Loading...
1951-18134 5 6 7 8 9 10 11 12 13 14 15 16 1 17 18 19 20, 21 22 23 24 25 26 27 28 29 30 1 2 3 31 32 L 18y:j A ECT,'LRTLM: n7 T CA 07 1 7JF CTTY CIT JaMTRTM COPTACTS TO M71 LC'W7fT RFY POYETP:LT 1 717- DTTS TLT TRTrISH- I7 C7 ALL :;').J.R1 LA ?OR, S:f_RVIO:FS, 1AL S ALL FOUPT7T 11717) PF.F ALL 77)7.Y. NIECF;S:1717:::7 INCT.4jLTTOU A7D COMTL77- TO TPT-R TPI7LF SIT7 .L7Z7TE-C FL.'A ATT7-• L'JTH ArC COUNTY. JOIY:',7 0J7±-'LL TRT PAypm OT ITS FRnP0?.TIO7AT7 TET COSTS 77 AND V, 7 7 7IT7 07' AirAFTT7 70 ACT AS CON.- TRACTI:.:i '1(2 172 ITO CC7rfll,s7E 70 TT 7O7STH':T10. 07 SATD PROJECT. the City Ocunil of he City of AMUUJM. tat the CItios of Anahei 1con and. OranEe, anO. the 3uena Park, Gar:,.ec:. c. La. Habra and. 1 1art..ar7 Ditricts have hertofore cntel'ed Into supplemerital joint agreemcnt2 for tile constraction, rnaintenane and operation of a sey. (.7.11P:oo2 Ly tell in Orange Count pant to reE,olations duly passed, and adopted by sala Cities and :'6anitr:7 7.D7strl.ctE Ti to the execution of said aret2; and. said are,e n for tb..- constrotn. of ova: 111 enever the existir sowar4e 1 1.,7e bee.i u.tliize6 to thcr and 7F.7:17LT7AE, ..:.5.ties and Sanitry Tilstacts have hey.'eto fore found and. deter.1...ne 'a b tirE sewre bei-c 1.1.ed Cu their full pacity that public interet an6. requireE thet e bionc L e1aEe disposal facilities be join ly constructed for the joiLt 2nteest rod advantaEe of said Cities pnd Sanitar con.sistin of. the Niafz.n.olia Trunk SeTer anc. 1 6Twing 1Et Foce rain toether A7ith the al.)purtenances there and WH:E.REAl.:23, sa1 d. cities ii..ave hereto- fore a6opted res3lutions englneer/ report of tbe lyPcj:0Eed 'Povce apr.:'6.7c.-tnan3es Joint Oi.Atl'all and cit7 Sanitry abovc. 9 10 11 12 13 14 15 16 17 18' 19 20 21 22 23 24 25 26 27 29 2 3 4 5 6 7 8 28 30 31 32 1 named shall pay its proportionate percentage of the total engineer- ing, legal, construction and other costs of said Magnolia Trunk Sewer, Pumping Plant and Force Main and appurtenances thereto, and expanded outfall sewerage disposal system; and WHERAS, said Cities and Sanitary Districts have hereto- fore by resolution duly adopted and passed, designated the city of Anaheim to act as contracting agent for the other Cities and Sanitary Districts hereinabove named, and authorizing said City of Anaheim to advertise for bids for the furnishing of the labor and materials for the construction of said Magnolia Trunk Sewer Project and to take all steps legally necessary and required for the con- struction and completion of said Magnolia Trunk Sewer Project; and WHEREAS, the City of Anaheim duly published a notice as required by law on the 20A 26 days of December, 1950, inviting sealed proposals for the furnishing of all plant, labor, services, materials and equipment and performing all work necessary for the construction of said Magnolia Trunk Sewer and Pumping Plant, and Force Main together with the appurtenances thereto, which notice specified that sealed proposals as specified in said notice would be received up until 8 o'clock P.M. on the 9th day of January, 1951, and which said notice did state and declare that pursuant to the provisions of Section 1770 of the Labor Code, the City Council of the City of Anaheim had ascertained the prevailing rate of wages in the locality in which this type of labor is performed for each type of labor needed to execute said contract, and did set forth th prevailing hourly wage scale so ascertained; and WHEREAS, the City Council of the City of Anaheim finds that the City of Anaheim did receive up to and including the hour of 8 o'clock P.M. on January 9th, 1951, the followir; bids for the furnishing of all plant, labor, services, materials and equip- ment and performing all work necessary for the construction of the =zagnolia. Trunk Sewer, Pumping Plant and Force Main together with -2- it appurtenances thereto: 2 Name 3 J. E. HADDOCK 4 51 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Unit 1 858,912.00 2 975,819.00 3 4 Item 48- sow ••11111••••■•■■■■ A. H. FAMULARO J. L. McELVANY Unit 1 3 777,815.15 2 3 4 121,672.00 Item 48 PETER KIEWIT SONS 00., STOLITE, INC. Unit 1 $1,295,224.00 2 1,616,032.00 3 1,570,589.00 Alternate $1,580,540.00 4 143,283.00 Item 48- 17,304.00 R. A. WATTSON COMPANY Unit 1 3 883,127.25 2 1,137,757.60 3 1,095,170.70 4 Item 48- 29,664.00 P. J. ARTUKOVICH Unit 1 1f 716,368.25 2 850,378.00 3 793,657.00 4 127,080.00 Item 48- 14,832.00 V.C.K. CONSTRUCTION COMPANY Unit 1 707,004.35 2 748,771.80 3 821,468.11 4 Item 48- 22,248.00 MATT J. ZAICH COMPANY AMPCO CONSTRUCTION, INC. Unit 1 3 797,991.00 2 1,054,441.00 3 828,545.20 ALernate 4836,506.O0 4 Item 48- 19,776.00 -3- 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 1 Name 2 J. E. KERNS 3 Unit 1 2 4 3 4 5 Item 48- CHAS Unit 1 2 Unit 1 2 3 4 Item 48- 4 998,691.50 1,248,994.50 1,115,503.00 140,248.00 24,720.00 T. BROWN COMPANY PAUL VUKICH CONSTRUCTION 00. MID 3 763,803.00 4 Item 48- ARTUKOVICH BROS., INC. 720,312.35 804,630.50 765,743.10 133,408.00 21,753.60 BEBEK AND BRKICH Unit 1 794,142.00 2 930,467.00 3 1,027,476.00 4 173,165.00 Item 48- 34,608.00 RADICH FERGUSON, INC, it 1 800,203.00 2 1,000,465.00 3 877,555.70 4 Item 48- 24,720.00 STEVE P. RADOS, INC. Unit 1 2 3 898,360.20 4 Item 48- 19,776.00 KEMPER CONSTRUCTION COMPANY Unit 1 733,738.00 2 3 4 Item 48- NICK TOMOVICH 11•110 Unit 1 2 3 789,661.00 4 Item 48- 9,888.00 elm /NM 1 Name 2 M. MILLER COMPANY N. A. ARTUKOVICH 3 Unit 1- 2 4 3 6 983,421.00 4 5 Item 48- 14,832.00 6 and did thereupon refer said bids to Koebig and Koebig consulting 7 engineers for the Magnolia Trunk Sewer Project, and the City 8 Engineer of Anaheim for tabulation and report; and 9 WH.2118, Koebig and Koebig consulting engineers and the 10 City Engineer of the City of Anaheim having duly made their tab- 11 ulation of said sealed proposals received by the City Council of 12 the City of Anaheim up to 8 o'clock P.M. January 9, 1951, and 13 having made their report thereon, the City Council of the City of 14 finds that the sealed proposal submitted 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 by V.C.K. Construction Company, 6124 Ferguson Drive, Los Angeles, California, for the construction and installation of Units 1 and 2 set forth in the plans and specifications prepared for said Mag- nolia Trunk Sewer Project by Koebig and. Koebig, is the lowest re- sponsible propOsal submitted for the furnishing of all plant, labor, services, materials and equipment and performing all work necessary for the construction and installation of Units 1 and 2 of the Magnolia Trunk Sewer and. Pumping Plant and. Force Main to- gether with appurtenances thereto of the Orange County Joint Out- fall Sewer as specified in the notice inviting sealed proposals and in the detailed plans and specifications as prepared by Koebig and Koebig consulting engineers and approved by the Cities of Anaheim, Fullerton and Orange and Buena Park, Garden Grove, La Habra and Placentia Sanitary Districts, and that said proposal of the V.C.K. Construction Company, 3124 Ferguson Drive, Los Angeles, California, should be accepted and a contract awarded to said company in accordance therewith; and 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 WHEREAS, the City Council of the City of finds that the sealed proposal of Chas. T. Brown Company and Paul Vukich Construction Company of 6465 Northside Drive, Los Angeles, California, for the Construction and installation of Unit 3 set forth in the plans and specifications prepared for said Mag— nolia Sewer Project by Koebig and Koebig, is the lowest responsible proposal submitted for the furnishing of all plant, labor, services materials and equipment and performing all work necessary for the construction and installation of Unit 3 of the Magnolia Trunk Sewer and Pumping Plant and Force Main together with appurtenances thereto of the Orange County Joint Outfall Sewer as specified in the notice inviting sealed proposals and in the detailed plans and specifications as prepared by Koebig and Koebig consulting engineer and approved by the Cities of Anaheim, Fullerton and. Orange and Buena Park, Garden Grove, La Habra and Placentia Sanitary Districts and that said proposal of Chas. T. Brown Company and. Paul Vukich Construction Company, 6465 Northside Drive, Los Angeles, California should be accepted and a contract awarded to said company in accord ance therewith; and WHEREAS, the City Council of the City ofgmaR_________ finds that the sealed proposal submitted by A. H. Famularo and. J.L..McElvany of Santa Ana, California, for the construction and installation of Unit 4 set forth in the plans and specifications prepared for said Magnolia Sewer Project by Koebig and Koebig, is the lowest responsible proposal submitted for the furnishing of all plant, labor, services, materials and equipment and performing all work necessary for the construction and installation of Unit 4 of the Magnolia Trunk Sewer and Pumping Plant and Force Main together with appurtenances thereto of the Orange County Joint Outfall Sewer as specified in the notice inviting sealed proposals and in the detailed plans and specifications as prepared by Koebig and. Koebig consulting engineers and approved by the Cities of Anaheim, 1 2 3 4 51 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Fullerton and Orange and Buena Park, Garden Grove, La Habra and Placentia Sanitary Districts, and that said proposal of A. H. Famularo and J. L. McElvany of Santa Ana, California, should be accepted and a contract awarded to said company in accordance therewith; and WHEREAS, the City Council of the City of finds that all proposals received for the construction and in- stallation of Item 48 should be rejected; and WHEREAS, the City Council of the City of Anaheim finds that said City should pay its proportionate percentage of the total cost of the construction, installation, engineering, lega and other costs for the completion of said Magnolia Trunk Sewer Project hereinabove mentioned and described and as heretofore authorized by resolutions approving the engineers' report of the design of said. Magnolia Trunk Sewer and expanded Orange County Joint Outfall System, and authorizing the construction thereof; and WHEREAS, the City of Anaheim has heretofore been de- signated as contracting agent for said Cities and Sanitary Districts hereinabove named and should be designated to act and to continue to act as the contracting agent for said Cities and Sanitary Districts, and authorized and directed to execute contracts for and on behalf of said Cities and Sanitary Districts with the lowest responsible bidders hereinabove mentioned for the construction of said Magnolia Trunk Sewer Project and the furnishing of all plant, labor, materials, services and equipment and performing all work for the construction thereof as hereinabove mentioned and described. NOW, THEHEFORE, BE IT RESOL7ED by the City Council of the City of AnphAim -7- that the sealed proposal sub- mitted by V.C.K. Construction Company, 6124 Ferguson Drive, Los Angeles, California, for the construction and installation of Units 1 and 2 of the Magnolia Trunk Sewer and Pumping Plant and Force Main together with appurtenances thereto as set forth in the 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 plans and specifications prepared for said Magnolia Trunk Sewer and Pumping Plant and Force Main and Project together with appurtenances thereto, by Koebig and Koebig be and the same is hereby accepted, and that a contract for the construction and installation of said Units 1 and 2 thereof in accordance witn.the notice inviting sealed proposals, the proposal submitted by V.C.K. Construction Company, and the plans and specifications prepared by Koebig and Koebig be and the same is hereby awarded to said V.C.K. Construction Company; and BE IT FURTHER RESCLVD THAT the sealed proposal submitted by Chas. T. Brown Company and Paul Vukich Construction Company, 6465 Northside Drive, Los Angeles, California, for the construction and installation of Unit 3 of the Magnolia Trunk Sewer and Pumping Plant and Force Main together with appurtenances thereto, as set forth in the plans and specifications prepared for said Magnolia Trunk Sewer and Pumping Plant and Force Main and Project together with appurtenances thereto, by Koebig and Koebig be and the same is hereby accepted, and that a contract for the construction and installation of said Unit 3 thereof in accordance with the notice inviting sealed proposals, the proposal submitted by Chas. T. Brown Company and Paul Vukich Construction Company, and the plans and specifications prepared by Koebig and Koebig, be and the same is hereby awarded to said Chas. T. Brown Company and Paul Vukich Construction Company; and BE IT FURT Er, RESOLVED that the sealed proposal submitted by A. H. Famularo and J. L. McElvany of Santa Ana, California, for the construction and installation of Unit 4 of the Magnolia Trunk Sewer and Pumping plant and Force Main together with appur- tenances thereto, as set forth in the plans and specifications prepared for said Magnolia Trunk Sewer and Pumping Plant and Force Main and Project together with appurtenances thereto, by Koebig and Koebig be and the same is hereby accepted, and that a contract -8- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1 26 27 28 29 30 31 32 for the construction and installation of said Unit 4 thereof in accordance with the notice inviting sealed proposals, the proposal submitted by A. H. Famularo and J. L. McElvany, and the plans and specifications prepared by Koebig and. Koebig be ani the same is hereby awarded to said A. H. Famularo and. J. L. McElvany; and. BE IT FURTHER RESOLVED that the successful bidder or bidders upon each contract awarded as hereinabove set forth shall be and they are hereby required to execute contracts in the re- quired form with the City of Anaheim as contracting agent for said. Cities and Sanitary Districts upon the terms and conditions specified in the notice inviting sealed proposals and the proposals submitted by said successful bidder or bidders and in accordance with the plans and specifications of said. Magnolia Trunk Sewer and Pumping Plant and. Force Main together with appurtenances thereto as prepared by Koebig and. Koebig consulting engineers, and that said successful bidder or biaders to whom each contract is awarded shall be required to furnish a surety bond in amount equal to one hundred percent (loa%) of the contract price of said. Magnolia Trunk Sewer and Pumping Plant and. Force Main together with appurtenances thereto, or such portion thereof as is covered by said contract, as security for the faithful per- formance of said contracts, and a separate surety bond in an amount equal to fifty percent (50%) of such construction cost of said Magnolia Trunk Sewer Project, or the portion thereof covered by said contracts, as security for the payment of all persons performing labor and furnishing materials for said Project; and. BE IT FURTHE'e RESOLVED tnat all proposals received for the constructiam and installation of Item 48 be and the same are hereby rejected; and. BE IT FURTHER RESOLVED that the City of Anaheim does hereby promise ana agree to and shall pay from funds now legally available or from the proceeds of bonds issued and sold, -9- 1 22.28 percent of to total engineering, legal, construction and 2 other costs of the construction, installation and completion of 3 said Magnolia Trunk Sewer, Pumping Plant and Force Main and 4 appurtenances thereto of the Orange County Joint Outfall Sewer; and 5 6 7 8 9 10 11 12 13 14 15 16 17 18 191 20 21 22 23 241 251 26 27 28 29 30 31 32 BE IT FURTHER RESOLVED tnat the City of Anaheim be and it is hereby designated and authorized to act and to continue to act as the contracting agent for the City of Anahelrn and the Cities and Sanitary Districts hereinabove named and it is hereby authorized and directed to execute contracts for and on behalf of said Cities and Sanitary Districts with the said lowest responsible bidders hereinabove mentioned and as herein provided for the construction of said Magnolia Trunk Sewer and Pumping Plant and Force Main and Project together with the appurtenances thereto of the Orange County Joint Outfall Sewer as specified in the notice inviting sealed proposals and the bids submitted by said persons, firms or corporations hereinabove mentioned, and in accordance with the plans and specifications prepared by Koebig and Koebig consulting engineers for the construction, installation and completion of said Magnolia Trunk Sewer Project and the fur- nishing of all plant, labor, materials, services and equipment and performing all work for the construction thereof as herein above mentioned and described, THE FORGOING RESOLUTION IS approved and signed by me this 26th day of January, 1951. ATTEST: MAYOR OF THE CITY 0 -1 4 5 6 7 8 9 SLMIL OF CALIFORNIA jI COUNTY OF ORANGE 2 i CITY OF ANAHEIM 3 10 11 12 13 16 17 18 19 20 1 21 22 23 24 25 261 27 28 29 30 31 32 1951. Anaheim J SS 1, GBARL S E. GRIFFITH City Clerk of the City of elm do hereby certify that the foregoing Resolut- AJaah ad j ourned. ion was passed and adopted at a/regular meeting of the City Council of the City of Anaheim held on the 26t�' day of January 1951, by the following vote of the members thereof: AYES: COUNCILMEN: NOES: COUNCILMEN: ABSENT: COUNCILMEN: PeerSO11,, W1sser, None affixed the seal of said City of And I further certify that the Mayor of the City of signed and approved said Resolution on the 26th 14 day of January, 1951. 15 IN WITNESS WHEREOF, I have hereunto set my hand and Arpho4m —11— Wagoner this 26th day of January,