Loading...
HomeMy WebLinkAboutC-1223 - Balboa Island Channel sewer9635 FREE CS RE NOTICE OF COMPLETION PUBLIC WORKS nox 9194 PACE 104 (RECORDED AT REQUEST IN OFFICIAL RECORDS OF ORANGIE COUNTY, CALIF. 9:05 AM JAN 19 1970 J. WYLIE CAILYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on December 19, 1969 , the Public Works project consisting of Balboa Island Channel Sewer Force Main (C -1223) on which Healy Tibbitts Construction Co, was the contractor, and Fireman's Fund Insurance Company was the surety, was completed. I, the undersigned, say: rTTV nV WV WUhRT RFArT -T I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1970 at Newport Beach, California. VERIFICATION O] I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 12, 1970 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 15, 1970 at Newport Beach, California. January 28, 1970 Agricultural Insurance Company 505 Shatto Place Los Angeles, California 90005 Attention: M. J. Browa, Claims Manager Inclosed is claim of William Hempel for damage to his property between November 1 and December 24. 1969, allegedly caused by employees of a company under contract to the City, and in connection with construction of a marine sewer line across the east bay. On July 14. 1969, the City contracted with Healy Tibbitt■ Construction Co., 1400 W. 7th Street, Long Beach, to construct the City project consisting of Balboa Island Channel Sewer Force Main. This project was completed on December 19, 1969. Laura Lagios City Clerk dg LOCI. cc: City Manager City Attorney Public Works Department Healy Tibbitts Construction Co. Quinlan and Jennings Inc. Co. I, 1111q, January 28, 1970 Healy Tibbitts Construction Co. 1400 West 7th Street Long Beach, California Subject: Surety: Fireman's Fund Insurance Company Bonds No.: SC 6196919 Project: Balboa Island Channel Sewer Force Main Contract No.: 1223 The City Coancil on January 12, 1970 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orango County Recorder on January 19, 1970, in Book No. 9194, Page 104. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public '.Yorks Department 0 CITY OF NEWPORT BEACH CALIFORNIA City Han 3300 W. Newport Blvd Area Code 714 673 -2110 Date: January 15, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Balboa Island Channel Sewer Force Main Contract No. 1223 on which Healy Tibbitts Construction Co. was the Contractor and Fireman's Fund Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL dg Encl. Ry ,. A CITY C. TO: CITY COUNCIL E January 12, 1970 FROM: Public Works Department SUBJECT: ACCEPTANCE OF SEWER FORCE MAIN ACROSS BALBOA ISLAND CHANNEL (C -1223) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. 10ft4Q.,"013 The contract for the construction of a sewer force main across Balboa Island Channel has been completed to the satisfaction of the Public Works Department. The lump sum bid price was: $28,000.00 Amount of change orders - Total contract cost: $28,000.00 Amount budgeted in Account #02- 5597 -142: $36,000.00 The contractor was Healy Tibbitts Construction Company of Long Beach, California. Engineering was by the Public Works Department. The contract date of completion was November 26, 1969. Due to a delay in obtaining special pipe and fittings from the East, the work was not completed until December 19, 1969. Joseph Devlin Pfjablic W rks Director D /1dg 0- TO: Public Works Department FROM: City Clerk a Date July 15, 1969 SUBJECT: Contract No. 1223 Project 1A.1h. Island Ma3=1 gmaga, FAQ Main Attached is signed/lopy of subject contract for transmittal to the contractor and Bonding Cmipany. Contractor: Address: ii.nn ..r -?-w c........ f...... n. onoii Amount: $ 28,000 Effective Date: Resolution No. Laura Lagios LL: dg A tt. cc: Finance Department I July 9, 1969 TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOVISLAND CHANNEL SEWER FORCE MAIN , C -1223 Attached are four sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's, Public Works's and Bonding Company's copies to me. r Derek H. White Design Engineer DHW /em Atts. CERTIFICATE T INSURANCE ANY OF ICE: MENLO P K, CALIFORNIA INSURANCE ❑ NpU7-SOUTHWEST INSURANCE COMPANY HOME OFFICE: BATON ROUGE. LOUISIANA ARGONAUT - NORTHWEST INSURANCE COMPANY HOME OFFICE: BOISE. IDAHO This Is to certify that the COMPANY designated above has issued to the named insured the policy(s) enumerated below, subject to all of the terms of such pollcy(s) In +he everrrof any material change in or cancellation of the policy(.), the COMPANY will make every effort to notify the certificate holdet, but undertakes no responsibility of failure to do so. CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS - CITY OF NEWPORT BEACH CITY HALL 3300 W NE WPORT BLDN. NEWPORT BEACH CALIF 92660 If certificate holder is a loss payee with respect to the described auto, check here POLICY NUM CC10240 074 CC 10252 07 C LI O 240 377 CLIO 252 37, HEALY TIBBITTS CONSTRUCTION COMPANY 1400 W 7th St Long Beach 90813 and 411 Brannan Street San Francisco 94107 BER KIND OF INSURANCE AND COVERAGES LIMITS 5350 WORKMEN'S COMPENSATION Statutory 6350 EMPLOYER'S LIABILITY $ 300 , 000 each accident BODILY INJURY LIABILITY $ , 000aach person — EXCEPT AUTOMOBILE $ , 000 each occident $ - , 000 each occurrence $ 000 aggregate products PROPERTY DAMAGE LIABILITY $ , 000 each accident — EXCEPT AUTOMOBILE * $ , 000 00th occurrence $ , 000 aggregate operations $ 000 aggregate protective $ 000 aggregate products ' $ 000 aggregate contractual 450 BODILY INJURY LIABILITY $ 500, 000 each person 7450 — AUTOMOBILE $ 500 , 000 each accident $ 000 each occurrence PROPERTY DAMAGE LIABILITY $ 000 each accident — AUTOMOBILE * $� , 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE 1 $ each person PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED COMPREHENSIVE $ COLLISION OR UPSET LESS $ deductible FIRE AND THEFT $. IF COMPREHENSIVE LIABILITY, CHECK HERE ❑ EXPIRA 7/4/1969 7/4/1970 7/25/1969 7/25/70 = Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. ON FOLIC IES CL 10240377450 and CL 10252 377450 C ITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED WITH RESPECT THIS JOB ONLY. JOB: BLABOA ISLAND CHANNEL SEWER FORCE MAIN (C -1223) IS IT/NEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, cn-v HAI I NEMMORT REACH, CA! IFORINIIA, OR A REGISTERED WRITTEN NIC-)TICE OF SUCH CA�j PRODUCER AND ADDRE S CANCELLATION OR So, ,[ZRAGF ARGONAUT INSURANCE COMPANY J'j�ARGsNAUT- SOUTHWEST INSURANCE COMPANY ARGONAUT- NORTHWEST INSURANCE COMPANY KELLY, KiNKEAD &HOAGCITYAOR1564 Dated: 582 Market .Q San Francisco 94104 By. .r President DATED AT ON J I 3 San Franc iscoF California u K n l //� /J( Se[ary vno- ale -et *welt & UpawfuP6 CERTIFICATE OF INSURANCE CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA cF7968 �. 4 THIS IS TO CERTIFY as to the existence of insurance, as of the date of execution hereof, with Harbor Insurance Company, as described below: I Name of Assured: Address of Assured: HEALY- TIBBITTS CONSTRUCTION COMPANY 411 BRANNAN STREET SAN FRANCISCO, CALIFORNIA Location of Risk: BALBOA ISLAND CHANNEL SEWER FORCE MAIN (C -1223) Kind of Insurance: COMPREHENSIVE LIABILITY INCLUDING OPERATIONS, BLANKET CONTRACTUAL, WATERCRAFT, PRODUCTS, COMPLETED OPERATIONS. Policy No. 104128 period from AUGUST 5, 1968 to AUGUST 5, 1969 Limits: Bodily Injury each person 5500,000.00 each accident $500,000.00 aggregate 5 500,000.00 Property Damage —each accident $300,000.00 aggregate $ 300,000.00. $1,000.00 DEDUCTIBLE EACH CLAIM OTHER THAN AUTOMOBILE. Kind of Insurance: Policy No. i — Limits Kind of Insurance . period from Bodily Injury each person $ each accident 5 Property Damage `each accident $ to aggregate $ aggregate $ Policy No, period from to `r Limits:. ' It is hereby untler stood and agreetl that the certificate holder will be given ten (]0) days written notice before any reduction of coverage or cancellation of this insw ante is effect rve. ` —' -- Dated at SAN FRANCISCO , Mils CALIF. tl � ay of 18t JULY, 1969 SWETT & CRAWFORD " <s: MCC /dm (OVER) BY � __ i.S^ n U 6082 NS -CPS IREV.4-801 10m {a-eBl N. i ENDORSEMENT N0. 34 ADDITIONAL INTEREST ENDORSEMENT 1. It is agreed that the insurance afforded by this Policy aplies severally as to each Assured except that the inclusion of more than one Assured shall not operate to increase the limit of the Company liability; and the inclusion here- under of any person or organization as an Assured shall not affect any right which such person or organization would have as a claimant if not so included. 2. It is further agreed that CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA (additional interest) is recognized as additional Assured under the Policy but only as respects claims covered by the Policy and resulting from operations performed for BALBOA ISLAND CHANNEL SEWER FORCE MAIN (C- 1223) . by or for (additional interest) (named Assured) The effective date of this Endorsement is NNE 251 1969 Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, or limitations of the policy to which this endorsement is attached other than as above stated. This Endorsement is attached to and made part of Policy No. 104128 Issued to: HEALY-TIBBITTS CONSTR' Broker. KELLY, KINKEAD 6 HOAG Date of Issue: JULY 1, 1969 MCC /dm MU 6066- CF61ED. 2 -661 IOM (4-66) COMPANY HARBOR IN RA COMPANY By , . :.FI PIZ6 fl9P v. CONTRACT NO. 1223 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR A SEWER FORCE MAIN ACROSS BALBOA ISLAND CHANNEL APPROVED BY THE CITY COUNCIL ON THIS 26th DAY OF MAY, 1969 a ra Lagios, aty C rk 4i`; L17,Kt,<, •CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until l_oiOO A.M. on the 16th day of Jupe , 19_6,9_, at which time they wi be a opened and read, for performing work as follows: SEWER FORCE MAIN ACROSS BALBOA ISLAND, CHANNEL CONTRACT NO.1223 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 Sea]- Sha bel'ixe _ to a dll ocuments requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard S ecifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 - 9871.. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. • • City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.)„ the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in•the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). j i, 5 -15 -69 CITY OF NEWPORT BEACH BALBOA ISLAND CHANNEL SEWER FORCE MAIN CONTRACT NO. C -1223 PROPOSAL 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 read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1223 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place and operable, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS TOTAL Lump Sum Construct 8" Submarine Sewer Force Main, Appurtenances and Associated Work Twenty -sight Thousand Dollars and nn Cents $ PR_000.00 Lump Sum Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (I0) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT 15 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. 4n CLASSIFICATION A ACCOMPANYING THIS PROPOSAL 13 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 WORKMW S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODES AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 213 - 432 -8487 . PHONE NUMBER June 16, 1969 DATE 1400 W. 7th Street Lona Beach 90813 HP dy Tihhitts Construction Co. _ BIDDER's NAME (SEAL) R. H. Smith AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE Corporation 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-PARTNERSHIP:• R. H. Smith President J. D. Morris Sect - Treasurer 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 BIDy SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE'WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS 2. 3• 7• 8. 9• 10. 11. 12. R. H. Smith AUTHORIZED SIGNATURE ff1RRf1RATT (1N TYPE OF ORGANIZAT'I'ON:: (INDIVIDUALS CO- PARTNERSHIP OR CORP) �IREMAAV,'S' FUND 1NSURANCE COMPANY t BID OR PROPOSAL BOND SNOW ALL MEN BY THESE PRESENTS: That We, Healy Tibbitts Construction Co. (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duty licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California as Surety, are held and firmly bound unto City of Newport Beach (hereinafter called the Obligee) in the just and full sum of Ten Percent (10X) of the total amount bid in dollars ------------ - - ---- Boiler w------------- - - - --) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the .Contract No. 1223 - Sever Force Main across Balboa Island Channel in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW. THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required -- II i- obligation to be null and void, otherwise to, be and remain in full force and effect. STATE OF _ 1 LOS ANGELES s'' J COUNTY OF -� On this 16th -_day of -- tune - —_ —, in the year 19 69 , ,:= :' ;, -,. OFFICIAL SEAL "'- MARY S. BYBEE *\ Q. NOTARY LF''jg // RRINCI?ALI OrFICrIFIN LOS ANGELES COUNTY My Commission Expires Jan. 14, 1972 .. .... ... .......... . ... -- ----- 360207 - 5 -66 before me - -- - - - --- td2ry,_S =-_BybeA ---- - - ---- - ----- _--- -- -- — - - a NoTAPLY Pt7er rc in and for said County and State, personally appeared Robert B. Livingston known to me to be the person whose name is subscribed to the within instrument a, the Attorney -in -fact of the FIREMAN'S FUND INSURANCE COMPANY, and acknowl- edged to me that he subscribed the name of the FIREMAN'S FUND INSURANCE COM- PANY thereto as principal, and his own [tame as Attorney -in -fact. IN WITNESS WHEREOF, I have hereunto set my band and affixed my official seal, at my office, in said County and State, the day and year in this cesti6pte first above written. My commission expires . 0R ORIGINAL SEE CITY CLERK'S FIOCOPY PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, , AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRML.YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL. OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (1)) DAYS (NOT INCLUD4NGx', SATURDAY AND SUNDAY), FROM.-THE DATE OF THE MAIL'�JNG'. OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY, IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) m_ T ��' -- PAGE 5 LABOR AND MATERIAL BOND r KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED ,tune 23, 1969 .CHAS AWARDED TO Healy Tibbitts Construction CO. , '.HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Sewer Force Main Across Balboa Island Channel 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. ...� F ° 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, SMALL 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, WE ;i&kLY TI138ITTS CONS TRBCTIO ,' CO. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND FIRaiN'S FUND INSLMANCE COz11TANTY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF FOURTEEN THOUSAND AND No /100--- -- -- --- - - - --- DOLLARS ($ 14,000.00 SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, VPON, 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 RESP ©CT 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 ATTORNEY '5 FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 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 BOND) AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIMEy ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATI8NS 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 INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF) THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMEDy ON THE DAY OF . 0 196 . HF1LY TIBMITTS C+VSTRUCTION CO. (SEAL) 10111 'tr (SEAL) 8. H. SMI.T.H PRESIDENT (SEAL) CONTRACTOR FIREMA.N'S FUND INSURANCF, COMPANY (SEAL) BY: .e4,� / /M_ L: (SEAL) YILL.FR A.t*_orney -in-Fact (SEAL) SURETY APPROVED AS TO FORM: 1. Y ATTOR - THIS D WAS APPROVED BY THE C'I'TY COUNCIL OF THE CIT NEWPORT BEACH BY MOTION ON DATE \ ATTEST'. CITY CLERK NOTARIAL ACKNOWLEDGMENT—ATTORNEY IN FACT STATE Or CALIFORNIA On this ---------- -- ---------------------- day of..........._---- _---------- ------ ----------------------- 19......- .... before r "� a �S. S me, -------- ------------ ------------------- - ---- ------------ - ---------------------------------- !, a Notary Public in and for --------------------------- ------- --------- said — ----------- ........... ... ....._..__....County, State aforesaid, residing therein, duly commis- sioned and sworn, personally appeared .......... JEANNAILLAR -------- ---- - - --- - ------- - -- --- -- ---- --- ------ known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the said .................. .... ....... county of......__._..... _........._............ ..... .. the day and year in this certificate first above written. ... .......... . ..... Notary Public in and for the ..... .............. .........................County of..................... State of California. My commission expires.....--.---...._--..---_ .......... - ................. .......................... 360042-5-65 ;0e.'o Rio. 3. 7.96919 PAGE 7 e PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 23, 1969 HAS AWARDED TO Healy Tibbitts Construction Co. HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR Sewer Force Main across Balboa Island Channel 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 u : OF THE CITY OF NEWPORT BEACH. z 1.. d 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, HF-A _`_ TIBBITrS CONSTRUCTION CO. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR ", AND rLz'm - ,msntmiCE coml:� \'Y AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF F 1TTEF_N' :HOUSAN''.D AND No;'! 0------- --- - - -- -- `-DOLLARS ($ 14,000.00 SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE 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 H (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED,.HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIMEI 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 CHANGED EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERNS OF THE CONS 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 WHEREOF1 THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED ON THE DAY OF , 196 . IiE1LY TIB�BBIITTt'S CONSU.'RUCTIQN' CO. (SEAL) ( . L (SEAL) SMITH PRES1, ENT (SEAL) CONTRACTOR FIRJdAN'S FUND INSUMNCE CQ�TANY(SEAL) ;',Y; --� � '� v'' (SEAL) 7 n: M LIFR SURETY !ttternev -in -Fact APPROVED AS TO FORM: ITY ATTO Y NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT STATE OF CALIFORNIA On this_ ........... __ -------_-------- day NTV A17) 19..._._...., before ------------- ------------ ------ I --------------- County of S. S. me, -------- ----------------- ----------------_ - ------------------------------------------------------- a Notary Public in and for C' I'. , said._-- _.--- --- --------- -------. .._......County, - State aforesaid, residing therein, duly commis- - --------­-------- I ------------ ------- I ----------------------- ) sioned and sworn, personally appeared........_ JFAN__.M!!JFR " * ' * --- ---- ----- -- ---- - known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto as principal, and his own as attorney in fact. IN WITNESS WHEPEOF, I have hereunto set my hand and affixed niy official seal, at my office in the said . ........................ . ..... .. .... County of......- _._.... ....................... .......... the day and year in this certificate first qbovp written. ........... �4< .�4. . V Notary Public in and for the... _... ......._---------------------- County of..._......._...... ........ State of California. My commission expires.........._.-....------.._'---- ................ .._.... .... ..................... 0 NON- COLLUSION AFFIDAVIT PAGE 9 THE BIDDERS BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEME HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM) HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER3 OR SUCH AFFIANT OR AF- F.I.ANTS 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 CONTRACTO 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 SHOUGHT BY THIS BID. I 6 �II�� ;eGJll SUBSCRIBED AND SWORN TO BEFORE ME BY TH I S G DAY OF 196 -. MY COMMISSION.EXP:I.RES: 7 ✓�rCs<s �� �� / V172CCfO� / NOTARY PUBLIC FOROIGINAL COPY SEE CITY CLERK'S FIR COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City (S) R. H. Smith Signed FOR ORIGINAL COPY SEE Cif CLERK'S FILE COPY Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No On file with City (s) R. H. Smith Signed PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS fl_K DAY OF BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND W,aal,f Tihhiftc Construction CD HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS I. 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 LOST 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 810 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- TIES 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 AGREEMENT. 2 /(1/67 0 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 CAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY OF NEWPORT BEACH, CALIF1ORNIA ly' BY: MAYOR CITY CLERK HEALY TIBBITTSr' CONMIRTION CO. ONTRACTOR BY: H. SMITH PRE�SSV; TITLE BY:ti� . vJ :I. D. MORRIS .SQCretary- Treasurer, TITLE APPROVED AS TO FORM: s 7/. TY ATTOR ll.Y • CONTRACT NO. 1223 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR A SEWER FORCE MAIN ACROSS BALBOA ISLAND CHANNEL APPROVED BY THE CITY COUNCIL ON THIS 26th DAY OF MAY, 196 La,Vra Lagios, Cfty C rk • •CITY OF NEWPORT BEACH, CALIFORN NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 1010p0Q� A.M. on the 16th day of �J-une� —, 19_kcL, at which time they will be opened and read, for performing work as follows: SEWER FORCE MAIN ACROSS BALBOA ISLAND CHANNEL CONTRACT NO.1223 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. „e Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 Se Sha beTi affix� to a dfT ocuments 'requiring signatures. In the case of'a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. • City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 9 0 CITY OF NEWPORT BEACH BALBOA ISLAND CHANNEL SEWER FORCE MAIN CONTRACT NO. C -1223 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1223 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place and operable, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS TOTAL Lump Sum Construct 8" Submarine Sewer Force Main, Appurtenances and Associated Work %tis,vey Eic,:�r _7Wo ,sra,vv Dollars and /Y Cents $ 2 (9. oc�>O Lump Sum ' L Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE G.IVEN 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 QUANTIT.[ES 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 SIGNATURES 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 THnE STATE OF CALIFORNIA�PROVIDING FOR THE REGISTRATION OF CONTRACTORS? LICENSE NO. `'jtJ CLASSIFICATION ACCOMPANYING THIS PROPOSAL IS / r2 CASH CERTIFIED CHECKy 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 AGIti ES TO�.. COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. PHONE NUMBER BIDDERS NAME ' (SEAL) DATE KUTHORIZED TIGNATURE /41 0 W. 7"o l r. AUTHORIZED SIGNATURE �7od/s TYPE OF URGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS SECRETARY2 TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: 0 0 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. ITEM OF WORK SUB - CONTRACTOR ADDRESS 2 3 4 5• 6. 7• 8. I+] L �'�F'_�n12i97 -won/ TYPE OF ORGANIZATION:: (INDIVIDUAL� CO- PARTNERSHIP OR CORP) �9ryn (I/ 7'" J71 ADDRESS C ",R,JIA,IV:V FUND /NS"URANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We. Healy Tibbitts Construction Co. (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporo!ion organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making. guaranteeing or becoming safe surety upon bonds or undertakings required or authorized by the laws of the State of California as Surety, are held and firmly bound unto City of Newport Beach ( hereinafter called lie Obligee; in the just and full sum of Ten Percent (10 %) of the total amount bid in dollars ------------ - - - - -- [.lodes W------------- - - - - -) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns. miatly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, Is about to hand in and submit to the obligee a bid or proposal for the Contract No. 1223 - Sewer Force Main across Balboa Island Channel in accordance with the plans anc specifications filed in the office of the obligee and under the notice mv:ting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the ce;nplelton of said work as required by law, then this obligation to be n�ll and void, otherwise to be and remain in full force and effect. W WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 16th day of June PBh.`,lium INCLUDED IN BBSU 360277— (FF) —11.66 EM HEALY TIBBITTS CONSTRUCTION CO. By. A W FIREMAN'S FUND INSURANCE COMPANY By /C Robert B. Livingston, Attorney- m -Fac: STATE OF -- -- -- - - -- - -- — - - - -( LOS ANGELES ( ss' COUNTY OF---------- _ --. -- —_ -_ J On this--- 16th day of - -.— June - -- - - -- — — in the year 19_69 before me, --- -- ----- --- Mary --- S. __BYbeB---------------------------- 1/ c. L SEAL P f iY S. BYBEE NvT v 1. C. CALIFORNIA PFIPCI ?AL OFFIG IN LOS V ;(,f " LES COUNTY My Commission Expires Jan. 14, 1972 360207 - 5 -66 a NOTARY ruBttc in and for said County and State, personally appeared- Robert B. B. Livingston known to me to be the person whose name is subscribed to the within instrument as the Attorney -in -fact of the FIREMAN'S FUND INSURANCE COMPANY, and acknowl- edged to me that he subscribed the name of the FIREMAN'S FUND INSURANCE COM- PANY thereto as principal, and his own name as Attorney -in -fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office, in said County and State, the day and year in this cetificate first above written. My commission expires---------- ----- — __— -------- _--------- -- ___ - -- PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE , AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRMLoYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE ,PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (1)) DAYS (NOT INCLUDTI#G SATURDAY AND SUNDAY) FROM. THE DATE OF THE MAIL1ING; OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL.BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT 15 READY FOR EXECUTION, THEN TH.15 OBLIGATION SHALL BECOME NULL AND VOID) OTHERWISE IT BE AND REMAA:N -IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT. IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) 0 TITLE INCIPAL SURETY 9 NON- COLLUSION AFFIDAVIT PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR 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- FI.ANTS 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 DE- POSITORY; 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 TO, OR SHARE WtTH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 15 DAY OF June , 196 9 MY COMMISSION.EXPi RES. April 19, 1972 Samuel 0. White Notary Public - California Principal Office in Los Angeles County My Commission expires April 19, 1972 Healy Tibbitts Construction Co. 1400 W. 7th St. Long Beach, Ca. 90813 (s) Samuel 0. White NOTARY PUBLIC 0 0 Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. igned Page 10a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. C L' igned II III. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE BALBOA ISLAND CHANNEL SEWER FORCE MAIN CONTRACT NO. 1223 SCOPE OF WORK SP l of 3 The work to be done under this contract consists of constructing an 8" submarine sewer force main across the Balboa Island channel, including appurtenances and associated work. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan (Drawing No. S- 5032 -S) and the City's Standard Drawings and Specifications. The City's Standard Speci- fications are the Standard S ecifications for Public Works Construction, 1967 Edition, including 1968 and 1969 Supplements. TIME OF COMPLETION The Contractor shall complete all work on the contract within 135 consecutive calendar days after the date of execution of the contract by the City. ORDER OF WORK The Contractor shall initially install the Bayside Drive connection from the channel side of the bulkhead to the existing force main in the proposed parking lot. This work shall commence immediately after execution of the contract and while the UsiFlex boltless pipe is on order from the supplier. If the Contractor fails to expedite the work, he shall be responsible for repairing the proposed asphaltic concrete parking lot and fence to the satisfaction of the Engineer. The intent of this procedure is to install this portion of the project prior to construction of the parking lot and appurtenances by others. IV. CONSTRUCTION SURVEYS All field staking for the control of construction shall be the responsibility of the Contractor and shall be performed under the supervision of a Civil Engineer or Land Surveyor licensed to practice in the State of California. Payment for all staking shall be included in the unit prices bid for the various items of work and no additional payment will be made. SHUTDOWNS AND BYPASSING SEWAGE FLOWS The existing 8" cast iron and flexible joint cast iron pipe force main shall be kept in service at all times except for temporary shutdowns required for detouring sewage flows and making final connections. Such shutdowns must be coordinated with the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Ext. 74. • • SP2of3 It is anticipated that the allowable shutdown periods for the existing 8" force main may be as follows: 1. 2 hour shutdown from 10:00 A.M. to 12:00 noon daily. 2. 2 hour shutdown from 2:00 P.M. to 4:00 P.M. daily. 3. 6 hour shutdown from 10:00 P.M. to 4:00 A.M. daily Exact time and length of shutdown and detouring of sewage flows must be confirmed 24 hours prior to the time required. VI. SUBMARINE SEWER FORCE MAIN AND APPURTENANCES A. 8" Usiflex Boltless Flexible Joint Pipe The new 8" diameter submarine sewer force main shall be ductile iron USIFLEX boltless flexible joint pipe Class 250 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. The Contractor shall be responsible for installing a test plug and a test cap during the construction phases to effect pressure tight closures at the ends of the pipeline and to pressure test the line. The elbows and couplings to be furnished and installed shall be USIFLEX boltless flexible joint bends Class 250 compatible with the Usiflex pipe. Dual purpose mechanical joint solid sleeves as manufactured by United States Pipe and Foundry Company, or an approved equal, shall be used to connect the end of the Usiflex pipe to the cast iron pipe. B. Mechanical Joint Pipe and Cast Iron Wyes Standard 8" mechanical joint cast iron pipe Class 250 as manufactured by United States Pipe and Foundry Company or approved equal shall be installed from the Usiflex boltless flexible pipe to the cast iron flanged coupling adapter at the ballcentric valve at both end connections. Cast iron flanged wyes (American Standard B -16.1 - Class 250) shall be installed J at both end connections between the ballcentric valves and the cast iron flanged coupling adaptors. C. Cast Iron Flanged Coupling Adapters Cast iron flanged coupling adapters shall be Smith Blair No. 912 or equal. D. Bolts. Nuts and Washers All bolts, nuts and washers used in all pipe and valve connections shall be Type 18 -8 stainless steel. E. Valves All valves shall be ballcentric valves, Homestead, Fig.1532, nickel iron, EPT coated plug as manufactured by Homestead Valve Manufacturing Company, Coraopolis, Pennsylvania, 15108. G. 0 • SP3of3 Buried Valves and Flanged Coupling Adapters All buried valves and flanged coupling adapters shall be thoroughly cleaned and given two coats of E.C. -244 protective coating as manufactured by Minnesota Mining and Manufacturing Company. The dry thickness shall be at least 1/8 of an inch over all surfaces. The coating shall be applied strictly in accordance with the manufacturer's recommendations. Bulkhead Openings The existing Balboa Island and mainland bulkheads shall be cored with a rotary core drill to the dimensions shown on the plans. The portion of the mechanical joint cast iron pipe extending thru the bulkhead shall be wrapped as shown on the plans with 6" x 5/16" flexstrip waterstop as manufactured by Water Seals, Inc., 9 South Clinton St., Chicago, Illinois 60606. After wrapping the pipe the area between the pipe wrapping and the core hole shall be grouted to the satisfaction of the Engineer. Placement of the Submarine Force Main and The probable existing rocky material profile as shown on the plans is for reference only. This information was acquired from data obtained when installing the existing 8" sewer force main. There is no warranty that the rocky profile shown exists on the proposed sewer force main alignment. The existing sandy channel bottom profile as of May 8, 1969, will be altered on the mainland side in June, 1969 to the approximate limits shown on the plans. The 8" flexjoint pipe sewer force main shall be constructed with a minimum of 22 feet of sand cover. A trench, approximately 3 -3z feet deep, will be cut thru the existing rocky material from the mainland bulkhead to approximately 100 feet into the channel to accommodate the new sewer force main. This work will be accomplished by others in June, 1969. It is anticipated that this trench will fill up with sand in the interim until the new force main is installed. The Contractor will be required to remove this sandy material to obtain a minimum of 21-2 feet of sand cover over the pipe. Pressure Testing The new submarine sewer force main and appurtenances installation in accordance with Section 306 - 2.3.10.1 fications. The test procedure shall be modified by to 150 p.s.i. and the test period to 60 minutes. VII. PORTLAND CEMENT CONCRETE SIDEWALK REPLACEMENT shall be pressure tested after of the City Standard Speci- changing the test pressure The existing portland cement concrete sidewalk shall be saw cut, removed and replaced to the dimensions shown on the plans to accommodate the pipeline construction. All portland cement concrete shall be Class 6.0 -B -3000 concrete. / w a CONO1710N / i CONDITION Ink9 .. � =4�,- 9 CONDITION!// M•w. p caNDirioN v . nll cloNa/rioN ur CONDITION /I/ DL=- r.4 l L S NO re: /NR , COND /r/OA/ V 111 ./M � .urY✓.M V4tVE 4NCNoa /PEOD Foa YWIIES /2 "ODLAOSEQ (SEE DWG• L -506- STD. •: 46 'MAX• TYP /CAL SECTlav TL/.PU TN/PUST BLOCKS (L) ALC TH.QUST BLOCIV BE4Q /N6 F4CES SA144 L SE PDU,QED A64INS7 UNDISTLAeBED SOIL 'OQ APPQOVED COMPACTED 54CLIP /L4. (Z) CONC. SH44 L BE CL 4 SS 6. O - 8 - 3000 THQUST BLOC/! BL gelmG ",64 /rV S FT. P /PE CO/VD /T /O/V S /ZE / // /// /V V U/ Y// 4 2.6 3.3 2.6 13 /5 2 0 .3.3 -1////, ?. 6 6 4.6 6.5 3.9 2.0 2.6 3.3 6.5 4.6 B 7.8 / /.O 5.9 3.3 3.9 5.9 //.0 Z8 /0 12.4 /7.5 9.8 5.2 6.5 9;/ 17.5 1Z4 12 /75 24.8 13.6 7.8 9:1 11.3 24.6 /75 14 24.0 33.8 /8.2 9.7 12.3 16.9 338 24.0 16 31.1 44.0 23.8 12.7 15.5 23.2 44.0 31.1 !. CAL CUL A TED ON ZZ5 LB.. TEST P2ES5U,QE f ALL 0K143LE BEA.&/t/G P/IESSLIeE OF 2000 LBS. PE,P SO FT. 2. IN P00262 SOILS SPECIAL DESIGN /S 96QU //ZE0 . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD H2US T ,BL' O CA DRAWN DATE WORKS DIRE R.E. NO. DRAWING N0.. STD. -.SO 9--L F /N15M50 STQEET G.¢40E A. C• Rio vT. —+.� ROCK 64557E ° .a CONCQETE COLG4Q SH.4GG,QE G;LA55 6.O- B -3CYw B" CONC. OQ A C. r-YAG FR4ME CovER BROOKS P,P000C7?j NO. 4 TT MAQKEO WATER, S6WEQ O Q A5 QC U/QEO y.•b • c; s c CITY OF NEWPORT BEACH DRAWN A. /" DATE PUBLIC WORKS DEPARTMENT APPROV VALVE 4:9OA V COVEQ OR F, UBUC WORKS DIRECTOR TERM /NAL CL49AA10UT COMEQ R.E. N0. AAAD QISEQ DRAWINfl NO. STD. -SIO-L 0 0 RESOLUTION NO. P"j A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR _MUM ISLAND FMCS 1419 Contract No. WHEREAS, pursuant to the notice inviting bids for work in connection with the Balboa Island Channel Smor Force iiain. Contract Ho. 1223 , in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of Ame 19 69 , and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is HiALZ TIDBITS CONSTAM109 CO. of Long Basch ; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of HEAL? TIBBM CMSTMTIM CO. for the work in the amount of $2$.000.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 23rd day of Jute , 1969 Mayor ATTEST: City Clerk THSteh 6/19/69 0 0 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA ISLAND CHANNEL SEWER FORCE MAIN (C -1223) RECOMMENDATION: June 23, 1969 ,E -3(�) Adopt a resolution awarding the contract to Healy Tibbits Construction Co. for $28,000.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Six bids were received and opened in the office of the City Clerk at 10:00 A.M. on June 16, 1969. BIDDER TOTAL Healy Tibbits Construction Co., Long Beach $28,000 Lynam -Wood Const. Co., Corona del Mar 31,250 Trautwein Brothers, Newport Beach 33,995 Penhall Marine, Newport Beach 35,833 R. A. Watson Co., N. Hollywood 37,700 Gallacher and McKervey, Costa Mesa 65,000 *The bid submitted by Gallacher and McKervey contained a qualification regarding the elevation of the rocky material in the channel bottom. Their investigations disclosed the rock elevation to be higher than anticipated in some locations, thus additional rock excavation would be needed to attain the depth of cover over the pipe specified. The bid qualification stated that they would reduce their bid price by $15,000 if the depth of cover required were to be reduced so that no rock excavation would be needed. The adjusted bid would then be $50,000, which would still be the highest bid received. The low bid is 22% less than the engineer's estimate of $36,000. Funds are available in Account No. 02- 5597 -142. The project will provide for construction of an underwater sewer force main from Balboa Island to the mainland. This main will parallel the existing force main which will be kept operable for emergency uses. This construction will greatly increase the reliability of the sanitary sewer system serving Balboa Island. The work will dovetail with The Irvine Company's development of its new marina area on the mainland side of the channel. The plans were prepared by the City. The estimated date of completion is November 15, 1969. 1 J seph T Devlin P blic W r s Director ldg ti I I i Z U) aw w z t2 Z; ,-0z O ��nnN���AUwnu IIRARIAAYI� � iiM���w��w�� O 40 U � � 09 a J f '1q • f W M iJi V W C J FZC9 �I O �I ^ m G' C T 'ZN W LLJ • 11.�,1� ct Z FZC9 ^ O Z F^ U W i. 4 T �n�won�mnNi�ei I��I�IU�Rllfllll amAn�miumd nq�n�nun�urinn�� muuuninwnnein A�I�IIII��IN9NIN 0=4L NOTICE LEGAL NOTIC_ * CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS x SI;A BIDS will be received the o f t Y Clerk, Hall, Newport Beach, California, f until 10 00 E1, on ;the I= day of June, 1969, at which time they will be opened an Toad, for performing work as follows: BALBOA ISLAND CHANNEL SEWER FORCE MAIN CONTRACT NO. 1223 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Depart- ment. The additional copy of the Proposal Form is to be retained by the bidder for his records. -fteh bid must be accompanied by cash, certified check or li);dder's Bond, made payable to the City of Newport Beach, foi'an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked . on the outside of the envelope containing the bid. `}'The Contract Documents that must be completed, executed, j iiW returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Cor- porations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor - porate Seal Shall be affixed to all documents requiring signatures. In the case of aPartnership, the signatureof at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification inthe Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. , Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif, 90034, (213) 870 -9871, The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the] general prevailing rate of per them wages in the locality iW which the work is to be performed for each craft, c181islfication, or type of workman or mechanic needed to execute 'the contract and has set forth these items in Resolution No. 8982; adopted May 12, 1969. A copy of said resolution is available In the office of the City Clerk, All parties to the contract shall be governed by all provisions of the California Labor Code relating to pre- vailing wage rates (Sections 1770 -1781 inclusive). ' CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagic s, City Clerk Publish: June 5, 1969, in the Newport Harbor Ensign. i AND CHANNEL SEWER FORCE CONTRACT N0, 1288 mbmitted on the Proposal form meets furnished by the Public Wo Ix Depart+ nal copy of the Proposal Form is to`Ua- retained his records.. t be aecomjfacded by cash, ciuMfleQ c ; made payable to the City of *WPM qual to at least 10 percent of tai snlognE B Project and the words "SEA!!. on the outside of the envelope .. sots that mast be complel" ' bid are: p :` Subcontractors # is Vlt tal Responsibility ty and Experience Referent .v eks` sign be n affixed behalf with the r. and, sigWng on behalf of the bid or.cl0r -, es of the President or V AMIstant Secretary are required b4fflieftalIdDeumentsrequir ship,thesigoabdeaf at l cepted from a Contractor who nak'b' e with the Provisions of C Inar-Mci-Doeuments, and Professions' Code. T Dunbar and cncludi ration including f °at the Public Works wifornia, at no cost to !large of $2.00 will be requir Mir saes B fif Led ocuments issued to other It 1B DOcumentsbereturaTtlwti; ac the Standard SpeciAca dow are available at the i $E 00 Pat seL ...:. , right to- reject aq or s1f on such bids. the Provisions of Article 2, -ca MR Labor Code (Sections 1470; ` JN. s of Newport Beach hof per diem wages be performed fca sacs cror mechanic needed to exese items in Resohdion r of said resolution is a Lll parties to the contract TO: CITY COUNCIL / D. R:I)q FROM: Public Works Department SUBJECT: BALBOA ISLAND CHANNEL SEWER FORCE MAIN (C -1223) RECOMMENDATIONS: 1. Approve the Plans and Specifications. May 26, 1969 OE- 7 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on June 16, 1969. DISCUSSION: The estimated cost of the work is $36,000. Funds available in Account No. 02- 5597 -142 are $36,000. This project will provide for construction of an underwater sewer force main from Balboa Island to the mainland. This main will parallel the existing force main, which will be kept operable for emergency uses. Construction of the parallel main will greatly increase the reliability of the sanitary sewer system serving Balboa Island. This construction will dovetail with The Irvine Company's development of its new marina area on the mainland side of the channel. The plans were prepared by the City November 15, 1969. seph T. evlin P blic W r s Director HW /ldg The estimated date of completion is TO: CITY COUNCIL FROM: Public Works Department 0 May 12, 1969 SUBJECT: REVISION TO SEWER PUMP STATION AND SYSTEM APPURTENANCES BETTERMENT PROGRAM RECOMMENDATION: Authorize a change in the subject sewer program from the work as described in the budget document to construction of a parallel sewer force main from Balboa Island to the mainland. DISCUSSION: The work originally contemplated in the current year's project entitled "Annual Sewer Pump Station and System Appurtenances Betterment Program" consisted of the con- struction of parallel sewer siphons and pump station modifications on Balboa Island. In view of the current development taking place in the area of the mainland terminus of the sewer force main from Balboa Island and the critical importance of this force main, it is felt that the program priorities should be revised to provide for construction of a parallel force main at this time, and completion of the other work at a later date. J ISP�DS1110N: eph T ev1in lic W s in ldg