Loading...
HomeMy WebLinkAboutC-1344 - Jamboree Road Median Island Irrigation SystemJuly 26, 1971 P—q TO: CITY COUNCIL FROM SUBJECT Bublic Works Department ACCEPTANCE OF JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1344) 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. DISCUSSION: The contract for the construction of an irrigation system in Jamboree Road from Back Bay Drive to San Joaquin Hills Road has been completed to the satisfaction of the Public Works Department. The bid price was: $6,816.00 Amount of Change Orders: - -- Total Contract Cost: $6,816.00 Funds were budgeted in Account No. 19- 3306 -063. The contractor is P.B.M. Irrigation Company or Long Beach, California, The contract date of completion was June 31, 1971. Completion of the work was delayed until July 15, 1971, to allow time for the Edison Company to provide electrical service for the automatic sprinkler controller. l � ' oseph T, evlin ublic W. s Director GPD /bg TO: CITY COUNCIL FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM (C -1344) RECOMMENDATION: May 17, 1971 P--3( ) Adopt a resolution awarding the contract to P.B.M. Irrigation Contractors of Long Beach, California for $6,816.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Sixteen bids were received and opened in the office of the City Clerk at 10:00 A.M. on May 4, 1971, Bidder Amount P.B.M. Irrigation Contractors, Long Beach $6,816.00 Omega Landscape Company, Santa Ana 7,580.00 Pacific Coast Irrigation, Inc., Orange 7,649.00 Triangle Maintenance Corp., Artesia 8,210.92 John Motshagen Company, Torrance 8,430.00 Schmidlin Bros. Inc., Lawndale 8,760.00 S.C.I., Inc., Midway City 8,800.00 Modern Irrigation Company, Santa Ana 8,846.00 Bob's Landscaping Service, Santa Ana 9,027.00 R. A. Willit's Plumbing Inc., Long Beach 9,660.00 Biltmore Sprinkler Co., Fullerton 9,696.00 Norman Benham Landscape, South Laguna 10,300.00 La Mirada Sprinkler Company, La Mirada 10,330.00 Valley Crest Landscape, Inc., Santa Ana 10,411.00 Farmac Pipeline Inc., Santa Ana 12,980.06 Roy C. Barnett, Individual, Riverside 13,800.00 The low bid is 51.2% less than the estimate of $14,000.00. Funds for the project are available in Gax Tax Budget Appropriation Account Number 19- 3306 -063. The project will provide for construction of a landscape irrigation system in one traffic median island on Jamboree Road between the Newporter Inn and Santa Barbara Avenue. The plans were prepared by the City June 30, 1971. oseph T. evlin ublic r Director M /ep The estimated date of completion is 1�S 7-1 gation System fitted in lieu C 3.-i V114 4 T LACUNA BZA CH b821 7 DATE. May P",y 70 9c)- 52 1 ---OL '7� • 12 2 2"' 'S 2 20 lo APP 1419°1 Ry hs C;,Y Cou, CIL April 12, 1971 TO: CITY COUNCIL /J c/ FROM: Public Works Department ri DDD SUBJECT: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM (C -1344) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., May 4, 1971. DISCUSSION: This project provides for the construction of a landscape irrigation system in one traffic median island on Jamboree Road between the Newporter Inn and Santa Barbara Avenue. The estimated cost of the work is $12,500.00. Funds are available in Gas Tax Budget Appropriation 19- 3306 -063. The plans were prepared by the City. The estimated date of completion is June 30, 1971. 1 oseph T. evlin ublic r s Director TD /ep P. B. M. Irrigation Co. P. O. Box 5643 Long Beach, California 90805 Subject: Surety Bonds No. Project Contract No. : Gentlemen: 0 August 19, 1971 American Bonding Company 3858 Jamboree Road Median Island Irrigation System 1344 The City Council on July 26, 1971 accepted the work of subject project and authorised 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 wag filed with the Orange County Recorder on August 3, 1971, in Book No.. 9746, Page 324. Please notify your surety company that bonds may be released 35 days after recording date. Very truly yours, Doris M. George Deputy City Clerk DMG cep cc: Public Works Department 9146F. 3'" riff /� �Q59 REDING PIP.,t °.; R PJRN��TO: LT REp ED BYLA'_':..;.i;NI CITY CLERK CITY Cr iJCb'rPU "T EEACH 330" P:CWPMT BOULEVARD NEWPOP,T BEACH, CALIF. 92660 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 15, 1971 the Public Works project consisting of construction of an irrigation system in Jamboree Road from Back Bay Drive to San Joaquin Hills Road on which P. B. M. Irrigation Company was the contractor, and American Bonding Company was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH Director 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 August 2, 1971 at Newport Beach, California. 1, the undersigned, I , _ I am the City Clerk of the City of Newport Beach; the City Council of said City on July 26, 1971 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 August 2. 1971 at Newport Beach, California. _ Dris M. George, DepUtir City Clerk 7FREE RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. AUG 3 1971 J. WYLIE CARLYLE, County Recorder 0 9 CITY OF NEWPORT BEACH CALIFORNIA Date: Auynet 2, 1471 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of UmLoree Road daedi n irrigation &gate= Contract No. C_1344 on which P. B_ M_ Irrigation Comnaav was',, the Contractor and American Bonding Comgir was the surety. Please record and return to us. Very truly yours , '�, 4, Laura Lagios City Clerk City of Newpert.Beach LL: Encl. 0 CITY OF NEWPORT BEACH Ll Date JUPA 34,1891 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C-134 Project Ja dmm Road Median Island IrTigdlM Systm Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Address: P. 0. Box 6648, Lora Be&&, CA 90805 Amount: $ $6,816.00 Effective Date: 6 -I1 -71 Resolution No. 7426 adopted on —5-11 i LL:dg Att. cc: Finance Department ❑ T0: ,CITY CLERK: FROM: Public Works Department SUBJECT: .JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM ..Contract 1344 Attached are four sets of contract documents and insurance .certificates for the subject project as executed by the contractor. Please execute on behalf of the city, retarh your copy and, ;_ the insurance certificates, and return the remaining copies" to us for distribution. 4t zM Ed L. McDonald Project Engineer ELM /ldg Att. `'' �i: c._ S +i..�.L_ FREMONT wDeminf compmy r 7N[ PREMON7'rYtLONO '" 1702 WEST EI6NT14 aTRIt9T • LOS ANOELE2, CALIFORNIA 20017 • 4212) 422.272t DATE: JUNE 1, 1971 as CITY OF NEWPORT BEACH CITY HALL 3300 WEST NEWPORT BLVD. TO: NEWPORT BEACH, CALIFORNIA CERTIFICATE OF WORKMEN'S PETER B. MOTSHAGEN COMPENSATION INSURANCE DBA: P.B.M. IRRIGATION CONTRACTORS EMPLOYER: P.O. BOX 5643 LONG BEACH, CALIFORNIA 90805 POLICY NO. - -71 -03711 POLICY PERIOD 4/1/71 TO 4/1/72 LOKEY INS. PRODUCER AGENCY 53/100/1 THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. We wilt give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); �a�tey �nswtat+ee'�ttje►tshi TS' GA 5 'U• NE 6.3959 "A!° s27 ti024 1424 E, AkTF4lA BLVD. LONG BEACH, CAL. 90805 r 41 FREMONT INDEMNITY COMPANY OWCUTIVE VICE VI 310ERT 0 0 Great Certificate I` aria COMPANIES o/ 10,912jurance Great American Insurance Company E] American National Fire Insurance Company (Herein called the Company) In the event of cancelation of the policies designated below, it is the intent of the Company to mail 10 days prior notice thereof to: rCity of Newport Beach NOTE: This Certificate of Insurance neither City Hall affirmatively nor negatively amends, extends, 3300 W. Newport Blvd. nor alters the coverage afforded by the Newport Beach, California policy or policies numbered in this certi- L J ficate. The Company certifies that the following insurance policies have been issued to: NAME OF INSURED Peter B. Motshagen, DBA: P.B.M. Irrigation Cont. ADDRESS OF INSURED P. 0. Box 5643, Long Beach, Calff. 90805 TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY BODILY INJURY PROPERTY DAMAGE WORKMEN'S COMPENSATION STATUTORY NO COVERAGE and EMPLOYERS' LIABILITY $ NO COVERAGE COMPREHENSIVE GENERAL LIABILITY SLP 5258387 (1 2-9 -71 2 -9 -72 $ 250 000. PERSON $ 100 ,000. OCCHRgEN CH 85_0_0 00 0. OCCURRENCE 85_0_0 OOO. AGGREGATE $ 500 ,000. AGGREGATE MANUFACTURERS'AND CONTRACTORS' LIABILITY $ PERSON $ EACH oc $ OCCURRENCE $ AGGREGATE OWNERS' AND CONTRACTOR PROTECTIVE LIABILITY SLP 5258387 2 -9 -71 2 -9 -72 $ 250 .000. PERSON E 100 ,000. OCCURRENCE $ 500 000. EACH OCC $ 500 .000. AGGREGATE OWNERS' LANDLORDS AND TENANTS' LIABILITY $ PECS N ACH $ E $ ERRR NCE CC COMPLETED OPERATIONS AND PRODUCTS LIABILITY SLP 5258387 2 -9 -71 2 -9 -72 $ 250 000. EAC" $ 100.000 EACH $ 50(),0()0 ECACH CE $ 500 000. AGGREGATE 50O 000. AGGREGATE COMPREHENSIVE AUTOMOBILE LIABILITY S LP-5258387 2 -9 -71 2-9-72 $x100 000. 11A $ 10O 000. OCCURRENCE $ 500 000. OCCURRENCE OWNED AUTOS SLP 5258387 2 -9 -71 2-9 -72 $ 100 000. EACH $ l0O 000. ECCHRRENC $ 30O 000. OCCURRENCE a-' Rio as HIRED AUTOS SLP 5258387 2 -9 -71 2,9 -72 $ 100 000. PERSON EACH $ 100 000. OCCURRENCE $ 300 000. OCCURRENCE OTHER NON -OWNED AUTO$ SLP 5258387 2 -9 -71 2 -9 -72 $ 111,001- EPE $ 100 000. HURRENCE $ 300 000. OccVRReNCE COMMERCIAL UMBRELLA LIABILITY $ each occurrence, aggregate where applicable, in excess of Primary insurance recorded. w z r 0 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED "It is hereby 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 receip by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a regi tered written notice of such cancellation or reduction in coverage." It is further agreed that the City of New ort Beach is name itional insured but s o.D Awyca.LD wvAn yca AVUUC.. ..� w.c uwncu ,w.." yx "77 o... w. a 'OAIi HIS J- This Certificate is not valid unless countersigned by an autho._,ted gpreseritdtive o{ tha Compony. 5 -24 -71 hawah� ao »rLnsNfu B su e DATE V AUTN IZED REPRESENTATIVE. h ORIGINAL r ... Fd0a3Z/4 - rr69... y :. i :.:: c � :.✓ - >- I FREMONT IWDEMWITY comrmy . tN[ 7R2MOMT OtlIID /NO ��" "' 1700 W[OT. 61ONTN OTRi[T • LOS DATE: 5- 24771 TO: City of Newport Beach City Hall 3300 W. Newport Blvd., Newport Beach, California EMPLOYER: Peter B. Motshagen DBA: P.B.M. Irrigation Contractors P. 0. Box 5643 Long Beach, California 90805 POLICY NO. AA -71 -03711 POLICY PERIOD 4 -1 -71 uJ ORN1A 00017 • (2131 480 -0731 CERTIFICATE OF` KMEN'S COMPENSATION INSURANCE I THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form,:, approved by the Insurance Commissioner of the State of California to the Employer :named above for the policy period indicated. We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); Contract #1344 Qajtey QNSUaaxce �excy r: 52% -6928 Ia2a E. ARTESIABLV D. LONG BEACH, CAL. 10105 \ Great /� A-Arit lican e Insurance Certificate cate of thJurance COMPANIES ® Great American Insurance Company ❑ American National Fire Insurance Company (Herein called the Company) In the event of cancelation of the policies designated below, it is the intent of the Company to mail 10 days prior notice thereof to: T— City of Newport Beach NOTE: This Certificate of Insurance neither City Hall affirmatively nor negatively amends, extends, 3300 W. Newport Blvd. nor alters the coverage afforded by the Newport Beach, California policy or policies numbered in this certi- L ficate. The Company certifies that the following insurance policies have been issued to: NAME OF INSURED Peter B. Motshagen, DBA: P.B.M. Irrigation Cont. ADDRESS OF INSURED P. 0. Box 5643, Long Beach, Calff. 90805 TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY BODILY INJURY PROPERTY DAMAGE WORKMEN'S COMPENSATION STATUTORY NO COVERAGE and EMPLOYERS' LIABILITY $ NO COVERAGE COMPREHENSIVE GENERAL LIABILITY SLP 5258387 (� 2-9 -71 2 -9 -72 $ 2SO 000. PARSON $ 100 000. EACHRRENCE $5-0-0,000. OCCURRENCE $50O 000. AGGREGATE $ 50O 000. AGGREGATE MANUFACTURERS'AND CONTRACTORS' LIABILITY $ PERSON $ EACH oc $ EACH $ AGGREGATE OWNERS' AND CONTRACTOR PROTECTIVE LIABILITY SLIP 5258387 2 -9 -71 2 -9 -72 $ 250 ,000. PERSON $ 100 000. OCCURRENCE $ 500,000. EACH $ 500 .000. AGGREGATE OWNERS' LANDLORDS AND TENANTS' LIABILITY $ PARSO EACN RR $ OCCURRENCE RREN E COMPLETED OPERATIONS AND PRODUCTS LIABILITY SLP 5258387 2 -9 -71 2 -9 -72 $ 25O 000. PEACH $ LOO OOO. OCCURRENCE EACH $ Boo OOO OCCURRENC $ 500,200* AGGREGATE 500 000. AGGREGATE COMPREHENSIVE AUTOMOBILE LIABILITY SLP 5258387 2 -9 -71 2 -9 -72 $ 000. PARRS EA $ 10O 000. OCCURRENCE r100 $ 3OO OOO. OCCURRENCE OWNED AUTOS SLP 5258387 2 -9 -71 2 -9 -72 $ lOO OOO. PERSON $ 100,000. OCCURRENCE $ 300 .000. OCCURRENCE OJ ,ii Q< HIRED AUTOS SLP 52S8387 2 -9 -71 2,9 -72 $ lOO OLIO. PERS N EACH $ l0O 000. OCCURRENCE EAC EAC $ 30O 000. OCCURRENCE OTHER NON -OWNED AUTOS SLP 5258387 2 -9 -71 2-9 -72 $ 100 ,000- EACH PER SON $ 100 ,000. D E ACH U RR $ 30O 000. OCCURRENCE COMMERCIAL UMBRELLA LIABILITY $ each occurrence, aggregate where applicable, in excess of Primary insurance recorded. e W x H 0 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED "It is hereby 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 receip by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a regi tered written notice of such cancellation or reduction in coverage." "It is further agreed that the City of Newport Beach is named itional insured but solely 6J 1 Jt /GV4.J 3vV11� 1/GI YVFIIIIiV VJ' IILV I10.113ri 4 /'.A l3J{�i Yla WlylPa Al111 Gnl'�G/VI V J YY• t\ . LI This Certificate is not valid unless countersigned by an auth'ori ;ed.rvpresentctive of the Company. 5 -24 -71 aara >,yns;h/�) fis9 a su e DATE f1�Ha7� Y AUTH IZED REPRESENTATIVE F.20032A - 6-69 ORIGINAL A 0 FREMONT imodrary comPANY THE FREMONT BUILDING 1709 WEST EIGHTH STREET • LOS ANGELES. CALIFORNIA •0017 i S1 &03.0791 DATE: 5-24-71 TO: City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California EMPLOYER: Peter B. Motshagen DBA: P.B.M..Irrigation Contractors P. 0. Box 5643 Long Beach, California 90805 POLICY N0. AA-71-05711 POLICY PERIOD 4-1-71 CERTIFICATE OF WORKMEN'S -t COMPENSATION IA NSX-3 URANCE TO 4-1-72 PRODUCER Lokey IW=ce Agency THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); Contract #1344 W, GA 6 .. zn;v "REMONT. INDS-MNITY. COMPAW Countersigned at Los Angeles, Calif�nlc 1424 E. ART LONG BEACH, CAL. 90W)Z�=�,,�**,.--,X by 1 AUTMAIZED REPRESEWATIVE EUDCUTIVE Vice PRESIMPT uks CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 18, 1971 P.B.M. Irrigation Company Post Office Box 5643 Long Beach, California 90805 Subject: Jamboree Road Median Island Irrigation System Contract 1344 Gentlemen: The City Council awarded the subject contract to you on May 17, 1971 Enclosed are four copies of the contract documents for the construction of the project. It will be necessary for you to execute and return a Material and Labor Bond for 50% value of the contract amount; a Faithful Performance Bond for 100% of contract amount; and four copies of the contract. The date of the contract is to be left blank, and it will be filled in when the City executes the agreement. The rocessed contract documents will be distributed as follows: (1) City Clerk, (2� Public Works Department, (3) Contractor, and (4) bonding company. In addition to the above documents, please submit certificates for public liability and property damage insurance and workmen's compensation insurance. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The City of Newport Beach is to be named as an additional insured on the public liability and property damage insurance. The public liability and property damage policies shall be endorsed as follows: "It is hereby 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, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage." 0 0 Page Two 2. The minimum limit of the insurance shall be as follows: A. Limit of liability for bodily injury or accidental death: Each person $2500000 Each accident $500,000 Aggregate products $5000000 B. Limit of liability for property damage: Each accident $100,000 Aggregate protective $500,000 Aggregate products $500,000 Aggregate contractual $500,000 3. A signed certification regarding workmen's compensation insurance shall be as follows: "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." The specifications require that all of the above docum is be executed and returned to the City within 10 days after they have been mailed to you. Very truly yours, � /ACLU Ed.L.- McDonald Design Engineer ELM /bg Encl, cc: Insurance company Lokey Insurance Agency (Great American Insurance Companies) 1424 E. Artesia Long Beach, California 90805 (Public.Liatnlity and Property Damage) Fremont Indemnity Fremont Building 1709 W. 8th Los Angeles, California 90017 Approved by the City.Comcil this 12th day of April, 1971 Laurs�, pity Cler c civet), CITY OF NEWPORT BEACH �;[i7m JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM SUBMITTED BY: M Inly 108 Cs+*w Contractor /Ott *Mw so SM Address Laq IOU6. tBliftnie M10ifK ity Zip Phone $6606000 Total s ice - .: - - r. 9' ;" # x -::�`z mot✓ nyi.v -•'d1 --.- ems. -`*�,. _.. .} . _ .r<.4iiGx*r� -u �'•rx._tiv .. ,4�. .�.ra. mac'- �:+s.rv�` _ -" E CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 ..,".e " To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 0 PR1ofI 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. 1344 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: ITEM Q N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1, Construct complete Irrigation System Lump Sum @ Six Thou-stud Efjj t Piundredl Dollars Sixteen Dollars and ft Cents Cents $ 6.816.00 $ 6.616.00 —15-rap Sum EaV75—ni Total Price Written in Words Sax Ttiuusaru! Eight Hundred Dollars and Cents $ Sb.816.00 Sixteen Dollars and no Cents CONTRACTOR'S LICENSE NO. 249997 eW Irrigatioe, Contractor DATE `lay 4. 1971 BIDDER'S ADDRESS (Bidders Name) /s/ Peter a. mo tshagen Authorize Signature Post office Box 5643, Long Beach. California 90606 TELEPHONE NUMBER (213) 423 -1819 - � • CITY OF NEWPORT CHI — CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the " 4th day of Ma , 19 71 , at which time they w�TI opened and read, o� r per7orming wort as o ows: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 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 signature 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 T rporate S—eaT- shall be affixed to all documents 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- re�uFUNTi e . arge o` . wifi�e r re 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 (1970 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 Avenue., Los Angeles. California. 90034, (213) 870 - 987.1. The City has adopted Standard ISpecial Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. 1 � Page la 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). Revised 9 -15 -70 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 under- signed in making up this bid. The undersigned agrees that in 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 bind accompany- ing this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes f the State of California providing for the registration of Contractors, License No. 997 Classification C•LI Accompanying this proposal is Omd (Cash, Certified ec k, Cashier's Check or Bon 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. W42301319 Phone Number iyp 4s 1971 ate 1W IrMeat/on O"U%etor r- Bidder s ame (SEAL) /s/ tour a, youb"" Authorized ignature 1:10 A • Qa�c� Authorized Signature llwlvi4ral Type of rgan zation (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: I F 1. ry 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. Item of Work 1 . ftft A"V1red 2. 3. 4. 5. 6. 7. 8. 9. 10, 11. 12. Sub - contractor Address Mt irmostieft C"tratbr Bidder's Name /f/ pour 8. Matsbt M Authorized Signature iadirirrat Type of Organization (Individual, Co- partnership or Corp) 13 1* ftft" stmt Le" fto&* talifowla !9103 Address FOR 0RI6V SEE CITY CLERKS FILE COPT . Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, ►.S.@9e irr194ti0n centraators as Principal, and ANrrisen soodins Coa>►Ms Lambs Nebraska as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten hrcOt of kWAt Bid Dollars ($ (10% K bid) ), 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 Jarftm woad Median Island Irrisation Sysba (Contract 1344) 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 (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 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 30tis day of April 19 ". Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) /s/ Arlene as to Ca,dera camssim Egiree mw so an m P. 16 N. Irrig&*lcn rorstractors rincipal /s/ Astor fie AloubaS" AKRICAN OWNS CWANT, Lintels, Nebraska Surety /a/ Reba t a Title AtternlproHMfbct • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no 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 subcontractor 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 300 day of APH I , 19 n My commission expires: fty so ton P.&J6 Irrigatton C=tmter /o/ ftw 8. Matti was ftwr APUM 00 docordm Notary Public FOR CRAIlk SEE CI?Y =W*S FIE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 'Oa file with City Clew i /t~/ itoi D. Signed Page 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1974 city K IM "M* owl* $Gum# city "0~ 1974 cit4y of SOU AM N" 4M 0344i0 Signed INDEX 1 of 2 INDEX TO SPECIAL PROVISIONS C -1344 I. LOCATION AND SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 III. SMEDULE OF WORK . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . 1 VII. CONSTRUCTION DETAILS . • • • . • • • . • • • • • • • • • • 2 1. General . . . . . • • • • • • . . • • • . . • • . 2 2. Excavation, Backfill and Placement . . . . . . . . . . . . 2 3. Record Drawings . . . . . . . . . • • • . . • • . . 2 4. Loose Equipment . . .. . . . . . . . . . . . . . . . 2 5, Material . . . . . . . . . . . . . . . . . . . . . 2 A. P.V.C. Pipe . . . . . . . . . . . . . . . . . 2 i. Class 200 Pipe . . . . . . . . . . . . . . 2 ii. Ring -Tite Pipe . . . . . . . . . . . . . . 3 B. Pressure Relief Valves • . . . • . • • • . • . . . 3 C. Automatic Controller . . . . . . . . . . . . . . 3 D. Automatic Remote Control Valves• . . . • . . . . . . 4 E. Valve Boxes • • . . • . . • • • • • . . 4 F. Control Wire for R.C.V.'S • • • • . • I . • . • . . 4 6. Installation . . . . • . . . . • . . • • . . . . . 4 A. P.V.C. Pipe . . . . . . . . . . . . . . . . . 4 B. Automatic Controller . . . . . . . . I . . . . . . 5 i. Location . . . . . . . . . . . . . . . 5 ii. Connection to Existing Control Wires I . . . . . . 5 C. Auxillary Control Cabinet . . . . . . . . . . . . . 5 D. Valvd Boxes . . . . . . . . . . . . . . .. 5 0 E. R.C.V. Wires . . . . . F. Sprinklers . G. Valves *. . . . . . 7. Electrical Service and Connection 0 INDEX 2 of 2 . . . . . . . . . . . 5 . . . . . . . . . . . 5 . . . . . . . . . . . 6 . . . . . . . . . . . 6 n CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 I. LOCATION AND SCOPE OF WORK • SPlof 6 The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between Back Bay Drive and Santa Barbara Drive. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, automatic controller and all necessary appurtenances for a complete Irrigation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5039 -S) the City's Standard Drawings and Standard Special Provisions « -k; The City's Standard Specifications are the Standard Specifications for Public Works Construction (1970 Edition). The City's S�ll�ing� Standard pecia rovisions may be obtained at the Public Works Department for a fee of $2.00. II. TIME OF COMPLETION . The Contractor shall complete all work on the contract within 20 consecutive calendar days after execution of the contract by the City. III. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic. on Jamboree Road may be restricted,to.one 12 -foot lam,,jn-each d3ft� on betw6-eh'8:30'A.M.. and 3:30 P.M. Nbndoy through Friday during 66nstructiaU, except Memorial W-tff July 4th. °.. V. PAYMENT The lump sun price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place . VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sun price bid for the contract. VII. CONSTRUCTION DETAILS 1. General • SP2of 6 Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, automatic valves and automatic controller, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings, specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure laterial lines. (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Loose Equipment Loose sprinkling equipment, such as controller locking keys, will be furnished by the contractor in quantities as requested by the Engineer. Contractor shall also furnish two service manuals to the City. Manuals may be loose leaf and shall contain complete exploded drawings of all equipment installed showing components and catalog numbers together with the manufacturer's name and address: Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. 5. Material A. P.V.C. Pipe i. P.V.C. Pressure Rated Pipe - Type 1220 (PVC Class 200 $ Fittings) (a) Type I Grade II Pressure Rated Pipe. E • SP3of6 (b) Materials shall meet requirements set forth in ASTMD1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS 256 -63. (e) P.V.C. pipe shall comply with standards set forth in CS 256 -63. (f) P.V.C. Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manu- factured by Industrial Polychemical Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns - Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves Pressure relief valves shall be 3/4" Cash -Acme # K -10 set at 150 P.S.I. all brass construction. C. Automatic Controller (12 Station) The Controller shall have: three (3) completely independent Watering Schedules; a Minutes -of- Operation and Schedule Selector with variable timing of OFF - 60 minutes; a Station Numbered Terminal Strip for valve and pump starter relay connections; plug -in removable Control Panel Assembly; heavy duty steel, zinc plated, gild iridited, epoxy primed, 0 . SP4of6 acrylic enameled steel, weather proof, key lockable Housing and Pedestal; fused input (120 volts) and output (24 volt) circuits; valve stations capable of handling more than one valve as required (to a maximum of 60 V.A.) Controller shall be of the same manufacturer as the Remote Control Valves. All Controllers to be as manufactured by Griswold. Controls, Santa Ana, California. D. Automatic Remote Control.Valves, Electric Solenoid Type The remote control valve shall be 24 Volt, 3.5 Watts, and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a removable seat and be completely serviceable, from the top, without removing the valve body from the system. Valve shall be capable of operating manually without electricity. Valves shall be of the same manufacturer as the controller. All valves shall be as manufactured by Griswold Controls, Santa Ana, California. E. Valve Boxes All remote control valves shall be installed in Plymouth's Superflexon 1203 # 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMMY,/Plymouth Plastics, Wisconsin. Valve boxes are available at local suppliers. F. Control Wire for R.C.V.'S. All wiring to be used for connecting the automatic controller to the remote control valve shall be type OF -600V, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Pilot or "hot" wires are to be of one color and all "common" wires are to be of another color. 6. Installation A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic.to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe 0 0 SP 5 of 6 After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. During the test period, minimum test pressure at the highest point of the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. B. Automatic Controller i. Location (a) Automatic controller shall be installed at location shown on plan: Location shall be verified by City's representa- tive. Pedestal mounted controller shall be installed as shown in details and in accordance with manufacturers recommen- dations. ii. Connection to Existing Control Wires (a) Connect to existing numbered R.C.V. wires as shown on plan to corresponding stations on controller. (Stations 1 to 11). Wires "stubbed out" are existing and are for this purpose. (b) Connecting and splicing of wire shall be made using Rainbird Pen -Tite connectors. C. Auxillary Control Cabinet City of Newport Beach will furnish one empty control cabinet for installation by.contractor as shown on plans. Contractor will furnish P.V.C. Conduit and any other necessary materials for proper installation. D. Valve Boxes Plastic valve boxes shall be set two (2) inches above finish grade. E. R.C.V. Wires Common and pilot "hot" wires shall be bundled and taped every 10' and secured to underside of main line supply. Point of connections for R.C.V. wires are at locations and as shown on plans. F. Sprinklers All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. 0 0 Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated on Plans and shown in details. G. Valves SP6of6 Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. 7. Electrical Service and Connection �Atrangements for electrical power for controller will be pnpvided by the .City. The City shall be notified five (S) days prior to a4ected date needed for energization of controller. P.V.C. electrical conduit for the electrical power shall be installed by the Contractor as shown on plans. • LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted May 17 1971 has awarded to P_B_M_ Irrigation fmm�anv 7 4 hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. 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 per- formance 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: THEREFORE, P.B.M. IRRIGATION as Principal, hereinafter designated as the Contractor and AMERICAN BONDING COMPANY 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 subcontractors, 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 specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation 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 extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such.principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of May 19 71 See Notary Public (Attached) /s/ Richard R. Reber Commission Expires October 13, 1974 Appro ed as to fo +uo. s rgl. City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ate City Clerk /s/ Peter B. Motshaa en (Seal) P.B.M. IRRIGATION COMPANY (Seal) (See attached) (Seal) on tractor /s/ Robert D. Dunagan (Seal) Attorney in Fact IRM (SPP attarhpd) (Seal) . �� • Recording Requested By When Recorded Mail To L— SPACE ABOVE PUBLIC WORKS LABOR AND MATERIAL KNOW ALL MEN BY THESE PRESENTS: That we, P. B. �1. TRRIGATTON COMPANV • THIS LINE FOR RECORDER'S USE BOND Bond No. 3858 as Principal, and AMERICAN BONDING COMPANY, a corporation organized and existing under the laws of the State of Nebraska and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CTTV OF NEWPORT BEACH as Obligee, in the sum of THREE THOVQAND FOUR HUMPED AND ETGHT AND NO /100-------------- - - - - -- Dollars ($ 3,408.00 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed with our seals, and dated this 25 day of MAY , 19 11 . THE CONDITION of the foregoing obligation is such that, whereas the above- bounden Principal has been awarded and has entered into a contract, dated 4aij 1971 with Obligee to do and perform the following work, to wit: JAII90PEE ROAD MEDIAN ISLAND IRRIGATION SYSTEM, CONTRACT 1344 ! NOW, THEREFORE, if the above- bounden Principal, or subcontractors, fail to pay for any materials, provisions, provender or other supplies, or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, the Surety hereon will pay for the same, in an amount not exceeding the sum specified in this Bond. In case suit is brought upon this Bond, Surety will pay a reasonable attorney's fee, to be fixed by the Court. This Bond is executed pursuant to the provisions of Chapter 3 of Division 5, Title 1, Government Code of the State of California, and shall inure to the benefit of any and all persona 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. P R Al_ TP27GATmN COMPANY LAA PRINCIPA AMERI ONDING COMPANY Premium: $ By: ,. POBERT D. DUNACA Forney -ln -Fa 1424 E. Ante.6ja Uvd. Form 16 -105 (11/67) Long Beach, Cati6. 90805 Acknowledgment of Surety STATE OFD COU 1 NTY OF Lae A Napl..v- (ss' 1 On this 95tH ) _ _ day of Ldau 19 71 personally appeared before me PQRFAT n 't) INAGA I who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority is Board of I)irectorg §FliL%e_Mjd t. gj T 11 DIINAGAV acknowledged that of i,,, " „' " " ".,,, " " "' "" ch attorney -in -fact and as the free act and deed of said Corporation. PRINCIPAL OFFICE IN L/ // LAS ANGELES COUNTY M9 Commission Expires Oct 13, 1974 ' PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 17, 1971 has awarded to P.B.M. Irrigation Company hereinafter designated as the "Principal ", a contract for JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM, CONTRACT 1344 in the City of Newport Beach, in strict conformity with the drawings and specifications 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, P.B.M. IRRIGATION COMPANY as Principal, hereinafter designated as the "Contractor ", and AMERICAN BONDING COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; 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 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 provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. '�- 4. Page 11 (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 to 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 contract 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 named, on the 25th day of I May , 19 71 . NOTARY PUBLIC Richard R. Reber Commission expires October 13, 1974 (See Attached) Approved as to form: d 451�tke City Attorney /s/ Peter B. Motshaaen (Seal) Principal P.B.M. IRRIGATION SYSTEM (Seal) (See attached) (Seal) o�ntraclor Js/ Robert D. Dunagan. (Seal) Attorney in Fact AMERICAN BONDING (See attached) (Seal) — surety AMERICAN BONDING COMPANY LINCOLN, NEBRASKA A STOCK COMPANY PUBLIC WORKS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, P.B.M. IRRIGATION COMPANV Bond No. 3858 as Principal, and AMERICAN BONDING COMPANY, a corporation organized and existing under the laws of the State of Nebraska and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPOPT REACH as Obligee, in the sum of SIX THOUSAND EIGHT HUNDRED SIXTEEN AND NO /100--------------- - - - - -- Dollars ($ 6,816.00 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed with our seals, and dated this 25 day of 1faq , 19 71 THE CONDITION of the foregoing obligation is such that, whereas the above - bounden Principal has entered into a contract dated "earl 1971 with said Obligee to do k and perform the following work, to -wit: 1. JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM, CONTRACT 1344 NOW, THEREFORE, if the above- bounden Principal shall well and truly perform or cause to be performed, each and all of the requirements and obligations of said contract to be performed by said Principal, as in said contract set forth, then this bond shall be null and void; otherwise it shall remain in full force and effect. P.R.M. IRRIGATION SYSTEM .1111 C4, Principal Premium: $ AMEFj�AN>BONDING C PA� By Form 16 -104 (10/66) ROBERT D. DUNAGA.N Attorney -Fee! 1424 E. ARTESIA BLVD., LONG EACH 90805 Acknowledgment of Surety STATE OF Cel,40111110 �SS. COUNTY OFI nA AN roles On this 2 5th —. _ day of Mau 1971 personally appeared before me Pl()W.z V. Vunaaan who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said nnhnnf n Punnnnn acknowledged that eira ey -in -fact and as the free act and deed of said Corporation. RICHARD R. REBER '\!? NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY CONTRACT 0 Page 12 !! to THIS AGREEMENT, made and entered into this day of by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and P.B.M. Irrigation Company 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 JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM (CONTRACT 1344) 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, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. 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 description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube 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 parties 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. Page 13 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 from the 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: Approved as to form: City Attorney Xe2l� CITY OF NE . RT BE H, CAL 6RNIA By: ayor P.B.M. Irrigation Company contractor (� (SEAL) By: kz MA 64x nom it e By: Title 1135 • 4 ♦ _. 7426 A INWAPrAw or Coal= Cr lo, CITY JRatsst s "Aram i iYB ♦ Cmuthm N©. 0-1344 wmm pwsxsuamt to tli' motive iavlti4> bids for M::3 .: is the Jamboree taxd Oedlest islaxd irridatima: - " watain, in accordomoe with the plane and spoeLftcatiens bAMWore adopted* bids vvftd wseomived on the 4th day of May. public ,.tspesusQ. sad .doulareds and WORSM p it appears that tho Lmsat :3mvpomaible b"Aw therefor is p. *.*A, Irrigation Costractoxre of Eongg bsaQh, XON. MISSIUM. AS 11 ARSOMD by the COW Comull' a! the City of V wpwt beach tbat the bid of '.b.*, UviW* mf► Contractors heap Us 'worn to the asst of #6.016.08 be smarpte4a and that the evotract for the described wart[ be awarded to said bust ss V WUMMU it QWW that the Nwrw and City Clesk are hereby autbosixad and "reats4 to smewte o contract I.D. accordance with the specifications, bid and this award an behalf of the City of .Xwwpwt Sasebo and that the City Clark be dixectad to furnish an womutsd copy to the succosaful bidder. ADm71'M this AM day of x,199'1. ATTMs y } ;; �css4s "1/17/71 I m 0 -1 CIA (n z it I W IIIYIYL uum u ■�n�unm��nai nnnnm���ri�ne mn�nmm��inn nm�mnemmnuwi� �eimie�nnunnNnuun� IN I Illllnlllllllln�l� m 0 -1 CIA (n z it I W co R Q m rl 0 --1 M. :10 rn n OWN II�INN��N�MYY��� ��a�nnnnn�d IAAIIIpgIqIllqAIIIANII! �NRIIYIIIIIIIIdlllllllll m rl 0 --1 M. :10 rn n i q_ r� 'Y { U 3 r r i i10.4 690-1 a N Z Y n n rn A �RvIjI2 i G N C 3 3 a ' A { , �IA �191WlI�Ilpl9� IIIIIIAIAAIAAdIAAI INIIIIIII����IIN ��iene�au�uneni� I�flflY�II�N�l� 22 0 Nonni)," i10.4 690-1 a N Z Y n n rn A �RvIjI2 i G N C 3 3 a ' A { rn rn 2 'n 30 > m r- i. �n��mnn���ei� ■nn■,m,m�iuwn 30 > m r- i. p b 111 IRIUGATS CON R. P. O, BOX LONG BEACH. CALIF. 40806 S- I?,`il • C ; ry C / ce K C i r y OP A/ e W P over- i3 e;O C,,-j To IAA,,,,,, r T M►4 % K ►N(Zt(y 14CC_ep -r STATEA^EvT • 01` Y= iN 4 f C-1'0 / eE5fJONS I eiliTr te-7Q vEST-Ep; ^A 6 oi'4ti .251aN�� ree���rr'oN SySrEN. CoA.('renC,)- .NO, t3y Lt E 0 iN T4'. '._.. 4Ni --ZA1, E Ph m IRRIGATION CONTR. PHONE: (213) 423 -1819 P. BRUCE MOTSHAGEN I P.J. BOX 5643 • RES: 1213 422.. -06]6 LONG BEACH, CALIF. 90805 • i • Peter B. MotshageA dba PBM Irrigation dgatractor Balance. Sheer.; . March 31,'1 Zi Cql /�V` ASSETS Current Assets '= Cash in Bank $ Nolg;68. Accounts Receivable: J.A: Thompson & Son $.4;905.31 Sully Miller 956.00 5,861.31 Savings Account r— 5;038:40 $13,911.99 Fixed Assets: Auto & Truck $ 31608.25. Equipment 8,957-00 112-1565.25 - Less: Reserve for Deprec. 3,343.00 92222.25 TOTAL ASSETS $23,134.24 LIABILITIES &,CAPITAL Liabilities: Accrued Payroll Taxes Contract Payable -- Morris Plan Contract Payable - -Comm. Credit Contract Payable- -City Finance Capital: Peter B. Motshagen, Capital Current Year Net Income to Date TOTAL LIABILITIES & CAPITAL $ 137.11 1,702.42 5,008.19 727.67. $ 7,575.39 $ 6,950.17 8;608.68 -- Prepared Without Audit -- 152558.85 $23,134.24 y • i 4*0n i * • CITY OF NEWPORT BEACH • � TR [MAI M iI�i t06 (7 M CONTRACT NO. 1344 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1of1 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 ProviAions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1344 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: 1. Construct complete Irrigation System Lump Sum @ Sit, 7F1&X9NQ 6(aAo' 40AJ -- Dollars and .SEC] SjXj&jEw. Cents $ fo$16�. °c $ .1a)1 620f Lump Sum Lump bum Total Price Written in Words 7— Dollars and w Cents ♦ r •• O' N.9 • • • ? M r r (Bidder's DATE L �� ice. (Authorized J ' ADDRESS C 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 under- signed 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 bind 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. '� U QQ.Q 1 Classification Cw (Q 1. Accompanying this proposal is kLasn, Lertirlea cnecK, Usnier -S LnecK 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 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. �,►3 - ya3- j 9�Iq one Number .S- u- 1 ate .. Main R. TO Authorized igna ure =N TIVI0U 14 ype of Organization (Individual, Corporation, or. Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: ah :. 4 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. Item of Work Sub - contractor Address 4. 5. 6. 7. 8. 10. 11. 12. Authorized Signature �4Y1 ype of Organization (Individual, Co- partnership or Corp) 2.. 4. 5. 6. 7. 8. 10. 11. 12. Authorized Signature �4Y1 ype of Organization (Individual, Co- partnership or Corp) a 0 AMERICAN BONDING COMPANY LINCOLN, NEBRASKA A STOCK COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, P. B. Al. IRRIGATION CONTRACTORS (hereinafter called Principal), as Principal, and AMERICAN BONDING COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Nebraska, and duly licensed to transact surety business in the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH in the sum of TEN PERCENT OF AMOUNT BID (hereinafter called Obligee), Dollars ($ 10% ) 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 bounded Principal is about to hand in and submit to the Obligee a bid or proposal for JAMBOREE ROAD MEDIAN ISLAND IRRIGATION, b.iddinq 514171 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 furnish a bond or bonds, as required by law and /or as required by the specifications or contracts, for the performance of said work and /or for the payment of labor and materials going thereinto, then this obligation to be null and void; otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 30TH day of APRIL , 1971. Premium: $ Form AS -1028 (Rev. 1/70) P. B. M. IRRIGATION CONTRACTORS V � Q AWKVNMJAW &yAv ROBERT D. DUNAGAN, Atti 1424 E. Ahtezia BCvd. Long Beach, Cati4., 90805 Acknowledgment of Surety STATE OF CALIFORNIA COUNTY of LOS ANGELES �ss on this THIRTIETH day of APRIL 19?1 • personally appeared before me ROBERT D. DUNAGAN who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said ROBERT D. DUNAGAN acknowledged that he.==ted.said.instrument,.as such attorney -in -fact and as the free act and deed of said Corporation. OFFICIAL EA. AR LENE D deC.ORDOVA . y. NOT[ P( PUBLIC CALIFORNIA _ ��� °-� � •• „61 PNINCiGAL C °FICE IN LOS ANGELES COUNTY ` CGP.�91. Ey ?. PfRY 8, 1971 - LGS ANGELES r .............. ..................... ..................... . ........................ ......: .1424 E. Artesia Blvd., Long Beach, Calif. 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, and That we, P. B. M. IRRIGATION CONTRACTORS AMERICAN BONDING COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF. AMOUNT BID Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of JAMBOREE.ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT #1344 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 (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 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 30TH day of APRIL , 19 7L Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) M Title nci pa AMERICAN BONDING COMPANY """" "� "• "" „ ^” ^ ", Al -1V t�Y 11V HA 1424 E. Artesia Blvd., Ong Beach Acknowledgment of Surety STATE OF 1 COUNTY OF LOS AN'GE.LES (as' On this TIIIRTIETH 111 day of APRIL fq 71 personally appeared before me ROBERT D. DUNAGAN who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said R()RFRT n. DITNAr,AN acknowledged that hiSIALciit ';pp§�fy'y�ii'eri'£ "as Such attorney -in -fact and as the free act and deed of said Corporation. L ENE D d CORCOV,A NO '� / PUF LIC CALIFORNIA_ GFF(CE iN w+�[t'(J1iA :flte'at3tisihic Cifit.�C — EX�'r�/ LOS aNGELE. COUNTY MAY 8, 1911. LOS ANGELES CO. 6 ...................................................... ..............................5 .� . ..istesia Blvd., Ln; -'.• ^sh, Ca M, 0 0 Page 5 NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no 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 subcontractor 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 30TH day of APRIL 19 71 My commission expires: ARLENE D.P. MAY F 1971. VA • Notary PuMES CQ, COMM, L A Lesi SS d., L I nc ac% OwI-' r Notary 1ru bT1 c 1424E Artesia Blvd., Long Beach, Call ,.: y ........................... ............................. .. ........, ... " " " "" OFFiC IAL SEAL «�^ d ARLENE D. deCORDOVA RLEN a � '\; ' },, ,:- CORDONfA NOTAPI PUBLIC ppf;dCIPAL OFFICE IN E. 1�. ...... ..� ................�.........., LOS ANGELES COUNTY ,,,,.,...... .,....................,.�,..�.. I i Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Great American Insurance Companies SLP 5 -2 Bodily Injury Liability $ 100,000. $ 300,000. $ 300,000. Property Damage Liability $ 100,000. $ 300,000. $ 300,000. $ 300,000. $ 300,000. 5 -83 -87 2 -9 -71 to 2 -9 -72 each person each occurrence aggregate products and completed operations each occurrence aggregate operations aggregate protective aggregate products and completed operations aggregate contractual i _ ... _ Page 7 , TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 834'9u-I;o t?t1R -NOT L Cq/� 7ic <fi�. Signed May 19, 1971 i3O�r_r Benham, Landscaping 31552 ! -jest Stmet South Laguna, CA 92677 Subject: C -1344, Jar2)oree Road Median Island Irrigation System Is o cbidder'S bond in hconnection with the above named oontract bid. Laura Lagios city CIO& LAGUNA BEACH BRANCH 168217 SECURITY PACIFIC NATIONAL BANK i01 FORKST AY[NUK. IAOUNA YGGM. CALIFORNIA DATE May 3. 1971 90.1521 1222 PAY TO THE ORDER OF • ("TTY OF M]PORT BEACH » » » 050.00' Rt .x""�� 1 l.i lri11 {�� � °yG ", ,11,: jj i., wl itlit�P 4 1 RJ DOLLARS 1 "YTNORII /O SgNATURR 1:12221N1S211:IS2,11S60 20 in• J C-- --...:- CONTRACT NO. 1344 CITY OF NEWPORT BEACH CONTRACT DOQJMENTS iI JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM RECEIVED A 1971 Approved by the City.Council this 12th day of April, 1971 SUBMITTED BY: . RW Irrigation Cww ontractor /cot OM°Ico Ma 5683 Address Loaq Suchg Ca1lforata 90805 'City zip 213423-1819 Phone Laura LgiosC"ity GlerkU Total.Bid,Price y '.. " _.: .3 Tl,.: V „ °. a �'$ sa' i:e.. _.h•.::;i�':- ..�nrY,�ia3e.�t.a¢ ��. _.P x. 0 a CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1of1 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. 1344 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Construct complete Irrigation System Lump Sum @ Six Thousand Eight Hundred Dollars and Sixteen Dollars and No Cents Cents $6.816.00 $ 69816.00 ump um rEF-7m— Total Price Written in Words Six Thousand Eight hundred Dollars and Cents $ $6.816.00 Sixteen Dollars and No Cents CONTRACTOR'S LICENSE NO. 249997 DATE May 4, 1971 P314, Irrigation Contractor (Bidders Name) /s/ Peter B. !Iotshagen A prize Signature BIDDER'S ADDRESS Post Office Box 66439 Long Beach, California 90806 TELEPHONE NUMBER (213) 4231819 CITY Of NEWPORT BEACH, CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach. California, until 10:00 A.M. on the 4th day of Ma , 19 71, at which time they w�Tl� opened and read, o� r per7orming worc as o ows: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 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 signature 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 orporate Sai siall' b -affixed to all documents 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 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 (1970 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 Avenue., Los Angeles, California. 90034, (213) 870 - 9871. The City has adopted Standard ISpecial Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. ... o-!=. E. s�,' UVaeF`' ��'tr���- ,= �k�^�:'___._`''_.�.. �: _:,_ -i,_p °:;:i >'i •�3. ? „srS�cs -- `t? Page la 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 availablerin 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). Revised 9 -15 -70 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 under- signed 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 bind 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. 249881 Classification Cold Accompanying this proposal is 8"d (Cash, Certified ec , Cashier's Check or Bon 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. 213- 429 -1819 one Nbmber !ly► 46 1471 ate RW.IrMyrtioa Costmtor Bidder's Name (SEAL) /t/ Mttr 8. 110tt1N Authorized ignature ! Authorized Signatu-re I. -- Individwl Type of rgan zation (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- 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. Item of Work 1 .—NM R"V11rod 2. 3. 5. 6.. 7. 8. 10. 11 12 Sub - contractor Address MArrloat/oa Cmtrm~ i er s Name h/ Pater Q.DNtakam Authorized Signature tadiri" Type of Organization (Individual, Co- partnership or Corp) to E. 04rket Stmt Larq NuAo Callfarata 1NM Address FOR ORIVI. SEE CITY CLERIC'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Mahe IMRatia® Caatractan as Principal, and A0040 sendins 6210=& lawesjM 11braski, , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TM PPY"at of Awonnt std Dollars ($ JIM A{ bid) ), 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 Road MNlan Island Irrlastion 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 (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 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 300 day of APri1 19 71. Corporate Seal (If Corporation) P, Be M. Irrigation Contrt"rs Principal (Attach acknowledgement of /s/ Peter s. Notsbasen Attorney in Fact) /a/ Arlene D. Be Corder& Csewlssten Eapirss MW so 1971 AMICAN 9=1199 COMMIs Unseles Nebraska surety By /a/ Robert D. Mamas Title Attonwprt *_feat • NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or -prevent t contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. ►.s.l4. IrM9sttos cutmtor /s/ Pow If. Motshowl, mow Subscribed and sworn to before me by this 90th day of April , 19 71 My commission expires: fty 8. an Arius D. ®oeor Om Notary Public FOR ORIOW SEE CITY MEN( #$ FILE COPY 0 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 'On MU with C11W VOW H/ %ban D. was" Si gne • • Page TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1910 Cif► of 1M2 5"A MWIS seem@ Oy WIMP 1910 Cttr of Sate Aa 9s am 8344M Signed • Page 8 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 adopted y 3;. lon has awarded to P.B.N. ipptBottoo Caeca hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. 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 per- formance 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 p g p ( 1 g11 as Principal, hereinafter designated as the Contractor and . . ................... . eNFnIrU IMBING Co"Na 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 subcontractors, 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 specified in the bond, and.also, in case suit is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. 0 (Labor and Material Bond - Continued) Page 9 4 This bond shall inure to the benefit of any and all persons, companies, and corporation 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 extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wAse bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of May , 1971 See Notary Public (Atucbed) U Richard A. Reber Caewtss /on EMires October 19, 1974 ApprovoO as' �A - City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ate City Clerk /e/ Peter B. Motshu" (Seal) P.A.M. IRSIAA ?ION WAVY (Seal) [See ntractar att tC5br") (Seal) o Is/ Robert D. Dueaeae (Seal) Attorney to Fact (Sea attadied) (Seal) J J.- Recording Requested By When Recorded Mail To KNOW ALL MEN BY THESE PRESENTS: L— SPACE ABOVE THIS LINE FOR RECORDER'S USE PUBLIC WORKS LABOR AND MATERIAL BOND Bond No. sect That we, P. R. P1. IRRIGATION COMPANY as Principal, and AMERICAN BONDING COMPANY, a corporation organized and existing under the laws of the State of Nebraska and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPORT REACH as Obligee, in the sum of THREE THOUSAND FOUR HUNDRED AND EIGHT AND NO /100 -------------- - - - - -- Dollars ($ 3,408.00 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed with our seals, and dated this 25 day of MAY , 19 71 . THE CONDITION of the foregoing obligation is such that, whereas the above- bounden Principal has been awarded and has entered into a contract, dated play 1971 with Obligee to do and perform the following work, to wit: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM, CONTRACT 1344 NOW, THEREFORE, if the above - bounden Principal, or subcontractors, fail to pay for any materials, provisions, provender or other supplies, or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, the Surety hereon will pay for the some, in an amount not exceeding the sum specified in this Bond. In case suit is brought upon this Bond, Surety will pay a reasonable attorney's fee, to be fixed by the Court. This Bond is executed pursuant to the provisions of Chapter 3 of Division 5, Title 1, Government Code of the State of California, and shall inure to the benefit of any and all persons 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. P_R_AI_ IRRIGATION COMPANY PRINCIPA AMERI ONDING COMPANY Premium: $ By, ROBERT' D. DIINAG�l orney-in-Fe 1424 E. Antee,ia Blvd. Form 16 -105 (11/67) Long Beach, Catig. 90805 Acknowledgment of Surety STATE OF Wi.Aahnirt )lt COUNTY OF Los A nao.Pee 199' On this 95th _ —day of 4au 197_ personally appeared before me A013FRT n 1211MAf AN who being duly sworn did depose and say that he is the attorney -in -fact of the Ameri can Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its NOTARY PUaUC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Fxpios OcL 13, 1974 ' cPT R D11NArAN acknowledged that as the free act and dd�e)ed) of said Corporation. 0 ! Page 10 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 Nay 17, 1971 has awarded to P.B.N. Irripatiar Campaar hereinafter designated as the "Principal ", a contract for JAMBOREE WN MEDIAN ISLAND IRRIGATION SYSTEM CWrk%CT 1344 in the City of Newport Beach, in strict conformity with the drawings and specifications 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, P.S.N. IRRIGATION COMPANY as Principal, hereinafter designated as the "Contractor ", and AMERICAN BONDING MANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; 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 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 provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 4 Page 11 (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 to 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 contract 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 named, on the 88th day of MY , 1971. 110TARY MKIC Ridtard R Reber Cowdssion expires Ocuber 13, 1414 13ee Attached) Approved as to form: 4a4f-KW. c�vrpc.e City Attorney < i /s/ Peter B. fbtshaaen ° (_S_ea1 } Prinoipal P.B.M. IRRIGATION SYSTEM (Seal) (See attadtedl (Seal) ontrac or Js/ Robert O. Qmapn, (Seal) Attorney in Fact (0 attached) (Seal) Surety Y AMERICAN BONDING COMPANY LINCOLN, NEBRASKA A STOCK COMPANY PUBLIC WORKS PERFORMANCE BOND Bond No, 3858 KNOW ALL MEN BY THESE PRESENTS: That we, P.B.M. IRRIGATION COMPANY as Principal, and AMERICAN BONDING COMPANY, a corporation organized and existing under the laws of the State of Nebraska and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPORT REACH as Obligee, in the sum of SIX THOUSAND EIGHT HUNDRED SIXTEEN AND NO /100--------------- - - - - -- Dollars ($ 6,816.00 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed with our seals, and dated this 25 day of May 19 11 „;.......... THE CONDITION of the foregoing obligation is such that, whereas the above - bounden Principal has entered into a contract dated May 1911 with said Obligee to do and perform the following work, to -wit: ]AMROREE ROAD MEDIAN ISLAND IRRIGATION SVSTFM, CONTRACT 1344 NOW, THEREFORE, if the above- bounden Principal shall well and truly perform or cause to be performed, each and all of the requirements and obligations of said contract to be performed by said Principal, as in said contract set forth, then this bond shall be null and void; otherwise it shall remain in full force and effect. P.S.M. IRRIGATION SYSTEM � Pr in pa Premium: $ AM=CAN ONDING C IPAj By Al Form 16 -104 (10/66) ROBERT D. DUNAGA14 Attorney Fae! 1424 E. ARTESIA BLVD., LO EACH 90805 1 j STATE OF CeP, Acknowledgment of Surety i,tollnin �as. COUNTY OFI_OA Ann OPOA On this 25th _._ day of Mail lyl l personally appeared before me VOM"..t V. Van(foan who being duly sworn did depose and say that he is the attorney-in-fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of add Corporation by authority of its Board of Directors and the said RnhoRt n. rnrnnnnn acknowled;ed that tfe ad RICHARD meat ey -in -fact and as the free act and deed of said Corporation. RICHARD R. RE6ER NOTARY PUBLIC .CALIFORNIA � % PRINCIPAL OFFICE IN LOS ANGELES COUNTY Page 12 CONTRACT THIS AGREEMENT, made and entered into this /14ay of 19--ij_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and P.S.M. Irrigation Camun 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, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. 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 description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube 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 parties 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. • 0 Page 13 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 from the 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: Approved as to form: C�� City Attorney CITY OF NEWPORT BEACH, CAL ORNIA By: & r ` Mayor P.B.N. Irrigation cowany contractor (SEAL) By: Q .. CA 1A, ula r Tit e By: Tit e • INDEX 1 of 2 INDEX TO SPECIAL PROVISIONS C -1344 I. LOCATION AND SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 III. SCE EMU OF WORK . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. A:Kw OF CONTRACT . . . . . . . . . . . . . . . . . . . . 1 VII. CONSTRUCTION DETAILS . • • • . • • • • . • • • • . . . . . 2 1. General . . . . . . . . . . . . . . . . . . . . . 2 2. Excavation, Backfill and Placement . . . . . . . . . . . . 2 3. Record Drawings . . . . . . . . . . . . . . . . . . 2 4. Loose Equipment • • • • • • • • • • • • • • • • • . 2 S. Material . . . . . . . . . . . . . . . . . . . . . 2 A. P.V.C. Pipe . . . . . . . . . . . . . . . . . 2 i. Class 200 Pipe . . . . . . . . . . . . . . 2 ii. Ring -rite Pipe. • • • . . • • • • • • . 3 B. Pressure Relief Valves • • . . . . • . • • . . 3 C. Automatic Controller . . . . . . . . . . . . . . 3 D. Automatic Remote Control Valves . . . . • . . • • . . 4 E. Valve Boxes • • • • • • • . • • • • • • • • . 4 F. Control Wire for R.C.V.'S • • • • • • • • • • • . 4 6. Installation • . • • • • • • • • • • • • . • • • . 4 A. P.V.C. Pipe . . . . . . . . . . . . . . . . . 4 B. Automatic Controller . . . . . . . . . . . . . . 5 i. Location . . . . . . . . . . . . . . . 5 ii. Connection to Existing Control Wires . . . . . . 5 C. Auxillary Control Cabinet . . . . . . . . . . . . . 5 D. Valve Boxes . . . . . . . . . . . . . . . 5 i INDEX 2 of 2 E. R.C.V. Wires . . . . . . . . . . . . . . . . . 5 F. Sprinklers . . . . . . . . . . . . . . . . . 5 G. Valves . * . . . . . . . . . . . . . . . . . . 6 7. Electrical Service and Connection . . . . . . . . . . . . 6 1 .. SP1of6 CITY OF NEWPORT BEACH PUBLIC NARKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 I. LOCATION AND SCOPE OF WORK The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between Back Bay Drive and Santa Barbara Drive. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, automatic controller and all necessary appurtenances for a complete Irrigation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5039 -5) the City's Standard Drawings and Standard Special Provisions The City's Standard Specifications are the Standard Specifications for Public Works Construction (1970 Edition). The City's Standard rawings an Standard ecia rovisions may be obtained at the Public Works Department for a fee of $2.00. II. TID4E OF COMPLETION The Contractor shall complete all work on the contract within 20 consecutive calendar days after execution of the contract by the City. III. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic. on Jamboree Road, may„ be restricted, -to. one 12 -foot, jaz�A n -each' dii�zion betweeh`'8 -mr,A' .M.; and 3:30 P.M. Monday throif 'Friday during cbnstruct%k, �" excepo &morial D'trtat July 4th. V. PAYMENT The lump sum price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sum price bid for the contract. SP2of 6 VII. CONSTRUCTION DETAILS 1. General Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, automatic valves and automatic controller, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings; specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure laterial lines. (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Loose Equipment Loose sprinkling equipment, such as controller locking keys, will be furnished by the contractor in quantities as requested by the Engineer. Contractor shall also furnish two service manuals to the City. Manuals may be loose leaf and shall contain complete exploded drawings of all equipment installed showing components and catalog numbers together with the manufacturer's name and address: Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. S. Material A. P.V.C. Pipe i. P.V.C. Pressure Rated Pipe - Type 1220 (PVC Class 200 $ Fittings) (a) Type I Grade II Pressure Rated Pipe. ., 9 I (b) Materials shall meet requirements set forth in ASIND1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS.256 -63. SP3of6 (e) P.V.C. pipe shall comply with standards set.forth in CS 256 -63. (f) P.V.C. Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manu- factured by Industrial Polychemical.Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns - Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves Pressure relief valves shall be 3/4" Cash -Acne # K -10 set at 150 P.S.I. all brass construction. C. Automatic Controller (12 Station) The Controller shall have: three (3) completely independent Watering Schedules; a Minutes -of- Operation and Schedule Selector with variable timing of OFF - 60 minutes; a Station Numbered Terminal Strip for valve and pump starter relay connections; plug -in removable Control Panel Assembly; heavy duty steel, zinc plated, pfd iridited, epoxy primed, • SP4of6 acrylic enameled steel, weather proof, key lockable Housing and Pedestal; fused input (120 volts) and output (24 volt) circuits; valve stations capable of handling more than one valve as required (to a maximum of 60 V.A.) Controller shall be of the same manufacturer as the Remote Control Valves. All Controllers to be as manufactured by Griswold Controls, Santa Ana, California. D. Automatic Remote Control - Valves, Electric Solenoid Type The remote control valve shall be 24 Volt, 3.5 Watts, and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a removable seat and be completely serviceable, from the top, without removing the valve body from the system. Valve shall be capable of operating manually without electricity. Valves shall be of the same manufacturer as the controller. All valves shall be as manufactured by Griswold Controls, Santa Ana, California. E. Valve Boxes All remote control valves shall be installed in Plymouth's Superflexon 1203 # 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMBTEK/Plymouth Plastics, Wisconsin. Valve boxes are available at local suppliers. F. Control Wire for- R.C.V.'S. All wiring to be used for connecting the automatic controller to the remote control valve shall be type OF -600V, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Pilot or "hot" wires are to be of one color and all "common" wires are to be of another color. 6. Installation A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe �a % .. A • SP 5 of 6 After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. During the test period, minimum test pressure at the highest point of the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure: B. Automatic Controller i. Location (a) Automatic controller shall be installed at location shown on plan: Location shall be verified by City's representa- tive. Pedestal mounted controller shall be installed as shown in details and in accordance with manufacturers recommen- dations. ii. Connection to Existing Control Wires (a) Connect to existing numbered R.C.V. wires as shown on plan to corresponding stations on controller. (Stations 1 to 11). Wires "stubbed out" are existing and are for this purpose. (b) Connecting and splicing of wire shall be made using Rainbird Pen -rite connectors. C. Auxillary Control Cabinet City of Newport Beach will furnish one empty control cabinet for installation by contractor as shown on plans. Contractor will furnish P.V.C. Conduit and any other necessary materials for proper installation. D. Valve Boxes Plastic valve boxes shall be set two (2) inches above finish grade. E. R.C.V. Wires Common and pilot "hot" wires shall be bundled end.taped. every 10' and secured to underside of main line supply. Point of connections for R.C.V. wires are at locations and as shown on plans. F. Sprinklers All sprinkler heads shall be set perpendicular to finished grades. unless otherwise designated on the plans. S _ A Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated on Plans and shown in details. G. Valves'. SP6of6 Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. 7. Electrical Service and Connection -�Atrangements for electrical power for controller will be pw_pvi(3ed by the ..City. The City shall be notified five (5) days prior to at cted date needed for energization of controller. P.V.C. electrical conduit for the electrical power shall be installed by the Contractor as shown on plans. ITS `iv May 17, 1971 TO: CITY COUNCIL ( l FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM (C -1344) RECOMMENDATION: Adopt a resolution awarding the contract to P.B.M. Irrigation Contractors of Long Beach, California for $6,816.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Sixteen bids were received and opened in the office of the City Clerk at 10:00 A.M. on May 4, 1971. Bidder Amount P.B.M. Irrigation Contractors, Long Beach $6,816.00 Omega Landscape Company, Santa Ana 7,580.00 Pacific Coast Irrigation, Inc., Orange 7,649.00 Triangle Maintenance Corp., Artesia 8,210.92 John Motshagen Company, Torrance 8,430.00 Schmidlin Bros. Inc., Lawndale 8,760.00 S.C.I., Inc., Midway City 8,800.00 Modern Irrigation Company, Santa Ana 8,846.00 Bob's Landscaping Service, Santa Ana 9,027.00 R. A. Willit's Plumbing Inc., Long Beach 9,660.00 Biltmore Sprinkler Co., Fullerton 9,696.00 Norman Benham Landscape, South Laguna 10,300.00 La Mirada Sprinkler Company, La Mirada 10,330.00 Valley Crest Landscape, Inc., Santa Ana 10,411.00 Farmac Pipeline Inc., Santa Ana 12,980.06 Roy C. Barnett, Individual, Riverside 13,800.00 The low bid is 51.2% less than the estimate of $14,000.00. Funds for the project are available in Gax Tax Budget Appropriation Account Number 19- 3306 -063. The project will provide for construction of a landscape irrigation system in one traffic median island on Jamboree Road between the Newporter Inn and Santa Barbara Avenue. The plans were prepared by the City. The estimated date of completion is June 30, 1971. APPROVED Ry 1 1 DATE MAY C {�'r COUNCIL oseph T. evlin 7 1971 ublic r Director TO: CITY COUNCIL FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM (C -1344) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., May 4, 1971. C -(344 April 12, 1971 0-P DISCUSSION: This project provides for the construction of a landscape irrigation system in one traffic median island on Jamboree Road between the Newporter Inn and Santa Barbara Avenue. The estimated cost of the work is $12,500.00. Funds are available in Gas Tax Budget Appropriation 19- 3306 -063. The plans were prepared by the City. The estimated date of completion is June 30, 1971. l oseph J lin ublic Director TD /ep ^�' %C DATE AP p 1 2, 1971 PR CT NOTIFICATIONS AND PLAN DIST UTION PROJECT �g.ybor� Road. CONTRACT NO. j344 BUDGET COST C NT ENGINEER /DESIGNER jeere 4yc1rr4-ftr ACTIVITY Da 1. Surveying Request 2. Foundation Request 3. Preliminary Notification and Utility Request a. Orange County Utility Coordinating Committee b. Pacific Telephone c. Southern California Edison d. Southern Counties Gas Company e. Cable Television f. City Utility Division g. General Services Department h. Traffic Engineer i. P.W. Director, Asst. P.W. Director, & P.W. Engineers 4. Permit Requests a. State Division of Highways b. Orange County Flood Control c Oran a Count Y Sanitation District d. 9 Orange County Harbor District 4 sets e. U. S. Corps of Engineers Police* f. U. S. Coast Guard only 1. 9• Title Sheet h. rnf. P.B. & R Department# /saf 5. Preliminary Plan Distribution °rrc�c - omit a. Pacific Telephone 1 set b. Southern California Edison Company 1 set c. Southern Counties Gas Company 1 set d. Cable Television 1 set e. General Services Department 1 set f. City Utility Division 1 set g. Field Engineer 1 set 6. Final Contract Plan Distribution S. Newspaper a. Pacific Telephone* Iset only b. Southern California Edison Company* l.,.set__ Associations • c. Southern Counties Gas Company* 1 set d. Cable Television* 1 set e. General Services Department* 4 sets ,/f. City Utility Division* 2 sets Yg. Field Engineer ** 3 sets i/h. Public Works Hanging File 1 set ✓9. Project Engineer ** 1 set j. Contractor ** 4 sets minimum !/k. Police* Title Sheet only 1. Fire* Title Sheet only rnf. P.B. & R Department# /saf T•t'= -?n- °rrc�c - omit n. Harbor and Tidelands Administration.Title Sheet only ro. Traffic Division* Title Sheet only P. Office Secretaries Title Sheet only q. Chamber of Commerce (2 each) Title Sheet only r. Post Office (2 each) Title Sheet only S. Newspaper Title Sheet only t. Affected Homeowners Associations Title Sheet only u. School District Title Sheet only V. Others: *include appropriate portions of specifications. .t► * *include full set of S • ecif�.�lti�ns �:s�. �aG •1/ CITYIAEWPORT BEACH - PUBLIC WORKS DEP MENT 10170 PROGRESS PAYMENT REQUEST NO. Retention FOR PERIOD ENDING September 7, 1971 PROJECT` Jamboree Road Median Irrigation System BUDGET NO. 19- 3306 -063 CONTRACT NO. -1344 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED Contract to Date Original Contract Extras to Date Contract to Date Send payment to: Amount Earned 360816.00 A9 -7/ P.B.M. Irrigation Company Less 10% Retention --- Post Office Box 5643 Less Previous Payments 36,316.00,Q. Long Beach, California 90805 Amount Due this Request 500.00 I hereby certify that the above amounts and values are correct. SIGNED,,,-r %. SIGNED Field E ineer Contractor BY T 1S9 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Jaly 1T1971 the Public Works project consisting of cnnstr,ipt�r{ an irri -atinn system is Jamboraa Road from Aaci Bay nriva to Rum Ins4,� in H411m 8ogd on which P. B. M. lrriiatiea C.ompamy was the contractor, and Am orteam Aemdimg rump w. was the surety, was completed. I, the undersigned, say: CITY OF NEWPORT BEACH 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 AMet 2. 1991 at Newport Beach, California. VERIFICATXDN CIF CIT I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 26 1971 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— ngUmt 2 1271 at Newport Beach, California. Doris M. George, Deputy City Clark i Aug"St19,1971 p. B. M. Irrigation Co. P. O. Box 5643 Long Beach, California 90593- Subject: Surety American Soiding Company Bonds No. 3859 Project Jamboree Road Median IdIaU,d Irrigation System Contract No. 344 Gentleman: Th4 City Council an July 26, 1971 accepted the work of subject 0,va$ect and authorixed, the City Clark to file Is NOACO Of COMPIstion and to release the bonds 15 day* after Notice Of Completion has been Wed. i. Notice of Completion was filed with the orange. County Recorder on August 3, 1971, in Book No. 9746s page 324. Please sulify your surety company that bonds may be released 15 days titter recording date. Very truly yours, Doris M. George Deputy City Clark DMG:ep cc: Public Works Department -/ '�,..:: .. '.. ... .. .:.:.. �: ..... �. ,.,�. � a, _.. -/ >;�.... .:, w �� � '�,..:: .. '.. ... .. .:.:.. �: ..... �. ,.,�. .,.: .a. i;e t :: >;�.... .:, w �� � !&7 ,) rvo. VJL+At ! - OF NEWPORT BCH . INVOICE IN DUPLICATE �3� TNIE ORDER N MUST APPEAR ON ALL INVOICES, SHIP- 3300 NEWPORT BOULEVARD ixa� EXPRESS RecE I's LAND NEWPORT BEACH, CALIFORNIA 92660 PACNASts. - PHONE: (714) 673-2110 CLUDS DELIVERY PRICE. SHALL 114- VENDOR C R. W. McClellan 4 Sons, Inc. 151 Comurcial Way Costa Mesa, Calif. 92627 SHIP TO (SAME UNLESS OTHrFtWISE NOTED) DATE Aug. 19, 1971 i DES City Council QUANTITY DESCRIPTION OF ARTICLES OR SERVICES REQUIRED UNIT PRICE TOTAL Big Canyon Reservoir Entrance as per Contract 42s632.41 COrffRACT C 1348 RESOLUTIO# 7500 FOR CITY USE ONLY IMPORTANT ' COOL AMOUNT CITY OF NEWPORT BEACH :-5297 -073 42 632.41 'ti° Artie m covered by this Purchaw Order or Contract must Can - .i term with me Safety Orden of the State of Califoraia; Division W..trial Safety.- of I Sb— — R Separate Itain Any mtatf sales tar, Vas tax or Federal tax appliobl. to LSis purchase. Thin Order sabject to Califamu sales tax. D. W. MEANS AU allowable tr..sp rtatloa charges must I. prepaid and ehown as .PURCHASING AGENT a :Aparate itm are the Invoice. Do not hxdl ,Ie Federal bansporta. rim tax- OEPART!,'ENT . ^ ;PY �.... :..::;:z:<:Aa.-- ,a:.., e.: �.;.,....::�.- ,..__..�J.::: .` �..._ �.... ... .�..!e: -..t. ... :.:". �: ae.. s:> 1. 3u: � .:i:c..t.._..:,'.r.�::.......,. - •ii+fl�.. ^i9C.. IN ATTENDANCE MINUTES MEDIAN IRRIGATION SYSTEM JAMBOREE ROAD 1970 -71 (C -1344) PROJECT CRITIQUE JULY 19, 1971 8:30 A.M. TO 10:00 A.M. Rich Harrison Wade Beyeler Evan Graves Steve Budknam Pat Ounigah Guy Prewitt Joe Stucker Ed McDonald 1. PROJECT PLANNING AND FINANCING Gas tax funding 2. COORDINATION WITH OTHER DEPARTMENTS AND AGENCIES - Adequate 3. DESIGN FEATURES Our plans showed 1 -inch conduit to Edison pole; however, Edison uses only 2 -inch conduit. 4. LEVEL OF INSPECTION Good 5. CONTRACT ADMINISTRATION Good 6. QUALITY OF WORK Good 7. COOPERATION AND COMMUNICATIONS No problems encountered 8. SUGGESTIONS FOR IMPROVING PROCEDURES ON FUTURE PROJECTS None Guy C. Prewitt Administrative Assistant GCP /bg July 26, 1971 N-7 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1344) 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. DISCUSSION: The contract for the construction of an irrigation system in Jamboree Road from Back Bay Drive to San Joaquin Hills Road has been completed to the satisfaction of the Public Works Department. The bid price was: $6,816.00 Amount of Change Orders: - -- Total Contract Cost: $6,816.00 Funds were budgeted in Account No. 19- 3306 -063. The contractor is P.B.M. Irrigation Company of Long Beach, California. The contract date of completion was June 31, 1971. Completion of the work was delayed until July 15, 1971, to allow time for the Edison Company to provide electrical service for the automatic sprinkler controller. APPROVED By C� �'�°� COUNCIL DATE JUL 2 6 1971 l oseph T. evlin ublic Wo s Director GPD /bg CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD T0: P.B.M. Irrigation Company Post Office Box 5643 Long Beach, CAlifornia 92660 ATTENTION: SUBJECT: Road Median Irrigation System C•1344 We are transmitting the following: 40 Date July 16, 1971 No. Copies Description 3 Progress Payment Request No. 2 (F) Remarks: Please sign and return the original and one copy of the attached progress payment request. The remaining copy is for your records. Copies to: 6PP /Dg Att. By: /� n gan. Jr. Field Engineer CITY ONEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 2 (F) FOR PERIOD ENDING July lb. 1871 PROJECT jaww" bad INdim IrMgation System BUDGET NO. 19-3906 -W CONTRACT NO. 1344 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. IMgation System $61W.00 1005 $60816.00 Original Contract $60816.00 Extras to Date Contract to Date Amount Earned $6 Less -1W Retention Less Amoun I he Previous Payments g t Due this Request sl+ Q� %Zo -7/ �'d pawent to: P.B.N. IrM9ation CowpM Post Office Box 5643 G� /4.�b her certify that the above amounts and values SIGNED ,���� , SIG Field En eer Long Bash, California Zwe are correct. ( n SIGN e = - 1%. Contractor BY CITY OFWWPORT BEACH - PUBLIC WORKS DEMENT PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING June 20, 1971 PROJECT Jamboree Road Median Irrigation System BUDGET NO. 19- 3306 -063 CONTRACT N0. 1344 10/70 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT " COMPLETE AMOUNT EARNED 1. Irrigation System $6,816.00 75% $5,112.00 Original Contract $6816.00 Extras to Date Contract to Date Send payment to; Amount Earned 5112.00 >i ' >S.? G; P.B.M. Irrigation o. Less 11% Retention 500.00. �': `?;. P.O.Box 5643 i �/ Less Previous Payments o!/ Long Beach, CA 90 5 ri `!L/J) , luf�'^ Amount Due this Request 4612.50 V I hereby certify that the above amounts and values are correct. SIGNED SIGNED Field Eng4lheer Contractor d BY I i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD Date 'UN 20. 1971 TO: P.B.M. Irrigation Co. P.O.Box 5643 Long Beach. CA 90805 ATTENTION: SUBJECT: d Irrigation We are transmitting the following: No. Copies Description Remarks: 3 Progress Payment Request No. 1 Please sign original and one copy and return to this office. The third copy ma0r be retained for your files. Copies to: By � B. ►.Des qan Field Engineer GPD/em P.B.ti. Irrigation Contras ;. P. 0. box 5643 Long heads. California 9080 Attention. Peter to Notshag 6,e3`! June 160 1971 Subjects Jamboree Road Median Island Irrigation System C•1344 Gentlemen: Enclosed is your fully executed copy of the subject contract and one to sail to your bonding Company. Please continue wins the construction in accordanq ..with the Plans. Specifieatiosss Special Provisions and as agreed NM In our previous pre - construction meeting. The contract was executed by the city on June 11. 1971. Section II of the Special Provision stipulates that the contractor shall complete all work within 20 consecutive calendar days after execution by the city. The final completion data will be July i. 1971. If you have any questions, please call Mrs ounigaas, the city's Field Engineer or me at 673 -21100 Ext. 271. Very truly yours* Ed L. McDonaid [resign Engineer ELWldg Enc. ccs Field Engineer Parks, Bo4chos'and Recreation Director i�< `���`. �: �_�. '�`. u.. .__ CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk Date ,Yuma 14, lg7l SUBJECT: Contract No. C -1344 Project Jamboree Road Median Island Irrigation System (f- /JY4 Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor, Contractor: Address: P. 0. Box 5543, Long Beach, CA 90805 Amount: $ $6,816.00 Effective Date: 6 -11 -71 Resolution No. 7426 adopted on 5 -17 -71 Laura 'V LL: dg Att. cc: Finance Department ❑ TO: CITY CLERK #wMt Public Works Deparltme,�, SUBJECT- 44MOREE ROAD MEDIAN ISLAND 104 SYSTEM Contract 1344 Attached an four sets of contract documents and insurance cartificat" for the subject project as executed by the contractor. Please execute on behalf -Of the city, retain your copy and the insurance cortificat*"and return the remaining copies to us for distribution. Ed L. McDonald Project Engineer ELM/149 Att. 0 June 4, 1971 TO: ACTING CITY ATTORNEY FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEMO C -1344 Attached are four sets of contract documents and insurance certificates for the subject project as executed by the contractor. Please review for compliance with city requirements and return at your earliest convenience. Ed L. McDonald Project Engineer ELM /ldg Att. M June 4, 1971 TO: ACTING CITY ATTORNEY FROM: Public Works Department :11 SUBJECT: JAMBOREE ROAD MEDIA14 ISLAND IRRIGATION SYSTEMS C -1344 Attached are three sets of con&ct documents and insurance certificates for the subject project as executed by the contractor. Please review for compliance with city requirements and return at your earliest convenience. Ed L. McDonald Project Engineer ELM /ldg Att. el3Yy 0 CITY OF NEWPORT BEACH CALIFORNIA City H,11 3300 W. Newport Blwd. Area Code 719 673 -2110 May 19 , 1971 See reverse side for names and addresses of firms this letter was sent to. Subject: Jamboree Road Median Island irrigation System Contract 1344 Gentlemen: This is to inform you that P.B.M. Irrigation Contractor of Long Beach, California submitted the low biu of $6,816.00 for the subject project. A wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the City of Newport Beach. Very truly yours, Ed L. Mc3onald Project Engineer ELM /bg 2 0 0 Omega Landscape Company 1214 E. Edinger Avenue S. A., CA 92707 Pacific Coast Irrigation, Inc. 14752 Collins Ave. Orange, CA 92667 Triangle Maintenance Copr. 17208 Roseton Ave Artesia, CA 90701 John Motshagen Company 1011 NO; Van Ness Avenue Torrance, CA 90508 Schmidlin Bros, Inc. 5322 W. 146th St Lawndale, CA 90260 S.C.I., Inc. Box 265 Midway City, CA 92665 Modern Irrigation Co. 501 S. King Street S.A., CA 92704 Bob's Landscaping Service 16761 Construction 'Way 'West S.A., CA 92705 Richard A. Willits Pbmbing ti Pleating, Inc. 5811 Rose Ave Long Bea61, CA Biltmore Sprinklery Co 3501 Puente St Fullerton, CA 92632 Norman Benham Landscape Farmac Pipeline, Inc. 31552 West St 1240 E. Hunter Ave S. Laguna, CA 92677 S.A., CA 92705 La Mirada Sprinkler Co. Roy C. 3ornett 15214 Hayford St. 2908 Jefferson, La Mirada, CA 90638 Riverside, CA 92504 Valley Crest Landscape, Inc. 1920 S. Yale St, S.A., CA 92704 S G «yr CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 may 180 1971 P.u.E +. irrigh0oa coie:any Post 0 f f t ce 4ux 5x•43 Long aaaca, LaWarnio 9t1Wu Subject: �av;;,orae noad Island Irrigation System c —r3y4 Gentlemen: The City Council awarded the subject contract to you on �vvy 176 157)• Enclosed are four copies of the contract documents for the construction of the project. It will be necessary for you to execute and return a Material and Labor Bond for 50% value of the contract amount; a Faithful Performance Bond for 100% of contract amount; and four copies of the contract. The date of the contract is to be left blank, and it will be filled in when the City executes the agreement. The rocessed contract documents will be distributed as follows: (1) City Clerk, (2� Public Works Department, (3) Contractor, and (4) bonding company. In addition to the above documents, please submit certificates for public liability and property damage insurance and workmen's compensation insurance. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The City of Newport Beach is to be named as an additional insured on the public liability and property damage insurance. The public liability and property damage policies shall be endorsed as follows: "It is hereby 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, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage." a Page Two E 2. The minimum limit of the insurance shall be as follows: A. Limit of liability for bodily injury or accidental death: Each person $250,000 Each accident $5000000 Aggregate products $5000000 B. Limit of liability for property damage: Each accident $100,000 Aggregate protective $500,000 Aggregate products $500,000 Aggregate contractual $500,000 3. A signed certification regarding workmen's compensation insurance shall be as follows: "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." The specifications require that all of the above documents be executed and returned to the City within 10 days after they have been mailed to you. Very truly yours, Ed L. McDonald Design Engineer ELM /bg Encl. cc: Insurance company Lokey Insurance Agency (Great American Insurance Companies) 1424 E. Artesia Long Beach, California 90805 (Public Liability and Property Damage) Fremont Indemnity Fremont Building 1709 W. 8th Los Angeles, California 90017 R D U) I O A z cn < w z Oz U Ld Im 0 Moll I�III ,IN, �I Im 0 i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST rt 1j ` Bid Opening S-'� '7 J /o:�../4�j' PROJECT `la,v�bore� (�p Ma.Rw..• i2� #td— Working Days r Deposit Requ re c- -1 34 y Engineer's Estimate / o� NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS C444&� �-� lv� 83 s soy -7 Y- o(- Modern Irrigation C . Cl 501 S. King 5dtW9 Street Santa Ana. CA 92704 839 -2030 Biltomre Sprinkler Co. 501 Puente Street 11ar-teR 92622 j3XJt-l./i Li9NOSCi9P //✓� /,V Jr.(/ ,Z /,/ ?B 7il Si9ti'Ty f/ �' �� �O• x 446 GAF. 3 795-629 John Motshagen Co. ;Z3 P. 0. Box 148 Roy Barnett y 2908 Jefferson Riverside, GA 92694 .— ZS J. and R. Sprinkler Co. 785 -1330 6120 Sepulveda Blvd Triangii Maintennace Co p / Y 7208,Roseton d Pn �ij w•_•� . Go d Lam" &lpo(j,°_a,�liaw..L„ 0 W / s /. . I / �•G' /r r�0 obo.t 2 &6 iow"s/ ,, 893 x{971 .C. /. IAIC Ca. gzfvs',� L r CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening AM PROJECT Jamhnree Rnad, Median island Working Days Deposit Required Trriga +inn ',yerem r. -1144 Engineer's Estimate g7jy,000 D^fe S.4n NO. NAME AND ADDRESS PHONE DEP*14L REMARKS / Pacific Coast Irrigation 14752 Collins Ucange- CA 99667 s Q Industrial Turf 837 -1231 P.O.Box 2247 837 -1380 Roy Barnett 2908 Hefferson Street 96wencid,- CA 995n4 689 -1380 Imperial Landscape 770 S. Brea Boulevard Cal Verde Landscape 128 N. Bradford 524 -5380 California Landscape 252 Remmet Avenue Canoua Park. CA 91303 Bob's Landscape 7 11891 Loara Garden Grove. CA 92640 534 -6221 -Acme Sprnikler 12312 W. Pico 1 Thomas C . Treacy 9 321 E. 22nd Street Costa Mesa- CA 92627 -9;42-RRQA Or. Co. Builder's .sss -a Aewenv ' sa, /w A6V j &Ar.9z.700 J0'd•o220 r <r .w�r .�, C� /, / 9s7aG � Di lyConstruction Sn elk /L 4-4, ew> ~43 Valley Crest Landscape /3 1920 S. Yale Santa Ana. CA 0 Norman Benham / "I 31553 West Street So. Lauuna. Golden State Landscape 11221 Burbank Blvd No. Holl4good CA 9 91601 �bm 1rr g0 —+Lc,n C:or Er• _ i? 3 r Wi o--rzi �. e�ej� n cat - 'L.y�;\ `� 1 II. IRRIGATION SYSTEI tract) 302 Spray Hea @ 16.00 $ 4,832. -00 900.00 9 R.V. valves @ 100.00 .0 1,351.50 22,,25 lin. ft. R.C.V. wire @ 06 5 3;100.80 2,S84 lin ft. mainline @ 1.20 lint. 100.00` 2 Pri"ure Relief @ 50.00 ea. - 750.00 12 Station Controller 185.00 1 Auxilary panel . $11,219.30 .:. ,'`....; 153 c64#ngency.for anticipated price increases i + 2,683:00 and new labor contract Meter Panel 80.00 40.00 Wis.w. Service . 100.00 Miscellaneous electric work 180.00 Auxiliary controller panel Irrigation total .YS' - .. � �. ., .. ..... r.t �, ^ _ � �... CONTRACT NO. 1344 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS m JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM Approved by the City ,Council this 12th day of April, 1971 SUBMITTED BY: Contractor Address city Zip Phone Total.Bid Price CITY OF NEWPORT BEACH, CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California. until 10:00 A.M. on the 1. 4th day of May , 19 71 , at which time they MrTe pened and read, for orming work as follows: JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 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 signature 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 therporate SaT- siall - affixed to all documents 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 shad 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 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 (1970 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 Avenue., Los Angeles, California. 90034, (213) 870 - 987.1. 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. Page la 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). Revised 9 -15 -70 0 E 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, thA 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 under- signed 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 bind 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 ec k, Cashier's Check or Bon 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 Bidder's Name (SEAL) Authorized Signature Authorized gna ure Type of rganiza on (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: •.4:� 4 r� "'.. :^•`.� �„'- ,4.a��.,.� . <�. '�d'�`'�. � .'f.'ay c. 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. Item of Work Sub - contractor Address 1. 2. 3, 4. 5. 6.1 7. 8. 9. 10. 11. 12. Bi er s Name Authorized Signature Type of Organization (Individual, Co- partnership or Corp) Address - :v..z::r. z BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) 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 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 lg Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney in Fact) WN Title Surety Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no 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 subcontractor 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this day of , 19 My commission expires: Notary Public 9 • Page b' STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Signed �J CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 0 PRIof1 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. 1344 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum @ CONTRACTOR'S LICENSE NO. DATE BIDDER'S ADDRESS TELEPHONE NUMBER Construct complete Irrigation System ump S1 m Total Price Written in Words : Dollars and Cents $ $ rw Sum Dollars and Cents $ (Bidder's Name Authorize Signature INDEX TO SPECIAL PROVISIONS C -1344 0 INDEX 1 of 2 I. LOCATION AND SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . 1 III. SCHE1YJ .E OF WORK . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 1 VI. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . 1 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . 2 1. General • • • • • . . . . • • • • • • • • • • • . 2 2. Excavation, Backfill and Placement . . . • • • • • • • . . 2 3. Record Drawings . . . . . . . . . . . . . . . . . . 2 4. Loose Equipment . • • . . . • . • • • • • • • • • . 2 S. Material . . . . . . . . . . . . . . . . . . . . . 2 A. P.V.C. Pipe • . . . . . . . . . . . . . . . . 2 i. Class 200 Pipe. . . . . . . . . . . . . 2 ii. Ring -Tite Pipe . . . . . . . . . . . . . . 3 B. Pressure Relief Valves .. . . • . • • • • • . . 3 C. Automatic Controller . . . . . . . . . . . . . . 3 D. Automatic Remote Control Valves• • • • • • • • • . . 4 j E. Valve Boxes • . . . • • • • • • • • • • • • . 4 F. Control Wire for R.C.V.'S • • • • • • • • • • • . 4 6. Installation . . . . . . . . . . . . . . . . . . 4 A. P.V.C. Pipe . . . . . . . . . . . . . . . . . 4 B. Automatic Controller . . . . . . . . . . . . . . 5 i. Location . . . . . . . . . . . . . . . 5 ii. Connection to Existing Control Wires . . i . . . . 5 C. Auxillitry Control Cabinet . . . . . . . . . . . . . 5 D. Valvd Boxes . . . . . . . . . . . . . . 5 E 0 INDEX 2 of 2 E. R.C.V. Wires . . . . . . . . . . . . . . . . . 5 F. Sprinklers . . . . . . . . . . . . . . . . . 5 G. Valves . . . . . . . . . . . . . . . . . . 6 7. Electrical Service and Connection . . . . . . . . . . . . 6 n LJ CITY OF NEWPORT BEACH PUBLIC WLIRKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN ISLAND IRRIGATION SYSTEM CONTRACT NO. 1344 • SPlof6 The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between Back Bay Drive and Santa Barbara Drive. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, automatic controller and all necessary appurtenances for a complete Irrigation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5039 -S) the City's Standard Drawings and Standard Special Provisions ^Z. 1° The City's Standard Specifications are the Standard Specifications for Public Works Construction (1970 Edition). The City's Standard rawings an btandard Special-P-r-ovisions may be obtained at the Public Works Department for a fee of $2.00. II. TIME OF COMPLETION The Contractor shall complete all work on the contract within 20 consecutive calendar days after execution of the contract by the City. III. SCHEDULE OF WORK The Contractor shall.meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic. pn Jamboree Road, may, be restricted- ,to. one 12- foot,lazrP,win -each' d3iston mOr1aT IPdand 3! 30 uly Yjondaar throes Friday during constructif, bxcept V. PAYMENT The lump sum price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sum price bid for the contract. _= =_ E VII. CONS1RUCHON DEPAILS 1. General. 0 SP2of 6 Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, automatic valves and automatic controller, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings, specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure laterial lines. (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement includtig locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Loose Equipment Loose sprinkling equipment, such as controller locking keys, will be furnished by the contractor in quantities as requested by the Engineer. Contractor shall also furnish two service manuals to the City. Manuals may be loose leaf and shall contain complete exploded drawings of all equipment installed showing components and catalog numbers together with the manufacturer's name and address: Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. S. Material A. P.V.C. Pipe i. P.V.C. - Pressure Rated Pipe - Type.1220 (PVC Class 200 $ Fittings) (a) Type I Grade II Pressure Rated Pipe. • 0 SP3of 6 (b) Materials shall meet requirements set forth in ASTND1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS 256-63. (e) P.V.C. pipe shall comply with standards set forth in CS 256 -63. (f) P.V.C. Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manu- factured by Industrial Polychemical Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall.be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns - Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves. Pressure relief valves shall be 3/4" Cash -Acme # K -10 set at 150 P.S.I. all brass construction. C. Automatic Controller (12 Station) The Controller shall have: three (3) completely independent Watering Schedules; a Minutes -of- Operation and Schedule Selector with variable timing of OFF - 60 minutes; a Station Numbered Terminal Strip for valve and pump starter relay connections; plug -in removable Control Panel Assembly; heavy duty steel, zinc plated, gild iridited, epoxy primed, 0 SP4of6 acrylic enameled steel, weather proof, key lockable Housing and. Pedestal; fused input (120 volts) and output (24 volt) circuits; valve stations capable of handling more than one valve as required (to a maximum of 60 V.A.) Controller shall be of the same manufacturer as the Remote Control Valves. All Controllers to be as manufactured by Griswold Controls, Santa Ana, California. D. Automatic Remote Control.Valves,..Electric Solenoid Type The remote control valve shall be 24 Volt, 3.5 Watts, and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must.be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet .tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a. removable seat and.be completely serviceable, from the top, without removing the valve body from the system. Valve shall be capable of operating manually without electricity. Valves shall be of the same manufacturer as the controller. All valves. shall be as manufactured by Griswold Controls, Santa Ana, California. E. Valve Boxes All remote control valves shall be installed in Plymouth's Superflexon 1203 # 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMETEK/Plymouth Plastics, Wisconsin. Valve boxes are available at local suppliers. F. Control Wire for R.C.V.'S. All wiring to be used for connecting the automatic controller to the remote control valve shall be type OF -600V, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Pilot or "hot" wires are to be of one color and all "common" wires are to be of another color. 6. Installation A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic.to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C: pipe - +Ea' 0 SP 5 of 6 After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. During the test period, minimum test pressure at the highest point of the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. B. Automatic Controller i. Location (a) Automatic controller shall be installed at location shown on plan: Location shall be verified by City's representa- tive. Pedestal mounted controller shall be installed as shown in details and in accordance with manufacturers recommen- dations. ii. Connection to Existing Control Wires (a) Connect to existing numbered R.C:V. wires as shown on plan to corresponding stations on controller. (Stations 1 to 11). Wires "stubbed out" are existing and are for this purpose. (b) Connecting and splicing of wire shall be made using Rainbird Pen -Tite connectors. C. Auxillary Control Cabinet City of Newport Beach will furnish one empty control cabinet for installation by contractor as shown on plans. Contractor will furnish P.V.C. Conduit and any other necessary materials for proper installation. D. Valve Boxes Plastic valve boxes shall be set two (2) inches above finish grade. E. R.C.V. Wires Common and pilot "hot" 'Wires shall be bundled and: taped every 10' and secured to underside of main line supply. Point of connections for R.C.V. wires are at locations and as shown on plans. F. Sprinklers All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. Az 0 Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated on Plans and shown in details. G. Valves SP6of6 Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. 7. Electrical Service and Connection ?Piirangements for electrical power for controller will be p Qyided by the ::.City. The City shall be notified five (5) days prior to-es cted date needed for energization of controller. P.V.C. electrical conduit for the electrical power shall be installed by the Contractor as shown on plans.