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