Loading...
HomeMy WebLinkAboutC-1352 - Transmission main, Master Plan, Water supply facility, Zones 3 & 41, fO CA rO z: ~ co iP� A F x �, �. o n, . CP TV r' f' $ 2 G r 2 r b rrt E: f rl m r rl Uri .. �°- � ,. � a g d' en OD U) 6�r ' n v h TA f" L" 7T T/ Ir 17 p► 37 or v A T> CT T 1 A r A_ P-l'-,- N co to G 3. 3 m T, N. T C7 orz LJ v 19 J7 17' O 1t A O C -1352 See Contract File for United Concrete Pipe Corporation Drawings and Specifications CITY IiF NEWPORT BEACH - PUBLIC WORKS DTMENT PROGRESS PAYMENT REQUEST NO. RETENTION FOR PERIOD ENDING June S. 1972 PROJECT Zone IV Transmission Main BUDGET NO. 50- 9297 -076 CONTRACT NO. 1352 10/70 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED � Q� 7Z Amount Earned Less 10% Retention 55, 098.00 - -- Original Contract Extras to Date Contract to Date Send payment to: � Q� 7Z Amount Earned Less 10% Retention 55, 098.00 - -- Amick Construction Co. 905 West I Street Less Previous Payments 52,355.60 Ontario, California 91762 Amount Due this Request 2.742.40 I hereby certify that the above amounts and values are correct. SIGNED _� SIGNED Field Engin4er Contractor BY April 24, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF ZONE IV TRANSMISSION MAIN (C -1352) 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: P-9 The contract for the construction of the Zone IV Transmission Main has been completed to the satisfaction of the Public Works Department. The bid price was: $54,848.00 Amount of unit price items constructed: 54,848.00 Amount of change orders: 250.00 Total contract cost: 55,098.00 Amount budgeted in Account No. 50- 9297 -076: 60,900.00 A change order in the amount of $250.00 was issued to cover the cost of revising the connection to the existing 16 -inch water main under Pacific View Drive. The contractor is Amick Construction, Inc. of Ontario, California. The contract date of completion was April 15, 1972. The work was completed on April 14, 1972. oseph T. evIin ublic W s Director APPROVED BY uuji,l 1 �ll DATE PD /bg APR 2 4 1977 1 L CITY PNEWPORT BEACH - PUBLIC WORKS DEN-ARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. ! (F) FOR PERIOD ENDING br11 17, 1972 PROJECT 10" IV Tnnadaa4eo Nall BUDGET NO. 50a9291 -e76 CONTRACT NO. 1352 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED Winch transmission win $54,949.00 100% $54.945.00 Change Order No, 1 250.00 100% 250.00 i5S.09i.00 Original Contract $64.MS•00 - -,� Extras to Date 250.00 nd p"nt to: Contract to Date 55,098.00 0 't 7 L Amick Construction Amount Earned 55,098.00,, 905 West I Street Less W Retention 2,742.40 Ontario, CA 91762 Less Previous Payments 49.613.20 Amount Due this Request 2,142.40 I hereby certify that the above amounts and values are corre/t�. SIGNED �� SIGNED f �� Field Ene�neer ontrac or 1:17 RECORDING ED AND MAIL TO CITY CLERK 3300 West Newport Blvd., Newport Beach, Calif 92660 708 FREE C3 NOTICE OF COMPLETION PUBLIC WORKS ! 0I 00 595 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 1 1972 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 14, 1972 the Public Works project consisting of Zone IV Transmission Main (C -1352) on which Am was the contractor, and was the surety, was completed. CITY OF NEWPORT BEACH c WIDrks Director I, the undersigned, say: 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 April 28, 1972 at Newport Beach, California. I, the undersigned, e I am the City Clerk of the City of Newport Beach; the City Council of said City on April 24, 1972 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 April 28, 1972 at Newport Beach, California. P 11-D ry 2 -l" Clfh',r 8 C CAUFBFAy CITY OPEWPORT BEACH - PUBLIC WORKS DATMENT PROGRESS PAYMENT REQUEST NO. 2 PROJECT Zone IV Transmission Main BUDGET NO. 50-9297 -076 FOR PERIOD ENDING CONTRACT NO. 1352 10/70 March 27, 1972 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 250.00 ' 16 -inch transmission main $54,848.00 95% 52,105.60 Send payment to: Change Order No. 1 250.00 100% 250.00 Less ilk Retention 25742.40 905 West I Street 52,355.60 Original Contract $54,848.06' Extras to Date 250.00 ' Contract to Date 55,098.00 Send payment to: 0� 3 Amount Earned 521,355.60 Amick Constructi0 Less ilk Retention 25742.40 905 West I Street Less Previous Payments 9,872.64 Ontario, CA 91762 Amount Due this Request $39,740.56 I hereby certify that the above amounts and values are correct. SIGNED SIGNED Field Efigineer on ra or BY�,�� CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE March 6. 1972 CONTRACT NO. 1352 PURCHASE ORDER NO. BUDGET NO. 50- 9297.076 CONTRACTOR'S NAME Amick Construction Company PROJECT NAME AND NO. Zone IV Transmission Main ACTION: It has been found that the existing A.C. pipe crossing of Pacific View Drive is not in the location shown on the plans. To correct this error, cut approximately 2 feet from the new steel pipe southerly of the crossing and weld this piece to the new pipe at the northerly end. The lump sum price for this work, per your letter dated Debruary 29, 1912, 1s $250.00, CONSTRUCTION GENC'F•L f.q'•�-', ^.cc,r.�n.� CONTRACTORS 905 WEST I STREET CONTRACTOR: ONTARIO, CALIFORNIA, 91762 BY zl�"" DATE . Al -0.N W o, I q 7-2— APPROVAL: ela taaineer cc: Purchasing l± ; 5 . IT, 9 lrr,i'^ H aLh, . ..Jj CITY ONEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING February 29, 1972 PROJECT ZONE IV TRANS14ISSION MAIN BUDGET NO. 50- 9297 -076 CONTRACT NO. 1352 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 16 -inch transmission main $54,848.00 20% $10,969.60 Original Contract $54,848.00 Extras to Date Contract to Date _ `" Send peyment to: Amount Earned 10,969.60 iDiAmick Construction Less l0% Retention 1,096,96 / j905 West I Street Less Previous Payments -- Ontario, California 91762 Amount Due this Request 9,872.64 A , !CK CCNSTrUCTION I hereby certify that the above amounts and values are correCUN =F, : . ..::.: .:.:: ::: c ^NTr:acroR: 905 VEST I STREET SIGNED SIGNED ONTARIO, CALIFORNIA, 91768 Field En ineer By &Contra� r CALIF NIA PRELIMINARYWNOTICE 4417 IN ACCORDANCE WITH SECTION VV. CALIFORNIA CODE OF CIVIL PROCEDURE AND SECTIO CALIFORNIA GOVERNMENT CODE (EFFECTIVE THROUGH DECEMBER 31, 1970) AND IN ACCORDANCE WITH SECTION 3097 AND 3 98, CALIFORNIA CIVIL CODE (WHEN SUCHSGCTIONS BECOME EFFECTIVE JANUARY 1, 1971.) THIS IS NOT A LIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR 314 YOU ARE HEREBY NOTIFIED THAT #GM CONSTRUCTION LENDER or FOLD HERE i✓ W N E OWNER or PUBLIC AGENCY Ror Reputed Owner (on public work) (on private work) C r City Clark City Of Newport Beach O 3300 Newport Bowlavard Newport Beach, California p L J Construction loan no. (if known). . YFOLD HERE ORIGINAL CONTRACTOR or Reputed Contractor, if any rota (name of person or firm furnishing labor, services, equip. ! fl'ti AM 439 ment or material) Baldwin lark. Calif. SIM (address of person or firm furnishing labor, services, equip- ment or has furnished or will furnish labor,, services, equipment or materials of the following general description: Pipe a Fittings (general description of the labor, services, equipment or material furnished or to be furnished) I for the building, structure or other work of improvement (address or description of job site .. Newport Beach. California sufficient for identification) i The name of the person or firm who contracted for the pur- chase of such labor, services, equipment or material is: Amick coastrnction CO. (name and address of person or firm) "S West I Street Ontario. California 91762 An estimate of the total price of the labor, services, equip--.- ment or materials furnished or to be furnished is: MEMO= (Dollar amount must be furnished to construction lender - optional as to owner or contractor) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. P ME Telephone Number ( J I Tf47&ffum(Na 594, Ravi sod)- A!stributed through BUI LDING%, MATERIAL DEALERS CREDIT f: ouc c`d ; S u.rARTMENT.` . imsoLUTION no. 7563 A RESOLUTION QF, .CITY CONCIL OP THE CITY OF KMPORT ,NAAm AWARDING. -A CONTRACT FOR ZONX. TV TRAfiSKZ'U LINH, 310 CANYON RESERVOIR fia SPY GLASS B14 Rodlliy CON°PFt CT NO. '1352 t;. P7c=KZAS, pursuant to the notice inviting bids fot work in connection with .one IV travindesion litre, Rig Canym Reservoir to Spy Glass Hill Roa$„,Jn accordance with the,.glans and specifications heretofore adopted., bi& were received on the 11th day of November, 1371, and publicly opened and de* cl*redi and ; WHXPJR;3, it appears that the lowest responsible bidder 1 therefor is AAdIC'K CONSTRUCTION, INC.a NOS`, THEREFORE BS IT RESOLVED by. the City Council of... the City of Newport Beach that the bid of Amick Construction,- Inc, for the work in the amount of $5 4,548.00 be accepted, awl that the contractt for the described work be awarded to said bidders BE IT FURTn&R RESOLVED that the Mayor and City Clark are hereby authorized and directed to execute a contract in ac- cordance with the specifications, bid and this award on.behalf of the City of Newport Beach, and that: the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTM) this 22nd day of November 13'71 ATTEST: city e -Kayor TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCTION OF MASTER PLAN WATER SUPPLY FACILITIES (CONTRACTS 1350 AND 1352) RECOMMENDATION: 1. Adopt a resolution authorizing the Mayor and City Clerk to execute a cooperative financing and reimbursement agreement with John D. Lusk and Son for the subject facilities. 2. Adopt a resolution awarding Contract No. 1350 to Triad Piping and Construction Company for $224,000.00, and authorizing the Mayor and City Clerk to execute the contract. 3. Adopt a resolution awarding Contract No. 1352 to Amick Construction, Inc., for $54,848.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: November 22, 1971 The agreement with John D. Lusk-and-Son provides-for . the-construction of the Master Plan Water Supply Facilities for:Upper Harbor View Hills - Sector IV and additions to facilities for Water Pressure Zones II and III. The construction of the proposed Master Plan Water Supply Facilities will be accomplished in three separate contracts. The three contracts are: (1) Contract No. C= 1350" Pumping Stations and Pressure Reducing Station at Big Canyon Reservoir; (2) Contract No. C -1352 - Zone IV Transmission Main; and (3) Contract No. C -1351 - Zone IV Storage Reservoir. Bids have been opened for the first two contracts, these are summarized below. The plans and specifications for the reservoir contract are under preparation and-will be submitted at a later date. Following is a revised summary of the construction cost of the subject facilities. The costs for Contracts C -1350 and-C-1352 are based upon actual bids, and the reservoir cost is an estimated amount. The division of funding is also shown. All funds advanced would be eligible for reimbursement from water acreage charges deposited in the Water System Development Fund with the .exception of, the costs of the pressure reducing station and the reservoir drain line. u DATE NOV 2 2 7971 November 22, 1971 Page Two Subject: Construction of Master Plan Water-Supply Facilities (Contracts 1350 and 1352) Included in the current budget are the sums of $138,000 for the total city share, and $300,000 for the developer's share of the cost. A budget amendment for $37,500 has been prepared for Council consideration to finance the city's revised total share, including the estimated reservoir construction cost. Sufficient unappropriated funds are available in the Water-Fund to finance the increase in the amount to be advanced by the city. Six bids for Contract 1350 were received and opened in the office of the City Clerk at 10:00 A.M. on November 11, 1971. Bidder Bid 1. Triad Piping and Construction Co., Gardena $224,000.00 2. Taymech Advance $232,630.00 Advance by Facility. Total Cost by City City Share Developer Zone III Pump Station $113,672 $113,672 Dan J. Peterson Company, Arcadia Zone IV Pump Station 77,154 Maecon, Inc., Santa Fe .Springs $ 77,154 Pressure Reducing Station 20,763 $20,763 Reservoir Drain Line 12,411 12,411 Sub -total 224,000 TM ,6 2 33,174" 77, 54 (Contract 1350) Zone IV Transmission Line $ 54,848 $ 54,848 (Contract 1352) Zone IV Reservoir $238,400 $ 28,600 $209,800 Totals $517,248 $142,272 $33,174 $341,802 Included in the current budget are the sums of $138,000 for the total city share, and $300,000 for the developer's share of the cost. A budget amendment for $37,500 has been prepared for Council consideration to finance the city's revised total share, including the estimated reservoir construction cost. Sufficient unappropriated funds are available in the Water-Fund to finance the increase in the amount to be advanced by the city. Six bids for Contract 1350 were received and opened in the office of the City Clerk at 10:00 A.M. on November 11, 1971. Bidder Bid 1. Triad Piping and Construction Co., Gardena $224,000.00 2. Taymech Corporation, Santa Ana $232,630.00 3. Pylon, Inc., Compton $239,922.00 4. Jenkin Construction Co., Long Beach $249,000.00 5. Dan J. Peterson Company, Arcadia $279,000.00 6. Maecon, Inc., Santa Fe .Springs $297,000.00 The low bid is 12% more than the engineer's estimate of $199,600.00. This contract provides for the construction of pumping stations for Water Pressure Zones III and IV, a Zone III to Zone II Pressure Reductng'Station and a reservoir drain line, all at Big Canyon. 'The estimated date of completion is May 22, 1972. The plans were prepared by Shuirman - Simpson-, Civil Engineers. Although Triad Piping and Construction Co. has not.previously. done work for the City of Newport Beach, a check of the references supplied indicates that-the firm is qualified to perform the work required by:this contract. Fifteen bids for Contract 1352 were received and opened in the office of the City Clerk at 10:30 A.M. on November 11, 1971. • i November 22, 1971 Page Three Subject; Construction of Master Plan Water Supply:Facilities (Contracts 1350 and 1352) Bidder 1. Amick Construction, Inc., Ontario 2. Ace Pipeline Construction, Inc., Pomona 3. Engineering Contractors,*:Inc. #2, Bellflower 4. Longley Construction Co., Inc:, Fullerton 5. Bebek Corporation, Santa Ana 6. Hawker Construction Co., Fontana 7. G. R. McKervey, Inc., Santa Ana 8. J. C. Scott Company, Anaheim 9. Edmond J. Vadnais, Etiwanda 10. Jenkin Construction Company, Long Beach 11. Pacific Coast Pipeline, Inc.,-Santa Ana 12. Callacher Company, Inc., Costa Mesa 13. Alex Robertson Company, Paramount 14. B & E and Associates, So. E1 Monte 15. Dan V. Peterson Company, Arcadia Bid $54,848.00 $60,800.00 $61,390.00 $62,710.00 $65,000.00 $66,400.00 $66,933.00 $68,600.00 $70,500.00 $71,805.00 $73,617.00 $76,800.00 $77,575.00 $78,525.00 $81,000.00 The low bid is 10% less than the engineer's estimate of $60,900.00. This contract provides for the construction of 3,500 feet of 16 -inch diameter Zone IV transmission main from the Zone 'IV Pumping Station to the intersection of San Joaquin Hills Road with Spy Glass Hill Road.., :The estimated date of completion is April 3, 1972. The plans were prepared by Raub, Bein, Frost and Associates. Amick Construction, Inc. has not previously done work .for the city. A check of the references supplied indicates that the firm is well qualified. eph lin lic WY Director A AMERICAN STATES INSURANCE COMPANY AMERICAN ECONOMY INSURANCE COMPANY Z J� Indianapolis, Indiana Indianapolis, Indiana Q AMERICAN STATES INSURANCOMPANY OF TEXAS w/ n Dallas, Texas `�" 7f>tic�vra+lce This is to certify that the following policies issued by the company indicated above are in full force and effect as of the date of this certificate. Nothing in this certificate, attached thereto or made a part thereof, shall be construed to broaden or amend coverage under such policies beyond the limits, terms, conditions and exclusions contained therein. Address of Insured ............ W.2. -A MAN. States in which Workmen's Compensation is Description water lines a G HAZARDS POLICY NUMBER EXPIRATION DATE BODILY INJURY LIMITS Each Person Each Oerarrenre PROPERTY DAMAGE LIMITS Each Orrorrm" Arrrerate E Premises — N operations cL435 139 11-19-71 250,000 00 000 150,000 500 000 E Owners or R Contractors Protective A L Completed operations 250,000 00 000 AGGREGATE: 500.000 Products ivL439 139 11-19-71 150,000 00 000 L Blanket Contractual 1 Liability 00 000 A Contractual Liability _15-04000 B as Described Below* LXCU Hazards - Explosion, .. Collapse & Underground ' T Y COVERAGE IS PROVIDED UNDER: ❑ COMPREHENSIVE GENERAL LIABILITY POLICY ❑ SCHEDULE LIABILITY POLICY A owned V Automobiles CIA35 139 11 -19 -71 250,000 500.000 150,000 T Hired 0 Automobiles O Non -Owned B Automobiles l L E COVERAGE IS PROVIDED UNDER: ❑ COMPREHENSIVE AUTOMOBILE LIABILITY POLICY ❑ SCHEDULE AUTO LIABILITY POLICY Workmen's W Employers Compensation Statutory Lia. Limit$.............................................. C Discus Occupational ❑ Included ❑ Excluded Under Above WC Policy sm i'.°mo,t n 'vao ther Diseases This certificate is issued to ----- _City -of "Newport Beach Public Worka Department - - - ------------------------ ------ -- ----------------------------------------------------------------- -------- ------------ ------ - - ---- - - - - 3300- "Rewpo ---- -Blv -i� ; - -Ne'ivwf -E - Beach; -- OflliforYii---- --92 II---- - - - - -- " - --- - - -- ------"-----"-- whoseaddress is -------------------------------------- ------- ----- ------- °----- - - ---- -- -- - - ---- --- - - - --- - - - - - -- --- - -- --- -- -- ------ -- ---- -- - - - --- -- -------------- ---- --- -- - -- - -- In the event of. any material change in or cancellation of said policies, the Company agrees to notify the party to whom this certificate is issued (10) days before such change or cancellation but assumes no responsibility for failure to do so. 'Description M Specific Contract(s) for which Certificate is issued: Type of Contract or Party or Parties.._.. Date of Contract.._. Date ---------------- 1.1.19 71 431 (8-69) Ra,, a tative or Official i � i''_ Co [e only when this endorsement is not red with the Policy or tw1hen the effective date differs Ir a policy. Pol. No.:CL1i35 .139 Effllml_ GENERAL CHANGE ENDORSEMENT Insured: db8 Amick Construrttion ADDITIONAL INSURED ENDORSEMENT It is agreed that the City of Newport Beach, California is hereby named as an additional insured, but only as respects any operations performed by the Named Insured for the following specified job: Installation of water lines and appurtenances, project #7 All other terms of this policy remain unchanged. McElvany Insurance,Inc. American States Insurance Company American Economy Insurance Company INDIANAPOLIS, INDIANA Form 9 -42141 16 -681 (Short Form) President ;ut secretory INDUSTRIAL INDEM TY COMPANY CERTIFICATE (A STOCK COMFW) ` OF •' HOME OFFICE SAN FRANCISCO INSURANCE NAMED INSURED Elmer E. Amick DBA Amick Construction Company 905 West I Street Ontario, California CERTIFICATE City of Newport Beach CEIMFICAYE ISSUED TO Y Ne wp ISSUED BY . INDUsrRIAL INDEMNITY COMrANY 3300 W. Newport Blvd. P. 0. Box 1500 Newport Beach, California Pasadena, California QRT STATe INDLTsrRIAL PNDEMNITY COMPANY has issued coverage effective as of the dates and for the. periods andrIrmits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF - CP674 -9109 4 -1-72 STATUTORY CALIFORNIA COMPENSATION. - WORKMEN'S COMPENSATION EXP LIABILITY — $2,000,000 PER OCCURRENCE COMPENSATION EFF _EMPLOYER'S STATUTORY COMPENSATION STATE(S) OF WORKMEN'S COMPENSATION EXP LIABILITY —$ PER OCCURRENCE LIABILITY _EMPLOYER'S _ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY— AUTOMOBILE AUTOMOBILE $ $ EACH PERSON - EACH OCCURRENCE BODILY INJURY LIABILITY — EXCEPT AUTOMOBILE > EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY — AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY— EXCEPT AUTO BILE $ $ AUTOMOBILE PH SICAL DAMAGE COMPREHENSIVE EFF $ $ FIRE. LIGHTNING & TRANSPORTATION > . THEFT (BROAD FORM) EXP $ COLLISION OR UPSET - ACTUAL LESS CASH VALUE DEDUCTIBLE EFF INLAND MARINE $ EXP EFF EXP $ Effective any loss under Automobile Physical Damage Coverage Is payable as interests may appear to the Named Insured and the Lienholder named below in accordance with Loss Payable Endorsement on reverse side. LIENHOLDER respects the following described automobile(s): YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or alter the coverage afforded by the policy described herein.) Job: Zone IV Water Transmission Line — Big Canyon Reservoir to Spy Glass Hill Road (Contract 1352) This policy shall not be canceled nor reduced in coverage until after 10 days written notice of such can- cellation or reduction in coverage shall have been mailed to this certificate holder. Certified this 29th day of November 1971 um 1aAL TNDEMNrrY Producer McElvany Insurance, Inc. ��i� ....... l6 -a8) Spencer cEllvany c_ —issz CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 November 23, 1971 Amick Construction, Inc. General Engineering Contractors 905 West I Street Ontario. California 91762 Subject: Zone IY Water Transmission Line - Big Canyon Reservoir to Spy Glass Hill Road (Contract 1352) Gentlemen: The City Council awarded the subject contract to you on November 22 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 processed 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." 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 $250,000 Each accident $500,000 Aggregate products $500,000 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 (not including Saturday,,Sunday and Federal Holidays) after they have been mailed to you. Very truly yours, William B. Dye Project Engineer WBD /bg Encl. cc: Insurance company HcElvaney Insurance Company 822 No. Euclid Ontario, California 91762 CONTRACT NO. 1352 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO .SPYGLASS HILL ROAD 1971 SUBMITTED BY: ontractorTRIMTTUN- Mr. 905 West I Street Address 0 rio. Cajifornia 972 City p Approved by the City Council - on this 12th Day of October, 1971 ((7141 984 -5770 Telephone CtcGtaf� Laura Lagios V Tota B r ee i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD 1970 -71 CONTRACT NO. 1352 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard. Newport Beach, California Gentlemen: J PR 1 of 1 w The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1352 in accordance with the City of Newport Beach Drawing W- 5078 -S; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full pay- ment therefor the following unit prices for each completed item of work, to wit: approximately 3,500 lineal feet of 16- inch, class 200, water transmission main and appurtenances shown on the Plans and Special Provisions, complete and in place. TOTAL PRICE WRITTEN IN WORDS: Fifty Four..Thousand Eight Hundred Forty Eight Dollars and No Cents $ 54,848.00 CONTRACTOR'S LICENSE NO. P69051 DATE November 11. 1971 BIDDER'S ADDRESS —__ 905. West I Street Ontario, California 91762 TELEPHONE NUMBER 714 =984 -5770 . AMICK CONSTRUCTION idder s Name lme E. Ak Author ze mic ignature 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 10:30 A.M. on the 11th day of November , 19 71 , at which time they wil— 1Tie opened and read, for performing work as follows: ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD - 1971 CONTRACT NO. 1352 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 Corporate Seal shall Fe ` aff ed 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. 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 Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. 9 • City of Newport Beach, California Notice Inviting Bids Page la 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 works 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 269051 Classification A Accompanying this proposal is Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. hone Num er AMICK CONSTRUCTION CO., INC. :Bidder's Name (SEAL) /s/ Elmer E. Amick uthorized Signature /s/ T. Marie Amick uthorizedPYignature Corporation Type 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: 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. 7. 8. 9. 10. 11. 12, Authorized ignature Cor oration Type of rgan zat on (Individual, Co- partnership or Corp) 905. West "I Street Ontario. California 91762 Address FOR ORfNAL, SEE CITY CLERKS FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, AMICK CONSTRUCTION COMPANY as Principal, and THE OHIO CASUALTY INSURANCE COMPANY 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% of 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 C -1352 ZONE IV WATER TRANSMISSION LINE, BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD - 1971 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, Sunday and Federal Holidays) 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 11th day of November , i9ZL__• Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) NOTARY PUBLIC: Richard S_ McElvany CnWmiccinn Fxniras Ortnber 7- 1975 AMICK CONSTRUCTION COMPANY Principal By /s/ Elmer E. Amick By /s/ Spencer McElvany Title Attorney -in -Fact 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 11th day of Nnyambar , 191_ My commission expires: ,lif y_A- 1974 AMICK CONSTRUCTION CO.. INC. /s/ Clifford Co rson aryu6 ii c _Y FOR OF*NAL, SEE CITY CLERKS FILE COPY Page '6 STATEMENT OF FINANCIAL RESPONSIBILITY The.unders.igned submits herewith a statement of his.financial responsibility. AMICK CONSTRUCTION CO., INC. /s/ Elmer E. Amick 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. 1971 West San Bernardino Water District Nick Presecan 714- 875 -1864 (Rialtn) T —1971 Cucamongd_Water District (Cucamonga) Norman Hixon 714- 987 -2591 1971 City of upland Harry Rohrback 714 - 982 -1352 AMICK CONSTRUCTION CO., INC. /s/ Elmer E. Amick —5 gi ned - iis�',Ea.. eh A STOCK COMPANY Bond No. 1- 602 -427 LABOR AND MATERIAL BOND CALIFORNIA - PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS, That Amick Construction Company as Principal, and THE OHIO CASUALTY INSURANCE COMPANY, an Ohio corporation authorized to execute bonds in the State of California, as Surety, are held and firmly bound unto City of Newport Beach as Obligee, in the sum of Twenty -seven Thousand Four Hundred Twenty -four and No /100 ** Dollars ($27,424.00 ** ) for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally by these presents. THE CONDITION of the above obligation is such that, Whereas the Principal on the day of 19 , entered into a contract with the Obligee for Zone TV Water Transmission Line - Big Canyon Reservoir to Spy Glass Hill Road (Contract 1352) NOW, THEREFORE, if the said Principal or his subcontractors shall fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work 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, as required by the provisions of Chapter 3 of Division 5, Title 1 of the Government Code of the State of California, and provided that the claimant shall have complied with the provisions of said Code, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond and also in case suit is brought on the bond, a reasonable attorney's fee to be fixed by the Court, then this obligation shall be void, otherwise to remain in full force and effect. This bond shall inure to the benefit of any and all persons entitled to file claims under Section 1191.1 et sec 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. Signed and sealed this 30th day of November 19 71 �' Amick„Con.struct.inn.,ComPany ........................ BY t� ... �u 4......... (Seal) Eimer E. Amick THE O ASUALTY INSURANCE COMPANY Spencer Calif. 5. 3591- 6.57 -IM ` i • . — o a •ss �j E c: .. v O�YlIr1d1' L V: 4-� Al r' U i 4 /f 7Nr (�0 \ ! ekR! - «� ! ((§�(/ ( }pr el r {0 0 St., : �2`n ■§! 0 tr P, n! (k) _- - •,§ —� ■ : -��}) ;��; ■ i! n \ / / �..« \ /° • ; ( \ \ /! ! mi! |� | ■I[) /( ( _ i( ! {! } e ( > ; /_i + ƒ; ) / ` 0 -0 . \ \ }\ (\ \ §/ \\ j} m § / }\ \ } @ q \ > \ $ 5 0 \ w w 2 x § § § q ] # ? * j 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted November 22, 1971 has awarded to AMICK CONSTRUCTION CO :, INC: hereinafter designated as the "Principal ", a contract for C -1352 ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD - 1971 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 as Principal, hereinafter designated as the Contractor and as Surety, are held firmly bound pinto 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 119201 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 day of 19 Approved as to form: City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk (Seal) (Seal) (Seal) ontractor (Seal) (Seal) 1) e4 s:;r;_e 0 • r I Lo%au am-mr, r, RIM r :� 17 , C 1 �f A STOCK COMPANY Bond No. 1- 602 -426 PERFORMANCE BOND CALIFORNIA - PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS, That Amick Construction Companv as Principal, and THE OHIO CASUALTY INSURANCE COMPANY, an Ohio corporation authorized to execute bonds in the State of California, as Surety, are held and firmly bound unto City of Newport Beach as Obligee, in the sum of Fifty -four Thousand Eight hundred Forty -eight and No /100* * Dollars ($ 54,848.00 ** ) for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally by these presents. THE CONDITION of the above obligation is such that, Whereas the Principal has entered into a contract, dated , 19 , with the Obligee to do and perform the following work, to -wit: Zone IV Water Transmission Line - Big Canyon Reservoir to Spy Glass Hill Road (Contract 1352) NOW, THEREFORE, if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 30th day of November 19 71 Amick Construction ........................ ... . .... .. . 1 ✓ .�.i .......... (Seal) Elmer E. Amick 4 THE O ASUALTY INSURANCE COMPANY �Y�cer A1cElvany ^ " °'""" C°Ilf. S- 3590-- 6 -57-IM 0 0 •6 :M •V mom A C: O Z ro a o: w Q a a o N: a M: L yyy � U M` N4 a n CL 0 0 "1 r- > In, Zj zr 0 CO :tz 3 0 • 0 ID to CL w Ln ts 'ID 0 G (W 0 ft 9— w `4 a or rb I I m 2 0 S. oil )-i 1-4 0 Fr 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 November 22. 1971 has awarded to AMICK CONSTRUCTION CO., INC. hereinafter designated as the "Principal ", a contract for C -1352 ZONE IV WATER TRANSMISSION LINE - BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD - 1971 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, as Principal, hereinafter designated as the "Contractor ", and As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ($ _ _ ), 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. .._ .: .: .: ..��.. _ >:.:. i., .; _�.. ....s:.. .. ,.... °�' —° garb -.mss.. -�M ..- :F�t,.� -•�__� .- ..,�3..� ..� a. _- x..:..: . z 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 instt^ument has been duly executed by the Principal and Surety above named, on the day of 19 Approved as to form: City Attorney (Seal) (Seal) (Seal) Contractor (Seal) Seal) (Seal) Surety Page 12 CONTRACT THIS AGREEMENT, made and entered into this /4'Tm day of 1971 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and AMICK CONSTRUCTION CO., INC. 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 C -1.352 ZONE IV WATER TRANSMISSION LINE - BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD - 1971 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 to be borne by the City,'and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work . according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the 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. } . ,a`.s�'r�i 1.31�Xr >".$ (P' i}.� °p,�. � 4:•.�t_ �Txc. s�-:.+° cv _.., c. ... . 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. Approved as to form: City Attorney CITY OF NEWPORT BEACH, CA FORNIA By: , mayor Contractor �n (SAL) _ lit le ,mac � RED. Tit e 0 I N D E X' TO SPECIAL PROVISIONS C -1352 I. SCOPE OF WORK , II. COMPLETION AND ORDER OF WORK III. PAYMENT IV. CONSTRUCTION SURVEY STAKING V. TRAFFIC CONTROL VI. STORAGE YARD VII. ACCESS ROAD VIII. GUARANTEE IX. PROTECTION OF EXISTING UTILITIES X. SHOP DRAWINGS XI. CONSTRUCTION DETAILS 1. Water Line 2. Reducing Coupling 3. Sleeve -type Couplings 4. Victaulic Coupling 5. Flanges 6. Gaskets and Bolts 7• Butterfly Valvek� B. Blowoff Valves i i. 9 9 PAGE u 1 2 2 2 2 2 3 4 5 5 5 5 5 5 5 d w 0 9. Air - vacuum and Air- release,Valves 10. Protective Coatings 11. Epoxy Lining 12. Pipeline Construction XII. SPECIAL CONDITIONS 1. Contractor Cooperation, 2. Disposal XIII. CONTRACT DRAWINGS l- u 0 ii. PAGE 6 6 6 7 8 :8 9 9 N I. II. III CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD 1971 CONTRACT NO. 1352 SCOPE OF WORK The work to be done under this contract consists of the construction of approximately 3500 feet of 16 -inch water line and related appurtenances from Big Canyon Reservoir to the intersection of San Joaquin Hills and Spyglass Hill Road (3,226 feet) and 265 feet on Spyglass Hill Road southerly. The contract requires the completion of all the work in accordance with the: (1) Special Provisions, (2) The plans (Drawing No. W- 5078 -S), (3) City of Newport Beach Standard Specifications for Public Works Construction (AGC /APWA 1970 Edition with related amendments), and (4) City of Newport Beach Standard Special Provisions and Standard Drawings. The City's Standard Specifications may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. COMPLETION AND ORDER OF WORK The Contractor shall complete all the work covered within the contract within 120 consecutive calendar days after execution of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. PAYMENT Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of related work. Special Provisions - 1 0 IV. CONSTRUCTION SURVEY STAKING 1 ._J Vj Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed••on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be con- sidered as included in the various items of work and no additional allowances will be made therefore. V. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. VI. STORAGE YARD A storage yard at the Big Canyon Reservoir area is available for the Contractor's use. The Contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract, the Contractor shall clean and return the yard to its original condition including repairs as required. VII. ACCESS ROAD Access roads or working space along the site of the work which may be required by the Contractor, shall be arranged for and paid for entirely by the Contractor. VIII. GUARANTEE All materials and workmanship shall be guaranteed for a one -year period after acceptance by the City Council. Defects shall be repaired at the expense of the Contractor. Special Provisions -2 IX. PROTECTION OF EXISTING UTILITIES U Known utilities are indicated on the planst Prior to performing con- struction work, the Contractor shall request each utility company to locate any facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to and service restora- tion of any utilities encountered during construction. The Contractor's attention is directed to the following items to be protected in place along the pipeline conduit: , Special Pmviei.nne -'A 16 -INCH STEEL WATER LINE Station Facility Owner 5 +87± to 5 +90t Plastic Water Line City of Newport Beach 7 +00± Rain Gauges i Orange County Flood Control District .i 7 +26± Plastic Water Line City of,Newport Beach 7 +70± Plastic Water Line City of Newport Beach 7 +94± to 8+37± Paved Access Road City of Newport Beach 9 +98± 15" RCP Culvert City of Newport Beach 12 +58± to 12 +83± Paved Access Road City of Newport Beach 14 +05± to 15 +50t Improvements within Pacific City of Newport Beach View Drive: 12 KV Cable So. Caifornia Edison Co. 3 -inch Gas Main So. California Gas Co. T.V. Cable Irvine Company 6 -inch ACP Water Line City of Newport Beach 8 -inch VCP Sewer Line City of Newport Beach Curb, Gutter & Sidewalk City of Newport Beach Paved Street City of Newport Beach . 14 +13± Fence Line City of Newport Beach 14 +09.42 to 15 +54.42 16 -inch A.C.P. Water Line City of Newport Beach 19 +19± to 19 +31t Parallel 12'X5' Concrete Irvine Company Headwall 19 +25± 42 7inch R.C.P. Storm Drain City of Newport Beach 19 +31± to 21 +21t Parallel 18" A.C.P. Storm Irvine Company Drain ' 24 +95t 12 KV Cable So. California Edison Co. 32 +19± Street fight Conduit So. California Edison Co. 35 +65± T.V. Cable Irvine Company 36 +80± T,.V. Cable Irvine Company Special Pmviei.nne -'A 0 0 SHOP DRAWINGS Shop Drawings will be required for all equipment,.pipi,ng. and appur- tenances. The Contractor shall furnish to.the Engineer-for review two prints of each shop drawing. The term ".shop drawing" as used herein shall be understood to include lists, schedules, graphs, operating instructions, etc., and shall be submitted within 30 calendar days after execution of contract. Within 10- days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted hereon. 2. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", revision of said drawing will not be required and the Contractor shall immediately submit five additional copies to the Engineer. 3. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. 4. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resub- mit six copies of said revised drawing to the Engineer. 5. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item-shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned approved copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the require- ments of the contract plans and specifications and shall not be taken' as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay.resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirement contained in these contract specifications or on the contract drawings: Special Provisions -4 XI 0 CONSTRUCTION DETAILS 1. Water Line The Contractor shall furnish and install Specification SS- P -381A (1) or SS- P -385A locations and lines and grades shown on field. • a 16 -inch class 200, Federal (1), water line at the the plans or staked in the The price for the water line shall +include excavation, bedding, back - fill, pipe fittings, joint couplings and collars, thrust and anchor blocks, and other miscellaneous appurtenances. 2. Reducing Coupling Couplings for the steel to A.C.P. connection shall be epoxy -lined (heat fused) Smith -Blair Reducing Coupling Style 415, Baker Steel series 220 18.46" - 17.02" or approved equal. Sleeve Type Couplings Sleeve type couplings, Smith -Blair Series 411 or approved.,equal, shall be designed for a water working pressure equal to the design pressure of the pipe on which they are to be installed. Bolts used shall be . type 18-6 stainless steel. The couplings shall be epoxy- lined. 4. Victaulic Coupling The victaulic coupling shall be mechanical type, to mechanically engage and lock the grooved or shouldered pipe ends in a positive couple and allow for some degree of angular deflection and contraction and expansion. The coupling shall be victaulic, Style Number 77. 5. Flanges Flanges for water line shall conform to AWWA C -207. All steel flanges shall be Class D unless otherwise indicated. All flanges shall' be furnished with flat faces. All pipe flanges shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown on the drawings. Attachment of the flanges to the pipe shall conform to the applicable requirements of the "AWWA Standard Specifica- tions for Steel Pipe Flanges" (AWWA Designation C207). All bolts and nuts for buried flanged joints shall be of Type 18 -6 stainless steel. 6. Gaskets and Bolts Except as otherwise provided, gaskets for flanged joints shall be 1/16 - inch thick laminated asbestos fiber, Cranite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch thick reinforced rubber which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. Special Provisions -5 0 0 Except as otherwise. provided herein, bolts shall conform to the requirements of the "Specifications for Steel Machine Bolts and Nuts and Tap Bolts ", Grade B (ASTM Designation A307). Bolts shall have a minimum tensile strength of 55,000 psi. All bolts and nuts which are not buried shall be hot -dip galvanized. Bolts and nuts for buried service shall be of Type 18 -8 stainless steel. w 7. Butterfly Valve The 16 -inch Class 150 -B flanged butterfly valve shall be leak free at 180 psi and shall conform to Section 207 -14.3 of the City of Newport Beach Standard Special Provisions and Standard Drawings and shall be epoxy - lined. 8. Blowoff Valves The gate valve for the blowoff valve assembly shall conform to Section 207 -14.2 of the City of Newport Beach Standard.Special Provisions and Standard Drawings and shall be leak free at 180 psi.and shall be epoxy - lined. 9. Air - vacuum and Air - release Valves Air - vacuum and air - release valves shall be epoxy -lined Apco Series 145C or approved equal, have floats constructed of stainless steel, and shall be designed for a water working pressure of 180 psi. 10. Protective Coatings The exterior surfaces of all buried valves, flanged joints, couplings, and other buried items which are not mortar coated shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 118 of an inch. 11. Epoxy Lining Items to be epoxy -lined $hall be coated with 12 to 15 mils of epoxy resin. ' Solid state epoxy resin shall be used and applied through a fusion process. In cases where the fusion process is not applicable, an acceptable. alternate will be a two -part chemically catalized epoxy system. Liquid epoxy shall be Minnesota Mining and Manufacturing SK -302 or equal. All surfaces to be coated shall be prepared in strict accordance with' manufacturer's recommendations. Special Provisions-4 0 - 0 12. Pipeline Construction Trench excavation, pipe laying, backfilling, pavement restoration, , and acceptance 'shall conform to Section 3.06 of the Standard Specifi- cations with the exception that upon the completion of the pipeline, . the disinfecting.water shall not be flushed from the line. Construc- tion and testing water shall be the responsibility of the contractor. Handling and storage of pipe shall be in accordance with the recommen- dations of the manufacturer. All necessary precautions shall be taken to maintain the protection afforded by the lining and coating. Pipe shall be handled and stored so that dimensional integrity of joint configuration and pipe roundness are insured. No steel cable slings will be permitted. Spreader bars'must.be used for lengths over 20 feet. Before joining the spigot into the bell of the pipe previously laid, the spigot groove, the rubber gasket, and the bell shall be thoroughly cleaned. Then the spigot groove, the rubber gasket, and the first two inches of•the bell shall be lubricated with a soft, vegetable soap compound. The gasket shall be positioned in spigot groove so that the rubber is distributed uniformly' around the circumference, not twisted, rolled, cut, crimped or otherwise injured. Uniform disxribution of gasket may be accomplished by passing a smooth, round steel rod under gasket and up onto opposite edge of gasket groove, then moving the rod in this position around the entire circumference of the spigot. The pipe shall be joined together to provide the proper space between abutting ends of.pipe. To maintain the laying length shown on the contract drawings, the width of the space provided at the joint may be varied to compensate for the permissible manufacturing tolerance in pipe lengths of plus or minus 4 inch. For slight changes or corrections in alignment and grade, joints may be pulled on one side of pipe. The amount of deflection must not exceed that recommended for the type of joint being used. After a joint is assembled, a thin metal feeler gauge shall be inser- ted between the bell and spigot and the position of the rubber gasket checked around the complete circumference of the pipe. If the gasket is not in the proper position,•the pipe shall be withdrawn, the gasket checked to see,that it is not cut or damaged, the pipe relaid, and the gasket position again checked. Prior to assembling the joint, the inside shoulder of the bell shall be "buttered" with a mortar of the consistency of thick cream, consisting of 1 part portland cement to lk parts of sand. An accessory such as a specially designed rubber ball wrapped with burlap shall be used to: (1) Provide back -up against which the mortar is squeezed while the centered spigot is pushed "home" and (2) Hold the mortar in place in the assembled joint while alignment and grade are adjusted as the next bell is "buttered" and the next spigot is centered. %, Special Provisions - 7 The accessory shall continuous surface pipe. CI screed off excess:mortar to leave a smooth and between pipe sections as`it is drawn through the After joining mortar coated pipe, a plastic or cloth band at least fl- inches in width shall be centered and secured over the exterior joint recess. The joint band shall be bound to the pipe by the.use of steel box strapping or by an equivalent methqd and shall completely and snugly incase the outside joint except for an opening near the top where mortar grout is to be poured into the joint recess. After the joint band is properly secured, the joint recess shall be moistened with water and then filled with mortar consisting of 1 part Portland cement and 2 parts of sand mixed with water to the consistency of thick cream. The mortar grout shall completely fill the outs.i,de annular space between the ends bf the pipe and around the complete circumference. After the recess has been filled, the joint band shall be placed over the opening left for pouring and the mortar allowed to set before bedding and backfilling at the joint. After the mortar has set, the pipe and its joint should be shaded with backfill material to protect it from extreme temperature changes and as an, aid for proper alignment when subsequent sections are laid. When required, the bell end shall be circumferentially welded to the spigot end of the adjoining pipe. The weld shall be contihuous and shall be made on the outside of the clean pipe.. Ample bell holes shall be dug to permit proper welding of the joints. The field weld between the bell and spigot ends shall be made in two or more passes. I . XII, SPECIAL CONDITIONS 1. Contractor Cooperation The contractor's attention is directed to Section 7 -7 of the Standard Specifications. The contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral and essential work by others and shall coordinate his operations and cooperate to minimize interference. The following contracts under construction' and /or scheduled for award during the period of this contract include, but are not limited to: (a) pump station near the beginning of the pipeline,.(b) San Joaquin Hills Road, (c) site improvement for Harbor Day School, located between Pacific View Drive and San Joaquin Hills Road, and (d) Big :Canyon entrance roads. Special.Provisions - 8 2. Disposal Excess spoil and debris from the pipeline excavation shall be imme- diately removed from the job site. N XIII. CONTRACT DRAWINGS SHEET NO. DESCRIPTION 1 Vicinity Map, Index Map, Sheet Index, General . Notes, and Estimated Quantities 2 Plan and Profile Station 2 +43.43 to 12 +50.89 3 Plan and Profile Station 12 +50.89 to 24.00 4 Plan and Profile Station 24+00 to 36+08.83 1 Special Provisions -9 0 .h a � E i � , I eq Auzsn ?J F La U W W ir ��zgr ~ O 2 F U W O r w s. U) ��umii��amu� IIIII��10��1 IIIS NII�IIIIIIII� n� m�dnme�� IAA �IYIAYYIMeI IIIIIIIIIIIIAIIIIIII� ui�annmi,oieio� "Ii��' ° " "' mem�ix� O r w s. U) f f D 0 W c\ 7 V Z 9 1 •W QZ In }F- K U W Q W it Iz 1— U W 'mai 0 r W W S LO 1�11�1��9II�fl1' nnm�nme■�� li�d�mmi�niimnmt i�'eunm�enm�nA�, �I�IIIYIIIIIIYIIIIYININ� Illlllllllll�llll�illll �nn�n� irui nn � VIII II I IIIIIIIII, 'mai 0 r W W S LO �I 1� U Q � a �o V �ZZ _ O (OH } Q E N ft Uz_n La U U W Q W W Z_ O z F0 -' Z F U W U. 0 W W I NII�� IAA IN IIII� 118111 nnui�■e�nunum' II I;ollll�llllllll IIIIIII�IIIIIA�IIIIIIII IIlAAlllnfllllflllllllllll� i miounmen,mmm� nunUun Mul mmullim U. 0 W W I CONTRACT NO. 1352 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO .SPYGLASS HILL ROAD 1971 Approved by the City Council on this 12th Day of October, 9971 Laura Lagi'o SUBMITTED BY: AMICK CONSTRUCTION /IV 4- OENERAL ENGWEERING CONTRACTORS / 905 WEST I STREET 091AR10, CALIFORNIA, 91764 .Contractor Address ©A/T/9rz d, 7e,,- C1 ty Zip 71 - 975Ws 77o Te ep one Total Bid r Ge PR 1 of 1 CITY OF NEWPORT BEACH 4 PUBLIC WORKS DEPARTMENT ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD 1970 -71 CONTRACT NO. 1352 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard. Newport Beach, California Gentlemen: J The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1352 in accordance with the City of Newport Beach Drawing W- 5078 -S; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full pay- ment therefor the.following unit prices for each completed item of work, to wit: approximately 3,500 lineal feet of 16 -inch, class 200, water transmission main and appurtenances shown on the Plans and Special Provisions, complete and in place. PRICE WRITTEN IN WORDS: CONTRACTOR'S LICENSE NO. DATE /v0 l/, BIDDER'S ADDRESS fOS W. TELEPHONE NUMBER 71il- - JP4,�S -77o Dol l ars and Cents $ AMICK— CVIST— RUCTION GENERAL FNGINEERING CONTRACTORS 905 WEST 1 STREET ONTARIO, CALIFORNIA. 91769 Bidders Name f �— /y-u.. -tee✓ (Authorized Signature) . 'e • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 11th day of November 19 71 at which time they will 6e opened and read performing work as f o ows: ZONE IV WATER TRANSMISSION LINE" BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD -1971 CONTRACT NO. 1352 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 Corporate Seal shall eb 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. 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 Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. 9 City of Newport Beach, California Notice Inviting Bids Page la 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 9 615 -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 works 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 inr 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. ,Z & y oS/ Classification A7 Accompanying this proposal is L� 42 N b Cash, Certified Check, Cashier's Check or in an amount not les,p than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 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 per?�o TefcithBwork of this contract. GENERAL ENGINEERING CONTRACTORS 905 WEST I STREET _ - 7/[� _ gY4/-S'770 ONTARIO, CALIFORNIA, 91767 - - - - Phone Number Bidder's Name = Va0, //. /9 71 � ,e _� - SE11L - Date Authorized Signature r 7ithor' zedSignature - �mn'Pmais-r�o,+/ Type 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: 0 DESIGNATION OF SUB - CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer, Item of Work 1. 2.. 3, 4. 5. 6. 7. 8. 9. 10. 11. 12. I Sub - contractor Address er s Name Authorized ignature Type of rgan zat on (Individual, Co- partnership or Corp) Address Y Bond No. 938676 -59 � L j�•j�,� �/J/M, affn HAMILTON, OMO BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, Amick Construction Company (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of California as Surety, are held and firmly bound unto City of Newport Beach (hereinafter called the Obligee) in the penal sum of Ten (10 %) Percent of Amount Bid Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated November 11 19 71 , for Zone IV Water Transmission. Big Canyon Reservoir to Spyglass Hill Road - 1971. Contract No. 1352. NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other- wise to remain in full force and virtue. Signed, Sealed and Dated this .... ,... lith.....day of ............... November 1971 Amick,.Co)z,truction,Com By.... ..d2 1 �. ��..�<_.. ............... mer E. Amick' THE OHI ASUALTY INSSU/R /ANCE COMPANY . Spencer McElvAnyi".ia.Face $. 117�Raa. u • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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, Sunday and Federal Holidays) 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 19 _ Corporate Seal (If Corporation) Principal ,(Attach acknowledgement of Attorney -in -fact) Surety By Title a NON- COLLUSION AFFIDAVIT rl 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 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 My commission expires: n, CLIYFOBO c, Cr•RLSON . t•1,, �:>NcoHryU1 •.y Peiyr.:rnt n, h1Y .... s5icn Ex - !uty couNYY, ,_ i Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. 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. /f 71 — '71k — Signed I N D E X' TO SPECIAL PROVISIONS C -1 3,52 w PAGE I. SCOPE OF WORK 1 II. COMPLETION AND ORDER OF WORK b III. PAYMENT 1 IV. CONSTRUCTION SURVEY STAKING 2 V. TRAFFIC CONTROL 2 VI. STORAGE YARD 2 VII. ACCESS ROAD 2 VIII. GUARANTEE 2 . IX. PROTECTION OF EXISTING UTILITIES 3 X. SHOP DRAWINGS 4 XI. CONSTRUCTION DETAILS 5 1. Water Line 5 2. Reducing Coupling 5 3. Sleeve -type Couplings 5 4. Victaulic Coupling 5 5. Flanges 5 6. Gaskets and Bolts 5 7. Butterfly Valve',' 6 B. Blowoff Valves 6 is w 9. Air - vacuum and Air- release,Valves 10. Protective Coatings 11. Epoxy Lining 12. Pipeline Construction XII. SPECIAL CONDITIONS 1. Contractor Cooperation. 2. Disposal XIII. CONTRACT DRAWINGS 0 11. PAGE 6 6 6 7 8 >g 9 9 r ............................ �r r ' ' 11. PAGE 6 6 6 7 8 >g 9 9 r ............................ • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 0 FOR ZONE IV WATER TRANSMISSION LINE BIG CANYON RESERVOIR TO SPYGLASS HILL ROAD 1971 CONTRACT NO. 1352 SCOPE OF WORK The work to be done under this contract consists of the construction of approximately 3500 feet of 16 -inch water line and related appurtenances from Big Canyon Reservoir to the intersection of San Joaquin Hills and Spyglass Hill Road (3,226 feet) and 265 feet on Spyglass Hill Road southerly. The contract requires the completion of all the work in accordance with the: (1) Special Provisions, (2) The plans (Drawing No. W- 5078 -S), (3) City of Newport Beach Standard Specifications for Public Works Construction (AGC(APWA 1970 Edition with related amendments), and (4) City of Newport Beach Standard Special Provisions and Standard Drawings. The City's Standard Specifications may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. II. COMPLETION AND ORDER OF WORK The Contractor shall complete all the work covered within the contract within 120 consecutive calendar days after execution of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. III. PAYMENT Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of related work. Special Provisions - 1 IV. CONSTRUCTION SURVEY STAKING 0 Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed,on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be con- sidered as included in the various items of work and no additional allowances will be made therefore. V. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. , >' VI. STORAGE YARD A storage yard at the Big Canyon Reservoir area is available for the Contractor's use. The Contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract, the Contractor shall clean and return the yard to its original condition including repairs as required. VII. ACCESS ROAD Access roads or working space along the site of'the work which may be required by the Contractor, shall be arranged for and paid for entirely by the Contractor. VIII. GUARANTEE All materials and workmanship shall be guaranteed for a one -year period after acceptance by the City Council. Defects shall be repaired at the expense of the Contractor. Special Provisions -2 IX. PROTECTION Of EXISTING UTILITIES .1 Known utilities are indicated on the plans,. .Prior to performing con- struction work, the Contractor shall request each utility company to locate any facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to and service restora- tion of any utilities encountered during construction. The Contractor's attention is directed to the following items to be protected in place along the pipeline conduit: 16 -INCH STEEL WATER .LINE, Station Facility Owner 5 +87t to 5 +90± Plastic Water Line City of Newport Beach 7 +00± Rain Gauges Orange County Flood Control District 7 +26t Plastic Water Line City of,Newport Beach 7 +70t Plastic Water Line City of Newport Beach 7 +94± to 8+37± Paved Access Road City of Newport Beach 9 +98t 15" RCP Culvert City of Newport Beach 12 +58t to 12 +83± Paved Access Road City of Newport Beach 14 +05t to 15 +50t Improvements within Pacific City of Newport Beach View Drive: 12 KV Cable So. Caifornia Edison Co. 3 -inch Gas Main So. California Gas Co. T.V. Cable Irvine Company 6 -inch ACP Water Line City of Newport Beach 8 -inch VCP Sewer Line City of Newport Beach Curb, Gutter & Sidewalk City of Newport Beach Paved Street City of Newport Beach 14 +13t Fence Line City of Newport Beach 14 +09.42 to 15 +54.42 16 -inch A.C.P. Water Line City of Newport Beach 19 +19t to 19 +31 +. Parallel 12'X5' Concrete Irvine Company Headwall 19 +25± 42 -inch R.C.P. Storm Drain City of Newport Beach 19 +31t to 21 +21t Parallel 18" A.C.P. Storm Irvine Company Drain 24 +95t 12 KV Cable So. California Edison Co. 32 +19t Street.�ight Conduit So. California Edison Co. 35 +65t T.V. Cable Irvine Company 36 +80t T,.V. Cable Irvine Company 0 0 X. SHOP DRAWINGS Shop Drawings will be required for.al.l equipment,.pi.ping.and appur- tenances. The Contractor shall furnish to the Engineer for review two prints of each shop drawing. The term: ".shop drawing" as used herein shall be understood to include lists, schedules, graphs, operating instructions, etc., and shall be submitted within 30 calendar days after execution of contract. Within .10 :days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted hereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", revision of said drawing will not be required and the Contractor shall immediately submit five additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. 4. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resub- mit six copies of said revised drawing to.the Engineer. 5. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. 6. Fabrication of an item:shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned approved copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the require- ments of the contract plans and specifications and shall not be taken' as the basis of claims for extra work. The Contractor-shall have no claim for damages or extension of time due to any delay.resulting from making required revisions to shop drawings. The review of said drawings by-the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirement contained in these contract specifications or on the contract drawings. Special Provisions -4 XI. • CONSTRUCTION DETAILS 1. Water Line The Contractor shall furnish and install Specification SS- P -381A (1) or SS -P -385 A locatiops and lines and grades shown on field. 0 a 16 -inch class 200, Federal (1), water line at the the plans or staked in the The price for the water line shall include excavation, bedding, back - fill, pipe fittings, joint couplings and collars, thrust and anchor blocks, and other miscellaneous appurtenances. I. 2. Reducing Coupling Couplings for the steel to A.C.P. connection shall be epoxy -lined (heat fused) Smith -Blair Reducing Coupling Style 415, Baker Steel series 220 18.46" - 17.02" or approved equal. Sleeve Type Couplings Sleeve type couplings, Smith -Blair Series 411 or approved,,equal, shall be designed for a water working pressure equal to the design pressure of the pipe on which they are to be installed. Bolts used shall be . type 18 -8 stainless steel. The couplings shall be epoxy- lined. 4. Victaulic Coupling The victaulic coupling shall be mechanical type, to mechanically engage and lock the grooved or shouldered pipe ends in a positive couple and allow for some degree of angular deflection and contraction and expansion. The coupling shall be victaulic, Style Number 77. 5. Flanges Flanges for water line shall conform to AWWA C -207. All steel flanges shall be Class D unless otherwise indicated. All flanaes shall' be furnished with flat faces. All pipe flanges shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown on the drawings. Attachment of the flanges to the pipe shall conform to the applicable requirements of the "AWWA Standard Specifica- tions for Steel Pipe Flanges" (AWWA Designation C207). All bolts and nuts for buried flanged joints shall be of Type 18 -$ stainless steel. Gaskets and Bolts Except as otherwise provided, gaskets for flanged joints shall be 1/16 - inch thick laminated asbestos fiber, Granite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch thick reinforced rubber which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. t Special Provisions -5 Except as othe nvise.provided herein, bolts shall conform to the requirements of the "Specifications for Steel Machine Bolts and Nuts and Tap Bolts ", Grade B (ASTM Designation A307). Bolts shall have a minimum tensile strength of 55,000 psi. All bolts and nuts which are not buried shall be hot =dip galvanized. Bolts and nuts for buried service shall be of Type 18 -8 stainless steel. w 7. Butterfly Valve ' The 16 -inch Class 150 -B flanged butterfly valve shall be leak free at 180 psi and shall conform to Section 207 -14.3 of the City of Newport Beach Standard Special Provisions and Standard Drawings and shall be epoxy- lined. 8. Blowoff Valves The gate valve for the blowoff valve assembly shall conform to Section 207 -14.2 of the City of Newport Beach Standard.Special Provisions and Standard Drawings and shall be leak free at 180 psi.and shall be epoxy - lined. 9. Air - vacuum and Air - release Valves Air- vacuum and air- release valves shall be epoxy -lined Apco Series 145C or approved equal, have floats constructed of stainless steel, and shall be designed for a water working pressure of 180 psi. 10. Protective Coatings The exterior surfaces of all buried valves, flanged joints, couplings, and other buried items which are not mortar coated shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 of an inch. 11. Epoxy Lining Items to be epoxy -lined $hall be coated with 12 to 15 mils of epoxy resin. Solid state epoxy resin shall be used and applied through a fusion process. In cases where the fusion process is not applicable, an acceptable. alternate will be a two -part chemically catalized epoxy system. Liquid epoxy shall be Minnesota Mining and Manufacturing SK -302 or equal. All surfaces to be coated shall be prepared in strict accordance with manufacturer's recommendations. Special Provisions -4 • 1 0 12. Pipeline Construction Trench excavation, pipe laying, backfilling, pavement restoration, . and acceptance.'shall conform to Section 3.06 of the Standard Specifi- cations with the exception that upon the completion of the pipeline, the disinfecting.water shall not be flushed from the line. Construc- tion and testing water shall be the responsibility of the contractor. Handling and storage of pipe shall be in accordance with the recommen- dations of the manufacturer. All necessary precautions shall be taken to maintain the protection afforded by the lining and coating. Pipe shall be handled and stored so that dimensional integrity of joint configuration and pipe roundness are insured. No steel cable slings will be permitted. Spreader bars'must.be used for lengths over 20 feet. Before joining the spigot into the bell of the pipe previously laid, the spigot groove, the rubber gasket, and the bell shall be thoroughly cleaned. Then the spigot groove, the rubber gasket, and the first two inches of-the bell shall be lubricated with a soft, vegetable soap compound. The gasket shall be positioned in spigot groove so that the rubber is distributed uniformly'around the circumference, not twisted, rolled, cut, crimped or otherwise injured. Uniform distribution of gasket may be accomplished by passing a smooth, round steel rod under gasket and up onto opposite edge of gasket groove, then moving the rod in this position around the entire circumference of the spigot. The pipe shall be joined together to provide the proper space between abutting ends of.pipe. To maintain the laying length shown on the contract drawings, the width of the space provided at the joint may be varied to compensate for the permissible manufacturing tolerance in pipe lengths of plus or minus 4 inch. For slight changes or corrections in alignment and grade, joints may be pulled on one side of pipe. The amount of deflection must not exceed that recommended for the type of joint being used. After a joint is assembled, a thin metal feeler gauge shall be inser- ted between the bell and spigot and the position of the rubber gasket checked around the complete circumference of the pipe. If the gasket is not in the proper position,,the pipe shall be withdrawn, the gasket checked to see,that it is not cut or damaged, the pipe relaid, and the gasket position again checked. 'Prior to assembling the joint, the inside shoulder of the bell shall be "buttered" with a mortar of the consistency of thick cream, consisting of 1 part portland cement to 1;� parts of sand. An accessory such as a specially designed rubber ball wrapped with burlap shall be used to: (1) Provide back -up against which the mortar is squeezed while the centered spigot is pushed "home" and (2) Hold the mortar in place in the assembled joint while alignment and.grade are adjusted as the next bell is "buttered" and the next spigot is centered. Special Provisions - 7 The accessory shall screed off. excess mortar to.leave a.smooth and continuous surface between pipe sections wit is drawn through the pipe. After joining mortar coated pipe, a plastic or cloth band at least 8- inches in width shall be centered and secured over the exterior joint recess. The joint band shall be bound to the pipe by the use of steel box strapping or by an equivalent methgd and shall completely and snugly incase the outside joint except for an opening near the top where mortar grout is to be poured into the joint recess. After the joint band is properly secured, the joint recess shall be moistened with water and then filled with mortar consisting of 1 part portland cement and 2 parts of sand mixed with water to the consistency of thick cream. The mortar grout shall completely fill the outs.i.de annular space between the ends of the pipe and around the complete circumference. After the recess has been filled, the joint band shall be placed over the opening left for pouring and the mortar allowed to set before bedding and backfilling at the joint. After the mortar has set, the pi.pe and its joint should be shaded with backfill material to protect it from extreme temperature changes and as an, aid for proper alignment when subsequent sections are laid. When required, the bell end shall be circumferentially welded to the spigot end of the adjoining pipe. The weld shall be continuous and shall be made on the outside of the clean pipe. Ample bell holes shall be dug to permit proper welding of the joints. The field weld between the bell and spigot ends shall be made in two or more passes. ' . XII. SPECIAL CONDITIONS 1. Contractor Cooperation The contractor's attention is directed to Section 7 -7 of the Standard Specifications. The contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral and essential work by others and shall coordinate his operations and cooperate to minimize interference. The following contracts under construction' and /or scheduled for award during the period of this contract include, but are not limited to: (a) pump station near the beginning of the pipeline, (b) San Joaquin Hills Road, (c) site improvement for Harbor Day School, located between Pacific View Drive and San Joaquin Hills Road, and (d) Big Canyon entrance roads. . Special Provisions - 8 2 . Disposal Excess spoil and debris from the pipeline excavation shall be imme -! diately removed from the job site. XIII. CONTRACT DRAWINGS , 4 SHEET NO. DESCRIPTION 1 Vicinity Map, Index Map, Sheet Index, General Notes, and Estimated Quantities 2 Plan and Profile Station 2 +43.43 to 12 +50.89 3 Plan and Profile Station 12 +50.89 to 24.00 4 Plan and Profile Station 24+00 to 36 +08.83 Special Provisions -9 3 m n O 'J vmi Zvv c O Arm in O � Q U T n? N ry > m nc>r > V O m r r C_ -O Z2x � 1p -1 2 L v < y L E.. b WOOD 0. �0,� 10 o „a e ° to ° o 0 0C n ° m ° t7 O To9ra p r 0 7 5. v IL n a m " EL o g ° m n n .. mD0', � e w o °p• P o (b n nm0 a 5 R CL= 7 0 T it :r :K :a' C to 0 T m 4 0 O 'µ P �0 m 0 O T Q 0 P) Q m C Jgn - °•� 5. 00 n. a a•7 D 0 " 0 n so :r memo " w •e a m 0 51° T Q..O N bn 0' p O 0 w C T 5 A 5 'S , m 0 .R 4 O C O In :p :m :W :p :O O :n :r :w :M :O 1� H 0 H PO z H O yC k CA aa�o ap 5 :r 0 ;m m O A • �_ 0 I !r°�� Irv{ 4. R O O n m 4 0 O 'µ P �0 m 0 O T Q 0 P) Q m C Jgn - °•� 5. 00 n. a a•7 D 0 " 0 n so :r memo " w •e a m 0 51° T Q..O N bn 0' p O 0 w C T 5 A 5 'S , m 0 .R 4 O C O In :p :m :W :p :O O :n :r :w :M :O 1� H 0 H PO z H O yC k IABILITIES LIABILITIES ACCRUED PAYROLL TAXES ,. �. ELMER E. AMICK 'A' CAPITAL — ELMER E. AMICK DBA - EXHIBIT '�- ; - AMICK CONSTRUCTION COMPANY EXCESS OF REVENUE COLLECTED OVER 2 EXPENSES PAID - EXHIBIT 1B1 34P622 i l .:r. STATEMENT OF ASSETS AND.LIABILITIES TOTAL LIABILITIES AND CAPITAL 1 $ 164,045 4 :NOTE - THIS STATEMENT DOES NOT REFLECT ANY FEDERAL OR STATE INCOME .; �- TAXES WHICH MAY BE PAYABLE FOR 1.970. RESULTING FROM CASH TRANSACTIONS DECEMBER 11, 1970 j ASSETS CASH CASH IN BANK - OVERDRAFT $, (1,452) - CASH IN SAVINGS ACCOUNTS 82,607 f $ 81,155.'' ?� x FIXED ASSETS ACCUMULATED BOOK COST DEPRECIATION VALUE AUTOS AND TRUCKS $ 15,657 $ 4,300 $ 11,357 BUILDING AND IMPROVEMENTS . 5,647 4,341 1,306 EQUIPMENT 1,239 207 1,032 .. LAND 18,616 180616 $ 41,159. $ 8848 $.32,311 32,311 INVESTMENTS + i SECURITIES - AT COST 20,579 STOCK OF AMICK CONSTRUCTION COMPANY 30,000 50,579 'TOTAL ASSETS $ 164,045 IABILITIES LIABILITIES ACCRUED PAYROLL TAXES 281 CAPITAL — ELMER E. AMICK '�- 'BALANCE, JANUARY 1,1970 165,886rs EXCESS OF REVENUE COLLECTED OVER EXPENSES PAID - EXHIBIT 1B1 34P622 ,LESS- PERSONAL WITHDRAWALS (36,744) 163,764 TOTAL LIABILITIES AND CAPITAL $ 164,045 4 :NOTE - THIS STATEMENT DOES NOT REFLECT ANY FEDERAL OR STATE INCOME .; �- TAXES WHICH MAY BE PAYABLE FOR 1.970. ELMER E. AMICK DBA AMICK CONSTRUCTION COMPANY STATEMENT OF REVENUE COLLECTED AND EXPENSES PAID PERIOD ENDED DECEMBER 11. 1970 REVENUE COLLECTED GROSS RECEIPTS FROM OPERATIONS INTEREST INCOME EXPENSES PAID SALARIES AND WAGES j OUTSIDE SERVICES - SUB- CONTRACTORS PAYROLL TAXES EMPLOYEES' BENEFITS i. MATERIALS AND GENERAL SUPPLIES t( EQUIPMENT RENTAL INSURANCE ` AUTO, TRUCK AND DIESEL EXPENSE DEPRECIATION TAXES AND LICENSES UTILITIES TELEPHONE REPAIRS AND MAINTENANCE LEGAL AND ACCOUNTING ALL.OTHER EXCESS OF REVENUE COLLECTED OVER EXPENSES PAID — EXHIBIT 'A' EXHIBIT 'B' $ 233,648 4,245 $ 2370893 25,313 17,873 1,238 3,850 107,156 21,802 7,303 4,321 9,275 2,660 324 420 389 600 747 NOTE - EFFECTIVE DECEMBER 11, 1970, THE OPERATIONS OF THIS PROPRIETORSHIP WERE ASSUMED BY AMICK CONSTRUCTION,'INC., A CALIFORNIA CORPORATION. "PREPARED WITHOUT AUDIT.' .. . . 3 i a I $ 34,622