Loading...
HomeMy WebLinkAboutC-1747 - Additional gas tank for Jamboree Police FacilityL.% 41 C)L.^�Z -� A// 9 n E C 2 2 1975 By the CITY COUNCIL CITY OF MlA 204T qr,C! j TO: CITY COUNCIL FROM: Public Works Department December 22, 1975 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: CONSTRUCTION OF 12,000 - GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY (CONTRACT NO. 1747) 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 the Notice of Completion has been filed. DISCUSSION: The City Council awarded the subject contract to Coast Equipment Exchange, Westminster, on September 8, 1975. The work has been completed to the satisfaction of the Public Works Department. The contract was Extra work Total The plans were prepared by the City. $16,661.00 413.32 $17,074.32 The project consisted of furnishing and installing a 12,000- gallon fibreglass- reinforced epoxy gasoline storage tank, 2 new fuel dispensers, each with two hoses, and the installation of a vapor recovery line for the existing gasoline storage tank. Extra work consisted of replacing rusted air and water lines to the full island with copper lines; and the repair of conduits and lines to parking lot floodlights. The contract date of completion was October 30, 1975. Work was actually completed on December 10, 1975. The delay was caused by the con- tractor's inability to obtain the new two -hose fuel dispensers. The Police Department was not seriously inconvenienced by the delay because the con- tractor hooked up the old single -hose dispensers for use until the new dis- pensers could be obtained and installed. Because the contractor prosecuted the work vigorously and the inability to obtain the dispensers was not his fault, it is recommended that liquidated damages not be assessed. oseph TI vlin Public Wor Director KLP:jd I TO: CITY COUNCIL FROM: Public Works Department September 8, 1975 CITY COUNCIL AGENDA ITEM NO. H -2 a,, SUBJECT: CONSTRUCTION OF 12,000 GALLON UNDERGROUND FUEL TANK AT JAMBOREE ROAD POLICE FACILITY (CONTRACT 1747) RECOMMENDATIONS: Adopt a resolution awarding the contract to Coast Equipment Exchange in the amount of $16,661.00; and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: This project will consist of furnishing and installing a 12,000 gallon fiberglass reinforced epoxy gasoline storage tank, and two new dis- pensers, each with two hoses. Three hoses will dispense no -lead gasoline from the 12,000 - gallon tank. One hose will dispense ethyl gasoline from the existing 10,000 - gallon tank. The two existing single hose dispensers will be removed by the contractor and will become his property. At 10:30 a.m. on August 29, 1975 five bids were opened and read by the City Clerk: Bidder Bid 1. Coast Equipment Exchange, Westminster $16,661 2. R. McAlpine Construction, Inc., Paramount 16,764 3. Pals Associates, Los Angeles 17,160 4. Prime of California, Paramount 17,758 5. G. W. Maintenance Inc., Santa Ana 18,946 The low bid is 16.7% under the engineer's estimate of $20,000. The plans were prepared by the City staff. The estimated date of completion is October 3, 1975. oseph evlin blic Wo s Director KLP:hh RESOLUTION NO. 8 5 9 1 F "� ii';a�raar A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CONSTRUCTION OF A 12,000 GALLON UNDERGROUND FUEL TANK AT JAMBOREE ROAD POLICE FACILITY, CONTRACT NO. 1747 WHEREAS, pursuant to the notice inviting bids for construction of a 12,000 gallon underground fuel tank at Jamboree Road Police Facility, in accordance with the plans and specifications heretofore adopted, bids were received on the 29th day of August, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Coast Equipment Exchange; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Coast Equipment Exchange for the work in the amount of $16,661.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED thi's 8 day of September, 1975. MAYOR ATTEST: City Clerk HRC:yz 9/5/75 �MAL NOTICE LICAd. NOTICE CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City ,;,.Clerk, Cit Hj�1i� Newport Bea d, California, untll 10:30 a.m,' on' tf% 29t$ dd� fK`AitUs� 1975, at.wdich time they will be opened and read, `!ST'pe� forming work as follows: CONSTRUCTION OF 12,00q GALLON GASOLINE TANK AT PR ROAD POLICE FACILITY: - 'CONTRACT NO, 1141 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 Boach, 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, exe- cuted, 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 at 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner - is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and.Prjesslons: Code. The contractor shall state his license number arid' 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, The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1913 Edition) as prepared by the Southern California Chapters of the Amer- . scan 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 Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Prop- erty - 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 ascer- tained the general prevailing rate of per them 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. 8090 adopted September 10, 1973, 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 City reserves the right to reject any or all bids and to waive any Informality in such bids. LAURA LAGIOS. CITY CLERK .CITY OF NEWPORT BEACH, CALIFORNIA Publish: Aagest 14. 1975, Ia feu Neipwt Euboe iron. 11 1975 ' By the Ul l y VUW4(v ' i- CITY QP MIWNRT UACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCT 12,000- GALLON UNDERGROUND FUEL TANK AT JAMBOREE ROAD POLICE FACILITY (CONTRACT 1747) RECOMMENDATIONS: 1. Approve the plans and specifications. August 11, 1975 CITY COUNCIL AGENDA ITEM NO. H-9 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on August 29, 1975. DISCUSSION: This project will consist of furnishing and installing a 12,000 - gallon fiberglass reinforced epoxy gasoline storage tank, and two new dispensers, each with two hoses. The 1975 -76 budget contains an appropriation of $23,000 for two new 10,000 - gallon underground gasoline storage tanks, each complete with canopy and pumps. It now appears that only one facility can be built within the amount of funds available. The additional tanks are required because 1975 model cars and light trucks use no -lead gasoline; the 1974 models and older gasoline - powered equip- ment use ethyl gasoline. The facility with the greatest need for additional fuel facilities is the Police Facility on Jamboree Road. Three hoses will dispense no -lead gasoline from the 12,000 - gallon tank. One hose will dispense ethyl gasoline from the existing 10,000 - gallon tank. The two existing single hose dispensers will be traded in on the new dispensers. The estimated cost of the project is $20,000. The plans were prepared by the City staff. The estimated date of completion is October 3, 1975. Joseph Devlin Publi rks Director KLP:jd 6 January 19, 1976 coast B*APM* Ex&m gs 6411 Maple Avenue Wbsb dnster, CA 92683 71 Subject: Surety : Poerican.Bading CorqmW Bonds No. : 21048 Project : 12,000 C,aLUxi Fuel Tank for Police Substatit= Facility Oontxaat No.: 1747 7he City Cmmcil an Dsowbw 22, 1976 accepted the work of subject project and authorial the City Cleric to Hue a Notice of Cmple Lion and to relsam the bads 35 days after Notice of Ooaplstion has been filed. Notice of Owpletion was filed with the Orange County Baoor+der on Deo dmr 30, 1975, in Book 11608, Page 1106. Please notify your' surety cmpW that bond may be released 33 days after recording date. Laura Logics, OC City Clerk LL: m& PLEASE R =TURN TO: RFpu ORDIN� L U- " "';C'• CITY CLERK FSTf0 BY 6 UL-CVARD NE`,,'P0,2T LEACH, CALIF. 92660 31263 0 BK 11608PG 1106 --EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE CMINTY. CALIFORNIA 9:05 A.M. DEC 301975 J. WYUE CARLYM County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Deceuber 10, 1975 the Public Works project consisting of 12,000 gallon Fuel Tank for Police Substation Facility on which Coast Equipment Exchange was the contractor, and American Bonding C=aan= was the surety, was completed. VERIFICATIOI< I, the undersigned, say: CITY OF NEWPORT BEACH 1 C ctor 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 Decmber 23, 1975 at Newport Beach, California. VERIFICATION OF(CIT/Y CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on rb o tAr 22r 1975 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 n rma)or nt 1g7S at Newport Beach, California. O44. v V CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of 3,2_ppp �]IM gel Tank f Naj= Substaticn Contract No. _1747 on which Coast Equipment Zxdange was the Contractor and pmwicm Bonding CcopmW was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. Date 11..r.�t..r 26_ 197% TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. Project 7- ,ReM Poll" teallity Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: Y=14 • _ Vestnduet os, CA °giii Amount: - &6.661.09 Effective Date: September 26, 1975 Resolution No. SSpi Laura Lagios LL:dg Att. cc: Finance Department Q i September 19, 1975 I TO: CITY CLERK FROM: Public Works Department SUBJECT: CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY (CONTRACT NO. 1747) Attached are four copies of the subject contract documents and insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remain - ing�three copies to this department for distribution. Thank you. Kenneth L. Perry Asst. City Engineer KLP:h Attachments CITY OF NEWPORT BEACH 0 f CERTIFIOTE OF 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. 1747 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Construction of 12,000 Gallon Gasoline Tank at Jamboree Road Police Facility This is to certify that the Imperial Insurance Company Name of Insurance Company) has issued to Coast Equipment Exchange Name of Insured 6411 Maple St., Westminister, California 92683 (Address of Insured 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). Name of Agency or Broker: Financial Services Insurance Agents & Brokers Address of Agency or Broker: 1047 W. 6th St. #B, Corona, Ca. 91720 Telephone No.(714) 737 -2866 - Countersigned by: Z ? TAutR&Kzed Insurance Company Representative Effective date of this endorsement: 9 -14 -75 19 Endorsement No. 1 Fe ial ) ie Aal Policy Term Limits of Liability Coverage Policy No. Each Occurrence Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracti SHOW C MPLETE INFORIATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage GLA917648 From: 9 -16 -75 To: 7 -21 -75 $ 500,000.00 500,000 $ Protecti $ �, uuu, uvvProducts $ 5oo,000 Contract Each Occurrence 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). Name of Agency or Broker: Financial Services Insurance Agents & Brokers Address of Agency or Broker: 1047 W. 6th St. #B, Corona, Ca. 91720 Telephone No.(714) 737 -2866 - Countersigned by: Z ? TAutR&Kzed Insurance Company Representative Effective date of this endorsement: 9 -14 -75 19 Endorsement No. 1 Fe ial ) ie Aal STATE COMPENSATION IN S U R A N C E FUND P.AX 507, SAN FRANCiSCO, CALIFORNIA *1 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE September 15, 1975 City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, California Attention: Kenneth L. Perry, Project Engineer This is to certify that we have issued a valid Workers' Compensation. -ice policy in a form approved by the Ca!iforcia !n,,,: ance Culcn:i�,.;ncr fu .:.: - .npiover named celrrN for the pci;ry period .niiicazcd. This policy also covers the I' o!lity nder the United States Longshorenlen's a "ct. I (30) i:Iis policy is not subject to cancellation by tile, Fur,d -. ept uponx9v days' advance written notice to the err.p!.:P, (30) We will also give you W days' advance notice 'J I:x,Ia r'r; °, y be cancelled prior to its normal expiration. 225376 -75 1- 1- 75/1 -1 -76. EMPLOYER - S DENT Coast Equipment Exchange 6411 Maple Street Westminster, California 92683 (SEE OVER) SC'IF FORM 262 -A (RFV. I1 -74) zs<c; 1.a 2`1 •spaooaa TToaded sgi uo aeacldo sameu asogM abuEgoxg quamdrnba gseoD go saadoTdua sgoadsaa se dTuo qnq aahoTduwa paansuT TeuoigTppa se paumu dgaaaq ST goeag gaodmeN 3o AgTo JTTeH A4TO STATE COMPENSATION INSURANCE FUND P.O. BOX 807, SAN FRANCISCO, CA LIFO RNIA 9.1 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE September 15, 1975 City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, California Attention: Kenneth L. Perry, Project Engineer This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Califor.,Ia Insurance Commissioner to the employer named below for the %'.;.,.v penod indicated. Thispolicy, also covers the liabfloy of the employer under the United St:aes Longshoremen's and Harbor Workers' Compensate. Act. (30) This policy is not subject to can.ceilation by tee Fund except upon days' advance written notice to the employer. (30) We will also give you IM days' advance noire s.L+:;ui r.; ri :: policy be cancelled prior to Fts normal expiration. 225376 -75 1 -1- 75/1 -1 -76 EMPLOYER Coast Equipment Exchange 6411 Maple Street Westminster, California 92683 P Si D GENT ENT (SEX OVER) SCIF FORM 262 -A (REV. 11 -74) DUPLICATE 11a -ra 11.1< ,, .-., ' 0 j I •spaooei TToalvd saT uo zradda semeu esoigm abu8goxa i -4uauxdTnb2j gseoo 3o saadoTdiva sgoadsaa s2 ATuo qnq =adoTdma paxnsuT TeuoigTppe oe poureu Igaaeq sT gosas 4aOdmON 30 A4TO *TIEH A3TO a STATE COMPENSATION POOX807 , SAN FRANCISCO, CALIFORMA901 INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE September 10, 1975 City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 This is to certify that we have issued a valid Workers, Conlpensat,on Insurance policy in a form approved by the Cairfos,S'r. Insurance Commissioner to the employer namad below for the policy permd indicated. This policy also covers the liability of the employer under the United States Longshoremen's and hlarbot 1 "2crke C� rtpensatror. Act. i This policy is not subject to cance(lanon try the Fund except upon ten days advance written notice to the employer. 1 We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. 225376 -75 1 -1- 75/1 -1 -76 EMPLOYER a sloENT ENr Coast Equipment Exchange JOB: Contract #1347 6411 Maple Street Jamboree Road Police facility Westminster, California 92683 3966]. ir9 i2:< ?iM Oliiry' fj` GSe SGIF FORM 262 -A (REV. 11 -74) COPY FOR INSUREDS FILE i CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY CONTRACT NO. 1747 Approved by the City Council this 11th day of August, 1975 L ura Lagios, City Cle SUBMITTED BY: COAST EQUIPMENT EXCHANGE Contractor 6411 Maple Ave. _ Address Westminster, California 92683 City Zip ota Bid rice CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY laIPI/ . '1>A CONTRACT NO. 1747 To the Honorable City Council City of Newport Beach 3300 West. Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1747 in strict conformance with the plans identi- fied as City of Newport Beach Drawing No. M- 5173 -S (consisting of one sheet); the Special Provisions, the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each item of work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION LUMP SUM UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Remove and dispose of two existing single fuel dispensers; furnish and install one 12,000 gallon fiberglass reinforced underground gasoline storage tank; 2 twin remote fuel dispensers with automatic nozzles and swivels; 2 submersible pumps; piping, wiring, manholes, valves, vents, electrical connec- tions; and furnishing all transportation, materials, labor, equipment and services necessary to complete the project as shown on the Plans and in the Specifi- cations, for the lump sum price of: Fifteen Thousand Eight Hundred - ------ Dollars and and 00 /1000-------- --------- -- -_ Cents $ 15,800.00 2. Lump Sum Guard underground construction, for the lump sum price of: Eight Hundred Sixty -One ----------- - - - - -- Dollars and and 00 /100------------------ - - - - -- Cents 861.00 . i PR2of2 TOTAL BID WRITTEN IN WORDS Sixteen Thousand Six Hundred Sixty- One---- - - - - -- Dollars and and 00/ 100-------------------------- - - - - -- Cents $ 16.661.00 COAST E UIPMENT EXCHANGE Bidder's Name S R. S. Turner Authorized Signat re CONTRACTOR'S LICENSE NO- 920011 TELEPHONE NO. (714) 894 -5574• CONTRACTOR'S ADDRESS 6411 Maple Ave.. Westminster. California 92683 i 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 29th day of August , 1975 , at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY CONTRACT NO. 1747 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 an the—Corporate -� Seal shall be affixed to all documents requiring signatures. In the case of a artnership, 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.) a Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y the out ern Ca i orm a Chapters o t e erican 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 Rating of at least AAA 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. 8090 adopted September 10, 1973. 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 City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 • 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 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 responsi.ble 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. 229011 Classification B1 SC8 Accompanying this proposal i , , 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. A 14 P one Nu er r s ame ' rize ignat ` linifred R. Poolerl -L, rized Signature rnrpnratinn 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' P L 0 46 DESIGNATION OF SUBCONTRACTORS Page 3 1 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 OTHER THAN THE ELECTRICIAN: 2. CASWELL ELECTRIC, 12062 Edinger, Santa Ana, California 92704 3. 4. 5. 6. 7. 8. 9. l0. 11. 12. Corporation Type of Organization (Individual, Co- partnership or Corp.) , FOR ORIGIte SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, R. S. Turner, Inc. dba COAST EQUIPMENT EXCHANGE , as Principal, and AMERICAN BONDING COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT BID IN --------- 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 12. Q06 C,AIION C,ASO{TNF TANK AT JAMRORFF ROAD FACTITTY - CONTRACT NO. 1747 ' Bid date: 8/29/75, 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. 3N WITNESS WHEREOF, we hereunto set our hands and seals this 9r +h day of yam; 19 7r - Corparatg Seal (If Corporation) COAST EQUIPMENT EXCHANGE rincipa (Attach acknowledgement of Attorney -in- Fact) M. S. Rodriquez, Notary Public BY S/Naal I 'Witt Title Attorney -in -Fact Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 a�d''sW"fto before me th i 19 75 t. My cCsiss expires: 35 ne G O(TO Corporation) STATE OF CALIFORNIA COUNTY OF Los Angeles } SS. Ort September 16, 1975 i before me, the undersigned, a Notary Public in and for said 'State, personally appeared _2a w known to me to be the — — — — — — — — President, and — — — — — — — — — — — — w known to me to be Secretary of the corporation that executed the within Instrument, = known to me to be the persons who executed the within j Instrument on behalf of the corporation therein named, and a acknowledged to me that such corporation executed the within w instrument pursuant to its by -laws or a resolution of its board ... :. ,,...... of directors. WITH y hand and official sea �^ l �l IA My Ccmrnissicn [r.p; res Au•,,ust M M9 Name (Typed or Printed) (This area for oM,w notarial ae.o FOR ORIONAL SEE CITY CLERK'S FILE COPY! Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. • 9 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. 1975 City of Beverly Hills Larry Litwin (213) 276 -6181 lina suoDlemental fueli ous Liiy -ownea iocaLlons. ons inc., Contact W. A. Scharoenbera (213) 435 -8241 la7n -l97s Ctandard nil rnmT9 of California Western Operations, Inc., P 0 Box 31, Long Beach, Ca 90801 Contact W. A. Scharpenberg (213) 435 -8241. Contact Marshall Bickner at Los Angeles Division (213) 789 -1000 1975. Atlantir Rirhfiald C.om aP-n -y Construction & Maintenance Harhor Division - Contact Leonard Dysart at (714) PR 40800. Los Angeles Division - Contact J. C. Bennett, Manager • Page 7a PROPOSAL GUARANTEE "GUARANTEE FOR CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY (CONTRACT NO. 1747) We hereby guarantee that all work which we have installed under the provisions of Contract No. 1747 of the City of Newport Beach, California, has been done in accordance with the drawings and specifications and that the work as installed will fulfill the requirements included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or material within a period of one year from date of acceptance of the above - mentioned structure by Owner, except for wear and tear and unusual abuse or neglect. In the event of our failure to comply with the above - mentioned conditions within a reasonable period of time, as determined by the Owner, after being notified in writing by the Owner, we do hereby authorize the Owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon.demand." Signed 46n P VIC ra cto Date September 11, 1975 Address 6411 Maple Ave., Westminster, Ca. 92683 Phone No. (714 ) 894-5574 FORM OF GUARANTEE i • Page 8 LABOR AND MATERIAL BOND BOND W. 21048 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted -September 8.1975 has awarded to COAST EQUIPMENT EXCHANGE hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF 12,000 GALLON_ GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY - CONTRACT NO. 1747 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 COAST XQUIRGMT >ODCaANGE as Principal, hereinafter designated as the Contractor and AMERICAN BONDING COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIGHT _THOUSAKD,_Tmm HUSH= THIRTY & 50/100----- - ----- Dollars ($ 8,330.50 ) 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"wili 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. S t 11 46 • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California, And the said Surety, for value 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 contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 15th day of September, 19 75 prem. i,-; ',r indud�d 3ord i, and r Perform. ante Bond premium. This bond was approved by the City Council of the City of Newport Beach by motion on Attest: Date City clerk 1) AMBRICAN BONDING COMPANY (Seal) BY: -/c..r yx� (Seal ) Neal L. Witt, Attorney -in -Fact (Seal) i STATE COUNTY On this CALIFORNIA LOS ANGELES }ss. Acknowledgment of Surety 15th Of SEPTEMBER 19 75 personally appeared before m e m'AL L, wi1:1 who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said NEAL L. WITT acknowledged that 4t .gxeCt}1e(��, zstx bent as such attorney -in -fact and as the free act and deed of said Corporation. 7 !JA AAv Cammissioe E c' a f-.;. ;L:.r ,- AMERIOAN BONDING COMPANY LOS ANGELES, CALIFORNIA A STOCK COMPANY CERTIFIED COPY OF POWER OF ATTORNEY No. 80 AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administrative office in the City of Los Angeles, State of California, does hereby make, constitute and appoint Neal L. Witt, of Los Angeles, California as Attorney(s) -in -Fact, with full power and authority hereby conferred to execute and deliver and affix the seal• of the corporation thereto, if a seal is required, for and on its behalf as Surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, bail and surety and fidelity bonds. The American Bonding Company further certifies that the following is a true and exact copy of Article N'II Section 3, of the By -Laws of American Bonding Company duly adopted and now in force, to wit: SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall be executed in the name of the corporation by the president, any vice - president, secretary, any assistant - secretary or the treasurer, or by such other persons as may from time to time be properly authorized. The president, any vice- president, the secretary, any assistant - secretary or the treasurer may appoint or remove resident vice- presidents, resident assistant- secretaries, attorneys in fact, agents or other persons who shall have authority to issue and deliver bonds, undertakings, recognizances or other written obligations in the name of the corporation. The corporate seal is not necessary for the validity of any bonds, undertakings, or other obligations of the corporation. The signature of any authorized officer and the seal of the corporation may be affixed by facsimile to any' power of attorney or certification thereof authorizing the execution and delivery of any bond, or undertaking of the corporation; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly authorized officer and its corporate seal affixed, this_ July._27 1973______.. Date (SEAL) State of California County of Los Angeles AMERICAN BONDING COMPANY By- s/ W. B. Gillingham Title_ Vice President_ On this____._2L0_ __..dav of_ .._ _ _ .___ _July "_ 1913, before me a Notary Public, personally appeared the above named officer of American Bonding Company, a corporation, known to me to be the person and officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation voluntarily executed the same. s/ Margaret S. Rodriguez Notary Public ,tly Commission Expires November 3, 1973 CERTIFICATE 1, the undersigned, certify that I am the Assistant Secretary of American Bonding Company, a Nebraska corporation, and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article VII Section 3, of the By -Law's of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF. 1 have hereunto subscribed my name and affixed the corporate Company this SBprD=R 15, 1975_ SEAL) Assistant Secretary Fur. AS 1000A arr. 12 -e5 Page 10 PERFORMANCE BOND Bon No. 21048 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 COAST EQUIPMENT EXCHANGE hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF 12.000 GALLON GASOLINE TANK AT JAMBOREE RQAD--POLICE FACILITY - CONTRACT NO. 1747 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, COAST HOIIIPl0m BXCHANGS as Principal, hereinafter designated as the "Contractor ", and AxmCa BONDING COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of grxTxum TnnnsANp I s2% mmg1tp sI%TY -oNz a:Nxo /loo ---- Dollars ($.16,661.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents,, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. /I Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 15th day of September, , 19 75 . Premium: $150,00 /per Term. ieal )' Teal ) Sean Contractor AM WCAN HORDING COMPANY (Seal.) BY: 'W (Seal ) Neal L. Witt, Attorney-in-Fact (Seal) Surety 1 a ( STATE OF CALIFORNI-A COUNTY OF LOS ANGELES On this Acknowledgment of Surety 15th day of SEPTEMBER 19 75 personally appeared before me NEAT. T r'ITT who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority :QEAL L. `. -]ITT of its Board of Directors and the said acknowledged that wiomuir, �ni��mnm� ;Afiuiki,:inat+nmt as such attorney -in -fact and as the free act and deed of said Corporation. Ori'ICIAL SEAL ' PA S RODRIGUEZ NIIA--Y PN .. < my commission Expires November 3, 1977 J �- AMERVAN BONDING COPPANY LOS ANGELES, CALIFORNIA A STOCK COMPANY CERTIFIED COPY OF POWER OF ATTORNEY No. SO AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administrative office in the City of Los Angeles, State of California, does hereby make, constitute and appoint Neal L. Witt, of Los Angeles, California as Attorney (s)•mn Fact, with full power and authority hereby conferred to execute and deliver and affix the seal, of the corporation thereto, if a seal is required, for and on its behalf as Surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, bail and surety and fidelity bonds. The American Bonding Company further certifies that the following is a true and exact copy of Article VII Section 3, of the By -Laws of American Bonding Company duly adopted and now in force, to wit SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall he executed in the name of the corporation by the president, any vice-president, secretary, any, assistant - secretary or the treasurer, or by such other persons as may from time to time be properly authorized. The president, any vice- president, the secretary, any assistant - secretary or the treasurer may appoint or remove resident vice- presidents, resident assistant- secretaries, attorneys in fact, agents or other persons who shall have authority to issue and deliver bonds, undertakings, recognizances or other written obligations in the name of the corporation. The corporate seal is not necessary for the validity of any bonds, undertakings, or other obligations of the corporation. The signature of any authorized officer and the seal of the corporation may he affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, or undertaking of the corporation; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly authorized officer and its corporate seal affixed, this Date (SEAL) State of California County of Los Angeles AMERICAN BONDING COMPANY By s/ W. B, Gillingham J �_ Title Vice PresidentJ� , On this — ._27th __._day of_ _ _ _..__..__. July 19 73 , before me a Notary Public, personally appeared the above named officer of American Bonding Company, a corporation, known to me to be the person and officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation voluntarily executed the same. s/ Margaret S. Rodriguez Notary Public My Commission Expire November 3, 1973 CERTIFICATE 1, the undersigned, certify that I am the Assistant Secretary of American Bonding Company, a Nebraska corporation, and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article VII Section 3, of the By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate Company SE?'TEMBER 15, 1975 this (SEAL) Assistant Secretary Form AS InoaA R,,. 12 -65 0 CONTRACT • Page 12 THIS AGREEMENT, made and entered into this aZ day of , 19 7L, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and COAST EQUIPMENT EXCHANGE 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 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY, CONTRACT NO. 1747 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. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated.by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract; regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: CITY 'O�F']NEWPORT „BEACH, CALIFORNIA mayor 7 Mon By: PM fie' Title "� ...... "'� ....��..+::....P„T �.�,,.�. :�.Y�'`hT,j,-�4 -- r.. Sri +.�'�.•� =..� __�_. ...- .. .. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY CONTRACT NO. 1747 INDEX TO SPECIAL PROVISI i. Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . . . 1 III. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PLANS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 A. CONTRACTOR'S LIABILITY INSURANCE . . . . . . . . . . . . . . . . 2 B. WORKMAN'S COMPENSATION INSURANCE . . . . . . . . . . . . . . . . 2 C. DELIVERY TO OWNER AND ARCHITECT . . . . . . . . . . . . . . . . 2 VI. FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. AWARD AND EXECUTING OF THE CONTRACT . . . . . . . . . . . . . . . . 3 A. Award of Contract . . . . . . . . . . . . . . . . . . . . . . . 3 B. Execution of Contract . . . . . . . . . . . . . . . . . . . . . 3 VIII. TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . . . 3 XI. UNFORESEEN DIFFICULTIES . . . . . . . . . . . . . . . . . . . . . . 4 XII. CONNECTIONS TO EXISTING UTILITIES . . . . . . . . . . . . . . . . . 4 i. CONTRACT NO. 1747 INDEX TO SPECIAL PROVISIONS continued XIII. TESTS AND INSPECTIONS . . . . . . . . . . . . . . . . . . . . . . . 4 XIV. SERVICE MANUALS AND RECORD DRAWINGS . . . . . . . . . . . . . . . . 4 XV. UNDERGROUND STORAGE TANK . . . . . . . . . . . . . . . . . . . . . . 4 A. Description . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Load Conditions . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Size .............................5 D. Certification . . . . . . . . . . . . . . . . . . . . . . . . . 5 E. Fittings . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 F. Lifting Lugs . . . . . . . . . . . . . . . . . . . . . . . . . 5 G. Fill -Pipe . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 H. Installation . . . . . . . . . . . . . . . . . . . . . . . . . 6 I. Dipstick Calibration Chart . . . . . . . . . . . . . . . . . . 6 J. Delivery . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 XVI. EQUIPMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 XVII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . . 7 ii. II 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY CONTRACT NO. 1747 SPECIAL PROVISIONS SCOPE OF WORK SP 1 of 7 The intent of the City is to construct under this contract a complete refueling facility. Work to be done under the contract includes cutting and removing existing asphalt concrete pavement; furnishing and installing a new 12,000 - gallon fiber glass reinforced epoxy underground gasoline storage tank; repaving with 8" thick asphalt concrete pavement; removing two existing single fuel dispensers from the existing fuel island; furnishing and installing two new remote twin fuel dispensers; furnishing and installing one submersible pump; and furnishing and installing all pipes, fittings, manholes, vents, caps, electrical connections; connecting an existing 10,000 - gallon underground gaso- line storage tank to one outlet of one new dispenser; obtaining a fire depart- ment permit; and furnishing all required labor, materials, transportation and supervision required to complete the job in a workmanlike manner. ADMINISTRATION OF THE CONTRACT A. The Public Works Director of the City of Newport Beach shall administer this contract. The Standard Specifications of the City of Newport Beach shall govern contractual relationships between the parties to this contract. III. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plan; the City's Standard Drawings and Specifications; the Uniform Fire Code, 1973 Edition; and the National Fire Codes, Volume 3, 1975. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition and 1974 Supplement thereto. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $5. SP2of7 IV. PLANS The complete set of plans for bidding and construction consists of Drawing No. M- 5173 -S, one sheet only, prepared by the Public Works Department of the City of Newport Beach. V. INSURANCE A. CONTRACTOR'S LIABILITY INSURANCE: The contractor shall obtain, pay for and maintain liability insurance in accordance with the following: Bodily Injury $250,000 Each person 500,000 Each accident 500,000 Aggregate products Property Damage $100,000 Each accident 500,000 Aggregate protective 500,000 Aggregate products 500,000 Aggregate contractual The limits of liability listed above supersede the limits of liability listed in Section 7 -3 of the Standard Specifications. B. WORKMAN'S COMPENSATION INSURANCE: In accordance with Subparagraph 11.1.1.1 of the General Conditions, t e contractor shall provide Workman's Compensa- tion Insurance, including Employer's Liability, of not less than $100,000 covering all persons employed by the contractor. C. DELIVERY TO OWNER AND ARCHITECT: Two (2) certified copies of above insur- ance policies or certificates of insurance shall be delivered, one (1) to the owner and one (1) to the architect, prior to the commencement of work, and shall not be cancelled except upon not less than fifteen (15) days' written notice to the owner and the architect, in accordance with Sub- paragraph 11.1.3 of the General Conditions. VI. FEES A. The contractor will be responsible for securing a building permit and other permits normally required by the City. B. Included in the scope of the contract is the payment of all fees and the securing of all permits normally charged by governing public agencies other than the City; the payment of all connection charges normally charged by serving utilities; and the furnishing of all material, labor, and trans- portation necessary to complete the construction. C. The following fees normally charged by the City of Newport Beach will be waived: 1. Building excise tax fees. 2. Building and plan check fees normally charged for the account of the General Fund and including plumbing and electrical permits. 0 • SP 3 of 7 D. Every contractor and subcontractor on this project must maintain a valid City business license at all times that he is working on this project. E. Water for the use of the contractor during construction will be available on site and paid for by the owner. F. Protective barricades shall be erected to protect the owner's employees and the pub is rom ui ing operations. No separate price will be paid for protective barricades. The price paid for protective barricades will be included in the lump sum price paid for the complete project. VII. AWARD AND EXECUTING OF THE CONTRACT A. Award of Contract: The award of the contract will be to the lowest respon- sible i er w ose proposal complies with all requirements described in the contract documents. The award, if made, will be made within 30 days after the opening of the bids. B. Execution of Contract: The contract shall be signed by the successful bidder and returned, together with the contract bonds, within.10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. VIII. TIME Within five (5) calendar days after the execution of the contract by the City, the City shall issue a notice to proceed. The contract shall be completed within 30 calendar days from the date of the notice to proceed. IX. PAYMENT The lump sum price bid for the project shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals necessary to the completed work. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the price bid for the project. The two existing fuel dispensers must be removed and shall become the property of the contractor. Any credit allowed the City for salvage value shall be included in the lump sum price bid for the complete project. X. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. The contractor shall arrange for each utility company to locate facilities prior to performing work. The con- tractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. • • SP4of7 XI. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the contractor in writing. XII. CONNECTIONS TO EXISTING UTILITIES It shall be the responsibility of the contractor to determine the existing conditions at the proposed connection points with existing utilities prior to beginning construction and to notify the engineer of any differences between the existing conditions and those shown on the plans. XIII. TESTS AND INSPECTI A. Initial tests required by contract documents and retesting, if required, will be paid for by the contractor. B. The cost of tests or inspections ordered by the owner for the purpose of determining the existence of faulty materials or faulty workmanship shall be paid for by the contractor, except when the tests or inspections determine that faulty materials or faulty workmanship does not exist, in which case the owner will pay for the tests or inspections. C. Local, legally constituted public authorities having jurisdiction over this construction, and the owner shall be the only persons empowered to direct tests to determine compliance or non - compliance with requirements of the work. XIV. SERVICE MANUALS AND RECORD DRAWINGS The contractor shall furnish two service manuals to the owner. Manuals may be loose leaf and shall contain complete exploded drawings of all equipment in- stalled showing components and catalog numbers together with the manufacturer's name and address. XV. UNDERGROUND STORAGE TANK A. Description The underground storage tank shall be fiber glass reinforced plastic with a smooth resin interior layer of chemically resistant polyester uniformly applied to a thickness of 20 mils. B. Load Conditions The underground storage tank shall be designed for the following loading conditions: External hydrostatic pressure: Buried in ground with 3 feet of overburden over the top of the tank. The hole fully flooded and a safety factor of 3:1 against general buckling. • SP5of 7 Surface Loads: When installed according to manufacturer's installa- tion instructions, tanks will withstand surface H -20 axle loads. Internal Load: Tank shall withstand 5 psi air pressure test with 5:1 safety factor. Test prior to installation since this design condition is to test for leakage. Tank must be vented as tank is designed to operate at atmospheric pressure. Tank shall be capable of storing liquids with specific gravity up to I.I. Tank shall be capable of storing liquids up to a maintained tem- perature of 150OF at the tank interior surface. Tank shall be chemically inert to petroleum products. C. Size Nominal tank capacity shall be 12,000 gallons. D. Certification Underwriters Laboratory- approved label shall be attached solidly to top of tank. E. Fittings All threaded fittings shall be 4 -inch NPT and of material consistent with the requirements of the "U.L." label. All fittings to be supplied with cast iron plugs. All fittings are four inches NPT in diameter, shall be half couplings, and reducers are to be used for smaller sizes. Fittings will withstand a minimum of 300 foot - pounds of torque and 2,000 foot - pounds of bending. Provide six 4 -inch NPT outlets F. Lifting Lugs Lifting lugs shall be provided, capable of withstanding the lift weight of tank, with a safety factor of 3:1. G. Fill -Pipe Fill -pipe to be installed at job site and not to be more than 6 inches, nor less than 4 inches, from bottom of tank. Metal deflector plate to be in- stalled by manufacturer on bottom inside surface of tank below fill opening and adjacent opening to prevent tank penetration by dipstick or other objects. H I J 0 Installation 0 SP 6 of 7 Depth of backfill over top of tank is to be a minimum of 3 feet and not to exceed 7 feet. Dipstick Calibration Chart Vendor to provide Dipstick Calibration Chart for tank. Chart to be in ]-inch increments converting each level to gallons. Delivery Tank to be delivered, unloaded, and secured by vendor. Tank is not to be dropped, rolled, or impacted. If necessary to tie down, use mylar or hemp rope, 1/2 inch in diameter, properly staked. XVI. EQUIPMENT All equipment and piping shall be underwriters laboratory- approved and labelled. 2. Provide one remote two - product twin dispenser with automatic nozzles and swivels (Bennett 1- #4022, A.O. Smith Model U -502, or approved equal). One nozzle shall dispense leaded gasoline. This nozzle shall be connected to the supply line from one of two existing pumps in a 10,000 - gallon underground gasoline storage tank. The second existing pump will be disconnected. The second nozzle shall dispense no -lead gasoline. This nozzle shall be connected to a new supply line from a new submersible pump in the new 12,000 - gallon underground gasoline storage tank. 3. Provide one remote one - product twin dispenser with automatic nozzles and swivels (Bennett 144024, A.O. Smith Model U -503, or approved equal). Both nozzles shall dispense no -lead gasoline and both nozzles shall be connected to the new supply line from the new 12,000 - gallon underground gasoline storage tank. 4. Provide one 1/3 H.P. submersible pump (Bennett #273 or approved equal), with a 20" x 20" x 20" manhole. 5. Provide two 4 ".fill caps; one for the new tank and one for the existing tank. 6. Provide two 3" vapor valves; one for the new tank and one for the existing tank. 7. Installation to include the following items: a. Remove asphalt and dispose of it. b. Excavate for tank. Set on pea gravel bed and backfill with 3' cover. c. Pave with 8" of asphalt concrete pavement. d. Sawcut and remove concrete at island. e. Pipe product line to two dispensers. f. Pipe vapor recovery line from no -lead dispensers to new tank. g. Pipe vapor recovery line from Ethyl dispenser to existing tank. h. Pipe vent to island and through canopy. i. Connect to existing electrical supply at island. j. Restore concrete fuel island. SP7of7 X11II. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - the walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equiva- lent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. U W. < Ld Ce z z 0 ;e. Q3 F- V W A --,-I r :3 on o U W. < Ld Ce z z 0 ;e. Q3 F- V W A --,-I r on o U W. < Ld Ce z z 0 ;e. Q3 F- V W A --,-I r IL I' © it ID tz LI on y t ? I cl I lei II ;, [ Q � , < -{ ((([ �_� ► , I III i i � i 1 ` Y.I , QI Y ids 1 � al I w ' oi+ ;lJj�;l �� ��►��I;�l I�u I- d1 cry 1 ! •� a "' --1(� IL' I Lo Lj .`L- . j iii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY CONTRACT NO. 1747 Approved by the City Council this 11th day of August, 1975 L ura agios, City Cleff SUBMITTED BY: 6411 ManlP Ava _ Address W&AVISIRILOFAM'161 10,11 $16 661 00 Total Bid Price • RXI : • PR 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF 12,000 GALLON GASOLINE TANK AT JAMBOREE ROAD POLICE FACILITY PROPOSAL CONTRACT NO. 1747 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 proposed work, that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications, and the Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1747 in strict conformance with the plans identi- fied as City of Newport Beach Drawing No. M- 5173 -S (consisting of one sheet); the Special Provisions, the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each item of work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION LUMP SUM NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Remove and dispose of two existing single fuel dispensers; furnish and install one 12,000 gallon fiberglass reinforced underground gasoline storage tank; 2 twin remote fuel dispensers with automatic nozzles and swivels; 2 submersible pumps; piping, wiring, manholes, valves, vents, electrical connec- tions; and furnishing all transportation, materials, labor, equipment and services necessary to complete the project as shown on the Plans and in the Specifi- cations, for the lump sum price of: Y. .. -. 10 and Lump Sum Guard underground construction, for the lump sum price of: Fight Hundred Sixty- One------ - - - - -- Dollars and and 00 /100-------------- - - - - -- -Gents $ 861.00 Y • • PR2of2 TOTAL BID WRITTEN IN WORDS Sixteen ThousandSix Hundred Sixty- One -- Dollars and and 00 /100---------------- - - - - -- Cents $ 16,661.00 A UIP NT EXCHANGE Bidder's Name Aut iz d Signature CONTRACTOR'S LICENSE NO.229011 TELEPHONE NO. (714) 894 -5574 CONTRACTOR'S ADDRESS 6411 Maple Ave Westminster California 92683 n LJ • 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.92gpii Classification xi Srg Accompanying this proposal is Cas Certi ie C ec k, Cashier's Check or on 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 Numb er bA'=) - Vorizea Signature oril�ed Signature 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: Berneice R. Turner, Vice President Winifred B. Pooler, Secretary- Treasurer • 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 Subcontractor Address 1 2 3 4 5 6 7 8 9 10 11 12 Co asx_ - - F —gy==p= i er s an ut ori zed ignature ' fy6peoot Organization (Individual, Co- partnership or Corp.) 6411 Mzpl- Ave , Westminster, California 92683 Address if. • 0 J: Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, R. S. Turner, Inc. dba COAST EQUIPMENT EXCHANGE , as Principal, and AMERICAN BONDING COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the Sum Of TEN PERCENT OF THE AMOUNT BID IN - - - - - -- Dollars ($ lo% ), 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 12,000 gallon gasoline tank at Jamboree Road Police Facility - Contract no. 1747, Bid date: 8/29/75, 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 became 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. I1+ WITNESS WHEREOF, we hereunto set our hands and seals this 26th day of Premium charted under Bid 19 75 Bond Service Undertaking. Corporate, Se Al- (If Corporation) COAST EQUIPMENT EXCHANGE BY: R. S. TURNER INC. Principa By: eS. (Attach acknowledgement of Attorney -in -Fact AMERICAN BONDING COMPANY ' Surety By Neal L. Witt Title Attorney -in -Fact �� _--- -- r� ,� __ `' 1 AMERICAN BONDING COIANY LOS ANGELES, CALIFORNIA A STOCK COMPANY CERTIFIED COPY OF POWER OF ATTORNEY No. 80 AMERICAN BONDING COMPANY. a Nebraska Corporation, having its administrative office in the City of Los Angeles, State of California, does hereby make, constitute and appoint Neal L. Witt, of Los Angeles, California as Attorney(s) -in -Fact, with full power and authority hereby conferred to execute and deliver and affix the seal of the corporation thereto, if a seal is required, for and on its behalf as Surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, bail and surety and fidelity bonds. The American Bonding Company further certifies that the following is a true and exact copy of Article VII Section 3, of the By -Laws of American Bonding Company duly adopted and now in force, to wit: SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall be executed in the name of the corporation by the president, any vier- president, secretary, any assistant - secretary or the treasurer, or by such other persons as may from time to time be properly authorized The president, any vice- president, the secretary, any assistant - secretary or the treasurer may appoint or remove resident vice- presidents, resident assistant- secretaries, attorneys in fact, agents m other persons who shall have authority to issue and deliver bonds, undertakings, recognizances or other written obligations in the name of the corporation. The corporate seal is not necessary for the validity of any bonds, undertakings, or other obligations of the corporation. The signature of any authorized officer and the seal of the corporation may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, or undertaking of the corporation; and such signature and seal when so used shall have the same form and effect as though manually affixed. IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly authorized officer and its corporate seal affixed, this_ ._.__july._ 2 ._1973_ Date (SEAL) State of California County of Los Angeles AMERICAN BONDING COMPANY By sl W. B. Gillingham Title Vice President On this_ ._ 27thday of_._... Ju� 19 73 , before me a Notary Public, personally appeared the above named officer of American Bonding Company, a corporation, known to me to be the person and officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation voluntarily executed the same. sl Margaret S. Rodriguez Notary Public My Commission Expires November 3, 1973 CERTIFICATE I, the undersigned, certify that I am the Assistant Secretary of American Bonding Company, a Nebraska corporation, and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article VII Section 3, of the By -Laws of said company as set forth in said Power of Attorney, are now in.full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate Company this August 26, 1975 (SEAL) _ Assistant Secretary r..rm AS 1000A H,,, 12-e5 STATE OF Californi.+ �ss. COUNTY OF T.os Angeles I 1 On this Acknowledgment of Surety day of August, 1975 1 personally appeared before me Nra1 T '. %it* who being duly sworn did depose and say that he is the attorney -in -fact of the American Bonding Company of Lincoln, Nebraska, that the seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that said instrument was signed and sealed on behalf of said Corporation by authority of its Board of Directors and the said rca T, .,;et acknowledged that he, executed, said in Zru gj as such attorney -in -fact and as the free act and deed of said Corporation. rl My Comn,issicr. bp;.-Cs hh;Imibct 1;17 11IOIIItlNI01NlIl�l,muOIllw1w l'llj,A na .,..td,.I Inn 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 28thday of August , 19 75 My commission expires: Oct. 23, 1977 !06¢LOC:.- >bewwoeo ewes eeoeeee�0 s OFFIMAL SEAL e n ..�3.11 OO,f 0066 iw yYGeyeO e0e �_T] ^y -,rP „° �J Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Contact Mr. Jack Booth, Manager, Security Pacific National Bank, 6351 East Spring St., Long Beach, Ca. PH # (213) 590 -3237 We are listed in Dunn & Bradstreet. We are and have been licensed and operating in Southern California in this particular type of construction work continuously and up to and including the present date since 1933. Our average gross volume of business per year runs from one to two million dollars. We can supply financial statements, if required, to substantiate our financial responsibility. (in C, TECHNICAL ABILITY AND EXPERIENCE REFEREN • 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 (Detail) Person to Contact Telephone No. 1975 City of Ravarly Hills Lary Litwin -- (213)276 -6191 Furnishing & installing cimnla t 1 'Fueling A s at various City -owned locations. 1975 Standard nil romnang of California Western Operations Inc., progress nnw) P n Rnv g1 Long Beach, Ca. 90801 Contact W A Schorpenborg (913) 435 8241 in Brea, California General Contractor on the job. 1974- 1975 Standard 011 Company of Galifernie Western Operations, Inc., P 0 Box 31 Long Beach, Ca. 90801 rn t t TT A C }. 1. /91ox /oc oo/l -- o I - -- I -- - Contact Marshall Bickner at Los Angeles Division (213) 789 -1 Vapor Recovery Installations at numerous varied locations. -t-' l-d - -S1975 At-Ian -e-m-g-a-n-5 -------------------------------- Construction & Maintenance Harbor Divisiea -- Gentaet Tzeenerd Dysart at (73:4) — Pir- �r6$6� Los Angeles Division - Contact J. C. Bennett, Manager at (213) 486-353-1- RESOLUTION NO. 8 5 9 1. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CONSTRUCTION OF A 12,000 GALLON UNDERGROUND FUEL TANK AT JAMBOREE ROAD POLICE FACILITY, CONTRACT NO. 1747 WHEREAS, pursuant to the notice inviting bids for construction of a 12,000 gallon underground fuel tank at Jamboree Road Police Facility, in accordance with the plans and specifications heretofore adopted, bids were received on the 29th day of August, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Coast Equipment Exchange; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Coast Equipment Exchange for the work in the amount of $16,661.00 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 8 day of September, 1975. MAYOR ATTEST: City Clerk HRC:yz 9/5/75 i