Loading...
HomeMy WebLinkAboutC-1731(B) - Newport Island channel dredgingOctober 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE DF -WEST NENPEMCFN(L [ItlEi16IW(i' =4739) 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 dredging the West Newport Channels has been com- pleted to the satisfaction of the Public Works Department. The bid price was $ 39,725.00 Amount of unit price items constructed 41,325.00 Amount of change orders None Total contract cost 41,325.00 Funds were budgeted in the General Fund. The increase in the cost of the unit price items constructed was due to the contractor's placing all the dredged material on the beaches as requested by the residents rather than barging the excess to sea. The unit price for barging to sea was one dollar per yard less than that for placing the sand on the beaches. The County of Orange paid $20,000 of the cost under the terms of a cooperative agreement with the City. The design engineering was performed by the Public Works Department. The contractor is Shellmaker, Inc. of Newport Beach, California. The contract date of completion was March 12, 1977. The work was completed on April 10, 1977. The completion date was delayed due to a call back to do minor dredging at a public mooring on the 38th Street beach on Newport Island. l D,-e" seph evlin P blic s Director D.jd ! Att. 11 Ik- O(G� It . O pis NOV 8 197$ By the CITY COUNCIL CITY OF NSN* RT BEACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WEST NEWPORT CHANNEL DREDGING (C -1731) RECOMMENDATIONS: Ll November 8, 1976 CITY COUNCIL AGENDA ITEM NO. G -4 1. Waive the informalities contained in Shellmaker Inc.'s bid. 2. Adopt a resolution awarding Contract No. 1731 to Shellmaker, Inc., for $39,725.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: One bid was received and opened in the office of the City Clerk at 10:30 A.M. on October 28, 1976. Bidder Shellmaker, Inc., Newport Beach Amount $39,725.00 The low bid is 2% more than the engineer's estimate of $39,000. Shellmaker has successfully completed similar work for the City and is well qualified. Funds are available in the current year's budget for 50% of the cost; the remaining 50% is being financed by the County of Orange by means of a cooperative agreement with the city. The project provides for the maintenance dredging of the Rivo Alto and a portion of the North Channel adjacent to Newport Island. The unit prices written in words on the proposal were erroneously written as the total prices. This is obviously a clerical error and waiver is recommended. The plans were prepared by the City. The estimated comple- tion date is February 18, 1977. eph T. i evlin tic ks Director &B:hh Attachment a • 4L , w ` ` , Q a 74 7 ? � 10 �,yy : ii. � �]t s��sa i '!� ••- : p �� a y •�� X11 g / tt ' 25. -0r _ r. ray, • 8 � Y� � SJT;•.. �o. � _finis q � T ::i� z _..,• �;r:� }' '• q G t, Y i ,� ••`` a rt.�_.f`;':'::r'':•t- '''..�i. _ . /..•• t 1 1; r: r '��1 p .y��n, y'Q9 SL 0 PROJECT AREA .. ,! /�s � � J Ei/ � r,•��.' � AMEN /f /� �`.: _ •••i•: / i C) r' X51 '3 _ _ / O e r• i L' 'n .•ya. H Y`•' wa a u• � � °/% • 1- •1.... -- `•'S':T.'_. ::��� . ......_..... fro.;.. r >.:c�a � - --= - -_. _ ". - -- a,. 7 ' , �! : ` /;�,. I /i t,l 5 , v • r AY ., U� •,: ^( )t�.; A,.:� .. T�' J.• z...��A�'F as /J : � a' I l 1� , '! t ! f 3 ,� ) /7 �: .y 3 v) G 4,(LL 99 �- ^ —fjL•' j" / /'•• /� /- Yw ` f Ns -/Iw, 'r Al < 3 _"' ` '} •IP %Q%' ^]' i �. �:.. •,� �'// I _ AI d ) , n. 'C'- is -:..� '� /�•/ _ !i �- 1, �'_ a /• /: f. / -• l.a, jUt• , try `{ /J :' q .. // /S ` •' �.�: ) ^:i w� any`` � +•a• 6 �17 41 27 �iI l'• -�'� ...a r.� _ N Bredgi n; cif Charinels. �. aw�Y.. I „`— �r�L, ?i � !JI N, • [..dj cone CO N^':770Yt Is liln(i ` 34 /', '��c 5 {• ti1 . . (�T�'^-� Nov 8 1976 By the CYCY COUNCIL CITY OF NiiW?QXT BRACH RESOLUTION NO. FS'a 9 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SHELLMAKER, INC. IN CONNECTION WITH THE DREDGING OF WEST NEWPORT CHANNEL, CONTRACT NO. 1731 G -� WHEREAS, pursuant to the notice inviting bids for work in connection with the dredging of West Newport Channel, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of October, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Shellmaker, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Shellmaker, Inc. for the work in the amount of $39,725.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 8th day of November 1976. Mayor ATTEST: City Clerk DDO /bc 11/2/76 CL t'zz- OCT 12 1976, ly the CITY COUNCIL CITY ge i OW-43 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WEST NEWPORT CHANNEL DREDGING (C -1731) RECOMMENDATIONS: 1. Approve the plans and specifications. October 12, 1976 CITY COUNCIL AGENDA ITEM NO. H -12 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on October 28, 1976, DISCUSSION: The subject project provides for the maintenance dredging of the Rivo Alto and a portion of the North Channel adjacent to Newport Island. An exhibit is attached showing the project location. On April 28, 1975, the City applied for project permits from: (1) Santa Ana Regional Water Quality Control Board (SARWQCB), (2) Coastal Zone Commission (CZC), and (3) U.S. Army Corps of Engineers. The permits were issued on: (1) SARWQCB - -May 25, 1976, (2) CZC -- August 30, 1976, and (3) U.S. Army Corps of Engineers -- October 1976 respectively. The project is estimated to cost $39,000. Financing for the work is in cooperation with the County of Orange -- Environmental Management Agency on a 50 -50 cost share basis. Funds are available in the current year's bud- get for the City's $19,500 share of the cost. The estimated date of com- pletion is February 19, 1977. Att. l vlin Director iq �o` 9S t'��� G^ fs � Y Rio. � 0 • i 3 °.?� i) )'f �. _ �• � is � �� '' :�3 �� o. e . yr. ✓,$J YL5 � �. - �: t �. �• o +� • �� �1. 'D f9 � R � i� � d%t , t) ,,. v 944 ,9 ,(7� °p .�0 f5 2U If ' ry ' - 3 / n1 ,i: `; ''.. 1. -�•�.. •, L v,_ } 3 �: • �i i ' /j1 j ,••`k A sue. �,...%,t /. \ ��a.:•••.: �s:;:' .: ;:•: •' p � r„ .± ' _ �,,. FiiitEV r �y .. L a S s• �7�. `� I a \ W ' s f • . " L : >:;..........- PROJECT AREA AS sr3 yJ:; _�:;•::.;: -- a �,; Lf r - tea, -..: �;�. ;: C� /r �, '? .3 I a r f 7 Y _ T! • 7 f' _ I• G 'N ' L• r r M ".� ) Ir ,._ e• 3 > G /// ,fU'� --L_ ^. {�`j -. n .' -" _ Dredgin; of Charin?1- �n y'•% i` - -�,'' '' N. _«_ ! '> fp rt Island ,c,,z. P.dj;�cent to i,e: o 0 ot October 21, 1977 Shellmaker, Inc. P.O. Box 2025 Newport Beach, CA 92663 ,I Subject: Surety : Pacific Indemnity Company Bonds No. : 8068 -94 -38 Project : Newport Isalnd.;Channal Dredging 1976 -77 Contract No.: 1731 The City Council on October 11, 1977 accepted the work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has boon filed. Notice of Completion was filed with the Orange County Recorder on October 31, 1977 in Book No. 12413, Page. 1937. Please notify your surety company that bonds may be released 35 -days after recording date. Doris George City Clark ag cc: Public Works Department PLFA,SF RETURN TO CITY CLERK VDU pRO/N C ?TY OF NEWPORT BEACH FSTFp Q 3300 NE111PORT BOULEVARD el' NEWPORT BEACH, CALIF. 92663 EXEMPT C4 NOTICE.. OF COMPLETION PUBLIC WORKS BK 1241 XG 1937 RECORDED IN OFFICIAL RECORDS . OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. 11T 131111 J. WM CARLYM Cft* Swffdff To All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on April 10, 1977 the Public Works project consisting of Newport Island Channel Dredging 1976 -77 on which Shellmaker, Incorporated was the contractor, and Pacific Indemnity Company was the surety, was completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice: of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 12, 197 at Newport Beach, California. 7 VERIFICATION OFiCITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 11, 1977 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 October 12, 1977 at Newport Beach, California. —74L U oC ,> Li D C/ 119 MEyyPoR �Cy .� �`tlf NEWPORT BEACH CALIFORNIA Date: October 12, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public City Hall 3300 W. Newport Blvd Works project consisting of NoMort Ialand Channel Dredging 1976 -77 Contract No. on which Shellmaker. Incorporated was the Contractor and Pacific Indemnity Company was the surety. Please record and return to us. Very trul !yours, A �C �-�- Doris George City Clerk City of Newport Beach Encl. DATE Jeer 13, 13 : VENDOR DEPT. Ci tjf= TAwn'Ci 1 . Shelbotaker, Inc. SNlrro oe` i .d. Lox 1,10115 Ieyrport beach, CA j2363- N0. 0824W� INVOICE IN DUPLICATE.:;; ` THIS -,O ... NUMBER MUST APP€.A1} A�iL'IN VOICES. SHIMINGN S, SILLS OF LADING: E%►1ltfS'1tKC6IPT5 ' AND PACKAQKS-' _ DELIVERY TICKK�T((:: INCLUDE UNIT PNilLz 1 iJEwport Island Channel Dredging 1976 =77 AS Per ^� 33.725.00 Contract Contract 1731 resolution 3929 IMPORTANT The Articles covered by this Purchase Order or Contract must ,CITY OF NEWPORT-BEACH conform to applicable Cal —OSHA Standards, and /or other �24197i 39,7[a :a� appropriate laws, regulations, rules, and codes of the Federal Government and the State of California. Show as a separate item any retail sales tax, use tax or Federal J ' t !' N,1 'k.�.ti. -:_r I' tax applicable to this purchase. This order subject to California sales tax. D. W. MEANS PURCHASING AGENT All allowable transportation charges must be prepaid and shown as a separate item on the invoice. Do not include Federal trans- ............ portation tax. eC' -e i 0 0 Date DwAw"r 10, 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 17.41 Project Nampo= Island Chanwl DwA`ing 1976-77 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: - - - __ wwwr n• nettq Amount: $ e Effective Date: Resolution No. I Doris George DG:swk Att. cc: Finance Department 0 0 December 8, 1976 TO: CITY CLERK FROM: Public Works Department SUBIECT: NEWPORT ISLAND CHANNEL DREDGING - CONTRACT NO. 1731 Attached are four copies of the subject contract documents as well as the insurance certificates. Please have the contract documents executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this office for distribution. Thank you. �i Vii'LLZ{ xl Steve Bucknam Project Engineer SB:h Att. SOUTHERN CALIFORNIA OFFICE P.O. BOX 2025 NEWPORT BEACH, CA 92663 (714)644 -0550 0 w SHELLMAKER, IN DREDGING PORTSONOMA 250 SEARS POINT ROAD PETALUMA, CA 94952 6 December 1976 City of Newport Beach 3300 W. Newport Blvd. Newport Beach, CA 92660 RE: Newport Island Channel Dredging Contract No. 1731 Gentlemen: PORTSONOMA (415) 8974107 CALIFORNIA STATE CONTRACTORS LICENSE NUMBER A 91675 Please be advised that Shellmaker, Inc, is aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation. WLH /lh Sincerely, SHELLMAKER, INC. a W William L. Harris Vice President RECEIVED P0811C WORKS DEC ( 1°76 CITY OF "L .. NEWPORT BEACN, �:� CALIF, 0 CITY OF NEWPORT BEACH 0 CERTIFICATL 01 INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1731 MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEPTABLE Project Description: Newport Island Channel Dredging This is to certify that the Home Insurance Com any Name of Insurance Company) has issued to Shellmaker Inc. Name of Insured P.O. Box 2025, Newport Beach Calif ddress of Insu the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). to lal ve ual X0,000. Name of Agency or Broker: Wm, H. Ray and Co., Address of Agency or Broker235 Mogtgomery Street, San Francisco, Calif. 94104 Telephone No._ 421 -9260 'A I 1 Countersigned by: U h1yv Authorized Insurance mpany Representative Effective date of this endorsement: 11/8/76 1 1 , Endorsement No. olicy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: Covera a lic No. $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contract HOW C MPLETE INFORIATION BELOW Po icy No. COMPREHENSIVE LIAB. Combined Single From: 3/1/76 $ 500,000 Protecti Limit Bodily Injury A9118151 $ 500,000 Products or Property Damage To: 3/1/77 $ 500,000.00 $ 500,000 Contract Each Occurrence /77 $1,000,000 HEC 4765054 EXCESS LIABILITY 0/29/74 -10/2 0o Excess of $5 This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). to lal ve ual X0,000. Name of Agency or Broker: Wm, H. Ray and Co., Address of Agency or Broker235 Mogtgomery Street, San Francisco, Calif. 94104 Telephone No._ 421 -9260 'A I 1 Countersigned by: U h1yv Authorized Insurance mpany Representative Effective date of this endorsement: 11/8/76 1 1 , Endorsement No. CERTIFICATE OF INSURANCE ISSUED BY (TYPE FULL NAME OF INSURING COMPANY) The Home Insurance Company This is to Certify, that policies in the name of I— NAMED Shellmaker, Inc. INSURED P.O. Box 2025 and ADDRESS Newport Beach, California L are in force at the date hereof, as follows: THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. 92663 I Tne county of Orange and the County of Orange Harbors, Beaches and Park District are hereby named additional insured. In the event of cancellation of said policies or a reduction in the limits of liability, the company will endeavor to give written notice to the party to whom this certificate is issued, bt�faitocaPmsssa�hctmt�etshail am�tosxamcotdig�ommcetrtlitycngx R[�xx>�@exyc POLICY LIMITS OF LIABILITY KIND OF INSURANCE POLICY NUMBER PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S I Eff. 6/1/76 _ Provided by Workmen's COMPENSATION ** WC 9197592 )Exp. 6/1/77 Compensation Law —State of CALIFORNIA NIL COMPREHENSIVE GENERAL LIABILITY GA 9118151 .i - -_ Eff. 3/1/76 Exp. 3/1/77 $ 1$ 500 ,000 Each occurrence $250 ,000 Each occurrence $250 ,000 Aggregate Newport Beach, Ca. 92660 $ 500 ,000 Aggregate $ MANUFACTURERS' AND Elf. • $ I $250 ,000 Each occurrence CONTRACTORS' LIABILITY " Exp. n Is 500 ,000 Each occurrence $250 ,000 Aggregate OWNERS', LANDLORDS' Eff. - R $ $250 ,000 Each occurrence & TENANTS' LIABILITY " Exp. n $ 500 ,000 Each occurrence $250 000 Aggregate CONTRACTUAL Eff. " $ $250 ,000 Each occurrence LIABILITY " Exp. it $ 500 ,000 Each occurrence $250 ,000 Aggregate AUTOMOBILE LIABILITY EN Owned Automobiles n Eff. n $ 250 ,000 Each person $250 ,000 Each occurrence (2 Hired Automobiles Exp. if $ 500 ,000 Each occurrence Non -Owned Automobiles COMPREHENSIVE AUTO- Eff. $ ,000 Each person $ ,000 Each occurrence MOBILE LIABILITY Exp. $ ,000 Each occurrence OTHER: Elf. Exp. ** Includes United States Longshoremen's and Harbo Workers' Act. Also includes Jone Act and Employers Liability Tne county of Orange and the County of Orange Harbors, Beaches and Park District are hereby named additional insured. In the event of cancellation of said policies or a reduction in the limits of liability, the company will endeavor to give written notice to the party to whom this certificate is issued, bt�faitocaPmsssa�hctmt�etshail am�tosxamcotdig�ommcetrtlitycngx R[�xx>�@exyc 14285I4F(SINGLE) 30 Days written notice will be given CERTIFICATE ISSUED TO: F— l NAME City of Newport Beach } \` NRESS 3300 W. ADDRESS Newport Blvd -AR/76 �- ,t_.: ____ /N THOR12E0 REPRES TATIVE Newport Beach, Ca. 92660 Wm. H. Ray _ c/o City Clerk J 14285I4F(SINGLE) Awk MEMORANDUM OF INSURANCE THE HOME INSURANCE COMPANY Manchester, New Hampshire— , , This is to certify that the following described insurance is in force at this date. NAME OF INSURED Shellmaker, Inc. ADDRESS OF INSURED P.O. Box 2025, Newport Beach, California 92663 POLICY NUMBER CERTIFICATE NO. POLICY PERIOD HEC 4765054 FROM 10/29/74 TO 10/29/77 DESCRIPTION OF COVERAGE LIMITS Excess Liability $1,000,000. Excess of $500,000. Bodily Injury $250,000. Property Damage Comprehensive General Liabilit $250/500,000. Bodily Injury $250,000. Property Damage Comprehensive Automobile Liability Policy 4 GA 9118151 Home Insurance Company The County of Orange and the County of Orange Harbors, Beaches and Park District are hereby named additional insured. This document is furnished to you as a matter of information only. The issuance of this document does not make the person or organization to whom it is issued an additional insured, nor does it modify in any manner the contracts of insurance between the Insured and the Company. Any amendment, change or extension of such contracts can only be effected by specific endorsement attached thereto. Should the above mentioned contracts of insurance be cancelled, assigned or changed during the above named policy period in such manner as to affect this document, we, the undersigned, will endeavor to give notice to the holder of this document, but failure to give such notice shall impose no obligation of any kind upon the under- signed or upon the Company. ISSUED TO City of Newport Beach ADDRESS 3300 W. Newport Blvd. Newport Beach, Calif. 92660 THE HOME I S, ANCE COMPANY DATED: November 15, 1976 BY: �`t` I v Wm. H. Ra ECIOIHI 10/73 CITY CLERK • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR NEWPORT ISLAND CHANNEL DREDGING 1L6rc:�ri CONTRACT NO. 1731 Approved by the City Council this 12th day o October, 1976. Doris George, City Cler SUBMITTED BY: Shellmaker, Inc. Contractor P. 0. Box 2025 Newport Beach, CA 92663 City Zip Code 644 -0550 Phone ota Bi Price CITY OF NEWPORT BEACH 0 NEWPORT ISLAND CHANNEL DREDGING 1976 -77 CONTRACT NO. 1731 PROPOSAL 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 1731 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 1. 4100 Construct embankment along Rivo Cubic Yards Alto and North Channels with dredged material. @ Seven Dollars and T wont -five Cents Per u is Yard 2. 1600 Haul surplus dredged material Cubic Yards from the Rivo Alto and North Channel to disposal site at sea. F. $ 7.25 $ 29.725.00 @ Six Dollars and Twenty -five Cents $ 6.25 $ in- Onn_Oo Per Cubic Yard Total price for Items 1 and 2 written in words Thirty -Nine Thousand Seven Hundred Twenty-Five Dollars and No Cents $ 39,725_nn Contractor's License No. A -91675 Date October 28, 1976 Shellmaker Inc. Bidder s Name uthor zed Signature Contractor's Address P. 0. Box 2025, Newport Mach- CA 99661 • Page I CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk City Hall, Newport Beach, California, until 10:30 A.M. on the 28 day of bctober , 1.976 , at which time they -WTTT opened and rea -for performing work as follows: NEWPORT ISLAND CHANNEL DREDGING CONTRACT NO. 1731 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 a-nT-tWeCor orate Seal shall be affixed to aTl__Jocuments re! q— uTr_ing signatures. In the case of a arl� tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of 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. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8701 adopted February 9, 1976. 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). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -12 -76 I Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including 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. A -91675 Classification p Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 644 -055• Phone Nu er October 28, 1976 Date ker Bid er s Name WM. P. DOLARO;"11!) Siwill Authorized ignature MORES SOLMD SECRETARY - TREASURER uthorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: William P. Boland, Jr. Delores Boland William L. Harris President Secretary- Treasurer Vice President 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub-bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work 1. None 2. 3. 5. 6. 7. 8. 9. 10. 11. 12. Subcontractor Address Shellmaker, Inc. Bidder's Name S/William L KfThorffils id Signature CorporationL_ Type of Organization (Individual, Co-partnership or Corp.) P. 0. Box 2025 Newport Beach. � 'ddgis'P3 F9ORIGINAL SEE CITY CLERK'S FILE 0PY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SHELLMAKER, INC. and PACIFIC INDEMNITY COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) OF AMOUNT BID Dollars ($ (10 %) ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of NEWPORT ISLAND CHANNEL DREDGING - CONTRACT N0. 1731 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 28th day of October , 19 76 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) 9211 , q1TA0Qfr4Mr13XTWR=115 SHELLMAKER, INC. Principal S /William L. Harris 7:[a 13fiiiR173ui�1ii�LdQuI7:1Nt By SIr w Trotter Title ! 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share 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 this 27th day of October , 19 76 . My commission expires: Jan. 17, 1979 SHELLMAKER. INC. S /William L. Harris, Vice President S /Joan M. Carroll Notary Public FOR OGINAL SEE CITY CLERK'S FILE CO! STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. Incorporated for 37 years 5/3/76. Bank Reference: Wells Fargo Bank Pajaro Valley Branch Watsonville, CA 95076 Mr. M. Foote,Vice President lliam L. Harris Signed Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES t Page 7 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 (Deta.il) Person to Contact Telephone No. 1976 Oceanside Harbor Corps of Engineers 1976 North Island Naval Air Station. U. S. Navy, San Diego 1976 Santa Cruz Harbor Corps of Engineers 1975 Ventura Marina Corps of Engineers 1975 Petaluma River Corps of Engineers 1975 Santa Barbara Harbor Corp of Engineers 1975 Storm Drain Outlptc City of Npwonrt Rparh d.19T�S m 1974 Noys River Ggrps of Engineers 1974 Sunset Aquatic Park rnlinty of Orange 1974 —Regional Grand Canal City of Newport Beach 1974 Ventura Harbor Corps of Engineers 1974 Eureka Harbor Corps of Engineers 1973 Sacramento Barge Canal Corps of Engineers 1973 M ameda Creek Coris of Engineers 1973 Santa Cruz Harbor Corps of Engineers 1973 Marina del Rey Corpg of F.nginpprn Prior to 1973, Shellmaker, Inc. has done more than 200 jobs for the Corps of 1 0 Page 8 LABOR AND MATERIAL BOND ,`,-fi_e-ae KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 8, 1976 has awarded to SHELLMAKER, INC. hereinafter designated as the "Principal ", a contract for NEWPORT ISLAND CHANNEL DREDGING - CONTRACT NO. 1731 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing 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, 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 above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 0 0 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions 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 Approved as to form: City Attorney .f$S, sT'acT" (Seal) Name of Contractor Principal Authorized Signature and Title Authorized Signature and Title (Seal) Name of Surety Address of Surety Signature and Title of ut orized gent Address of Agent Telephone No. of Agent PREMIUM INCLUDED IN FEDERAL INSURANCE COMPAfffoMNCE BOND PACIFIC INDEMNITY COMPANY (X) PAYMENT BOND CALIFORNIA PUBLIC WORK i KNOW ALL MEN BY THESE PRESENTS, Thatwe, ........... SHELLMAKER.....I NC. -_- --------------------------------------- -- ---- ----- ------ -- -- ---- - - -_ -- ----------------------- as Principal, and .............. ACIFIC..INDEMN-ITY_. COMPANY .----- _------ .---------- -. - - -- a Corporation organized and existing under the laws of the State of -------------- CAL. I. FORN. IA ----------------------------------------------- - _- .-- - - - -. and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto --------------- CITY --- O.F..NEW. PORT ... BEACH -------------------------- ------ --...... _..- .... .... - -.... - - - ..- --------------------------------------- ------------------------------------ I as Obligee, in the aggregate total of ..... NINETEEN ... THOUSAND --- IGHT -- HUNDRED. - SIXTY... TWO-. AND- 50 /- 100THS- ---------------- -- ------------- -- ----- - - -- -- ---- - - - --- Dollars ($--1-9,$62.50----- - - --), -------------------------------- - - - - - -- ------ - - - - -- - -- ----- - - - - -- - - -- - for the payment whereof well and truly to be made, we hereby bind ourselves, our heirs, executors, admini- strators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has by written agreement dated .............................. entered into a Contract with --------- C1TY..OF-- NEWPDRT -- BEACH -- ---- - - - - -- ----- -- - for ------NEWPORT -- ISLAND -- CHANNEL DREDGING ------------ -- -- ----------- NOW, THEREFORE, if the Principal or his subcontractors, shall fail to pay any person named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insur- ance Code with respect to work or labor performed by any person named in Section 3181 of the Civil Code of the State of California, or any amounts required to be deducted, withheld, and paid over to the Fran- chise Tax Board from the wages of employees of the Contractor and his subcontractors pursuant to Sec- tion 18806 of the Revenue and Taxation Code, with respect to such work and labor, the Surety will pay for the same in an aggregate amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the Court in accordance with Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any person named in Section 3181 of the Civil Code of the State of California so as to give a right of action to such person or his assigns in any suit brought upon this bond. SIGNED AND SEALED this -------- --------- 29th ------ ------ ------------- --- ------day of ----------- November' ...... :----------------- .... SHELLMAKER,...I -- - °.- .......... w- - m. L Harris EY.:.. ------ al President Principal PACIFIC INDEMNITY COMPANY B- ------------------ F. W. Trotter Attorney -in -fact C111. k e G 0 Page �10 PERFORMANCE BOND !�` 6ac,— I� KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 8, 1976, has awarded to SHELLMAKER, INC. hereinafter designated as the "Principal ", a contract for NEWPORT ISLAND CHANNEL DREDGING - CONTRACT NO. 1731 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of lars ($ 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, con- ditions, 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. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice ..:.. i Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 Approved as to form: City.Attorney i4ssasr*VA (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title (Seal) Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone No. of Agent Bond No.- 8068-94-3$------- - - - - -- PREMIUM: $148.97 FEDERAL INSURANCE COMPANY ( ) PACIFIC INDEMNITY COMPANY (x) PERFORMANCE BOND CALIFORNIA PUBLIC WORK KNOW ALL MEN BY THESE PRESENTS, That we . .....--------- SHELLMAKER,....INC..- - -- --- .. ............. ................... ..._....... ... as Principal, and ................................. PACIFIC-ANDEMNITY-- COMPANY--------.........-..----......._..... _------------ ----- ------- - -.... a Corporation organized and existing under the laws of the State of - -.- CALIFORNIA -- - - - - - -- - -- - - - -- --and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto ...................... C ITY OF NEWPORT BEACH - ......(hereinafter called the Obligee), in the sum of... ._.TH_I_RTY..NIHE._T.HO.USAND.- SEVEN.. HUNDRED.. TWENTY.. FI -VE- AND --- NOLIQDTHS.- r.- c-- r.. - ---- -------------------------------- ------ -- -------- ------ - - - - -- Dollars ($39.,72.5.(10 - - - -- ---), -- - - ------ ------- ------------ ..... ................. ........ - - - ...... .. I ...... for -- ....- - - - for the payment whereof well and truly to be made and we each of us bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, Whereas, the above named bounden principal entered into a contract dated .................... ......... ......... ..... 19 -------------------- with the said Obligee to do and perform the following work, to -wit: NEWPORT ISLAND CHANNEL DREDGING ....................... .............- --------- - -- -- - - - --- - --------- ----------- ----..._..- ------ --- ---------------------- ----------------------------------- ---- -- ------ - - a copy of which contract is or may be attached hereto, and is hereby referred to and made a part hereof. NOW, THEREFORE, if the above bounden principal shall well and truly perform the work con- tracted to be performed under said contract, then this obligation to be null and void; otherwise to remain 0aA in full force and effect. No right of action shall accrue under this bond to or for the use of any person V S`ae other than the said Obligee. SIGNED AND SEALED this ........................ 29.th . ..................................... day of ..Nave[3� --- — --- 19..7.6 -- -.. SHELLMAKER.... C._.. ._.._`....:: =- -------------------- BY:_!/i� ---------------- -- - - - --- Principal PACIFIC INDEMNITY COMPANY By... .... .. . - - - -- ---- - - - - -- Trotter Attorney -in -fact C1114 !' !: =a: P4 -6: E): u «: § \ }� a o; ! &§ �\§ cc d \ $ f V. {\ al \ \\ of d }) \ / \j \ 2.; ( »`a ({\ / E!` , /}/ \ M0 ! ) §)o =! ! /(24 > =x2� \ \}!@} § /( \\ ! =ate»! \ a, kk \]j ((§a- �2ez£ l�{ / }(�\ 2 E {,a � � « k / § } a $ • !: o !; j/ t\ } / §� § »; f c: > c: « £§ ■I a ); ) CNI 6/ 0. ! ( \\ � # ®s §\\ / §4 ) /� ±§ / { \\ ! _ \U) \{ \)}) \} § / /(\ \ {][ \\ z0 o< a =a �. Bt )!3: u 0 2 / §a! } jC) j ® <^\ 8§(�$ 2 E >o \ \ \ « Page 12 CONTRACT THIS AGREEMENT, made and entered into thisLtivday of 19 96 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and SHELLMAKER, INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the eonAtritc+i -Nr-of NEWPORT ISLAND CHANNEL DREDGING - CONTRACT NO. 1731 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 therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. a ! 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 N WPORT.BEACH, CNIFOPNIA By mayor ATTEST: SHELIMA �� IHC- contractor WIL F. BOW% JR. Title t e WLORES BOLAND SECRETARY- TREASURER Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR NEWPORT IS CHANNEL DREDGING C -Ml Item Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . 1 III. LIABILITY INSURANCE. . . . . . . . . . . . . . . . . . . . . 1 IV. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. HYDROGRAPHIC SURVEYS . . . . . . . . . . . . . . . . . . . . . . 2 VI. EXISTING CHANNEL X- SECTIONS . . . . . . . . . . . . . . . . . . . 2 VII. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . 2 A. Hydraulic Dredging & Filling . . . . . . . . . . . . . . . . 2 1. General. . . . . . . . . . . . . . . 2 2. Areas to be Dredged and Filled . . . . . . . . . . . . . 2 3. Safety Requirements . . . . . . . . . . . . . . . . . . . 2 B. Excavation, Embankment and Payment . . . . . . . . . . . . . 3 1. Excavation - Embankment . . . . . . . . . . . . . . . . . 3 2. Payment . . . . . . . . . . . . . . . . . . . . . . . . . 3 C. Protection of Existing Piers . . . . . . . . . . . . . . . . 3 D. Working Hours . . . . . . . . . . . . . . . . . . . . . . . . 3 E. Obstructions . . . . . . . . . . . . . . . . . . . . . . . . 3 F. Preservation of Property . . . . . . . . . . . . . . . . . . 4 G. Misplaced Material . . . . . . . . . . . . . . . . . . . . . 4 H. Gradation of Fill Material . . . . . . . . . . . . . . . . . 4 I. Acceptance - Partial . . . . . . . . . . . . . . . . . . . . 5 J. Shoaling . . . . . . . . . . . . . . . . . . . . . . . . . . 5 K. Unforeseen Difficulties . . . . . . . . . . . . . . . . . . . 5 • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT ISLAND CHANNEL DREDGING 1976 -77 CONTRACT NO. 1731 I. SCOPE OF WORK The work to be done under this contract consists of hydraulic dredging and filling of a portion of the Newport Island Channels to the lines shown on the plans; disposal of the surplus material by disposal at sea at EPA specified disposal site LA -3; and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans (CNB. Dwg. No. H- 5071 -S); and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. II. TIME OF COMPLETION The contractor shall complete all work on the contract within 90 consecutive calendar days after the date that the City executes the Contract and as specified in Subsections 6 -7 and 6 -8 of the Standard Specifications. III. LIABILITY INSURANCE The contractor shall provide liability insurance as required by Section 7 -3 of the Standard Specifications and Standard Special Provisions except as herein modified. The County of Orange and the County of Orange Harbors, Beaches and Park District shall be named as additional insured in the policy of liability insurance. The City's Certificate of Insurance form shall be amended to show these organiza- tions as additional insured. • . SP2of5 IV. PERMITS Permits for this contract have been obtained from the California Regional Coastal Zone Commission and the United States Army Corps of Engineers and are on file in the Public Works Department. V. HYDROGRAPHIC SURVEYS Hydrographic surveys for the control of construction will be provided by the City. VI. EXISTING CHANNEL X- SECTIONS Existing Channel X- Sections shown on Sheets 2 -5 of the Plans are based on surveys made in the Fall of 1974. The City will verify the Sections prior to start of dredging operations. VII. NOTIFICATION OF RESIDENTS The City will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to blocking access to any pier the con- tractor shall, with utmost care, distribute to each and every residence, a notice, prepared by the City, stating when the work will begin and approximately when access to their pier will be restored. Errors in distribution, false starts, acts of God, and other alterations of the schedule will require renotification, using an explanatory letter pre - pared by the City and distributed by the contractor. VIII. CONSTRUCTION DETAILS A. Hydraulic Dredging & Filling 1. General The provisions of this Section apply specifically to HYDRAULIC DREDGING & FILLING. 2. Areas to be Dredged and Filled The plans show the areas to be dredged and filled, and any special I details applicable to the work. The approximate amount of material to be dredged is 5800 cubic yards, in place. Although this informa- tion is believed to be accurate, it is not intended as a guarantee by the City. The intention of the City is to dredge the channels to I the cross sections shown on the Plans. 3. Safety Requirements Dredges, pipe lines, and other floating equipment shall be marked in accordance with law. The contractor shall conform to current safety practices as outlined _ v L . SP 3 of 5 by publications of Associated General Contractors of America, and the National Safety Council. He shall also comply with all applicable State and local safety laws and regulations. B. Excavation, Embankment and Payment 1. Excavation - Embankment Excavation shall be made to the elevations and grades shown on the plan design cross - sections. The allowable variation from the average line on the design cross- sections shall be from 6" above to 12" below that line. Embankment shall be placed within the limits of the elevations and grades shown on the plan design cross - sections. The allowable variation in embankment from the average line on the design cross - sections shall not exceed 6" above or below that line. In the event final soundings indicate actual elevations and grades beyong the varia- tions allowed, additional dredging will be performed by the contractor to meet these Special Provisions. 2. payment Payment for embankment (Bid Item No. 1) will be based on the design channel cross - sections shown on the Plans, verified by final soundings. Payment for surplus material removal, hauling, and dumping (Bid Item No. 2) will be based on the design channel cross - sections less embank- ment, verified by final soundings and barge trip counts. Payment.for incidental items of work not separately provided for in the proposal shall be included in the bid price for related items of work and no additional compensation will be made therefor. C, Protection of Existing Piers The contractor shall be responsible for the protection of all piers.in the vicinity of the area to be dredged. D, Working Hours Dredging may be done at the convenience of the contractor between 6:00 A.M. and 12 :00 midnight, daily seven days per week. Work on this contract other than dredging, shall be done only between the hours of 7:00 A.M. and 7 :00 P,M., Mondays through Saturdays only. E, Obstructions The City will not undertake to keep the channel free from vessels or other obstructions. The City will be responsible for ensuring that boats moored to the seawall or piers are removed by their owners prior to the start of dredging. . SP 4 of 5 The contractor shall notify the Orange County Sheriff -- Coroner Depart - ment. Harbor Patrol Bureau at 1901 Bayside Drive, Corona del Mar, 92665 (telephone number 834 -3803) 72 hours prior to starting work and shall keep said bureau apprised of work progress. Upon completion of the work the contractor shall promptly remove his plant, including ranges, buoys, piles and other marks placed by him under this contract, unless directed otherwise by the Engineer. F. Preservation of Property It shall be the contractor's responsibility to ascertain the existence of any underground or submarine utilities or facilities which may be subject to damage by reason of his operations and to notify the Engineer as specified in Section 5 -2 of the Standard Specifications. The contractor shall be responsible for any damage to waterfront structures as a result of dredging below and beyond specified depths and areas. Full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in protecting property as above specified shall be considered as included in the unit prices paid for the work, and no additional compensation will be made therefor. G. Misplaced Material Any material that is deposited elsewhere than in places designated or approved by the Engineer will not be paid for, and the contractor may be required to re- dredge such materials and deposit it where directed. Should the contractor, during the progress of the work, lose, dump, throw over- board, sink or misplace any material, plant, machinery or appliance, which in the opinion of the Engineer may be dangerous to or obstruct navigation, he shall recover and remove the same with utmost dispatch. The contractor shall give immediate notice, with description and location of such obstruc- tion, to the Engineer, and when required, shall mark or buoy such obstruc- tion until the same is removed. Should the contractor refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the Engineer and the cost of such removal may be deducted from any money due or to become due the contractor, or may be recovered under his bond. H. Gradation of Fill Material The discharge of the dredge pipe shall be so placed and so controlled that the fill material placed along the sides of the channel is laid down with SP 5 of 5 an even gradation such that no soft spot or spots made up predominantly of fines are built up. In the event that a soft spot or spots predom- inantly of fines is built up, such spots shall be removed and spots refilled with properly graded material at the contractor's expense. I. Acceptance - Partial As soon as practicable after the completion of any section which, in the opinion of the Engineer, will not be subject to injury by further opera- tions under the contract, such section will be examined thoroughly by sounding or by sweeping or by both as deemed advisable by the Engineer. Should any shoals, lumps or other lack of contract depth be disclosed by this examination, the contractor will be required to remove them. The contractor will be notified when soundings and /or sweepings are to be made and will be permitted to accompany the survey party. When the area is found to be in a satisfactory condition, it will be accepted. J. Shoaling If, before the contract is completed, shoaling occurs in any section pre- viously accepted, including shoaling in the finished channel, because of natural lowering of the side slopes, re- dredging at contract price, within the limit of available funds, may be done if agreeable to both the con- tractor and the Engineer. K. Unforeseen Difficulties Should unknown or unforeseen conditions, subsurface or otherwise, be dis- covered during progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions con- stitute extra work, and will so notify the contractor in writing within 48 hours after being notified of the conditions. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR NEWPORT ISLAND CHANNEL DREDGING 1976 -77 CONTRACT NO. 1731 Approved by the City Council this 12th day o October, 1976. Doris George, City Clerig SUBMITTED BY: Shellmaker, Inc. Contractor P. O. Box 2025 Address Newport Beach, CA 92663 City Zip Code 644 -0550 Phone .39. 7-aS• o 0 Total Bid Price CITY OF NEWPORT BEACH NEWPORT ISLAND CHANNEL DREDGING 1976 -77 CONTRACT NO. 1731 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 0 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 1731 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4100 Construct embankment along Rivo Cubic Yards Alto and North Channels with dredged material. f/ 9ors and ✓/ Cents $ Per Cubic and 2. 1600 Haul surplus dredged material Cubic Yards from the Rivo Alto and North Channel to disposal site at sea. @ Dollars and AID Cents $_G.as $io,oao,00 Per Cubic Yard Total price for Items 1 and 2 written in words "."ollars j and .moo Cents $ 39. 7a.S, o o Contractor's License No. A -91675 Shellmalcer Tn� Bidder's Name W m C Date October 28, 1976 �dn! ut orized Signature Contractor's Address P. O. Box 2025, Newport Beach, CA 92663 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Shellmaker, Inc. Bidders Name —P Authorized' Corr oration Type of Organization (Individual, Co- partnership or Corp.) P. O. Box 2025 Newport Beach, CA 92663 Address C, • Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including 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. A -91675 Classification A Accompanying this proposal is Bond (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 644 -0550 Phone Number October 28, 1976 Date Shellmaker. Bidder sm _ _ -(SEAL) 'Vu-5-orized Signature - Authorized Signature Cooratian Type of ro 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: Wm. P. Boland, Jr. Delores Boland William L. Harris Vice President Bond No..BQ42z04- 7.4..L Prmlta: $4.00 PACIFIC INOFMNITY COMPANY HOME OFFICE. LOS ANGELES. CALIFORNIA 9 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, SHELLNAKER, INC. (hereinafter called the principal), as principal, and the PACIFIC INDEMNITY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Cal ifornla , as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA (hereinafter called the Obligee) in the sum of TEN PERCENT (10%) OF AMOUNT BID Dollars ($ - -- ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for NEWPORT ISLAND CHANNEL DREDGING - CONTRACT NO. 1731 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed andsealed this...... •-----28th ..... ............ ......day of ................. October ................................ ...........- ----•- -:..'49-76—:1: "-•- PACIFIC INDEMNITY COMPANY B 6 F. W. Trotter Attorney -In -Fact. Form CI05 Rev. F IOM 272 :.r; -.r 'c >r r t �.r ' 3�a. -r.. � .r =, ..: �c..w r,: _.. aac. r. -�sr x - ._c:.r x_ -:.r �..z•�, r - A i • _ 1 • • I 4 • f: t • PER 0 n- 4 I yl i 4I I Ji 4 Bond. No. "U-0l74 C .......... PACIFIC INDEMNITY COMPANY HOME OFFICE. LOS ANGELES. CALIFORNIA BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, SNELN.NARER, INC. (hereinafter called the principal), as principal, and the PACIFIC INDEMNITY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Cal N'orsls , as Surety, are held and firmly bound unto CITY OF IIWW 9111tH, CALIFORNIA (hereinafter called the Obligee) in the sum of TO ftfttlff 1140 OF AMOUNT DID Dollars ($ ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for NOPM ISLAND CHANNEL DREDGING - CONTRACT W. 1731 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this------------- #0........................day of ................. ilCr ................................................. _ ....... 19A......---- SIB IMAKER. INC. PACIFIC INDEMNITY COMPANY F. Y. Trot"r Form C105 Rev. F 10M 272 Attorney -in -Fact. k Z «: * -: 2 j; }\ o § / \ m: » ®� a ■: _ ±: ] \ r § t e , / ( )\ }\ k k /\ uk\ \ / \/ \ � «! \ » -} \\\ \ _ §< \ } }/ \ //\ ! _) } } \\ §) /)! =m22f \\ }wov -§ \\§) \[][) 0 \ q! 2 e a, § {}/ \§ �}\\�� § / < C) �jj)k 2\/!) 0` ®`k _ E / § \ 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and thi s ),7W-day 19 7� . sworn to before me of e )LL y 79 G ' SHELLMAK�E-R, M By: t l t '— �e��� William L. Harris Vice President x1 • STATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed a i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 Oceanside Harbor Corps of Engineers 1976 North Island Naval Air Stn. U. S. Navy, San Diego 1976 Santa Cruz Harbor Corps of Engineers 1975 Ventura Marina Corps of Engineers 1975 Petaluma River Corps of Engineers 1975 Santa Barbara Harbor Corps of Engineers 1975 Storm Drain Outlets City of Newport Beach 1975 Santa Cruz Harbor Corps of Engineers 1974 Morro Bay Corps of Engineers 1974 Santa Cruz Harbor Corps of Engineers 1974 Noyo River Corps of Engineers 1974 Sunset Regional Aquatic Park County of Orange 1974 Grand Canal City of Newport Beach 1974 Ventura Harbor Corps of Engineers 1974 Eureka Harbor Corps of Engineers 1973 Sacramento Barge Canal Corps of Engineers 1973 Alameda Creek Corps of Engineers 1973 Santa Cruz Harbor Corps of Engineers 1973 Marina del Rey Corps of Engineers Prior to 1973, Shellmaker, Inc, has done more than 200 jobs for the Corps of Engineers, State of California, and various G r. 0 v 4 3c a� F= 0z f-U W a W Li x N i i�u�e�tu�Ni f�uN��ix�m n i Illl�lll�lll�nlllll�llll �IIINllllld�llllllllllgll a W Li x N i i� oV 8 1976 By +he Cj Y CUU6*;1L CITY, go, NEWlVT " CH RESOLUTION NO. R 92.q A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SHELLMAKER, INC. IN CONNECTION WITH THE DREDGING OF WEST NEWPORT CHANNEL, CONTRACT NO. 1731 WHEREAS, pursuant to the notice inviting bids for work in connection with the dredging of West Newport Channel, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of October, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Shellmaker, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Shellmaker, Inc. for the work in the amount of $39,725.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 8th day of November ATTEST: City Clerk 1976. DDO /bc 11/2/76