Loading...
HomeMy WebLinkAboutC-1387 - Jamboree Road Median Irrigation System - Island No. 4TO: CITY COUNCIL FROM: Public Works Department December 13, 1971 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1387) 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: mow. C-% j The contract for the construction of the irrigation system in the Jamboree Road median between San Joaquin Hills and Ford Roads has been completed to the satisfaction of the Public Works Department. The bid price was: $ 51212.5b Total Contract Cost: 59212.50 Amount budgeted in Account No. 18- 3315 -072: $301000.00 The remaining funds are budgeted for construction of decorative concrete at the median noses and purchase of trees and ground cover plant materials. The contractor is Norman Benham Landscaping of South Laguna, California. The contract date of completion was November 27, 1971. All work was completed by November 15, 1971. 1 seph T, vlin t' blic Wok Director ^.�T DA rE DEC 13 797 r:,'1s w ".gin t�'r +1,i TO: CITY COUNCIL FROM: Public Works Department September 13, 1971 SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM, ISLAND NO. 4 (C -1387) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Norman Benham Landscaping of South Laguna, California, for $5,212.50. 2, Authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Seven bids were received and opened in the office of the City Clerk at 2:30 P.M. on September.7, 1971. Bidder Amount Norman Benham Landscaping, South Laguna $5,212.50 Bob's Landscaping, Santa Ana $5,522.88 Omega Landscape, Santa Ana $5,774.00 J. and R. Sprinkler Company, Van Nuys $5,869.00 kichard A. Willits Plumbing & Heati ng, Inc., Long Beach $6,677.00 PBM Irrigation Contractors, Long Beach $70485.00 Rqy C. Barnett Landscape Contractor, Riverside $9,350.00 - The low bid is 20% less than the engineer's estimate of $6,500.00. Funds for the project are available in budget appropriation 18- 3315 -072. This project provides for the construction of a landscape irrigation system in one traffic median on Jamboree Road between San Joaquin Hills Road and the Ford Road -- Eastbluff Drive intersection. The plans were prepared by the city. The estimated date of completion is November 6, 1971. eph T. D vlin lic Wo ks Director p;;iF- a R Approved by the City Council this 23rd day of August, 1971. A� ) L-�O' Doris George, D City Clerk CONTRACT NO. 1387 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 Edo r [Gs SUBMITTED BY: MOWIAN BENHAN LANDSCAPING ontractor 31552 Nest Street ress South Lams, California 92677 > ty ip 499 -3291 $6412.50 Total Bid ice r , UTICA J§JTUAL - INSURANCE COINANY UTICA, NEW YORK ' OWT1FICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. Name CITY OF NEWPORT BEACH c/o City Clerk of the City of Newport Beach 2. Name and address of insured for whom this Certificate is ispueql. Nomeofinsured Frank N. Benham, Jr. d /b /a Norman Benham 3. Location of operations of insured Same as above and elsewhere in the State of California 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE • X Policy Number Effective Date Expiration Dale Limits of liability (a) Workmen's Compensation and Employers' Liability X W216422 4 -1 -71 4 -1 -72 As provided by law (b) General Liability Bodily Injury Premises - Operotions Independent Contractors Completed Operations and Product Contractual S Each Person § Each Occurrence E Aggregate - Products Property Damage Premises - Operations Independent Contractors Completed Operations and Products Contractual f t oh 0«u.r.nm f Appregafc -Pnm. Oper. § Aggregate- Protective § Aggregate- Products § Aggregate - Contractual (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles § Each Person § Each Occurrence Property Damage Owned Automobiles Hired Automobiles Non -owned Avtomobiles S Each Occurrence (d) — .__.�.--- ..- ....__ -._._ �f"sas� Hergot & Associates 0,':1�' • 1147 SOUTH ROBERTSON BLVD. w uJ LOS ANGELES, CALIFORNIA 90035 cove vam mm.. •r' ^' Phone BR 2 -5418 - CR 8 -0800 *INSURANCE AFFORDED ONLY FOR HAZARDS INDICATED BY % 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate .... 10 ..... days prior notice will be given to the persons indicated in Item I above. Notice sw mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability in the event of failure to give such notice, or for any error. UTICA MUTUAL INSURANCE COMPANY Countersigned at Date By Authorized Representative Agency Number Edwin Joseph Hergot 9 -21 12107 jhm (2 FORM B -C -135 Ed. 3-71 - - ' L UTICA ASTUAL INSURANCE COA&NY - UTICA, NEW YORK CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. Name CIT`T OF Pr"' iPORT BEACH Address c/o QTTY QLBIUK OF TIE CITY OF hTT2 AORT BEACH 2. Name and address of insured for whom this Certificate is issued. Nome of insured_ FEWZX N BBITHA'd JR DB A • PIORI' 0 BENHlu' LANDSCAPING 3. Location of operations of insured SnP1P a4 a7hrive and 1 S whP P in '.bP STATE OR CAT -M)FI eTA, 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE X Policy y Numbor Effective Dote Expiration P Dale Limits of Liability (a) Workmen's Compensation and Employers Liability As provided by law (b) General Liability Bodily Injury Premises-Operations Independent Contractors Completed Operations and Products Contractual Co $ 250, QQO Each Person $ 500,000 Each Occurrence $ llrl 000 Aggregate- Products `� X E -1 — 1 h— — _7E 11 11 It 11 It 11 Property Damage Premises - Operations Independent Contractors Completed Operations and Products Controctual $ 100,000 Each Occurrence $ 5001000 Aggregate -Prem. Oper. $ 5009 000 Aggregate- Protective $ 500 7000 Aggregate-Products $ - - - - - -- Aggregate-Controctual 11 11 11 it II 11 v It 11 II (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles 1 $ 50$000 Each Person )() $ Each Occurrence 11 11 11 it II II < It II p Property Damage Owned Automobiles Hired Automobiles Non -owned Automobiles $ 10$000 Each Occurrence 11 II It it It 11 v it it (d) =1-n« Margot Associates �.. `.. -...c -47 SOUTH ROBERAON ELV'�'. tai ANGELES. CALIFORNIA 909_3 L`. ,n:- :u:F- Phone BR 2 -5418 — CR 8 -03JJ 'INSURANCE AFFORDED ONLY FOR HAZARDS INDICATED BY X 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate ....1 Q .....days prior notice will be given to the persons indicated in Item 1 above. Notice by mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability in the event of failure to give such notice, or for any error. UTICA MUTUAL INSURANCE COMPANY Secretary Countersigned at Date By Agency Number EM-TUT J. IERGOT I I L -2107 e (2) FORM 8 -C 125 Ed. 5 -71 8 -E -71O -3 IT IS AGREED THAT the Limits of Liabili�cy for Coverages A & B are mended to read as follows: Cov A- Bodily Injury Lia;:iliLy.- 250,000 eaca person 5001000 each occrxrence 5002000 aggregate Cov 5-• Property Damage Liability% 1002000 each occurr'e!ce 5009000 aggregate j This endorsement, when countersigned by a duly authorized representative, shall forma part of Policy No. U)" •,4 Issued by the UTICA MUTUAL INSURANCE COMPANY, Utica, New York To FR :L. rJ._�:��4. rTar D'--3A .10, d Li�!''TT, dl And shall be effective from GOP M., O 1 19 'i 1 Standard Time at the addrem of the named Insured. Countersigned at Date By _ t '.Authorized R e resentative Branch Office Number or Agency EDWIN J. MLRGOT L -2107 C (2) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT 1387 ADDENDUM #1 ITEM VII August 31, 1971 Construction details, number 5 -F, Control Wire for R.C.V.'s (SP 4 of 5) shall be revised as follows: All wire to be used for connecting the Station Control Module to the remote control valve shall be type OF -60OV, 7 strand or solid copper, P.V.C. insulation, single conductor, UL approved underground feeder cable. Common wires are to be of one color and all Pilot or "hot" wires are to be of a different color for each valve in conformance with the Remote Control wiring schedule shown on Sheet #2 of the plans. Please show date of receipt of this Addendum on the Proposal or insert a copy with your proposal. Ed L. McDonald Design Engineer ELM /ldg �p� 1971 Date Receivge 2. u orize Signature Nor*" B"h= r 4R CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT NO. 1387 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1387 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: IT QUANTITY ITEM DESCRIPTION N0� AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE le Construct complete Irrigation System Lump Sum @ Five Thousand Two NwWred TwelyeDollars and Fifty Cents $ 5.212.50 Total Price Written in Words: Five Thousand Two Hundred Twelve Dollars and Cents $ $5,212.50 Fifty CONTRACTOR'S LICENSE NO. 156253 bobitpla Pe (i er s ; DATE September 9. 1971 orize Signature) 4t �— Norman Benham BIDDER'S ADDRESS 31552 blest Street, South Laguna. California 92677 TELEPHONE NUMBER 499 -3291 • Page 11 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS i I a SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,: California, until 2:30 P.M. on the 7th day of Se tember _, 1171 at which time they wopened and read, performing work as o ows: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM CONTRACT NO. 1387 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 td 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 tittles 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 e ab ff zed 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 Bus.iness;and Professions' Code. The contractor shall state hi's 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. Page la City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 n 0 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. 156213 Classification C -27 Accompanying this proposal is , Gertitiea cnecK, uasnler'S LneCK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 499 -3291 M6iRMfMiM1 IEW Mf Wt06CAIING Phone Number Bidders Name Septobw 74 1971 SEAL) Date Authorized igna L.Ur e Authorized Signature hovld"I 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: DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub- contractors except upon the prior approval of the Engineer. Item of Work 1. NOME 2.. 3. 4. 5 U 7. B. 9. 10, 11. 12., Sub - contractor Address RUIN BENHM LANDSCAPING Bidder's Name ,[s/ NET BanAae — Authorized Signature Iatirid al Type of rgan zat on (Individual, Co- partnership or Corp) 81562 Wast.Street South Lama, Califarala 92677 ress Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, NORMIAH NAM LANDUVING , as Principal, and (CASHIER'S CHECK) , as Surety, are held and firmly bound unto the City ppoppf Newport Beach, California, in the sum of Fl" Hwadnd Noty Oa S pq/�ollars ($ 521.00 ), 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 JANOM ROAD NEDIAN INIQATION SYSTEN - ISLAND NO. 4 (CONTRACT NO. 1387) 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) (Attach acknowledgement of Attorney -in -Fact) 0 Title Surety 6 0 Page 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 this day lg-zz. to before me by of Amtb*M zed S patum My commission ELSIE L JOHNSON I TMM rUM_jC4ALW. ORANtiE COUNTY ry Public My Comielsdae F *irss Au¢ 9, 1975 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. BALANCE SHEET APRIL 30, 1971 ASSETS Cash in Bank - Commercial Cash in Bank - Savings Petty Cash Accounts Receivable Mdse Inventory Autos and Trucks Real Estate Total Assets LIABILITIES Real Estate Mortgage Contracts Payable .Contract Payable Current Liabilities Accounts Payable Total Liabilities Net Worth Total Liabilities and Net Worth 500.00 7000.00 50.00 12000.00 8000.00 17483.93 65000.00 110033.93 9000.00 2000.00 400.00' 3000.00 32400.00 110033.93 Prepared from information presented to this office without audit, therefore no opinion is expressed 5/3/71 Signed 0 • 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. OTHER WORK FOR THE CITY OF NEWPORT SM. J 6 Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted has awarded to NDRW BENW LANDSCAPING hereinafter designated as the "Principal ", a contract for �ANIiDRfE RMQ MEDIAN IRRIGATION SYSTEM - ISLAND 40, 4 (CONTRACT 40, 1387) 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 unto the City of Newport Beach, in the sum of Dollars ($. .. said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and alto, 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. (Labor and Material Bond - Continued) 6 Page 9 This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 19 (Seal) (Seal) (Seal) ontractor (Seal) (Seal) (Seal) Approved as to form: a City ttorney This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk i / u l�elcvt1 Associates 4 / J 1147 SOUTH ROBERTSON BLVD. LOS ANGELES, CALIFORNIA 90035 Phone BR 2 -5418 — CR 8 -0800 PUBLIC WORKS LABOR-AND MATERIAL BOND BOND NUMBER 04- 406 - 880956 KNOW ALL MEN BY THESE PRESENTS: THAT WE, NORMAN BENHAM-LANDSCAPING AS PRINCIPAL AND AMERICAN FIDLEITY FIRE INSURANCE COMPANY, A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF NEW YORK, AND AUTHORIZED TO TRANSACT SURETY BUSINESS IN THE STATE OF CALIFORNIA, AS SURETY, ARE HELD AND FIRMLY BOUND UNTO: CITY OF NU.-WORT BUTCH AS OBLIGEE, IN THE SUM OFT1r110 THOUSAND SIX HUNDRED SIX AND 25/ 100------------------------ - - - - -- DOLLARS ($ 2,606.25 ), LAWFUL MONEY OF THE UNITED STATES OF AMERICA, FOR THE PAYMENT WHEREOF, WELL AND TRULY TO BE MADE, WE HEREBY BIND OUR- SELVES, OUR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY.BY THESE PRESENTS. SIGNED, SEALED WITH OUR SEALS, AND DATED THIS 29th DAY OF September 1971 . THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT, WHEREAS THE ABOVE - BOUNDEN PRINCIPAL HAS BEEN AWARDED AND HAS ENTERED INTO A CONTRACT DATED September 13, 1971,WITH OBLIGEE TO DO AND PERFORM THE FOLLOWING, TO WIT: Jamboree Road Median Irrigation System - Island No. 4 Contract i1o. 1387 NOW, THEREFORE, IF THE ABOVE- BOUNDEN PRINCIPAL, FAILS TO PAY FOR ANY MATERIALS_ PRnV1SlnNC aanvcunro nO nTUCO CI10D1,CC nn TCAUC ,Un, �.. STATE OF CALIFORNIA, ) ) me. County of LOS ANGELES ) On this 29th day of September in the year 19 7L before me, JOSEPH S. STRANC, a Notary Public in and for the County and State aforesaid, personally appeared Carlton Mann known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney -in -Fact of AJHERIGAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as surety, and his own name as Attorney -in -Fact. OFFICIAL SEAL JOSEPH S. STRANC .y c.. NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires May 6, 1973 r 6 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 September 13, 1471 has awarded to NOW bl MW LAK060PIRS hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents 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. 6 (Performance Bond - Continued) a Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 19_ _(Seal) (Seal) I Lv (Seal) on ractor Seal) (Seal) (Seal) Surety Approved as to form: City Attorney AMERICAN FIDELITY FIRE INSURANCE COMPANY MARKET INSURANCE CORP. —GENERAL AGENT 864 S. Robertson Blvd., Los Angeles, Calif„ 90035 — Phone (213) 657 -8300 ,.,•. .F . Hergot & Associates 1147 SOUTH ROBERTSON BLVD. PUBLIC WORKS - LOS ANGELES, CALIFORNIA 90035 �,�.��a� = „n = = =�:. PERFORMANCE BOND Phone BR 2 -5418 — CR 8 -0800 . BOND NUMBER 0A- A06_8Rn8S6 KNO14 ALL MEN BY THESF PRESENTS: THAT WE, PiORM.A`! BENEN,? LANDSCAPINIS AS PRINCIPAL AND 31552'I;iest Street, Scuth Laguna, California AP'lFP.Tf.Ar! FTFIFI TTY FTPF T'dC1iPAId('F ('nB°PDtIY AS SURETY, A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF Noll Yrrb , AND AUTHORIZED TO TRANSACT SURETY BUSINESS IN THE STATE OF CALIFORNIA, AS SURETY, ARE HELD AND FIRMLY BOUND UNTO: CITY OF NEWPORT BEACH AS OBLIGEE IN THE SUM OF: FIVE THOUSNQ T':10 11MDRED TiIELVE AND 50/100------ - - - - -- {DOLLARS) $ 5,212.50 , LAWFUL MONEY OF THE UNITED STATES OF AMERICA, FOR THE PAYMENT WHEREOF, WELL AND TRULY TO BE MADE, WE HEREBY BIND OURSELVES, OUR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. SIGNED, SEALED WITH OUR SEALS, AND DATED THIS 29th DAY OF September, 19 71. STATE OF CALIFORNIA, ) ) so. County of LOS ANGELES ) On this. 29th day of September in the year 19.1, before me, JOSEPH S. STRANC, a Notary Public in and for the County and State aforesaid, personally appeared _ Carlton 'Ipn2 known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney -in -Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as surety, and his own name as Attorney -in -Fact. /-) 1 Z .• , OFFICIAL SEAL JOSEPH S. STRANC �? NOTARY PUBLIC - CALIFORNIA 9 PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires May 6, 1973 CONTRACT r Page 12 THIS AGREEMENT, made and entered into this 131 N day of d r,Tn c-/d , 19 7/ , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and gun kfKV_tw �atncceotat� hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2, For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated 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. 0 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. CITY OF NEWPORT BEACH, CALIF RNIA By: Mayor ATTEST: /, . . . By. ' � By: Approved as toform: City Attorney cwticz. Title C SP1of5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CKJ�l4J: N806109RIF/ I. LOCATION AND SCOPE OF WORK The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between San Joaquin Hills Road and Ford Road. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, station control module and all necessary appurtenances for a complete Irri- gation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5042 -S) the City's Standard Drawings and Standard Special Provisions. The City's Standard Specifications are the Standard Specifications for Public Works Construction (1970. Edition). The city's standard Drawings Standard Special Provisions may be obtained at the Public Works Department for a fee of $2.00. II. TIME OF COMPLETION The Contractor shall complete all work on the contract within 45 consecutive calendar days after the date the City awards the contract. III. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic on Jamboree Road may be restricted to one 12 -foot lane in each direction between 8:30 A.M. and 3:30 P.M., Monday through Friday, during construction, except Columbus Day, October 11th, and Veterans Day, October 25th, 1971. V. PAYMENT The lump sum price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place. VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sum price bid for the contract. VII. CONSTRUCTION DETAILS SP 2 of 5 1. General Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, auto- matic valves and station control module, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings, specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure lateral lines: (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Equipment to be furnished The Contractor shall provide as part of this contract, two service manuals for all equipment used. Manuals may be loose -leaf and should show drawings or exploded views of equipment and catalog number and prices. 5. Material A. P.V.C. Pipe i. P.V.C. Pressure Rated Pipe - Type 1220 (PVC Class 200 & Fittings) (a) Type I Grade II Pressure Rated Pipe. (b) Materials shall meet requirements set forth in ASTND1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. SP3of5 (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS 256' -63. (e) P.V.C. pipe shall comply with standards set forth in CS 256 -63. (f) P.V.C: Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manufactured by Industrial Polychemical Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns- Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves Pressure relief valves shall be 3/4" Cash -Acme # K -10 set at 150 P.S.I. all brass construction. C. Automatic Remote Control Valves, Electric Solenoid Type The electrical requirement of the Remote Control Valve shall not exceed 70 Ma., RMS, 18 V RMS A.C. at 60 HZ when the line pressure is 150 P.S.I. and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a removable seat and be completely serviceable from the top without removing the valve body from the system. SP4of 5 Valve shall be capable of operating manually without electricity Valves shall be of the same manufacturer as the controller. All valves shall be as manufactured by Griswold Controls, Santa Ana, California. D. Valve Boxes All remote control valves shall be installed in Plymouth's Super - flexon 1203 # 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMETEK/Plymouth. Plastics, Wisconsin. Valve boxes are available at local suppliers. E. Field Located Unit (Station Control Module) The Station Control Module shall be Model 2110, 11 Station, 2 cycle regular water schedule, all stations. Control Module shall accept starting signal from existing Griswold Model 230 Controller. The Station Control Module shall be as manufactured by Griswold Controls, Santa Ana, California. F. Control Wire for R.C.V.'S All wiring to be used for connecting the Station Control Module to the remote control valve shall be type OF -600V, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Pilot or "hot" wires are to be of one color and all "common" wires are to be of a different color for each valve. 6. Installation A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe. After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. During the test period, minimum test pressure at the highest point of the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. SP5of5 B. Field Located Unit- Station-Control Module i. Location (a) Station Control Module shall be installed at the location shown on the plan, in the details, and in accordance with the manufacturer's re- commendations. Module shall be installed in the concrete box furnished by the city. C. Valve Boxes Plastic valve boxes for Remote Control Valves shall be set two (2) inches above finish grade. D. R.C.V. Wires Common and pilot "hot" wires shall be bundled and taped every 10' and installed in common trench with main line supply. Contractor shall connect to existing remote control wires at locations shown on plans. E. Sprinklers All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated on Plans and shown in details. F. Valves Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. G. Connection to Existing Wires Contractor shall connect to existing wires "stubbed out" in pull box at location indicated on plan. Sufficient wire length is provided to make necessary connection to Station Module. All other wires as indicated on plan will be provided and installed by Contractor. All wire connection shall be made using Pen -tite connectors: August 23, 1971 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1387) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on September 7, 1971. DISCUSSION: This project provides for the construction of a landscape irrigation system in one traffic median on Jamboree Road between Santa Barbara Avenue and the Ford Road - Eastbluff Drive intersection. The estimated cost of the work is $6,500.00. Funds are available in Gas Tax Budget Appropriation 18- 3315 -072. The plans were prepared by the city. The estimated date of completion is November 6, 1971, ` ` Li DATE 2,,? 7971 Joseph T. Devlin Public Works Director ELM /bg CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT 1387 ADDENDUM #1 ITEM VII August 31, 1971 Construction details, number 5 -F, Control Wire for R.C.V.'s (SP 4 of 5) shall be revised as follows: All wire to be used for connecting the Station Control Module to the remote control valve shall be type OF -600V, 7 strand or solid copper. P.V.C. insulation, single conductor, UL approved underground feeder cable. Common wires are to be of one color and all Pilot or "hot" wires are to be of a different color for each valve in conformance with the Remote Control wiring schedule shown on Sheet #2 of the plans. Please show date of receipt of this Addendum on the Proposal or insert a copy with your proposal. Ed L. McDonald Design Engineer ELM/ Idg Date Received Authorized Signature CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT 1387 ADDENDUM #1 ITEM VII August 31, 1971 Construction details, number 5 -F, Control Wire for R.C.M s (SP 4 of 5) shall be revised as follows: All wire to be used for connecting the Station Control Module to the remote control valve shall be type OF -60OV, 7 strand or solid copper, P.V.C. insulation, single conductor, UL approved underground feeder cable. Common wires are to be of one color and all Pilot or "hot" wires are to be of a different color for each valve in conformance with the Remote Control wiring schedule shown on Sheet #2 of the plans. Please show date of receipt of this Addendum on the Proposal or insert a copy with your proposal. Ed L. McDonald Design Engineer ELM /ldg Date Received Authorized Signature CITY OF NEWPORT BEACH PR 1 of 1 JAMBOREE ROAD MEDIAN IRRIGATION SYSTFM ISLAND NO. 4 CONTRACT NO. 1387 'iSaI To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1387 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Construct complete Irrigation System Lump Sum @ Lump Sum Total Price Written in Words: CONTRACTOR'S LICENSE NO. DATE BIDDER'S ADDRESS TELEPHONE NUMBER Dollars and Cents $ $ ETW m Dollars and Cents $ (Authorized Signature) Approved by the City Council this 23rd day of August, 1971. f ` LOLO Doris George, D City Clerk CITY OF NEWPORT BEACH icon IRRIGATION SYSTEM ISLAND NO. 4 SUBMITTED BY: Contractor Address city ip Phone I Total i Price 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 2:30 P.M. on the 7th day of September 1971 , at which time they wi�Ee opened and read Tor performing work as o ows: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM CONTRACT NO. 1387 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 tittles of the persons signing or 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 el ea fi 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 Bus,iness.and Professions' Code. The contractor shalt state hi's 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. Page la City of Newport Beach, California Notice Inviting.Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 A 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. Classification Accompanying this proposal is Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number Date Bidders Name (SEAL) Auth-orized Signature Authorized gignrture 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: f 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 Sub - contractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder's ame Authorized Signature Type of rgan zat on (Individual, Co- partnership or Corp) Address BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Page 4 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) By Title Surety Page NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or -prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this day of , 19 My commission expires: o ary Public Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. signed CITY OF NEWPORT BEACH PR 1 of 1 JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT NO. 1387 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1387 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sun for the work, complete in place, to wit: N0. AND UNIT UNIT PRICE WRITTEN IN WORDS 1. Construct complete Irrigation System Lump Sum @ Lump Sum Total Price Written in Words: CONTRACTOR'S LICENSE N'0. DATE BIDDER'S ADDRESS PRICE PRICE Dollars and Cents $ $ U-27T Sum Dollars and Cents $ (Bidder's Name) (Authorized Signature) SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 I. LOCATION AND SCOPE OF WORK The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between San Joaquin Hills Road and Ford Road. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, station control module and all necessary appurtenances for a complete Irri- gation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5042-S) the City's Standard Drawings and Standard Special Provisions. The City's Standard Specifications are the Standard Specifications for Public Works Construction (1970-Edition). The city's btandard Drawings and Stan r Special Provisions may be obtained at the Public Works Department for a fee of $2.00. II. TIME OF COMPLETION The Contractor shall complete all work on the contract within 45 consecutive calendar days after the date the City awards the contract. III. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic on Jamboree Road may be restricted to one 12 -foot lane in each direction between 8:30 A.M. and 3:30 P.M., Monday through Friday, during construction, except Columbus Day, October 11th, and Veterans Day, October 25th, 1971. V. PAYMENT The lump sun price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place. VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sum price bid for the contract. '/II. CONSTRUCTION DEFAILS SP 2 of 5 1. General Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, auto- matic valves and station control module, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings, specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure lateral lines: (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Equipment to be furnished The Contractor shall provide as part of this contract, two service manuals for all equipment used. Manuals may be loose -leaf and should show drawings or exploded views of equipment and catalog number and prices. 5. Material A. P.V.C. Pipe i. P.V.C. Pressure Rated Pipe - Type 1220 (PVC Class 200 F, Fittings) (a) Type I Grade II Pressure Rated Pipe. (b) Materials shall meet requirements set forth in ASTMD1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. SP3of5 (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS 256 -63. (e) P.V.C. pipe shall comply with standards set forth in CS 256 -63. (f) P.V.C. Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manufactured by Industrial Polychemical Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns- Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves Pressure relief valves shall be 3/4" Cash -Acne # K -10 set at 150 P.S.I. all brass construction. C. Automatic Remote Control Valves, Electric Solenoid Type The electrical requirement of the Remote Control Valve shall not exceed 70 Ma., RMS, 18 V RMS A.C. at 60 HZ when the line pressure is 150 P.S.I. and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a removable seat and be completely serviceable from the top without removing the valve body from the system. SP 4 of 5 Valve shall be capable of operating manually without electricity Valves shall be of the same manufacturer as the controller. All valves shall be as manufactured by Griswold Controls, Santa Ana, California. D. Valve Boxes All remote control valves shall be installed in Plymouth's Super - flexon 1203 H 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMETEK /Plymouth. Plastics, Wisconsin. Valve boxes are available at local suppliers. E. Field Located Unit (Station Control Module) The Station Control Module shall be Model 2110, 11 Station, 2 cycle regular water schedule, all stations. Control Module shall accept starting signal from existing Griswold Model 230 Controller. The Station Control Module shall be as manufactured by Griswold Controls, Santa Ana, California. F. Control Wire for R.C.V.'S All wiring to be used for connecting the Station Control Module to the remote control valve shall be type OF -600V, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Pilot or "hot" wires are to be of one color and all "common" wires are to be of a different color for each valve. 6. Installation A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe. After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. During the test period, minimum test pressure at the highest point of the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. SP 5 of 5 B. Field Located Unit- Station.Control Module i. Location (a) Station Control Module shall be installed at the location shown on the plan, in the details, and in accordance with the manufacturer's re- commendations. Module shall be installed in the concrete box furnished by the city. C. Valve Boxes Plastic valve boxes for Remote Control Valves shall be set two (2) inches above finish grade. D. R.C.V. Wires Common and pilot "hot" wires shall be bundled and taped every 10' and installed in common trench with main line supply. Contractor shall connect to existing remote control wires at locations shown on plans. E. Sprinklers All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated on Plans and shown in details. F. Valves Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. G. Connection to Existing Wires Contractor shall connect to existing wires "stubbed out" in pull box at location indicated on plan. Sufficient wire length is provided to make necessary connection to Station Module. All other wires as indicated on plan will be provided and installed by Contractor. All wire connection shall be made using Pen -tite connectors: C -1387 See Contract File for Jamboree Road Median Irrigation System — Island No. 4 Irrigation Plans and Irrigation Details CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. Retention FOR PERIOD ENDING January 20, 1972 ..� BUDGET NO. 18- 3315 -072 CONTRACT NO. 1387 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED Original Contract Extras to Date Contract to Date Amount Earned Less 10% Retention Less Previous Payments Amount Due this Request $5,212 50 4.7120 500.00 payment to: Norman Benham Landscaping 31552 West Street South Laguna, California 92651 I hereby certify that the above amounts and values are correct. SIGNED SIGNED Field Engrneer Contractor BY CITY O APORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING November 15, 1971 PROJECT Jamboree Road Median Irrigation System BUDGET NO. 18- 3315 -072 CONTRACT NO. 1387 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Irrigation Syste,r $5,212.50 100% $5,212.50 Original Contract Extras to Date Contract to Date Amount Earned Less ilia Retention Less Previous Payments Amount Due this Request $5,212.50 ��O71���11 -Zz Ji $5,212.50' 500.00 4,712.50 ? hereby certify that the above amounts and values SIGNED Field Engineer Send payment to: Norman Benham Landscaping 31552 West Street South Laguna, California 92651 are c rrect. SIGNED ontractor M TO: DATE ........1 -- 71 MAYOR COUNCIL MANAGER n ATTORNEY BUILDING a CITY CLERK n FINANCE O FIRE i GEN. SERVICES HARBOR & TIDELANDS F-] LIBRARY MARINA PARK a MARINE SAFETY PARKS & RFC. PERSONNEL PLANNING POLICE PUBLIC WORKS PURCHASING L] TRAFFIC FOR:[::] ACTION & DISPOSITION a FILE INFORMATION REVIEW & COMMENT RETURN REMARKS: ------ ... -Th C,.i,S.- O.ne-- ©.f.- y4DUT< -- jobs---- -------------- -- ------- Wbat..happens--rlow- -with -..insurance ? --- -- ----------- - --- _ ..... ........------ ---- I..._-- - - - --- - -- .... ......... .. -- ----------- ------ -- ---------------------------------------- ........ ----- -- .............. I ----------------------- I -- --- --- CITY CLERK Laura FROM: ..._.__. ..._..-- I......_......I........ _. ..... I...... NOTICE, OF CANCELLATION Place ..... Al.ha.mb.r.a . California .... ................... n-. ....... Date. -. -.. N.cv-.._.2.9'.� ..... .......... lq� ..... 71 ­1 . ..... .. .. . Utica Mutual Insurance Company hereby gives you notice in accordance with the provisions of its IHA�l LANDSCAPING _NO.M.I.AN ... BEN .............. ........................... policy No........ 845AJLP ...... . that said policy, including any and all endorsements or certificates attached tbqrer eto or issued in connection there- with, with, is hereby cancelled, effective as of the .............. .... .....day of ........... _ Decemb .......... _ ... _ ............. __ .......... ........... 19.... %1., . at 12:01 A.M. o'clock Standard Time at the address of the named insured as stated in said policy. ­­UTICA MUTUAL INSURANCE COMPANY THIS NOTICE IS TO: 1 .............. ........................... ..... . ........... ......... AuthorizedRepmentative CITY OF NEWPORT BEACH c/o City Clerk of the City Copy of this notice sent to: of Newport Beach Newport Beach, Calif. CJ ..................................................................................... .......... ............. .............. ..................................... ............................... ........... ......................... ......... Date.— ................... Culls q0l R ❑ ile Ur ❑ A-Wl.ey Work, Direetall .Bother ❑ CA ❑ C'euncilm-rM 0 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Aorman Unham Landscaping 1552 West 5traat � -euLil Laguna, �317ft)mil: s2551 F.0 0 PtiGPN SUBJECT: Jawbone toa n Irrigation Systew C,;ntract ,. l3 We are transmitting the following: 46 Date Aore:wer 18, 1971 No. Copies Description 3 Progress Pa_v: €:en: Request flo. 1 Remarks: Please sign and ret.lrn the original 3N1- ;)fjd US)j' of C.te3 progress payment request. (he reamining copy is for youz recorJ, By: Field Engineer Copies to: GPD /bg End. C, X3M October 19, 1971 Norman Benham Landscaping 31652 West Street South Laguna. California 92677 Subject: Jamboree Road Median Island No. 4 Irrigation System Contract No, 1387 Gentlemen: Enclosed is your fully executed copy of the subject contract and one to mail to your bonding company. Your contract was executed on October 13, 1971. Also attached is your cashiers check in the amount of $21.00. This check was submitted with your bid. If you have any questions, please call Mr. Ounigan or me at 673 -2110, Extension 271. Very truly yours, Steve 8ucknam Project Engineer CS8 /bg Encl. CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk 0 Date October 19, 1971 SUBJECT: Contract No. 1387 Project Jamboree Road r1edian Island No. 4 Irrigation System Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor Address: 31552 West Street, South Laguna, California Amount: $ 5,212.50 Effective Date: 10 -13 -71 Resolution No. 7r,26 adopted on 1 9-1 q -71 Also attached is Cashier's check No. 169943 in the amount of $521.00 which was submitted in lieu of bidder's bond. This check is to be returned to Norman Benham along with the contract copy. Laura Lagio, LL:dg Att. cc: Finance Department ❑ 10 0 October 13, 1971 T0: CITY CLERK FROM: Public Works Department SUBJECT: JAI�OREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 C -1387 Attached are four sets of the contract documents and the appropriate insurance certifications. Will you please have executed on behalf of the city, retain your copy and return the remaining copies to our office. Ed McUonald Project Engineer EM/em Atts: October 5. 1971 T0: CITY ATTORNEY FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 C -1387 Attached are four sets of the subject contract documents and the appropriate insurance certificates. Will you please review as to form and content and return to our office as soon as possible. Ed McDonald Design Engineer EM/ldg Att. �.: i� ,� �{{ ....i��iit -sal r/... - /1.Q �1. - �I � — = - -/ r= �,_ �_,,,. ,: ate_ -<:_; CITY OF NEWPORT BEACH CALIFORNIA September 23, 1971 ADDRESSEES BELOW: Subject: Jamboree Road Median Irrigation System, Island No. 4 Contract 1387 Gentlemen: This is to inform you that City Council awarded the subject contract to Norman Benham Landscaping of South Laguna, California, who submitted the low bid of $5,212.50 for the subject project. We wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the City of Newport Beach. Very truly yours, Steve Bucknam Project Engineer CSB /bg J & R Sprinkler Co. 6449 Sepulveda Blvd., Van Nuys 91401 Omega Landscape Co. 1214 E. Edinger Avenue, SA 92707 Richard A. Willits Plumbing & Heating, Inc. 5811 Rose Avenue Long Beach 5 Bob's Landscaping Service 16761 Construction Way West SA 92700 PBM Irrigation Contractors P.O. Box 5643, Long Beach 90805 (!,, 1 38! City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 28CJef erson St., Riverside • 92504 • PUBLIC DL2ARTMENT,. RXS0LvrzM go. 7527 A RESOLUTION OF TIM Cr" COURM of TIM CM ar NEWPORT Babas XNAMOM A CON' PAM FOR JAMORM ROAD MMXM 1MGATIQX SYSTUR APRACT NO. 1387 WHXRM, pursuant to the notice inviting bids for VMt in connection with Jamboree Posd median irrigation sys- tem,4&.accordance with the platy and specifications berate- fore addpted, bids were received on the 7th day of September, 1971, and VdUlicly opened and declaredl and WHERM, it appears that the lowest responsible bidder therefor is Norman Benham Lmndecaping, of South Lagunij DON, THERMORRe 89 IT XMICILVED by the City CouncU of the City of Newport Bomb that the bid of Norman Benham Landscaping for the work in the amount of $5,212.50 be &a- cePted, and that the contract for the described vaiek be awarded to said bidder] RX IT FUMM RESOLVED that the mayor and City Clark are hereby authorized and directed to execute * contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 13th day of September, 1971. mayor ATTESTe City Clerk X1111111 e 1 S a � Ab 7 A { �0 �I x v ^^\ N (V1 C 3 t� > .. _. -m�1 rn z C W . 1 S a � Ab 7 A { �0 �I x v ^^\ N (V1 C 3 t� > i� le ■W® I 0 • G 134'7 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 September 16, 1971 Norman Benham Landscaping 31552 hest Street South Laguna, California 92677 Subject: Jamboree Road Median Irrigation System - Island No. 4 Contract No. 1387 Gentlemen: The City Council awarded the subject contract to you on September 13, 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." s 0 Page Two 2. The minimum limit of the insurance shall be as follows: A. Limit of liability for bodily injury or accidental death: Each person $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, Steve Bucknaw Project Engineer CSB /bg Encl. cc: Insurance company Hergot and Associates 1147 Robertson Los Angela, California 90035 e CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Jamboree PROJECT Median r Bid Opening 2:30 PM 9 -7 Working Days_ 60 Deposit Require Engineer's Estimate 6,500 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS �Z' °£r Roaataa Aug, A2SaiCA� eai r0 Q S7b- b's rro O �fSSI Lk qyes% io 70 67- 7� . Z 0 `SW -S/5/ Superior Sprinkler Co. 640 S. Corrida Drive CA �. J and R Sprinkler Co. 6449 Sepulveda Boulevard Van Njjvcz_ CA 91401 - a ,� MA' o1vS . '� /5`3 £ - c a.� -o..e� ca. �a 7 �J /J�S�d � rey CITY OF NEWPORT BEACH - PUBLIC WftKS DEPARTMENT i CONTRACTORS CHECK =OUT LIST Bid Opening J'. 30 ' 1/T 1 PROJECT Working Days 6 Deposit Require -- Engineer's Estimate (,,SOa NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS D4 /LY GoNSrPUGT / ®v 2/�� mof /L.S9 9- I 4o g 5, yip ST-, 2A41 8/g 23 oo/ -/477 0R.4A1 ,e ao0oAJ7 - /t30 .15. d /.t16,=,R SUt 2 PAG / ,cec 60457- 1AP.Pu6977a ,t A! M 2 LG//rrS d USrT21.44 T��F 837;/l3/. F 7 QeAV 2 7 67 /V9-1,360 o /Glo.E,QlsiL L,�,l�i>Sa�PE N% /G�Di -No-� 7 770 s , 8/215;4 - 6-7 � ore D 524 5.386 9 7252 04"IWEr 14i' —` 6 7513 ¢7-c / 03 S ofc %►'1 /t,�0 y6 7/ /Q �B LogbD 4�9 4� 40 �2zi AC/YlE SA,Q /,v,rCLE'�¢ /yRrL�i �1.6+� Cw 9aaco 272 B /23 TNoti/4 s c. 7,a,64,C Y sT 9262 d98 ,EY C,P,E sC.4,OE M�4 /G�b � -26-7 �3 Ile L E 92 yaa 57 ol 1'."f,v So LT G 921v7% (yOGbE.v STAT'F ,LANO.SC�JPE M iLEO -?.6�� /5 / 2Z/ a ��� -�•v,� Bc vD. PL3k1 /Q.P /GAT /o�c/ CE.•vT6Q /a � g -?�-�: DEC 13 1971 TO: CITY COUNCILBY the CITY COUNCIL e �� �7 FROM: Public Wor �T�er�w T "ACH December 13, 1971 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1387) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the irrigation system in the Jamboree Road median between San Joaquin Hills and Ford Roads has been completed to the satisfaction of the Public Works Department. The bid price was: $ 50212.5b Total Contract Cost: 52212.50 Amount budgeted in Account No. 18- 3315 -072: $30,000.00 The remaining funds are budgeted for construction of decorative concrete at the median noses and purchase of trees and ground cover plant materials. The contractor is Norman Benham Landscaping of South Laguna, California. The contract date of completion was November 276 1971. All work was completed by November 15, 1971. 1 eph T. vlin lic Wo k Director ldg S EP 131971 By the CITY COUNCIL ^,ITY or mw-a Wr &bACH TO: CITY COUNCIL FROM: Public Works Department September 13, 1971 SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM, ISLAND NO. 4 (C -1387) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Norman Benham Landscaping of South Laguna, California, for $5,212.50. 2. Authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: H -.3 (d) Seven bids were received and opened in the office of the City Clerk at 2:30 P.M. on September 7, 1971. Bidder Amount Norman Benham Landscaping, South Laguna $5,212.50 Bob's Landscaping, Santa Ana $5,522.88 Omega Landscape, Santa Ana $5,774.00 J. and R. Sprinkler Company, Van Nuys $5,869.00 Richard A. Willits Plumbing &Heating, Inc., Long Beach $6,677.00 PBM Irrigation Contractors, Long Beach $7,485.00 Roy C. Barnett Landscape Contractor, Riverside $9,350.00 The low bid is 20% less than the engineer's estimate of $6,500.00. Funds for the project are available in budget appropriation 18- 3315 -072. This project provides for the construction of a landscape irrigation system in one traffic median on Jamboree Road between San Joaquin Hills Road and the Ford Road- - Eastbluff Drive intersection. The plans were prepared by the city November 6, 1971. l seph T, D vlin blic Wo ks Director The estimated date of completion is Z4 August 23, 1971 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM (C -1387) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on September 7, 1971. DISCUSSION: Em- This project provides for the construction of a landscape irrigation system in one traffic median on Jamboree Road between Santa Barbara Avenue and the Ford Road - Eastbluff Drive intersection. The estimated cost of the work is $6,500.00. Funds are available in Gas Tax Budget Appropriation 18- 3315 -072. The plans were prepared by the city. The estimated date of completion is November 6, 1971. iv Joseph T. Devlin yor Public Works Director ELM /bg NSdRANCE SHOWING MORTGAGEE INTEREST Date: March 6, 1972 Owner: Frank N Benham Jr Property: Company and Policy No.: UTICA MUTUAL W216986 Amount: Effective Date: 4/1/72 Term: 1 The enclosure checked below protects your interest in the above property. Please a any corrections are necessary Enclosed: ❑ Original Policy, ❑ Renewal Policy, V Certificate of Insurance ❑ Renewal Certificate, ❑ Endorsement, ❑ Other: r City of Newport Beach TO C/O City Clerk of the City of Newport Beach City Hall L Newport Beach Calif Boo? A Ali 4) F >> ��yyy HERGOT A ASSOCIATE 9,. 1147 SO. ROBERTSON BLVD. LOS ANGELES, CALIF. 90035 CR 8-0800 OR 4.6418 • UTICA MUTUAL INSURANCE COMPANY UTICA, NEW YORK CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. 2. Name and address of insured for whom this Certificate is issued. Name of insured PRANK $• RENHAM, JR - nBA: NORMAN BENHAM LANDSCAPING Address :_3155i2 WPr j­. .Strppt_ Rnnth Tq giina , Qq 1 -1 fnrnia 3. Location of operations of insured Ramp a c ahnvP and Pl apwhprP in the StAj -,A of Ca lit nrnla 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE X Peliey Number Effective Date Expiration Dote Limits of Liability (a) Workmen's Compensation and Employers Liability x W21698 4/1/72 4/1/73 As provided by law (b) General Liability Bodily Injury Premises-Operations Independent Contractors Completed Operations and Products Contractual - - $ Each Person $ Each Occurrence $ Aggregate - Products Property Damage Premises - Operotions Independent Contractors Completed Operations and Products Contractual $ Each Occurrence $ Aggregate -Prem. Oper. , $ q gg egate- Protective $ Aggregate- Products $ Aggregote- Contractual (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles $ Each Person $ Each Occurrence Property Damage Owned Automobiles Hired Automobiles Non -owned Automobiles $ Each Occurrence (d) 'INSURANCE AFFORDED ONLY FOR HAZARDS INDICATED BY X 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate ... 1.0 ...... days prior notice will be given to the persons indicated in Item 1 above. Notice by mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability in the event of failure to give such notice, or for any error. UTICA MUTUAL INSURANCE COMPANY at Agency Edwin Joseph Hergot FORM a -C 125 Ed. 5 -71 By Secretary-� L 2107 5 January 7, 1972 Norman Benham Landscape 31552 West Street South Laguna, California 92677 Subject: Surety American Fidelity Fire Insurance Co. Bonds No. 04- 406 - 880856 Project Jamboree Road Median Island No. 4 Irrigation System Contract No.: (1387) The City Council on December 13, 1971 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on December 22, 1971 in Book No. 9936, Page 750. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department _ "IUD _ RECORDING L', Cl'RK REQUESTED BY 18922 ..., 9956 F, 11750 ' ,...j ' R,ECORDED IN OFFIC;AL RECORDS OF ORANGE COUNTY, CALIFORNIA NOTICE OF COMPLETION FREE e:o, A.M. DEC 22 1911 PUBLIC WORKS C5 J. V.,YL!E CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 15, 1971 the Public Works project consisting of Jamboree Road Median Island No. 4 Irrigation System (1387) on which Norman Benham Landscap was the contractor, and American was the surety, was completed. V ERIFI CA I, the undersigned, say: Fire Insurance Co. CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 20, 1971 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on December 13, 1971 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 20, 1971 at Newport Beach, California. J; 0 0 CITY OF NEWPORT BEACH CALIFORNIA Date: Decerzber 20, 1971 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Jamboree Road Median Island No. 4 Irrigation System Contract No. 1387 on which Norman Benham [andscaning was the Contractor and American Fidelity Fire insurance Co. was the surety. Please record and return to us. Very/ truly yours, Laura Lagios City Clerk City of Newport Beach LL:dg Encl. 0 NOTICE OF CANCELLATION Place __h .namb'rw, California 0 t ,I Date .... Nov. .._� ............... .... _. 19 1 Utica Mutual Insurance Company hereby gives you notice in accordance with the provisions of its Polo i:ss. Aed .,to: a, PTORPIAI ENHAM LANDSCAPING _ p,Q1 `��3.. LC. -... .....d %k /.. .. B ..._......Policy No. - ... . that said policy, including any and all endorsements or certificates attached thgreto or issued in connection there- with, is hereby cancelled, effective as of the........ ................day of .. ............ 1)eCem_ e ............................. - - -- - 19_- .._ --, at 12:01 A.M. o'clock Standard Time at the address of the named insured as stated in said policy. UTICA MUTUAL INSURANCE COMPANY THIS NOTICE IS TO: CITY OF NEWPORT BEACH c/o City Clerk of the of Newport Beach Newport Beach, Calif. By_ ...... ..,_._..,.........._...._..._ Authorized Represee ntative Ci:ity Copy of this notice sent to: t 1971 Pate ............... ... .... ..... ....�� COMES S'tPai T0: �:1 ,:I,,,.W, APork, DiM0011 f —1 1'rvmieg Uimetoe. ❑✓ Vtlm ❑ l ;e�mtilmem J TO 0 0 CITY OF NEWPORT BEACH Date October 19, 1971 Public Works Department FROM: City Clerk SUBJECT: Contract: No Project 1387 Jamboree Poad Median Island No. 4 Irrigation System Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Norman Benham 1,andscaping Address: 31552 West Street, South Laguna, California Amount: $ 5,212.50 Effective Date: 10 -13 -71 Resolution No. 7?f; adopted on 9 -11_71 Also attached is Cashier's check No. 169943 in the amount of $521.00 which was submitted in lieu of bidder's bond. This check is to be returned to Norman Benham along with the contract copy. O Laura Lagi LL:dg Att. cc: Finance Department ❑ . 9 -17 -71 Don Webb of Public Works said we should keep this check until contract is signed, then can be returned with Contractor's copy of contract. LL 'I ,A y October 13, 1971 TO: CITY CLERK FROM: Public Works Department SUBJECT: JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 C -1387 Attached are four sets of the contract documents and the appropriate insurance certifications. Will you please have executed on behalf of the city, retain your copy and return the remaining copies to our office. Ed McDonald Project Engineer EM /em Atts: m N n N N H ro u A Q) F-1 O m N N d a F N 0 F� m W w I-- `a z u� a W W N u N aV z N C ~ N N � S d 0 0 m `w a O c V d W a O Z z [n z o x C oE Y m O � a o a N .D d � m d c u d w `o s V N d C N V O w N V u C L a s 50 N c O ❑ v o E N 0 m O U C © W V N a V N y V c u 'o o: 3 c c u O O_ O c .2) O ❑ d N Y c W N ul Q > cn " m P N O Z u c4 N Q a m U as Q z W U u N H W 2 w O T u ,a U u x d r (A w N O tl N 1L U O H a -) u Cl U d w 4J (d 4J O + x H U Oa 41 O V 3 • \ N v U 0 c�z L J 0 UTIjj, MUTUAL INSURANCE WMPANY UTICA, NEW YORK CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. 2. Name and address of insured for whom this Certificate is issued. Name of insured FRANK N. BE:NHAD4it JR. I DBA: NORMAN BENHAM LANDSCAPING Address �1r) 52 WPet Rt__ 3. Location of operations of 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE • X Polic y Number Effective Date Expiration Date Limits of Liability (a) Workmen's Compensation and Employers Liability As provided by law (b) General Liability Bodily Injury Premises-Operations Independent Contractors Completed Operations and Products Contractual X 8DQ26M 4/j/72 4/1/ $ 50,000. Each Person $ 100, 000 . Each Occurrence Aggregate- Products It y tI tt It if Property Damage Premises - Operations Independent Contractors Pe Completed Operations and Product! Contractual II if to $ 103 000 . Eoch Occurrence $ Aggregate -Prom_ Oper. 25 000. ^ $ 25 000 • ..yyregate Protective $ 25 ° 0QQ • Aggregate - Products $ Aggregate- Contractual It II tl �� �t �t (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles I $ 50,000 • Each Person 1) ! $ 100 000 Each Occurrence X It X X tI tt tl Property Damage X O n u $ 10p000. Each Occurrence Owned Automobiles tt Hired Automobiles y if A Hergot $L Fes: :1147 SOUTH ROBE(If6151D LOS ANO[iES, CALiPORLStA'�3;L... =°' e ♦��p tt It 'IMURANLt ArrUNU[a VNU rVK MALAKa1 INUICAII-D 8YX 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate ..IQ , _ _ ....days prior notice will be given to the persons Indicated In Item 1 above. Notice by mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability In the event of failure to give such notice, or for any error. UTICA MUTUAL INSURANCE COMPANY Secretary 71 Agency FORM 8 -C 125 Ed. 5 -7I r Number L 2107 UTICAWUTUAL - INSURANCE COWANY UTICA, NEW YORK CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. Name CITY OF NEWPORT BEACH C/O City Clerk of the City of Newport Beach Address City Hall, Newport Beach, California 2. Name and address of insured for whom this Certificate is issuedd. Name of insured Frank N. BE:nhagl Jr, d /b% Norman Benham Address X1572 West St., South Laguna, California n scap ng. 3. Location of operations of insured Same as above and elsewhere in the State of California 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE X Policy Number Effective Date Expiration Date Limits of Liability (a) Workmen's Compensation and Employers' Liability $ W216422 4 -1 -71 4 -1 -72 As provided by low (b) General Liability Bodily Injury Premises- Operations Independent Contractors Completed Operations and Products Contractual 5 Each Person $ Each Occurrence $ Aggregate - Products Property Damage Premises - Operations Independent Contractors Completed Operations and Products Contractual f Each O<mrrenae f A......r. -P,.m. Oper. $ Aggregate- Protective $ Aggregate- Products $ Aggregate - Contractual (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles $ Each Person $ Each Occurrence Property Damage Owned Automobiles Hired Automobiles Non -owned Automobiles $ Each Occurrence i (d) ssociates 1147 SOUTH ROBERTSON BLVD. Lo 'INSURANCE AFFORDED ONLY FOR HAZARDS INDICATED BY X 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate 10 days prior notice will be given to the persons indicated in Item 1 above. Notice P, mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability in the event of failure to give such notice, or for any error. UTICA MUTUAL INSURANCE COMPANY Secretary Countersigned at Date By - � Authorized Representative Agency f Number Fdwin Jase'oh Hergot 9 -21 L2107 jhm (2 FORM 8 -C-125 Ed. 571 UTICA�UTUAL INSURANCE CO #PANY UTICA, NEW YORK CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the policies designated below have been issued by the Utica Mutual Insurance Company and are in force on the date borne by this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded. 1. Name and address of person to whom this Certificate is issued. 2. Name and address of insured for whom this Certificate is issued. Name of insured "IIAlv':i ?'i L':"KHAL JR. DBA: I�TORt:AII =,ML: LI'IDSCAPII'iC Address 31 +liuT �lEt97T, SOUTH LAGUN4, CALIF . 3. Location of operations of insured_ Snrap 99 n Hove and el R wh ATP in the i'PATT� 07' CATTT'OR'TT, 4. Kinds of insurance afforded the insured. KINDS OF INSURANCE ' X Policy Number Effective Date Expiration Date Limits of Liability (a) Workmen's Compensation and Employers Liability As provided by law (b) General Liability Bodily Injury Premises - Operations Independent Contractors Completed Operations and Products Contractual s 250,000 Each Person $ 50c,000 Each Occurrence $ (iOO Aggregate Products —1— 1 4-1-72 11 It It 11 11 It Property Damage Premises - Operations Independent Contractors Completed Operations and Products Contractual $ 100 t OL`L Each Occurrence $ 500,000 Aggregate -Prem Oper. $ 500 0OO Aggregate - Protective $ A ate- Products 5UO 0iV g9 re t 9 $ Aggregate - Contractual 11 II 11 It It it -,� II It It (c) Automobile Liability Bodily Injury Owned Automobiles Hired Automobiles Non -owned Automobiles I $ 50,000 Each Person $ 1QQIIQ.QO Each Occurrence v 11 It _ it y it s It It It Property Damage Owned Automobiles Hired Automobiles Non -owned Automobiles I f' V [ $ 1 01000 Each Occurrence r ry II U 11 it U .r it It It (d) - j"v " t71H LWOR N 900 - 'v# t1FORNIA 900::3 'INSURANCE AFFORDED ONLY FOR HAZARDS INDICATED BY X %' - 5. If any of the above policies are cancelled or changed during their term in such manner as to affect this certificate .... 10..... days prior notice will be given to the persons indicated in Item 1 above. Notice by mail so addressed shall be sufficient compliance with this provision. The UTICA MUTUAL INSURANCE COMPANY does not assume any liability in the event of failure to give such notice, or for any error. 2 UTICA MUTUAL INSURANCE COMPANY / d Secretary at I Date I By Agency : N DWIIT J. H:SRGOT L-2107 ei (2) FORM 8 -C 125 Ed. 5 -71 0 8-E-710 -3 - I - ' . ' - ,"-T IT IS AGREED THAT "LS "1 , 1 I J" -�L 5,6 10 C' K,- r 1 J0 GOO 0 c v o r o z A L 33 are amended "co Gccl'.rr('�Dco each ccc�are-ico E 11' I Issued by the UTICA MUTUAL INSURANCE COMPANY, Utica, Now York " - ,, 6-E-710 Ed. 8d3 N. A LI M And shall be effective from 41 Standard Time at the address of the named insured. 1 19 Countersigned at Date By •-Authod!!4 'p6resentative Branch Office Number or Agency ED"'JI11 J. 71��I'GJIT (2) 6-E-710 Ed. 8d3 CONTRACT NO. 1387 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR IRRIGATION SYSTEM ISLAND NO. 4 Approved by the City Council this 23rd day of August, 1971. n Doris George, Dep City Clerk • SUBMITTED BY: (iY:1 . , .l 31552 West Street Tess South Laguna, California 92677 City Z'ip 499 -3291 Phone $5,21otal Bi 2.50 T Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • August 31, 1971 JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT 1387 ADDENDUM #1 ITEM VII Construction details, number 5 -F, Control Wire for R.C.M s (SP 4 of 5) shall be revised as follows: All wire to be used for connecting the Station Control Module to the remote control valve shall be type OF -600V, 7 strand or solid copper, P.V.C. insulation, single conductor, UL approved underground feeder cable. Common wires are to be of one color and all Pilot or "hot" wires are to be of a different color for each valve in conformance with the Remote Control wiring schedule shown on Sheet #2 of the plans. Please show date of receipt of this Addendum on the Proposal or insert a copy with your proposal. Ed L. McDonald Design Engineer ELM /ldg i Date eceive Authorized Signature Norman Benham CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT NO. 1387 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1ofI The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1387 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump :sum for the work, complete in place, to wit: ITBI QUANTI TY — ITEM DESCRIPTION N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1" Construct complete Irrigation System Lump Sum @ Five Thousand Two Hundred TwelveDollars and Fifty Cents $ - -- $ $5,212.50 Lump Sum Lim Total Price Written in Words: Five Thousand Two Hundred Twelve Dollars and Cents $ $5,212.50 CONTRACTOR'S LICENSE NO. 156253 Norman Benham Landsc e (Bidder's Name DATE September 9. 1971 ✓�'" `'� — _ (Autliorize ignature) Norman Benham BIDDER'S ADDRESS 31552 West Street, South Laguna, California 92677 TELEPHONE NUMBER 499 -3291 • • 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 2:30 P.M. '. on the 7th day of September 1971 at which time they — wile —opened and reader performing work as follows: — JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM CONTRACT NO. 1387 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 hi's 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. 0 • Page la City of Newport Beach, California Notice Inviting.Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 L • 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. 156253 Classification C -27 Accompanying this proposal is er's check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for 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. 499-3291 Phone Number September 7, 1971 Date NORMAN BENHAM LANDSCAPING Bidders Name (SEAL) /s/ Norman Benham Au ri ed Signature Autboriied Signature Individual_ 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: i 6 .. 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 2.. 3. 6. 1. 8. 12 10. 11. 12. NORMAN BENHAM LANDSCAPING —Bid s me Norman Benh n, Authorized Signature Individual Type of rgan zat on (Individual, Co- partnership or Corp) 31552 West Street South Laguna, California 92677 ress 0 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, NORMAN BENHAM LANDSCAPING , as Principal, and (CASHIER'S CHECK) , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Five Hundred Twenty One & no /coloplars ($ 521.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM - ISLAND NO. 4 (CONTRACT NO, 1387) 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) NORMAN BENHAM LANDSCAP G �1' a I� (Attach acknowledgement of Au rized Signatu Attorney -in -Fact) Surety X Title NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent 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 t o this day of 19�74 before me by '';2, NORMAN BENHAM LANDSCAPING Au'thori—ze*d Signature My commission expires: ELSIE E. JOHNSON PIpNCi�AL OFFICE NI C -ate ry Public ORANGE COUNTY my CaNds" ► Mq. 9,1975 0 STATEMENT OF FINANCIAL RESPONSIBILITY Ll Page 6 The undersigned submits herewith a statement of his financial responsibility. BALANCE SHEET APRIL 30, 1971 ASSETS Cash in Bank - Commercial 500.00 Cash in Bank - Savings 7000.00 Petty Cash 50.00 Accounts Receivable 12000.00 Mdse Inventory 8000.00 Autos and Trucks 17483.9,1 , Real Estate 65000.00 Total Assets 'i10033.93 LTt1BILITTLS Recd Estate .Mortgage 18000.00 Contracts Payable 9000.0J Contract Payable 2000.00 Current Liabilities 400.00' Accounts Payable 3000.00 Total Li.abi.liti.e.� 32400.00 Net Worth 77633.93 Total. Liabilities and Net Worth 110033.93 Prepared from information presented to this office withqut audit, therefore no opinion is expressed 5/.3/71-- -"-- -- — = - = = -- c� g0�,u 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. NORMAN BENHAM LANIKCAPING L.." �/47�t-- Lu� AutNrized Signature • Page 8 LABOR AND MATERIAL BOND KNOW Ala). MEN BY THESE PRESENTS, That , the City Council of the City of Newport Beach, State of California by motion adop has awarded to NORMAN BENHAM LANDSCAPING hereinafter designa`tied as the "Principal ", a contract for in the City of Newport Be4, in strict conformity with the Drawings and Specifications and other contract documents, file in the office of the City Clerk. WHEREAS, said Principal h executed or is about to execute said contract and the fur thereof require the fu ing of a bond with said contract, providing that if said Principal or any of his or i \dpo, contractors, shall fail to pay for any materials, provisions, provender, or other ss or teams used in, upon, for, or about the per- formance of the work agreed to be or for any work or labor done thereon of any kind, the Surety on this bond wilthe same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, hereinafter designated as the Contractor and _ as Surety, are held firmly bound unto the City of Newpp rt Beach, in the sum of Dolla`q ($ ) said sum being one -half of the estimated amount payable by tliq City of Newport Beach under the terms of the contract, for which payment well and t ly to be made we bind ourselves, our heirs, executors and administrators, successors assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or is subcontractors, fail to pay for any materials, provisions, provender, or other supplie or teams, used in, upon, for, or about the performance of the work contracted to be do , or for any other work or labor thereon of any kind or for amounts due under the Unem 1oyment Insurance Code with respect to such work or labor, that the Surety or Sureties will OV for the same, in an amount not exceeding the sum specified in the bond, and also, in case it is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as requi d by the Provisions of Section 4204 of the Government Code of the State of California. Page 9 (La\bbr and Material Bond - Continued) This bon shall inure to the benefit of any and all persons, companies, and corporation entitled t file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by t Provisions of Section 4205 of the Government Code of the State of California. And the said Suret ,for value extension of time, terations to be performed there der or affect its obligations n this extension of time, alter tions work or to the specificati ns, 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 s h principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this ins above named, on the Approv as, to fo City Attorney as been duly executed by the Principal and Surety day of 19 This bond was approved by the City Council of the City of Newport Beach by motion on Attest: Da to City Clerk (Seal) (Seal) PUBLIC WORKS LABOR AND MATERIAL BOND BOND NUMBER 04- 406 - 880456 KNOW ALL MEN BY THESE PRESENTS: THAT WE, NORMAN BENHAM LANDSCAPUIG AS PRINCIPAL AND AMERICAN FIDLEITY FIRE INSURANCE COMPANY, A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF NEW YORK, AND AUTHORIZED TO TRANSACT SURETY BUSINESS IN THE STATE OF CALIFORNIA, AS SURETY, ARE HELD AND FIRMLY BOUND UNTO: CITY OF NESJPORT BEACH _ AS OBLIGEE, IN THE SUM OFTWC THOUSAND SIX HUNDRED SIX AND 25l 100------------------------ - - - - -- DOLLARS ($ 2,606.25 _), LAWFUL MONEY OF THE UNITED STATES OF AMERICA, FOR THE PAYMENT WHEREOF, WELL AND TRULY TO BE MADE, WE HEREBY BIND OUR- SELVES, OUR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. SIGNED, SEALED WITH OUR SEALS, AND DATED THIS 29th DAY OF September 1971 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT, WHEREAS THE ABOVE - BOUNDEN PRINCIPAL HAS BEEN AWARDED AND HAS ENTERED INTO A CONTRACT DATED September 13, 1971, WITH OBLIGEE TO DO AND PERFORM THE FOLLOWING, TO WIT: Jamboree Road Median Irrigation System - Island No. 4 Contract No. 1387 NOW, THEREFORE, IF THE ABOVE - BOUNDEN PRINCIPAL, FAILS TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES, OR TEAMS, IMPLEMENTS OR MACHINERY USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE ACT WITH RESPECT TO SUCH WORK OR LABOR, THE SURETY HEREON WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECIFIED IN THIS BOND. IN CASE SUIT IS BROUGHT UPON THIS BOND, SURETY WILL PAY A REASONABLE ATTORNEY'S FEE, TO BE FIXED BY THE COURT. THIS BOND IS EXECUTED PURSUANT TO THE PROVISIONS OF CHAPTER 3 OF DIVISION 5, TITLE 1, GOVERNMENT CODE OF THE STATE OF CALIFORNIA, AND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE, SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND. AMERICAN FIDELITY FFIRE INSURANCE. CO. PiORP "AfJ BENHAII LAhJDSCAPING By .Y c Lt�'t. Carlton,larin ATTORNEY -IN -FACT PRINCIPAL 5 Z a 0 fqU V H H q .7 w g O r Q 7 O U E u w M a h _P M r A .S i C L c 40 c C ri N V 0 i 4 N rn N 8 E 0 6 'O Y a a e a P d 0 4 8 r b b 0 tlg x u • M z e 0 0 u u • i 9 1 M 3 y C-) 15 m Zz >^ aQ° irn. a V U2o w wu' °zan 0 N a c o F J N a: PERFORMANCE BOND KNOW AL-k MEN BY THESE PRESENTS, That • Page 10 WHERE , the City Council of the City of Newport Beach, State of California, by motion adopte September 13. 1971 has awarded to N R BENHAM LANDSCAPING hereinafter designa d as the "Principal ", a contract for JAMBORE ROAD MEDIAN I GATION SYSTEM - ISLAND NO, 4 (CONTRACT Nn- 1387) in the City of Newport Be h, in strict conformity with the drawings and specifications and other contract document \nowon in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principad or is about to execute said contract and the terms whereof require the fa bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, hereinafter designated as the ractor ", and As Surety, are held and firmly bound unto the City f Newport Beach, in the sum of Dollars ($ ), said sum being equal to 100% of the estimated amount of tke contract, to be paid to the said City or its certain attorney, its successors, an ssigns; for which payment well and truly to be made, we bind ourselves, our heirs, exe utors and administrators, successors or assigns, jointly and severally, firmly by these resents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aboveNkPunden Principal, his or its heirs, executors, administrators, successors, or assigns, s \therein l things stand to and abide by, and well and truly keep and perform the covnditions, and agreements in the said contract and any alteration thereof madin provided on his or their part, to be kept and performed at the time and in therein specified, and in all respects according to the ir true intent and nd shall indemnify and save harmless the City of Newport Beach, its officerts, as therein stipulated, then this obligation shall become null and voia it shall remain in full force and virtue. a i Page 11 (P�Cformance Bond - Continued) And sai Surety, for value received, hereby stipulates and agrees that no change, extensio of time, alteration or addition to the terms of the contract or to the work to be \effect rmed thereunder or to the specifications accompanying the same shall in any wis its obligations on this bond, and it does hereby waive notice of any chaxtension of time, alteration or addition to the terms of the contract or to the to the specifications. In the event that y principal above named executed this bond as an individual, it is agreed that the ath of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this 'nstrument has been duly executed by the Principal and Surety above named, on the day of , 19 _(Seal). (Seal) (Seal) ontractor (Seal) (Seal) (Seal) Approved as to form: n vtk City Attorney AMERICAN FII41LITY FIRE INSURINCE COMPANY MARKET INSURANCE CORP. — GENERAL AGENT 884 S. Robertson Blvd., Loa Angeles, Calif., 90035 — Phone (213) 667 -8300 PUBLIC WORKS PERFORMANCE BOND KNOW ALL MEN BY THESF PRESENTS: BOND NUMBER nA- 406- RRgB5t THAT WE, NORMA. "i BFidFAM LANDSCAPING AS PRINCIPAL AND 31552 ;lest Street, Scuth Laguna, California AINEP.TCAN F1111ITY FIRF T ;iciiRAwcf compAwf AS SURETY, A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF UPia ynrb , AND AUTHORIZED TO TRANSACT SURETY BUSINESS IN THE STATE OF CALIFORNIA, AS SURETY, ARE HELD AND FIRMLY BOUND UNTO: CITY OF t0;4P(1P,T BEACH AS OBLIGEE IN THE SUM OF: FIVF THOUSC,ND T`.10 HUNDRED 1i14ELVE AND 50 /100------ - - - - -- {DOLLARS) $ 5,212.50 LAWFUL MONEY OF THE UNITED STATES OF AMERICA, FOR THE PAYMENT WHEREOF, WELL AND TRULY TO BE MADE, WE HEREBY BIND OURSELVES, OUR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. SIGNED, SEALED WITH OUR SEALS, AND DATED THIS 29th DAY OF SEptEy�i)er, 19 ?T. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT, WHEREAS THE ABOVE - BOUNDEN PRINCIPAL HAS ENTERED INTO A CONTRACT DATED September 13, 1971 , WITH SAID OBLIGEE TO DO AND PERFORM THE FOLLOWING WORK, TO WIT: JAM30REE ROAD h1EDIAN IRRIGATION SYSTFN - ISLAND NO. 4. Contract o. 1327 NOW, THEREFORE, IF THE ABOVE- BOUNDEN PRINCIPAL SHALL WELL AND TRULY PERFORM OR CAUSE TO BE PERFORMED, EACH AND ALL OF THE REQUIREMENTS AND OBLIGATIONS OF SAID CONTRACT TO BE PERFORMED, BY SAID PRINCIPAL, AS IN SAID CONTRACT SET FORTH, THEN THIS BOND SHALL BE NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND EFFECT, IIORMAN BENHAM LANDSCAPI "!G R AMERICAN FIDELITY FIRE INSURANCE COMPANY SEAL Carlton Miann, ATTORN —EY -IN FACT Z a 0 6 e H q a w 7 0 U E • V tl a M M A s N G! w 0 i 9 t N Gl CV 8 0 A 0 4 9 O tl 0 a 8 b b 6 u A C N U O r w tl .i T tl s I 0 T tl M U = m za <$-i . W U) < = 0 0 viN uLLO T a o m mm d > 2 G O N � i >o O� c N 0 1 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this f 37-1_1 day of Gc To r�E t1 , 19? i by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and NORMAN BENHAM LANDSCAPING hereinafter designated as the Contractor, party of the second part. WITNESSETH, That the parties hereto do mutually agree as follows, 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated 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. J 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. CITY OF NEWPORT BEACH, CALIFORNIA By : C —Mayor ATTFCT- Contractor By. Title By: Approved as to form: City t —to rney CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND N0. 4 CONTRACT NO. 1387 I. LOCATION AND SCOPE OF WORK 0 SPIof 5 The work to be constructed under this contract is for construction of the Irrigation System in the median island on Jamboree Road between San Joaquin Hills Road and Ford Road. Work done under this contract will consist of furnishing and installing all piping, valves, boxes, sprinkler heads, station control module and all necessary appurtenances for a complete Irri- gation System. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing Number P- 5042-S) the City's Standard Drawings and Standard Special Provisions. The City's Standard Specifications are the Standard S ecifications for Public Works Construction (1970 Edition). The City s tan r Drawings and Stan r Special Provisions may be obtained at the Public Works Department for a fee of $2.00. II. TIME OF COMPLETION The Contractor shall complete all work on the contract within 45 consecutive calendar days after the date the City awards the contract. III. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to commencing work to schedule his operations. A written schedule of work will not be required. IV. TRAFFIC CONTROL Traffic on Jamboree Road may be restricted to one 12 -foot lane in each direction between 8:30 A.M. and 3:30 P.M., Monday through Friday, during construction, except Columbus Day, October 11th, and Veterans Day, October 25th, 1971. V. PAYMENT The lump sum price bid for the work shall include full compensation for all materials and labor necessary for construction of the contract complete in place. VI. AWARD OF CONTRACT The award of the contract will be based on the total lump sum price bid for the contract. VII. CONSTRUCTION DETAILS SP 2 of 5 1. General Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, auto- matic valves and station control module, excavation and backfill, and all other work in accordance with the Plans and specifications. It shall be the contracting installer's responsibility to report to the City's representative any deviations between mechanical drawings, specifi- cations and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: i. 12" over non pressure lateral lines: (PVC Class 200) ii. 24" cover over PVC main line, under pressure. 3. Record Drawings Contractor shall procure from the City prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the City. 4. Equipment to be furnished The Contractor shall provide as part of this contract, two service manuals for all equipment used. Manuals may be loose -leaf and should show drawings or exploded views of equipment and catalog number and prices. 5. Material A. P.V.C. Pipe i. P.V.C. Pressure Rated Pipe - Type 1220 (PVC Class 200 $ Fittings) (a) Type I Grade II Pressure Rated Pipe. (b) Materials shall meet requirements set forth in ASTMD1784 60T. (c) Outside diameter of pipe shall be the same size as iron pipe. • 0 SP3of5 (d) Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, PVC type and grade (e.g. PVC 1220) S.D.R. Rating class, N.S.F. Approval and commercial standard designation CS 256 =63. (e) P.V.C. pipe shall comply with standards set forth in CS 256 -63. (f) P.V.C. Type I shall not be threaded. (g) P.V.C. Fittings shall be P.V.C. Type II schedule 40 N.S.F. Approved. (h) Solvent shall be #715 Gray N.S.F. Approved as manufactured by Industrial Polychemical Service, Gardena California. (i) Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (j) When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. ii. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns- Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. B. Pressure Relief Valves Pressure relief valves shall be 3/4" Cash -Acne # K -10 set at 150 P.S.I. all brass construction. C. Automatic Remote Control Valves, Electric Solenoid Type The electrical requirement of the Remote Control Valve shall not exceed 70 Ma., RMS, 18 V RMS A.C. at 60 HZ when the line pressure is 150 P.S.I. and capable of operating properly on no larger than 14 Ga. U.F. Wire. The solenoid pilot must be corrosion proof and molded in epoxy resin. The valve must have an automatic mechanical self - cleaning internal control system. The valve must be slow closing with no adjustments or settings required. A manual flow stem to throttle the valve, accessible from the top, must be provided. The valve must have two inlet tappings (furnished with one plugged) and capable of being installed as either a straight or angle pattern valve. It must have a removable seat and be completely serviceable from the top without removing the valve body from the system. . , 0 0 SP4of 5 Valve shall be capable of operating manually without electricity Valves shall be of the same manufacturer as the controller. All valves shall be as manufactured by Griswold Controls, Santa Ana, California. D. Valve Boxes All remote control valves shall be installed in Plymouth's Super - flexon 1203 # 10- 130 -001 meter boxes with # 10- 130 -041 green locking cover. Irrigation control stations shall be stenciled on cover in white lettering by contractor. Valve boxes shall be as manufactured by AMETEK /Plymouth. Plastics, Wisconsin. Valve boxes are available at local suppliers. E. Field Located Unit (Station Control Module) The Station Control Module shall be Model 2110, 11 Station, 2 cycle regular water schedule, all stations. Control Module shall accept starting signal from existing Griswold Model 230 Controller. The Station Control Module shall be as manufactured by Griswold Controls, Santa Ana, California. F. Control Wire for R.C.V.'S All wiring to be used for connecting the Station Control Module to the remote cont lve shall be type OF -600V, 7 strand or solid copper, PV ul *oa conductor, UL approved underground fe r e. 'lot or wires are to be of one color and all commo wire are o different color for each valve. 1�% COUFO+LM PYL[. II.ItT4 �V ( `F M1I UT.[ Cp�iy Vl�l. l.liIL'M•/ 6. Installatio A. P.V.C. Pipe P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. R.1 All plastic to metal joints shall be made with plastic male adaptors. V%! z'b s IK'"k> 'Z° The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe. After all new sprinkler piping and risers are in place and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of L v4 water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. V Y During the test period, minimum test pressure at the highest point of ,r' ? the section being tested shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. • SP5of5 B. Field Located Unit- Station Control Module i. Location (a) Station Control Module shall be installed at the location shown on the plan, in the details, and in accordance with the manufacturer's re- commendations. Module shall be installed in the concrete box furnished by the city. C. Valve Boxes Plastic valve boxes for Remote Control Valves shall be set two (2) inches above finish grade. D. R.C.V. Wires Common and pilot "hot" wires shall be bundled and taped every 10' and installed in common trench with main line supply. Contractor shall connect to existing remote control wires at locations shown on plans. E. Sprinklers All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. Sprinkler heads shall be set according to detail sheet. All sprinkler risers shall be installed as indicated an Plans and shown in details. F. Valves Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be the full size of the line in which they are installed unless otherwise indicated. Remote control valves shall be adjusted so the most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. G. Connection to Existing Wires Contractor shall connect to existing wires "stubbed out" in pull box at location indicated on plan. Sufficient wire length is provided to make necessary connection to Station Module. All other wires as indicated on plan will be provided and installed by Contractor. All wire connection shall be made using Pen -tite connectors. • CITY OF NEWPORT BEACH JAMBOREE ROAD MEDIAN IRRIGATION SYSTDN ISLAND NO. 4 CONTRACT NO. 1387 To the Honorable City Council. City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: • PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1387 in accordance with the Plans and Specifications, and will take in full payment therefor the following lump sum for the work, complete in place, to wit: ITEM QUANTTITY ITEM DESCRIPTION N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Construct complete Irrigation System Lump Sum @ Lump Sum Total Price Written in Words: Dollars and Cents $ 66um Dollars and ter. Cents $ 5 Z 1 Z CONTRACTOR'S LICENSE N0. Ucow".v-, DATE BIDDER'S ADDRESS TELEPHONE NUMBER norman Benham 1 -. SOUTH LAGUNA, CALIF. 926" landscaping 31552 WEST STREET , 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.- �:._�r Classification G -z-� . 1,a Accompanying this proposal is C ALFA B x; 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. 44 3'.i`3I Phone Number 9- -I -I.l Date Y � V Bidders Name �� (SEAL) Authorized Sigma ure Authorized gignature 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: bdbalt of th* City of wawport slagho a" that the city CIO* hM 4LV*OW; 100, f! r*igk as meted a+ppy to tt a iv 0"Sf ul AiddW. AfiQnw, 13th day 014'irttalwo Ion. iii; 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. d 2.. 3.. 4. 5. 6. 7. 8. g. 10. 11. 12.. Type of rgan za on (Individual, Co- partnership or Corp) Addr s 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and Page 4 as Principal, 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) 'MI Title Surety 0 NON - COLLUSION AFFIDAVIT 0 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 pers in any way or manner, any of the proceeds of the contracts sought by this bid. / Subscribed and sworn to before me by this day of , 19 My commission expires: Notary Public Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD MEDIAN IRRIGATION SYSTEM ISLAND NO. 4 CONTRACT 1387 ADDENDUM #1 ITEM VII August 31, 1971 Construction details, number 5 -F, Control Wire for R.C.V.'s (SP 4 of 5) shall be revised as follows: All wire to be used for connecting the Station Control Module to the remote control valve shall be type OF -60OV, 7 strand or solid copper, P.V.C. insulation, single conductor, UL approved underground feeder cable. Common wires are to be of one color and all Pilot or "hot" wires are to be of a different color for each valve in conformance with the Remote Control wiring schedule shown on Sheet #2 of the plans. Please show date of receipt of this Addendum on the Proposal or insert a copy with your proposal. Ed L, McDonald Design Engineer ELM /ldg Date Receive u orize Signature u x r t Ell n�niiitm'utnm'i� miWUnnn�nndwnn i�uunau�YmAu ■oe�nm�nnn'i� mmmnnieuu�nt�n �dI1111111111A1II�YlII uuvunamidie�u I�A�A�iiullYluu�� ��I�01�II�1111�II 0 z z-1 c� z -i 1;0 Fn m0 ;a -il_ N zl\ \1Vy' • 1 FA N C 3 3 D u i O AWL m0-i � O� Zmrq P Aft{ (A zK O v, C 3 3 a wn--ir Y �nidmaie�nen�r 19�11191d�llllll919 Ill I!IMIIIIIIII Il� AIBIA�AI ■■IIA II NiN m III I MI III��111 m0-i � O� Zmrq P Aft{ (A zK O v, C 3 3 a wn--ir