq. 500.0 /3000.LV l OTA L 16 CITYS S A/ZE _ �Z'Z00 + t. Zoo + Soo 4 441 4"10 C 0 + �� o 0 ;t 9,0(00 = SourNwESrERh) CAPITAL CO2P. S SHA E X1,(,00+ r f �l,000 = Q7, 3 o o 7, 300 'f //O,3lo 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT STREET AND SIDEWALK IMP,eoVEMCN-rs BY: G. P. P. AT WASNiMGTohJ 6ne6Er AND NEWPORT BAYPRELIMINARY DEVISION ENGirJEE2irJG DATE ,Jt�nlH 180 1968 FINAL . NO. ITEM QUANTITY UNIT PRICE AMOUNT L.A.C.F.C.D. Ca4rl, Sasin NoA I EA 750.00 750.00 Z. 12.1 Nel;cal Corru ata.j Alu..,. P e. ,30 L.F. /2.0 3100.00 3 ARMCO Mode l /0 C Fla Gaffe I EA . /co,OW o0. 00 4. s4ree.4 L: +4 ColilA £ Pullboxe L. S. / 000.00 5. Re. o+e Salva Ex;s . S4. Li EA /oo.00 200.00 %. COnS�YUC.� T 4pe ,g Cum 8 C.F 2Q5 L.F 4,00 82.00 7. Co. s trti c T e A" Cur% C�u4+er g "C.F 14 L. F. 5.0c 76,0 8. Co �y- �4 4" Tk; k PC C. S, e wa l L/00 S. F 1,001 /,/00.00 To TA L- *3 662,0 J T ?. CITY OF NEWPORT BEACH CALIFORNIA City Hall 9300 W. Newport Blvd. Area Code 714 M2110 Southwestern Capital Corporation June 13, 1968 Suite 2001 1010 Second Avenue San Diego, California 92101. Attention: Mr. R. W. Kerns, President Subject: Lowering of 12" cast iron Water Main at end of Washington St. (A -1486) .Gentlemen: On March 7, 1968, Messrs. Kerns, Countryman, Devlin, and Perry, had a conference regarding the problems of completing the seawall at the end of Washington Street. At the meeting it was agreed that: I. The City would prepare drawings at city expense, detailing work to be done in lowering the 12" cast iron water main. 2. Southwestern Capital Corporation would enter into an agreement with a pro- perly licensed and insured contractor to lower the water line. 3. The City would work with Croft and Neville, Inc., in coordinating the work to be done. 4. The City staff would recommend to the City Council that the City reimburse Southwestern Capital Corporation for one -half of the total construction cost of lowering the water line. 5. The City would at its own expense, repair and improve all surface improve- ments at the end of Washington Street. To date the City has prepared the plans. Croft and Neville has informed us that the estimated cost of construction in lowering the water main is approximately $15,000.00. The City is prevented by its charter from expending in excess of $5,000.00 without using public bidding procedures. It is therefore proposed that the City staff recommend to the City Council that the water main be lowered by.the City, following the usual public works contract procedures, and that Southwestern Capital Corporation agree to reimburse the City for one-half of the contract cost of lowering the water main. Southwestern Capital Corporation _ 2 _ June 13, 1968 If you are in agreement with the foregoing, please notify us in writing at Your earliest opportunity so that we may proceed with the lowering of the water main. If there are any questions please call Mr. Kenneth L. Perry of this office at 673 -2110, extension 26. Very truly yours, eph T evlin I i c Wal° s Director KLP:ms cc: Croft & Neville . Utilities Supt. . CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT June 11, 1968 To: Public Works Director From: City Attorney Subject: Public bidding requirements applicable to lowering of underwater water main at Washington Street end (Reference: Memorandum dated June 5; 1968, from Joseph Devlin, Public Works Director) You have stated that the City proposes to contribute 50% of the cost of lowering the water main at the Washington Street end, the property, owner to pay the other 50 %, and that the estimated cost of the work is $15,000. You further state that it would result in a lower cost if the City could avoid following the usual public works---bidding procedure on this project and that it would be desirable if the City could simply pay 50% of the cost of the work to the property owner's contractor. In reviewing Charter Section 1110 which requires that formal public bidding procedure be followed in all cases involving an expenditure of more than $5,000, I am unable to find any basis for an exception. The only exceptions are for use of City employees where their use would be more economical than con- tracting for the work and in cases of emergency. Neither of these exceptions applies to the case at hand; therefore, we conclude that the public bidding procedure will have to be followed. i`' - 1� 2r�� Tully . ty� THS:mec City Attorney TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: LOWERING OF UNDERWATER MATER MAIN - WASNINSIOtI STREET END AT NEWPORT BAY On Febriary 14, 1967, the City Council approved Harbor Permit No. A -1486. This permitted the construction of a seawall bayward of Late p - 6 Inclu- sive, Block 870 Sayside Tract, the Balboa Fun Zone. .The Ci$► aor�ed to pay one -third the cost of constructing a buikhead aeron Thr and of Wash ington Street and one -third the cat of dredging at the street end. After construction had con nced. it was discovered That a Cl%%amed 120 cast iron underwater water main across the bay was at is elevation which prevented completion of the seawall. The City staff is considering recommending to the City Council that the City par 60% of the cost of lowering the rater main. The nature of the work is such that a formal bid would probably. be several times more expensive than a time and materials contract. It is ostimKN by Croft and Neville, ►nc., the contractor who is building the seawall. that it would cat ,5,000,08 to tower -the water lane by a cat pin or time and materials contract. It Is our desire. to-nea uin it there is a legal proosdar which ow foram with the Intent of?tha.MW Charter and which will allow" ft Cft8 to contract to pay half the cost of having the Fun Zone's eontraT r tower the water main. without the necessity of the City Weg tht aen- tractsng agent. or the necessity of following normal Public stories con- tract bidding procedures. T. Devlin 1 Works Director THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY 311 East Balboa Blvd. Newport Beach, California, 92661 1by 79 1968 City of Newport Beach . 3300 Newport Blvd. Newport Beach, California, 92661 . Attention: Mr. Derek H. White, Engineer Sirs In reply to your request for the location of our underground facilities in the area of Washington Street and Balboa. Bay; we have no underground facilities in the proposed construction area. Wnank you for advising us. If you have any questions please call, L. P. Eaton, 673 - 0016. LPE:ej Sincerely, LW. ' ekel Diathct Plant Engineer RECFIVED MAY 91968 PUBLIC WUK(%S ULPT. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION FROM: E,,gu s= T OL-s E. IN PERSON 1 I So. CA � ,ro2ui A FIRM:Coiso�j Co. TEL.. TELCON IVI To. . Dep2S14 WH IrE FIRM: E:n4G,NEEe- TEL. I07&- s NO., INIT. DATE P.W. DIRECTOR • ASST.P.W. DIR. UTILITY SUPT. :TRAFFIC ENGR. ASST. CITY ENGR. 1 SUBDIV. ENGR. DESIGN ENGR. CO -OP. ROJ. ENGR. FIELD ENGR. _ SECRETARY SUBJECT: LowE a,�c, Or 1z" W^4-ca mA,Q � 5,,zeer FILE: 9 EUD TMlo �Z OVCM E�.ITS A-T WgsN giro,,l S,. DATE: �Z- �y - nlEw �ozr 12A-!�{/ OUTLINE OF INFORMATION RECEIVED 14, GIVEN ( I 6.e.e s:�u 1d be v o co. +� ��s 6 e wee +L.e E`d:so( co .v. p a .. y 'S k c. c l e J ..-� + i..�. ; .v. ter. e.. f� ; c1. c�/ ; c� :.-.: t Y aT A- I. IG Cw .. d 0-! prcP oSe aS CGIlS �r Kc� o ..� Y K ACTION REQUIRED PERSON RESPONSIBLE DATE DUE NOTE: MAKE COPIES FOR ADDRESSEES INDICATED BY "C" IN No. BLOCK. AH1 26, 1968 Southern California Edison Company 538 Main Street Huntington Reach, California Attention: Mr. E. T. Olsen Customer Service Planner Gentlemen: Attached is one set of prints of our Drawing W- 6063 -S, showing the proposed lowering of a 12 -inch water main and site im- provement reconstruction at Washington Street and Say. Please send us a copy of your underground facilities in this area so that we may show them accurately on our plans. Very truly yours, "-"N Derek H. White Design Engineer DHW:ms Attachment r Pacific Telephone b Telegraph Co. 311 E. Balboa Boulevard Newport Beach, California 92661 April 269 1968 Attention: Mr. A. Schvarz Senior Engineer Gentlemen: Attached is one set of prints of our Orawin W- 5063 -S. showing the proposed lowering of a 12 -inch water main and site im- provement reconstruction at Washington Street and Bay. Please send us a copy of your underground facilities in this area so that we may show them accurately on our plans. Very truly yours, Derek H. White Design Engineer DHW:ms Attachment April 26, 1968 Southern Counties Gas Company P. 0. Box 1319 Santa Ana, California Attention: L. M. MacMillan, Section Supervisor Gentlemen: Attached 1s one set of prints of our Drawing M- 5063 -S, showing the proposed lowering of a 12 -inch water main and site improvement reconstruction, at Washington Stre6t and Bay. Please send us a copy of your underground facilities in this area so that we may show them accurately on our plans. Very truly yours, Derek H. White Design Engineer DHM:ms Attachment WMA . . SQ. r `Southwestern `Capital Corporation A Federal Licensee Under The Small Business Investment Act Of 1958 City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Attention: Mr. Joe Devlin, Public Works Director Gentlemen: 0 Telephone (714) 234 -7941 March 8, 1968 M01_t✓i As a result of our conference between Messrs. Devlin, Perry, Kerns and Countryman on March 7, 1968, we are hereby setting forth our understanding of the agreement reached regarding the completion of the sea- wall at the Fun Zone property: (1) City of Newport Beach engineers will prepare engineering drawings, at city expense, detailing work to be done in connection with lowering the water line. 'P¢o�+z� �ice�s�v �►vo wsu��c (Z) Southwestern Capita orporation will enter into an agree- ment with a reliable contractor to effect a lowering of the City of Newport each's water line at the end of Washington Street. (3) The City of Newport Beach will work with Mr. Al Penhall, of Croft & Neville, in coordinating the work to be done, including dredging and backfill. ctue.'f'iaa (4) The City of Newport Beach will reimburs outhwestern Capital Corporation for one -half of the tots t cost resulting from the lowering of the water line. -5(ip 6Cr -to �P11�r0rt►` oa -114 Or UVIT ao 'bI' s� -rW4% 't (5) The City of Newport Beach will repair and improve, at its expense, all surface improvements at the end of Washington Street. 2001 Suite 1010 Second Avenue, San Diego, California 92101 h 1 3 uttiwestern CapitlCorporation City of Newport Beach -2- March 8, 1968 If you are in agreement with the foregoing, please sign the duplicate copy of this letter and return for our files. Sincerely yours, SOUTHWESTERN CAPITAL CORPORATION R. W. Kerns, President RWK :cjc cc: Mr. Al Penhall Croft & Neville 223 21st Street Newport Beach, California C). 1C. J -T.SL4.JQ..� ` 1J%ColC. 06jot.S Southwestern Capital `Corporation A Federal Licensee Under The Small Business Investment Act Of 1958 City of Newport Beach, The Honorable Mayor and City Council Representatives° 3300 West Newport Boulevard Newport Beach, California Gentlemen: Telephone (714) 234 -7941 February 7, 1968 Approximately one year ago our firm applied for a harbor permit to complete the seawall in front of its property known as the Balboa Fun Zone. After several meetings with city officials and with the City Council, Harbor Permit No. A -1486 was granted. Thereupon Croft & Neville, marine engineers, started construction of a seawall in accordance with the permit. When the contractor was approximately three - fourths finished his work was stopped because a 12II water line was discovered on city property at the end of Washington Street. The entire project came to a standstill and has been in limbo ever since. We have asked the city to proceed with the lowering of this water line in order that the slabs comprising the seawall can be properly installed in accordance with the permit and accompanying engineering drawings. The Public Works Department has indicated it would prefer to leave this water line where it is and install the seawall astride the line. Such a procedure would not be suitable for us because it would defeat the very purpose for which the project (costing approximately $25, 000) was intended, since the sand surround- ing the water line cannot be dredged out to a depth sufficient to permit utiliza- tion of the waterfront. Such dredging has been our primary objective. We have the northwesterly half of the waterfront leased to the Fun Zone Boat Co., Inc., for $12, 500 per year. However, we were unable to lease the other half of this frontage because of incomplete work by the general contractor, who was halted by your engineers. We feel, therefore, that we have been \ Sidle 1010 Second Avenue, San Diego, California 92101 Southwestern Capit #Corporation ! City of Newport Beach, The Honorable Mayor and City Council Representatives Page 2 February 7, 1968 damaged to the extent of $12, 500 as a direct result of your failure to lower the water line at the end of Washington Street. We would prefer not to get into a court action although our counsel feels that we have just cause. We have repeatedly brought this matter to your attention by conference and telephone discussions with yours Messrs. Devlin, Perry and Nolan - without results. We feel that the lowering of the water line is the responsi- bility of the City of Newport Beach and theirs alone. It is somewhat amazing that the existence of the line was discovered only when it was reached by the sand dredge and that no mention of it was made in the permit. Messrs. Devlin and Perry will recall that I specifically inquired about the existence of ease- ments for underground utilities in the area and was advised that there were none. Please take whatever action is necessary to effect the lowering of this water line in order that the work on the seawall may be concluded at the earliest possible time, thus enabling us to lease this property as soon as possible. Yours very truly, T, CJ R. W. Kerns, President SOUTHWESTERN CAPITAL CORPORATION RWK :cjc cc: City Manager Public Works Director City of Newport Beach Newport Beach, California PICTURI,5 TAKEN RECOMMENDATIONS: That the award of Contract 1104 be cancelled. DISCUSSION: The proposed project provided for the lowering of a portion of the existing 12 -inch diameter cast iron water line, extending bayward from the end of Washington Street. The work is needed to accommodate construction of a bulkhead along the Fun Zone property and across the end of Washington Street. Harbor Permit No. A -1486 for the bulkhead and dredging work was approved by the Council on February 14, 1967; the City agreeing to pay one -third of the cost of the bulkhead and dredging at the street end. On July 10, 1968 three bids were received for the project. All bids were rejected by the City Council on July 220 1968 because the pipeline subcontractor for the low bidder unbalanced the bid in such a fashion as to result in an excessively high cost to the City. The project was readvertised for bids. On August 5, 1968 one bid was received. On August 19, 1968 the City Council.:., approved awarding the contract to Croft and Neville, subject to the deposit of $8,232.5€1- with the City by the Southwestern Capital Corporation, owner of the Fun Zone, for their. share of the work. No money has been received to date from Southwestern Capital Cor- poration despite notification by mail and a number of phone calls from the Public Works Department. The Standard City Specifications provide that a contract is to be awarded within 30 days of the opening of bids. The staff is attempting to have the construction materials removed from the end of Washington Street, and will continue to press for a resolution of the problem with the owners of the Fun Zone property. seph T(. DRvl in blic r Director ldg sss•�e. Lrixq.�i -� F r November 1, 1968 TO: CITY CLERK �. FROM: Public Works Department SUBJECT: LOWERING OF 12" CAST IRON WATER MAIN AT END.UF WASHINGTON STREET (CONTRACT 1104) On August 5, 1968 the City Cl opened one bid for the subject contract. On August 19, 1968 the City - Council approved awarding the contract to Croft and Neville subject to the deposit of $8,232.50 with the City by the Southwestern Capital Corporation. The Standard City Specifications provide that a contract must be awarded within 30 days of the opening of bids. No money has been received to date from Southwestern Capital Corporation despite wa: numerous phone calls from. thit., "Wice. It will therefore be.. recommended to the City Council on November.12, 1968 that the contract be voided. The bidder's secuti.ty has already been returned to the low bidder. ose evlin ub s Director KLP /ldg CC: City Manager Councilman Rogers -As7 u.:ih Enc. cc: Public works Dept. \iow W1 W r CITY OF NEWPORT BEACH LOWERING OF 12" WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY CONTRACT NO. 1104 PROPOSAL REVISED JULY 24, 1968 To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation and services to do all the work required to complete Contract No. 1104 in accordance with the City of Newport Beach Drawing No. W- 5063 -S (consisting of one sheet), the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- fore, the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN 1 2. 3. UNIT TOTAL PRICE PRICE 105 L.F. Construct 12" Usiflex Boltless Flexible Joint Pipe Water Main 7 @ 2v �, ��1u� /�/ /uec _ Dollars and po Cents $ /D3 Per Lineal Foot 2 Each Furnish and Install 450 Elbow @ i- m Dollars / and Z Cents er ach 2 Each Furnish and Install Flexible Coupling to Connect to Existing 12" C.I.P. @ Dollars 0 and Cents er ac TOTAL PRICE WR!'� -N IN WORDS (BID ITEMS 1 THROUGH 3) $ $_Z 3 �d o� $ Dollars TOTAL and Cents $�, `f63" f a ITEM ADDITIVE ITEMS 4. 5a 0 ITEM DESCRIPTION PRICE WRITTEN IN RDS 0 1 Each Furnis land Install 12" Gate Valve @ Dollars and Cents Per Each 1 Each Furnish and Install 12" Tapping Sleeve and 6" Gate Valve PR2of2 UNIT UNIT PRICE PRICE ov o0 @ U Dollars and Cents $ 33 L. F. Construct 6" Cast Iron Pipe Water Main Including 450 Elbows @ Dollars and _ Cents Per Lineal Foot o� _6&- 00 $z;�Z— $ /,� /� ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER* IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT ,PRICEY THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STAT OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. 02 S CLASSIFICATION ACCOMPANYING THIS PROPOSAL IS JCASH, CERTIFIED CHECKS CASHIER'S CHECK OR IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMENIS COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF ,THE WORK OF THIS CONTRACT. 67-67-- _WP'ZB _ (r40OGT Ar PHONE NUMBER BIDDER'S NAME " - JSEAL), . DATE AUTHORIZED SIGNATURE-: AUTHORIZED SIGNATURE" - BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ¢JL CQ?PARTNERS IF A CO- PARTNERSHIP% ,. • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. i' 2 3..: 4. 5% 6. 7- 8. 11. L2L2_ _ ,� � AUTHORIZED SIGNATURE - TYPE O RGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) ADDRESS 0 0 PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESI�WT AT THE TIME OF FILING THIS BID) BEING DULY SWORN ON THEIR OATHS_SAY7 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 AF- FIANTS 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 AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL— MAN WHICH IS NOT PROCESSED THROUGH SAID BID.DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED) PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TH.I5. BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERO WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER TOE 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 h�� DAY OF 196 S" . MY COMMISSION EXPIRES= JANICE E. HAINES, Notary Public My Commission Expires May 27, 1969 NOTARY fUBLIC ES:JANICE E. HAINES NOTARY PUBLIC - CALIFORNIA COUNTY OF ORANGE 1 2 41 I 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31I 32 RESOLUTION NO. 6 851 A RESOUMON OF THE CITY CONCIL OF THE CITY OF NEWMT MACH AWARD=G A CONTRACT FOR THE LOWMING OF lit -iMCA DIAMETER WATER WAIN AT WAsn -4 aTON ST1t8'IRT AND At ?Nt'OnT DAY - C -1104 WHEREAS, pursuant to the notice inviting bids for work consisting of the lowering of the 12 -inch diameter neater main at Washington Street and Newport Day, in the City of Newport Beach, in accordance with the plans and specifications heretofore adopted, only one bid was received on the 5th day of August, 1968, and publicly opened and declared; and WHERFJ1S, it appears that the fewest responsible bidder therefor is the Croft and Neville Company; NOW, THIREF€RE, BE IT REOOLVED that the bid of Croft and Neville Company for the work in the amount of $179215 be accepted and that the contract for the construction worn be awarded to said bidder; BE IT FURTHER RESOLVED that the Council waive the irregularity in connection with said bid consisting of the failure of Croft and Neville Company to submit a bid guarantee in the full amount of 10% of the contract price as required by Section 1110 of the City Charter; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authofted and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this `` Yh day of u G v , ; , 1968 I ATTEST: city Clark mayor • TO: CITY COUNCIL FROM: Public Works Department R -6851 August 12, 1968 G -// .�Z s 7 SUBJECT: LOWERING OF 12 INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY (Contract 1104) RECOMMENDATIONS: 1. Waive the irregularity in the .bid guarantee submitted with the proposal. 2. Adopt a resolution awarding the contract, subject to receipt of the Southwestern Capital Corporation share of the cost, to Croft and Neville Company for $17,215 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: On July 22, 1968 the Council rejected three bids for the project and authorized the City Clerk to readvertise for bids. One bid was opened by the City Clerk at 11 A.M. on August 5, 1968. BIDDER ..ITEM NO. DESCRIPTION BID Croft & Neville Co., (1 -3) BASE BID (LOWER 12" $16,465.00 Newport Beach WATER MAIN) (4) 12" GATE VALVE 750.00 (5) TAPPING SLEEVE & 6" 1,245.00 GATE VALVE (6) 6" CAST IRON PIPE 1,815.00 TOTAL $20,275.00 The bid is 24% more than the Engineer's estimate of $16,360. The irregularity consisted of .a clerical _error in the amount of the cashier's check submitted as:a:bid. guarantee. The check .was made out in the amount of $202.75 rather than the required 10% of the bid, or $2,027.50. Despite the fact that the .bid is higher than.the Engineer's estimate, and is also higher than the low bid :previously submitted of $17,311.61; award is recommended because there does not appear to be any practical alternative means of accomplishing the work. As has been.pointed. out . previously, this project is difficult to bid competitively because of the unusual:nature of the work. It is felt that the prices bid for the tapping sleeve and 6 inch gate valve ($1,245), and for the 6 inch water main ($1,815) are still too high; and deletion of those items from the contract is recommended. It is estimated that those items of work can be accomplished either by. separate purchase order or by City forces at a savings of approximately $1,500. 0 • Page 2 - August 12, 1968 Public Works Department Subject: Lowering of 12 inch.diameter Main at .Washington Street and Newport Bay (Contract 1104) ( —// The Citv and the SouthwestPrn.Capital Corporation are sharingg eoually in the cost of lowering the 12 inch water line, the remaining items are the City's responsibility. Outlined below is the cost breakdown for all items. ITEM City S.W:-Capital Corp. Total Lower 12" Water Main $8,232.50 $8,232.50 $16,465.00 12" Gate Valve 750.00 - - - - - -- 750.00 Contract Total $8,982.50 $8,232.50 $17,215.00 Other Work (estimated) 1,500.00 City Total $10,482.50 The above City total is approximately the same as it would have been had the previously bid contract been awarded with the other work included in the contract. Sufficient funds are available in the Water System Betterments Program appropriation. The estimated date of completion is January 10, 1969. eph tWok in lic epartm ent :rjh a 0 gun r m o 040 m 3 n H � L b1 0 � S O � y N a o o m m '1 a rn L A C0 v — n v m z En a o A a y a a W M D � III�I�YIIi1�lYlYl��ll umm,m��i�meu�i� Illlll�ll�l�lill�lll �mmemunne�ni SIIIIIInIIIRlll�ll��l� rm t» Zoe m0 z� �D-tr I - A r m o 040 m 3 n H � L b1 0 � S O � y N a o o m m '1 a rn L A C0 v — n v m z En a o A a y a a W M D � �D-tr I - A } 4 a z 0 m z z m z LUX -i Fn r 0 m A z 'o u y N a m m y n z m co V A — Z � o � a � N � c O 3 1 a n OD { M � a � c tioiy 1 r f 7 II IINN�1��111 NIRIIR��I��II� �Rl�llB�ll����q tdun��u�■wn i�ion�niem �III�IA II�flll ...... m z z m z LUX -i Fn r 0 m A z 'o u y N a m m y n z m co V A — Z � o � a � N � c O 3 1 a n OD { M � a � c tioiy 1 r SW"CIE _t -SEALED RMS will be received at 6. office of the t]ty Clerk, City, Hall, Newport Beach, California, until 10:00 a,m., on the 10th day of July ,1968, at which time they will be opened and read, for performing work as follows: Lowering of 12" Water Main at Washington Street and Newport Bay Contract No. 1104 No bid will be received unless it is made on a roposal form furnished by the Public Works Department. Each p bid must be accompanied by rush, certified check or Bidder's Bond made pa able to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. — Proposal 2. Page 3 — Designation of Sub - contractors 3. Page 4 — Bidder's Bond 4. Page 9 — Non - collusion Affidavit S. Page 10 — Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretory or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate, The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion I❑ of Business and Professions' Code, The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors, A non- refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. 4 non- refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any of all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City ,Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the Ciq lerk in the City of Newport Beach, _ri i 0 0 CITY OF NEWPORT BEACH, CALIFORNIA. Laura Lagios, City Clerk Publish; June 27, 1968, in the Newport Harbor Ensign The following is the schedule of prevailing wage rates, 1966' 67 for a selective list of classi ications. Together information included in Resolution No. 6519, this schedtllpa.. with the to be considered a part of these contract specifications. Prevailing Wage Rates - 1966 -67 }' Classification (Selective Listing) (511166) (51 7) Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 06 Flagman 3.70 9185 I Guinea Chaser 3.78 3.93 Laying of all non - metallic pipe 4.01 4.16 � Tahnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315 4.4445 Operating Engineers (7/1/66) (7/1/67) Oiler and signalman (Group 1) 4.38 4.53 Skiploader (Less Y, yd;) (Group 2) Rodman and Chainman (Group 3) 4.62 4.86 4.77 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters (5/1/66) (5/1/67) Dump Truck Driver (Less than 4yds) 4.35 4.50 Water truck driver (2500 gal. to 4000 gal.) 4.53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15 5.15 Electrician. (711166) (7/1/67) Journeyman Wireman 6.11 6.55 (4/28/66) Lather 4.765 Painters (7/1/66).(7/1/67) Journeyman - Spray 5.22 5.33 Pipe trades Plumber 5.55 5.64 An yy classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and. Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA. Laura Lagios, City Clerk Publish; June 27, 1968, in the Newport Harbor Ensign CONTRACT - 1104 LOWERING OF 12" WATER MAIN AT WASHINGTON STREET.:NAIPORT BAY ALL BIDS ON SUBJECT PROJECT WERE REJECTED THE CITY CLERK WAS AUTHORIZED TO READVERPISE FOR BII1S.7k BE OPENED AT 11:00 A.M., AUGUST 5, 1968. V,7t . V22 -21 2 5'7 July 22,, 1968 TO: CITY COUNCIL /7 - FROM: Public Works Director SUBJECT: LOWERING OF 12 INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY, CONTRACT 1104 RECOMMENDATIONS: 1. That all bids received on July 10, 1968 be rejected. 2. That the City Clerk be authorized to readvertise for bids to be opened at 11:00 A.M. on August 5, 1968. DISCUSSION: Three bids were opened by the City Clerk at 10:00 A.M. on July 10, 1968. The bids were: BIDDER TOTAL Croft and Neville Co., Newport Beach $17,311.61 Trautwein Bros., Newport Beach 29,230.00 Healy Tibbitts Construction Co., Long Beach 44,298.00 Engineer's Estimate 16,360.00 The recommendation for rejection is based on the fact that the pipeline sub- contractor for the low bidder has unbalanced the bid in such a fashion as to result in an excessively high cost to the City. The cost of lowering the 12 inch.water line (bid items 1, 2 and 4) was to be shared equally by the City and by the Southwestern Capital Corporation; the cost of adding a 12 inch valve and relocating an existing 6 inch con- necting line (bid items 3, 5 and 6) was to be borne entirely by the City. As can be seen on the attached copy of the bid summary, the low bidder's total for items 3, 5 and 6 is considerably higher than the Engineer's estimate; and also higher than the price submitted for those items by the other bidders. It is felt that readvertising the project will result in a more competitive and balanced bidding situation. Because of the long delivery time needed for the special pipe involved, the three week delay in awarding a contract would be relatively unimportant. The revised estimated date of completion is January 10, 1969. Southwestern Capital Corporation has been notified of this recommendation. jl evh�lin Director \ 4P /ldg Att. / /Am - a7 � I9Lf? V .♦ 57 y n ti dl lA lb N WL - �a a ~ O o � O p � •tiR N 0 0 0 0 ~ .moo � � �° � R � '�•� H o p w9a�o v Z� A O O o O O O ~ O W u th C a O O g O p O O o o ti 0 V .♦ 57 y n ti oe- lJ 0 0 ' L °Rt1T C Y LGAL NCIT1 E _ rrY CtTY Of Nd �'.. - SEALED i31Dg wtli at' et'ef'1A Clerk, City tlall, Newport Beach, California, until 11:00 a.m., on the 5th day of August, 1968, at which time they will be opened and read, for performing work as follows: LOWERING OF 12 INCH DIAMETER WATER MAIN AT WASHINGTON STREET AND NEWPORT BAY CONTRACT 1104 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or Bidder's Bond made pa able to the City of Newport Beach, for an amount equal to at lenst 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: I. — Proposal 2. Page 3 — Designation of Sub- contractors 3. Page 4 — Bidder's Bond 4. Page 9 — Non- collusion Affidavit 5. Page 10 — Contractor's Financial Status The documents shall be affixed with the appropriate sianatu?. and titles of the persons signing on behalf of the bidder. corporations, the signatures of the President or Vice Presid and Secretory or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring signs - tures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- -'aidb III of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- `Yl.� ans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non- refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. A non - refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City .Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1968.69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract speci- fications. Prevailing Wage Rates — 1968 -69 Classification (Selective Listing) Carpenters Cement Mason Journeyman Labore rs General or Construction Asphalt Raker & Ironer Flagman Guinea Chaser Laying of all non-metallic pipe el Classifications :, ibratorman, Jack Hammer, Pneumatic Tools "$ i (except driller) 1n0 9 Engineers `�ffib7 and signalman (Group 1) ;Skiploader (Less 4/5 yd.) (Group 2) Rodman and Chainman (Group 3) Instrumentman (Group 4) Grade Checker (Group 5) Pavement- breaker operator (Group 5) Grade -all operator (Group 6) Teamsters Dump Truck Driver (Less than 4 yds.) Water truck driver (2500 gal. to 4000 gal.) Building and Construction trades Bricklayer & Stone Mason Electrician Journeyman Wireman Lather Painters Journeyman — spray Pipe trades Plumber Any classification omitted herein shall craft rate. (5/1/68) 5.33 5.13 3.97 4.38 317 4 *5 4.28. _4.645 5.1� -.. 5.27 5.46 5.46 5.56 (5/19/68) 4.65 4.83 (5/1/68) 5.30 (1/1/68) 6.75 (5/23/68) 5.08 (7/1/68) 5.79 5.79 be the prevailing Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk Publish: July 25, 1968, in the Newport Harbor Ensign