Loading...
HomeMy WebLinkAboutC-1123 - Combined capital projects, 1968/69, Corona del Mar areaPLEA`E ° TL1R;Z "i 0: ctrr cteQK nn '=ryARU Ytci�d� - 92650 { 65 I BOGi 8946 .,,c. f 62 NOTICE OF COMPLETION PUBLIC WORKS RECORDED AT REQUEST OF OFFI f NG 1 ORT A.11 IN CIAL RECORDS OF ORANGE COUNTY, CALIF. 9:05 AM MAY 2 1969 J. WYLIE CARLYLE, County Recorder FREE To All Laborers and Material Men and to Every Other Person Interested: C4 YOU WILL PLEASE TAKE NOTICE that on January 28, 1969 the Public Works project consisting of Corona del Mar Capital Improvements 1968 -69 on which Walker F Rates was the contractor, and The Western Casualty and Surety Company was the surety, was completed. I, the undersigned, say: 1+ 1I, / I TI,11TTf T T T A /^TT I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is. true and correct. Executed on April 30,_1969 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on o T �a i4a4 accepted the above described work as completed and ordered that a. Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and.correct. Executed on April 30, 1969 at Newport Beach, California. c J � • May 9, 1969 Walker 6 Bates 5947 Jasmine Street Riverside, California 92504 4 Subject: Surety : The Western Casualty and Surety Company Braids No. : 355006 Project : Corona del Mar Capital Improvements 1968 -69 Contract No.: 1123 Gentlemen: The City Council on April 28, 1969 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on May 2, 1969, in Book No. 8946, Page 162. Please notify your surety company that bonds may be released 35 days after recording date. ih co: Public Works Department Very truly yours, Laura Lagios City Clerk City of Newport Beach • a CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: April 30, 1969 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 Cor l do Mm Capital l r .d.wnts 1968 -69 Contract No. �3_23 on which Walker 6 Bates was the Contractor and The Westem Casualty and Surety Co. was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. COUNCIL' L q April 28, 1969 Qe�-* DISPOSITI N: . 3- TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF COMBINED CAPITAL IMPROVEMENTS♦ 1968 -69, CORONA DEL MAR (C -112 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. 4. Authorize time extension of 45 days. 5. Confirm Public Works approval of Change Orders 6, 7, 8 8, in the amount of $9,772.10. 6. Authorize immediate payment of all money remaining due the Contractor. DISCUSSION: The contract for the construction of the Combined Capital Improvement Projects, 1968 -69, Corona del Mar area has been completed to the satisfaction of the Public Works Department. The bid price was: $215,863.00 Amount of unit price items constructed: 231,643.45 Amount of Change Orders: 10,987.25 Total Contract Cost: 242,630.70 Amount budgeted: 262,500.00 After award of the contract, it was found that approximately 100 additional water services would have to be replaced. These plus increases in other quantities accounts for the difference between the bid price and total bid items contracted. Change Orders 1 through 5 were for minor additions and revisions. As the first lift of asphalt was being placed on Second Avenue, a number of unforeseen soft spots developed in the sub - grade. Change Order #6 was issued authorizing the removal and replacement-of the soft material. The cost was .$],171.72. Change Order #7 was A ssued author "izing the regrading of'the parkways. The cost was $1,751:03. Due to the problems encountered with the soft sub -grade on Second Avenue, it was decided that an additional thickness of asphaltic concrete should be placed immediately. Previously it had been assumed that this could be deferred for two to three years. The Contractor had included the cost of excavation in his bid price for asphaltic concrete. A new price was agreed upon for the additional quantity required. Change Order #8 was issued confirming this unit :price. The total cost was $6,849.35. The Contractor does not agree with the method and amount of payment for one of the contract items. It is not known at this time if he will pursue this matter further. The contract called for all work to be completed by December 10, 1968. Time extensions of 28 days for extra work and 17 days for rain are recommended. The work was substantially completed with the paving of Second Avenue on the first dry day, January 28,1969— Page 2 April 28, Subject: 1969 Acceptance of Combined Capital Improvements, 1968 -69 (C- 1123) Acceptance of the contract has been delayed while resolving differences in the measured amounts of the items of work and in attempting to resolve the remaining disputed pay item. Due to this delay, it is recommended that the requirement that 10% of the total contract amount be withheld for 35 days be waived and that all money due be paid immediately. No claims against the Contractor have been received. The bonds will be retained for the 35 day period. seph Devlin blic Wofts.Director ldg Endorsement effective Insured ENDORSEMENT 8 -1-58 B. C. WALKER, ST AL AMITIONAL INSURED IT IS HEREBY AGREED AND ACCEPTED THAT THE CITY OF NEWPORT BEACH ARE NAMED ADDITIONAL INSUREDS ONLY INSOFAR AS THE FOLLOWING JOB IS CONCERNED: COMBINED CAPITAL PROJECTS, 1968 -69 CORONA DEL MAR AREA, RECEIVED CONTRACT 1123 AUG 0 61968 APPROVED TO FORM ,g '^ Dated: /� I -�" aic woms 1)tm CITY A ey endorsement is subject to the exclusions, conditions and other terms of the policy which are not inconsistent herewith. �AttcicRFTT'FAAU ereby made a part of Policy No.- CL01 -1193 of the NORTHWESTERN MUTUAL INSURANCE COMPANY, of Seattle, Washington. rvor--�- 4-- . Agent FORM ON I88 PRINTED IN U.S.A. INCR NO CARBON REQUIRED) �I (EDITION QK 68 - - - -- -- 1 ..- � �Ox�? INDEMNITY COMPA t 6053 THIRD STREET LOS ANGELES 38, CALIF WESereR 3.7581 CERTIFICATE OF INSURANCE WORKMEN'S COMPENSATION TO: CITY OF NEWPORT BEACH po)i°y. No. Agency CITY HALL ATT: DEREK H. WHITE WP 10497 ar FREEMAN — 3300 W. NEWPORT BLVD. ROBBINS INS. NEWPORT BEACH, CALIFORNIA 0325 -100 T °` Employer From: 6/20/68 6/20/69 B. C. WALKER AND RICH2NRD W. BATES DBA: WALKER & BATES, A PARTNERSHIP AND /OR WALKER & BATES, INC. 5947 JASMINE STREET RIVERSIDE, CALIFORNIA (92504) THIS IS TO CERTIFY that we have issued to the above named employer a valid Workmen a Compensation insurance policy In a form Fapproved by the Insurance Commissioner of the State of California. �y a f DESCRIPTION OF OPERATIONS COVERED LL AUG 0 ' 1968 ALL OPERATIONS OF THE ASSURED WHICH �ARE� CO waft"', ED U�' THIS POLICY. This policy shall not be cancelled nor reduced in coverage until after ten (10) days' written notice of such cancellation or reduction in coverage shall have been mailed to this certificate holder. COUNTERSIGNED AT LOS ANGELES t this 6TH day of AUGUST 19 68 MONTND N C0r1rAyY ys cc- cc, _ AUTHORIZED REPRESENTATIVE 4 Oc- UN 105 CFS — 20M 7788 -,nrr I con yr vr�n- • r••� -- HCORfLRT • . . nfsr.ur Countersigned at..L.A.... CALIFORNIA ... ................. this... ..........1ST...............dav of.............ALTGUST. ...196$. FORM 2144 COITION 2.66 I IOM268 PTO USA) t� IF Agent J l IIIIIIIIIIIIIIIIIIh CERTIFICATE OF INSURANCE NORTHWESTERN MUTUAL INSURANCE COMPANY NORTHWESTERN SECURITY INSURANCE COMPANY SEATTLE, WASHINGTON 8.7. 1.- 68 Date........... ........... .....................19........ THIS IS TO CERTIFY that the Insured named in the following schedule is at this date insured with NORTHWESTEN MUTUAL INSURANCE COMPANY and /or NORTHWESTERN SECITRITY INSURANCE COMPANY under the policy(ies) described in the following schedule affording coverage for the liability as imposed by law upon the Insured for damages, as de- fined in the policy(ies), and subject to the terms and conditions of said policy(ies). This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the Policy(ies) listed and issued by Northwestern Mutual insurance Company and /or Northwestern Security Insurance Company. SCHEDULE Named �• C. WALKER & RICHARD W. Certificate r CITY OF NEWPORT BEACH � Insured BATES AS INDIVIDUALS DBA: Holder CITY HALL, 3300 W. NEWPORT and Address WALKER &BATES. WALKER &BATES. Address Nameand NEWPORT BEACH, CALIFORNIA aNC, & BATES CONSTRUCTION CO. LATT'N DEREK H. WHITE 5947 JASMINE ST., RIVERSIDE) CALIF. LIMITS OF LIABILITY Hind of Insurance Policy Number Policy Period - -- - _ _ Bodily Injury Property Damage Single Limit Comprehensive L01 -1193 Eff. 6 -20-68 300,000 250,000 Liability Including Exp. 6 -20-69 5000000 500,000 Automobile 500,000 Comprehensive Eff. Liability Excluding Exp. Automobile Comprehensive Auto- Eff. mobile Liability Exp, Manufacturers' and Eff, Contractors' Liability Exp. Owners', Landlords' Eff. and Tenants' Liability Exp. Contractual Eff, _ AUG 0 6, 1- 6& Liability Exp. Automobile Liability ❑ Owned Automobiles Eff. PUBLIC //�� ��r �y HIDR A �p; ff?T4 ❑ Hired Automobiles Exp. ❑ Non -Owned Automobiles Other: Eff. Exp. Workmen's Eff. Coverage A Coverage B Compensation Exp. Statutory Employers' Liability $ 000 each Accident -,nrr I con yr vr�n- • r••� -- HCORfLRT • . . nfsr.ur Countersigned at..L.A.... CALIFORNIA ... ................. this... ..........1ST...............dav of.............ALTGUST. ...196$. FORM 2144 COITION 2.66 I IOM268 PTO USA) t� IF Agent J l t t y' s "IT IS HEREBY MOMWAVOOYS AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY ALLOWED TO IAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE." 0 fK- CITY OF NEWPORT BEACH CONTRACT DOCUMENTS. For Combined Capital Projects 1968 -69 CORONA DEL MAR AREA Contract No. 1123 APPROVED BY THE CITY COUNCIL ON THIS 24th DAY OF JUNE, 1968 Laura Lagios; -C-1'Vy July 119 1968 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS ! CONTRACT NO. 1123 FOR COMBINED CAPITAL PROJECTS 1968 -69 Ell CORONA DEL MAR AREA ADDENDUM NUMBER 1 p PLEASE REVISE AS FOLLOWS: ; 1. PROPOSAL - Page 2 ; O Item No. 7 2,700 Sq. Ft. P.C.C. Cross Gutters and Spandrels - 80 thick 1 d 2. SPECIAL PROVISIONS - Page 12, paragraph e. { e. Cross Gutters, Spandrels, and Alley Approaches. i 3. PLANS'- Contract Sheets 11 - 17' j, All 10' curb return radii at intersections of cross streets with Second Avenue shall be considered -to be 15' radi4..--- kroposal Item quantities . to remain as shown. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. t Benjamin B. Nolan Assistant Public Works. Director I EMcD /ldg r c^ '•c. a t � 5-... :IR^? x..tr'� �. ._.o. - w .i t a c a._ .'.-y. .- /PAGE I -A (SHEET I OF 2) 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 10:00 A.M., ON THE 16th DAY OF July , 1968, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: Combined Capital Projects Corona del Mar Area 1968 -69 Contract No. 1123 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON APROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT., EACH B.ID MUST BE ACCOMPAWIED BY CASH, CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. ' THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. - PROPOSAL 2. PAGE 3 ' - DESIGNATION OF SUB - CONTRACTORS 30 PAGE j: - BIDDER'S BOND ' (4 PAGE 9 - NON - COLLUSION AFFIDAVIT 5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE 'AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER*IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE ' PRO'JISIONS OF CHAPTER 91, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY Be OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH ' STATNDARD SPECIFICATIONS. IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE"CITY THE CITY OF.NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY ' INFORMALITY IN SUCH BIDS* IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, 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 P ERFdRMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE"CITY OF NEWPORT ' BEACH. a Page lb ' The following is the schedule of prevailing wage rates, 1968 -69; for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA 1 Laur Lagios, City Clerk Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/l/68) Carpenters 5.33 Cement Mason Journeyman 5.13 Laborers ' General or Construction Asphalt Raker & Ironer 3.97 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Engineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chanman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 1 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) 4.65 — Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Congtructinn trades Bricklayer & Stone Mason (sji /fig) 5.30 Electrician (1/1/68) Journeyman Wireman Ti.79--- (5/23/68 ' Lather 5.08 Painters (7/1/68 Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA 1 Laur Lagios, City Clerk To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: CITY OF NEWPORT BEACH COMBINED CAPITAL PROJECTS CORONA DEL MAR AREA CONTRACT 1123 PROPOSAL The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1123 in accordance with the City of Newport Beach Drawings A- 5028 -5, A- 5029 -5, A- 5030 -5, A- 5031 -5, A- 5032 -5, A- 5033 -5, A- 5034 -5, A- 5035 -5, and A- 5036 -S, (1 sheet each); R- 5018 -5 (7 sheets); W- 5055 -5 (4 sheets); D- 5039 -5 (3 sheets); and S- 5027 -S (1 sheet).; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 200 Lineal Temporary A. C. Pavement - Trench Areas Feet @ One dollar & no cents Dollars and Cents $1.00. $200 : 00 Per Lineal Foot 2. 200 Lineal Permanent A. C. Pavement - Trench Areas Feet @ Two Dollars & no cents Dollars and Cents $2.00 $ 400.O9 Per Lineal Foot 3. 5,400 Sq. Miscellaneous A. C. Patching Feet @ Fifty cents Dollars Cents $ .50 $2,700.00 Per Square Foot ` 'ITEM QUANTITY NO. AND UNIT 4. 74,000 Sq Feet 1 ' 5. 1 6. 1 1 7, 1 f ' 8. 1 f 9, 1 1 f10 1 i 31 Each 2,500 Sq Feet 2,700 Sq Feet It DESCRIPTION UNIT PRICE'4RITTEN @ Eighty Cents UNIT..,. TOTAL P- C. C. Alley Pavement'- 6V" Thick @ Seventy Cents Dollars and Cents $ .80 $ 2,160.00 Cents $ •70 $ 51,800.00 Per Square root 4,300 P. C. C. Alley Approach - 6�" Thick @ Two Hundred Twenty Five & no cents Dollars and @ Two Dollars & no cents Dollars Cents $ 225.00 $ 6,975.00 P.. C. C. Drive Approaches - 4" Thick @ Sixty Five Cents Dollars and Cents $ •65 $ 1,625.00 Per Square Foot P. C. C.. Cross Gutters and Spandrels - 63�" Thick @ Eighty Cents Dollars and Cents $ .80 $ 2,160.00 er Square Foot 4,300 Type "A" - 6" C.F. - P. C. C. Curb and Lineal Feet Gutter @ Two Dollars & no cents Dollars and Cents $ 2.00 $ 8,600.00 Per Lineal Foot 500 Lineal Type "A" - 8" C.F. - P. C. C. Curb and Feet Gutter @ Two Dollars & no cents Dollars and Cents $ 2.00 $ 1,000.00 Per Lineal Foot. 3,600 Sq. P. C. C. Sidewalk - 4" Thick Feet @ Fifty cents Dollars and Cents $ .50 $ 1,800.00 Per quare oot ITEM QUANTITY :on eun uu,r DESCRIPTION PJ 11. 20 Class "B" - P.C.C. for Pipe Encasement Cubic Yards. and Supports Thirty Dollars & no cents 1 14. Lump Sum 15. 'Lump Sum 16. Lump Sum 17. Lump Sum @ Do Lars 12. 1,400 Sq ' Feet Cents .$ 13. Lump Sum 14. Lump Sum 15. 'Lump Sum 16. Lump Sum 17. Lump Sum @ Do Lars and Cents .$ 30.00 $ 600.00 Per Cubic Yard Adjustment or removal and replacement of Miscellaneous Walks and Landings @ Two Dollars and fifty cents Dollars and Cents $ 2.50 $ 3,500.00 Per Square Foot Construct Drainage Structure #1 (Sta. 0 +00 Profile "A ") @ Twenty Five Hundred Dollars Dollars and Cents $ 2,500.00 $2,500.00 Lump Sum Construct Drainage Structure #2 (Sta. 1 +75.21 Profile "A ") @ Eight hundred Dollars Dollars and Cents $ 800.00 $ 800.00 Lump Sum Remove Manhole and Plug Pipes (Profile "B ") @ Nine hundred dollars Dollars and Cents $900.00 $ 900.00 Lump Sum Construct Drainage Structure #3 (Sta. 2 +05.12 Profile "A ") @ Twenty Five Hundred Dollars Dollars and Cents $2,500.00 $2,500.00 Lump Sum Construct Drainage Structure #4 (Sta. 4+69.68 Profile "A ") @ Twenty Five Hundred Dollars Dollars and Cents $2,500.00 $2,500.00 Lump Sum 7 71 ITEM NO. 18. 19. 20. 0 ITY ITEM DESCRIPTION 0 Lump Sum Construct Drainage Structure #5 (Profile "C ") @ Twenty Five Hundred Dollars Dollars and Cents Lump Sum Lump Sum Modify existing Catch Basin (Profile "D ") @ Six Hundred Dollars Dollars and Cents Lump um Lump Sum Modify Existing Catch Basin (15 ft, Rt. Sta.5 +12 ± Profile "A" Ext.) @ Four Hundred Dollars Dollars and Cents Lump Sum UNIT TOTAL PRIC €: ohkE $ 29500.00 $ 2,500.00 $ 600.00 $ 600.00 $ 400.00 $1100.00 21. 160 Lineal 8" V.C.P. Sewer Main Feet @Ten Dollars Dollars and Cents $ 10.00 $ 1,600.00 Per Lineal Fbot 22. 50 Lineal 4" V.C.P. Sewer Service Feet @Six Dollars Dollars and Cents $ 6.00 $ 300.00 Per Lineal Foot 23, 2 Each Construct Sewer Manholes @Four Hundred Fifty Dollars Dollars and Cents $ 450.00 $ 900.00 Per Each 24. 1,900 12" A.C.P. Water Main Lineal Ft. @ Ten Dollars Dollars and 10.00 Cents $ Per Lineal Foot 1, . -,. ...... -: -.. $ 19,000.00 ITEM QUANTITY It DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN'WORDS PRICE PRLC� - 25. 3,500 6" A.C.P. Water Main Lineal Ft. t26. 1 Each �i I 27. 91 29. 30. 1 Each @ Six Dollars Dollars and 6.00 21,000.00 Cents $ $ Per Linea Foot Install 18" Tapping Sleeve and 12" Gate Valve @ One Thousand Dollars Dollars and Cents $ 1,000.00 $ 1,000.00 Each Install 6" Tapping Sleeve and 6" Gate Valve @ Six hundred Dollars Dollars and Cents $ 600.00 $ 600.00 1 Each Install 6" x 12" Reducer @ Seventy Five Dollars Dollars and Cents $ 75.00 $ 75.00 Each 1 Each Install 12" x 12" Tee With Blind Flange @ Two Hundred Dollars Dollars and Cents $ 200.00 $ 200.00 1 Each ' 31. 3 Each II Install 12" x 6" Tee @ One Hundred Fifty Dollars Dollars and Cents $ 150.00 $ 150.00 Each Install 12" Gate Valve @ Three Hundred Fifty Dollars Dollars and Cents $350.00 $1,050.00 ITEM QUANTI NO. AND UN 32, 8 Each 33 34 35. 36. 37. 0 Kill] 24 Each 6 Each Install 6" x 6" Tee @ Seventy Five Dollars Dollars and Cents $ 75.00 $ 600.00 Each Install 6" Gate Valve @ One Hundred Fifty Dollars Dollars and Cents $ 150.00 $3,600.00 Install 12" x 6" Cross @ One Hundred Fifty Dollars Dollars and Cents $ 150.00 $ 900.00 50 Services Replace and Reconnect Existing Water Services (including new services) @ One Hundred Dollars Dollars and Cents $ 100.00 $ 5,000.00 Per Service 1 Each Furnish and Install New Fire Hydrant @ Four Hundred Fifty Dollars Dollars and Cents $ 450.00 $ 450.00 Each 1 Each Remove Existing Fire Hydrant @ Two Hundred Fifty Dollars Dollars and Cents $ 250.00 $ 250.00 ac 1,600 Tons Sand Pipe Bedding @Five Dollars Dollars. and Cents $ 5,00 $E 8; 000.00 Per on Lump Sum Lower Existing Street Lighting Conduit A 11 @ Five Hun red Do ars Dollars and Cents $ 500.00 $500.00 Lump Sum ITEM NO. QUANTITY IT DESCRIPTION. AND UNIT UNIT PRICE WRITTEN IN UNIT TOTAL 40. Lump Sum Adjust Median Sprinkler System @ Two Hundred Fifty Dollars Dollars and 250.00 Cents $ $250.00 Lump Sum 41. 480 Lineal Construct 42 -Inch Storm Drain Pipe Feet @ Twenty Eight Dollars Dollars and Cents $ 28.00 $13,440.00 Per Lineal Foot 42. 32 Lineal Construct 36 -Inch Storm Drain Pipe Feet @ Twenty Two Dollars Dollars and Cents $ 22.00 $ 704.00 Per Lineal Foot 43. 24 Lineal Construct 24 -Inch Storm Drain Pipe Feet @ Sixteen Dollars and Cents $ 16.00 $ 384.00 Per Lineal Foot SUB -TOTAL OF ITEMS 1 - 43 SUB -TOTAL One Hundred Seventy Four Thousand Thirteen Dollars. &.no cents Dollars and 174,013.00 Cents $ Written in Words) Alternate "A" - Asphaltic Concrete Pavement 44. 1,500 Tons Asphaltic Concrete Street Pavement @ Twenty Dollars &.Fifty Cents AM pollars and "Cents $ 20.50 $ 30,750.00 ' 45. 3,700 Tons Aggregate Base (Including Temp. Access) @ Three Dollars Dollars and 3.00 11,100.00 Cents $ $ Per Ton 46. 350 Tons Aggregate Base (For Temp. Access, etc.) @ Three Dollars & Fifty Cents Dollars and Gents $ 3.50 $1,225.00 Per Ton ' 47. 77,300 Portland Cement Concrete Street Pavement - Sq. Feet 6;1" Thick @ Seventy Nine Cents D liars ond Cents $ •79 � 61,067.00 Per Square Foot ' Alternate "B" Total, Items 1 -43, 46, 47 TOTAL Two Hundred Thirty Six Thousand Three Hundred Five Dollars Dollars and no cents Gents $ 236,305.00 (Written in Words) I Alternate "A" Total, Items 1 - 45 Inclusive . TOTAL Two Hundred Fifteen Thousand Eight Hundred Sixty Three DollarsDollars. ' and no cents Cents $ 215,863.00 Written in Words) Alternate "B" - Portland Cement Concrete Pavement 46. 350 Tons Aggregate Base (For Temp. Access, etc.) @ Three Dollars & Fifty Cents Dollars and Gents $ 3.50 $1,225.00 Per Ton ' 47. 77,300 Portland Cement Concrete Street Pavement - Sq. Feet 6;1" Thick @ Seventy Nine Cents D liars ond Cents $ •79 � 61,067.00 Per Square Foot ' Alternate "B" Total, Items 1 -43, 46, 47 TOTAL Two Hundred Thirty Six Thousand Three Hundred Five Dollars Dollars and no cents Gents $ 236,305.00 (Written in Words) I LICENSED IN ACCORDANCE WITH THE STATUTES OF '242908 s S`o ATE OF CA' -6Ff, N'4A PROV; DfNG FOR THE REGISTRATION OF CONTRACTORSg LICENSE NO. CLAS :FICA ;ON A, SB 1 ACCOMPANYING THIS PROPOSAL IS 10% Bid Bond CASH, CERTIFIED CHECKS CASHIE`.t'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN iO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION -70G a)F THE LABOR CODE WHICH REQUIRE EVER?,' EMPLOYER TO BE INSURED AGAIMS7 LIAR €LI7Y FC'R WORKMEN'S COM;PEN'SATi ION OR TO UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF 'FRAT C,,)D£, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE. +5x THE W!?RK OF THIS CONTRACT. 714 - 689 -7409 P;t ONE NUMBER 7 -16 -1968 DATE 5947 Jasmine Street (s) Walker & Bates BIDDERlS NA6ME (SEAL) (s) B. C. Walker ZED 3 ,ai4AT''jRE Au- n,- -0:jF.I?ED SIGNATURE Riverside, Calif. 92504 Co- Partnership BIDDER'S ADDRESS r TYPE OF'-- Rr.NIZATION . yINDPV IDUALy (;a >Rr r;R u? ".ON. . PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARYy TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO—PARTNERS IF A. CO— PARTNERSHIPS B. C. Walker R. W. Bates Il 1 2/ 7/6'7 ALL BEDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, ' AS INDICATED IN THIS PROPOSALD TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDERo N CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES;, THE WORDS SHALL PREVAIL. uN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICEY THE CORRECTED EXTENSION Sf.ALL BE CALCULAT-ED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF 7HE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, ' BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIOS. 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 IN MAKING ',�P THIS BID. FA R'a" CF THE UNDERSIGNED THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXE'--UTING THE REQUIRED CONTRACT ' WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDA`fy -AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATUREy 'I`4E PROCEEDS OF C ^EcK OR BOND ACCOMPANY- ING THIS BID SHALL, BECOME THE PROPERTY OF THE CITY OF t47--W,-_,R7. LICENSED IN ACCORDANCE WITH THE STATUTES OF '242908 s S`o ATE OF CA' -6Ff, N'4A PROV; DfNG FOR THE REGISTRATION OF CONTRACTORSg LICENSE NO. CLAS :FICA ;ON A, SB 1 ACCOMPANYING THIS PROPOSAL IS 10% Bid Bond CASH, CERTIFIED CHECKS CASHIE`.t'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN iO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION -70G a)F THE LABOR CODE WHICH REQUIRE EVER?,' EMPLOYER TO BE INSURED AGAIMS7 LIAR €LI7Y FC'R WORKMEN'S COM;PEN'SATi ION OR TO UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF 'FRAT C,,)D£, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE. +5x THE W!?RK OF THIS CONTRACT. 714 - 689 -7409 P;t ONE NUMBER 7 -16 -1968 DATE 5947 Jasmine Street (s) Walker & Bates BIDDERlS NA6ME (SEAL) (s) B. C. Walker ZED 3 ,ai4AT''jRE Au- n,- -0:jF.I?ED SIGNATURE Riverside, Calif. 92504 Co- Partnership BIDDER'S ADDRESS r TYPE OF'-- Rr.NIZATION . yINDPV IDUALy (;a >Rr r;R u? ".ON. . PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARYy TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO—PARTNERS IF A. CO— PARTNERSHIPS B. C. Walker R. W. Bates Il 1 PAGE 3 ' DESIGNATION OF SUB - CONTRACTORS ' THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEERy AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE ' SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUBCONTRACTOR ADDRESS 1. Concrete Jezowski & Markel Santa Ana, Calif. 2 3 4. 5 7- 8. 9� lo. 12. (s) Walker & Bates BIDDER'S NAME (s) B. E, Walker AUTHORIZED SIGNATURE Co- Partnership TYPE OF ORGANIZATION (INDIVIDUALS COPARTNERSHIP OR CORPCRATION) 5947 Jasmine St. ' Riverside, Calif. 92504 ADDRESS 1 JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY FOR ORI.AAL COPY SEE CITY CLERK'S FILE •Y CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT PAGE ' TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (IO) DAYS (NOT INCLUDING SATURDAY AND BIDDER'S BOND TO ACCOMPANY PROPOSAL DATE OF THE ' MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT KNOW ALL MEN BY THESE PRESENTS, SHALL BECOME NULL .i.' THAT WE, EFFECT, AND THE , AS PRINCIPAL, AND , AS SURETY, ARE HELD ' AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ' DOLLARS ( ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19_ v CORPORATE SEAL (IF CORPORATION) ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) 1 .1 BY TITLE PRINCIPAL URETY 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 (IO) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).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 I$ READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL .i.' AND VOID; OTHERWISE IT DE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19_ v CORPORATE SEAL (IF CORPORATION) ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) 1 .1 BY TITLE PRINCIPAL URETY n LABOR AND MATERIAL BOND i L+ KNOW ALL MEN BY THESE PRESENTS, THAT t PAGE 5 BOND NO. 355006 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED July 22, 1968 Walker & Bates HAS AWARDED TO I HEREINAFTER DESIGNATED AS THE "PRINCIPAL") A CONTRACT FOR COMBINED CAPITAL IMPROVEMENT PROJECTS, CORONA DEL MAR AREA, 1968 -69 ,CONTRACT 1123 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CLTY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND n L. 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, PROVISIOi NS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR Lr DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME RO THE EXTENT, HEREINAFTER SET FORTH: - L NOW, THEREFORE, liE WALKER & BATES I i AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND THE WESTERN CASUATTY AND SURETY COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACjH,'IN THE SUM OF ONE HUNDRED EIGHTEEN THOUSAND ONE HUNDRED FIFTY TWO AND 50 /100 DOLLARS ($ 118,152.50 )i i SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE' CITY IOF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL SAND TRULY TO BE }ADE `-' - WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.- I -- THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SIUPPLIESI OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE -WORK CONTRACTED TO 1 BE DONE, OR FOR-ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FORIAMOUNTS DUE UNDER THE UNEMPLOYM NT INSURANCE CODE WITH RESPECT TO SUCH WORK OR UABOR,ITHAT THE SURETY OR SURETIES ILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEggiNd THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BONS, A REASONABLE ATTORNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROV,ISIIONS OF SECTION 11204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. I I n I � , I' (LABOR AND MATERIAL BOND - CONTINUED) L • PAGE 6 THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION 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,. r EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE L- 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 L; 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. (SEAL) -- APPROVED AS TO FORM: SURETY (Executed in triplicate). CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON II DATE I I ATTEST: CITY CLERK The premium on this bond is included in charge for Performance Bond IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL ANn SURETY ABOVE NAMED, ON THE 30TH DAY OF JULY , 196 —8. r L WALKER & BATES (SEAL) r uBY: % �/ �/. �� (SEAL) �R (SEAL) . -- CONTRACTOR THE WESTERN CAST).ALf D SURETY COMPANY (SEAL). Ray RayosBnnBahl,— tto�i Attorney-in-Fact (SEAL) -- APPROVED AS TO FORM: SURETY (Executed in triplicate). CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON II DATE I I ATTEST: CITY CLERK The premium on this bond is included in charge for Performance Bond I State of California County of Los Angeles i ss On this_30day of July in the year one thousand nine hundred and SiXtV -eight B. H. MATHER before me, , a Notary Public in and for said County and State, personally appeared Ray ROsendahl known to me to be the person whose name is subscribed to the within instrument as the Attorney -in- fact of THE WESTERN CASUALTY AND SURETY COMPANY, and acknowledged to me that he sub- scribed the name of THE WESTERN CASUALTY AND SURETY COMPANY thereto as principal, and his own name as Attorney -in -fact. .w� ,•",.••.•• ti.,••••....•.•.•••..•,•••..• •••••.••.•••,••,•,•,••,,,.•,.�, OFFICIAL SEAL B. H. MATHER D1v "a' NOTARY FJBLtC - CALIFORNIA 2 : rW PRINCIPAL OFFICE LPI LOS ANGELES COUNTY Notary Public in and for said County and State. Commission expires: My Commission Expires Jan. 17, 3973 r FORM F5 5827- CALIF. SM- 667 -POM . I n I� n I i H PERFORMANCE BOND 1 PAGE 7 BOND NO. 355006 KNOW ALL MEN BY THESE PRESENTS, THAT N' WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED July 22, 1968 HAS AWARDED TO Walker & Bates HEREINAFTER DESIGNATED AS THE "PRINCIPAL, A CONTRACT FOR COMBINED CAPITAL IMPROVEMENT PROJECTS, CORONA DEL MAR AREA, 1968 -69 CONTRACT 1123 ,-� IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIIFI -2' CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK' L' OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF` SAID CONTRACT; NOW, THEREFORE, WE, WALKER & BATES AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR"" AND THE WESTERN CASUALTY AND SURETY COMPANY u AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED EIGHTEEN T40USAND ONE HUNDRED FIFTY TWO AND 50 /100 DOLLARS ($118,152.50 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID `RO, THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -' MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE - SENTS. 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 PRO- . VIDED OM 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, v ` -' 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 SMALL REMAIN IN FULL FORCE AND VIRTUE. ii APPROVED AS TO FORM: tJ , CITY ATTORNEY The premium on this bond is $1,466.00 (SEAL) CONTRACTOR I THE WESTERN CASUALTY AND'SURETYICOMPANY (SEAL) (SEAL) RETY Ray Rosendahl, Attorney -in -Fact (Executed in triplicate) i Lj • • I I PAGE S (PERFORMANCE BOND - CONTINUED) I L i n AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE L.i EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE. SAME SHALL t^, IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE Lr OF ANY CHANGES EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. r IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND As AN INDIVIDUAL IT IS AGREED THAT THE DEATH ON 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 PFINCIPAL AND .i SURETY ABOVE NAMED, ON THE 30TH DAY Or JULY 196 -. r' WALKER & BATES (SEAL) " I 1 ii APPROVED AS TO FORM: tJ , CITY ATTORNEY The premium on this bond is $1,466.00 (SEAL) CONTRACTOR I THE WESTERN CASUALTY AND'SURETYICOMPANY (SEAL) (SEAL) RETY Ray Rosendahl, Attorney -in -Fact (Executed in triplicate) State of California County of Los Angeles f ss 14 111 On this -0_day of_s?tl y , in the year one thousand nine hundred and--§- ixty —flight before me, R. H. MATHER , a Notary Public in and for said County and State, personally appeared Ray RoSendahl known to me to bethe person whose name is subscribed to the within instrument as the Attorney -in- fact of THE WESTERN CASUALTY AND SURETY COMPANY, and acknowledged tome that he sub- scribed the name of THE WESTERN CASUALTY AND SURETY COMPANY thereto as principal, and his own name as Attorney -in -fact. ....... .. .•..••.••.• OFFICIAL SEAL = B. H. MATHER _ NOTARY PJGLIC CALIFORNIA 1'¢ Notary Public in and for said County and State. - PRINCIPAL OFFICE IN C "° LOS ANGELES COUNTY Commission ex Firei: „,,,,,,,,,,,,,,,,, ,,••,••,.,, ",,,,..,,.,,,•,.,.,. My Commission Expires Jan. 11, 1911 S FORM FS 5827- CALIF. 5M- 6- 67 -PDM Same as ori•al • PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�RT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEME HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS3 WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED, PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TM.I 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 BY THIS 16th DAY OF July 196 8 . MY COMMISSION EXPIRES: (s) Walker & Bates (s) 5947 Jasmine St. (s) Riverside, Calif. 92504 (s) B. C. Walker (s) B. C. Walker (s) Norma C. Walker ARY PUBLIC FOR ORIGINAL C® SEE CITY CLERK'S FILE COPY • BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE PAGE 10 (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCE, SKILL, AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Baseline Street Work, San Bernardino County - Tu 5- 3405 -714 Blythe Marina, Riverside County Park Dept. - 787 - 2551 -714 Sanitary Sewers, Rubidoux Comm. Services Dist. - 684 - 7580 -714 Colton, Calif. Downtown Project, Colton Redevelopment Agency - 825 - 7602 -714 Malvern Ave Widening, City of Fullerton - 525 - 7171 -714 (s) B. C. Walker IGNED PAGE II C O N T R A C T THIS AGREEMENT) MADE AND ENTERED INTO THIS / ,qtr DAY OF� BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PARTS AND Walker & Bates HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF,THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS I. 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 COMBINED CAPITAL IMPROVEMENT PROJECTS, CORONA DEL MAR AREA, 1968 -69 CONTRACT 1123 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, EQUIPMENTS LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED 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 DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS 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 PRICES 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 TIMES IN THE MANNERS 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 PAR - TIES 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 AGREE- MENT. I ' ,.2/7/67 • 0 PAGE 12 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY2 THE DIRECTOR OF PUBLIC WORKS AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS1 LOSS, DAMAGE, INJURY2 AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROMTHE .PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS LOSS, DAMAGE2 INJURY, AND LIA51LITYX HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACH, CALIFORNIA BYA�)140 MAYOR ATTEST: I �.�CITY CLERK - l • •• (SEAL) BY: / /.�JL� leJ. i0a�_ TITLE ITLE APPROVED AS TO FORM: 5s PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAN 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 13 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 CITY2 THE DIRECTOR OF PUBLIC WORKS AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS1 LOSS, DAMAGE, INJURY2 AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROMTHE .PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS LOSS, DAMAGE2 INJURY, AND LIA51LITYX HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACH, CALIFORNIA BYA�)140 MAYOR ATTEST: I �.�CITY CLERK - l • •• (SEAL) BY: / /.�JL� leJ. i0a�_ TITLE ITLE APPROVED AS TO FORM: r CITY ATTORNEY INDEX TO ' SPECIAL PROVISIONS PAGE 1: SCOPE OF WORK 1 2: CONDUCT OF WORK 2 3. COMPLETION OF WORK 2 ' 4. SCHEDULE OF WORK 2 5, AWARD OF CONTRACT . 2 1 6. PAYMENT 3 7. GUARANTEE 3 B. TRAFFIC CONTROL 3 9. EXISTING TRAFFIC SIGNS AND MARKERS 4 ' 10. WORK ON PRIVATE PROPERTY 4 11. NOTIFICATION TO RESIDENTS AND BUSINESSES 4 I 12. UNFORESEEN DIFFICULTIES 4 ' 13. CONSTRUCTION SURVEYS 5 14. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES 5 15. CLEARING, GRUBBING, AND TREE TRIMMING 5 16. WATER . 6 17. ADJUSTING UTILITY BOXES, MANHOLES, VALVE COVERS, ' SEWER CLEANOUTS., ETC., TO FINISHED GRADE g 18. EARTHWORK ' 19. AGGREGATE BASE 8 20. ASPHALTIC CONCRETE 9 ' 21. PORTLAND CEMENT CONCRETE 10 22. ADJUSTMENT OR REMOVAL AND REPLACEMENT OF WALKS AND LANDINGS 13 23. REINFORCING AND STRUCTURAL STEEL 13 F-� L" HA ' 24. STORM DRAIN 25. SEWERS 26. WATER MAINS ' 27. REPLACE AND RECONNECT EXISTING WATER SERVICES (INCLUDING NEW SERVICES) ' 28. SAND PIPE BEDDING 29:. LOWERING EXISTING STREET LIGHT CONDUIT 30. ADJUSTING MEDIAN SPRINKLER SYSTEM. STANDARD DRAWINGS F-� L" HA SP 1 of 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR COMBINED CAPITAL• PROTECTS. 1968 -69 CORONA DELI MAR AREA CONTRACT NUMBER 1123 1. SCOPE OF WORK The work to be done under this Contract consists of six separate projects: (.1) Project 1123A - Reconstruction of all or part of 23 alleys at various locations: Drawings A- 5029 -S through A- 5036 -S; Contract Sheets 2 -10. (Z) Proiect 1123B - Reconstruction of Second Avenue from Avocado Avenue to Heliotrope Avenue: Drawing R- 5018 -S; Contract Sheets 11 -17. (3) Proiect 11Z3 - Construction of a 1Z -inch water main in Second Avenue from Avocado Avenue'to Goldenrod Avenue: Drawing W- 5055 -5; Contract Sheets 18 -21.. (4) Project 1123D - Construction of a storm drain in Fernleaf, Second, and Dahlia Avenues: Drawing D- 5039 -S; Contract Sheets ZZ, 23,. and Z4. (5) Project 112319, - Construction of an 8 -inch sewer main in Second and Dahlia Avenues: Drawing S- 5027 -S; Contract Sheet Z5. (6) Project 11Z3F - Replacement of 6 -inch water mains in various alleys: Drawings A- 5028 -S, A- 5029 -S, A- 5034 -S, A- 5035 -S, and A- 5036 -S; Contract Sheets 2, 3, 8, 9, and 10. ' r" # • SP 2 of 19 ' The work requires furnishing all labor, materials, transportation, and equipment necessary to complete all work shown on the Plans in accordaace with these.Special Provisions, the City of Newport Beach's Standard ' Drawings, and Specifications, and applicable provisions of the State of California, Division of Highways' Standard Specifications, dated July, 1964. The Contractor shall maintain all job sites in a neat and orderly condition at all times. Excess spoil, debris, and broken pavement must be immediately removed from the job sites. The sites must be returned to an orderly condition, as approved by the Engineer, as soon as !the work is completed. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no additional payment will be made. 3.. :COMPLETION OF WORK The Contractor shall complete all work on the Contract within 120 consecutive calendar days after the date of execution of the Contract by the City. ■ 4. SCHEDULE OF WORK ' A complete schedule of the Contractors proposed sequence of construction must be submitted, in writing, to the City within ten (10) days after award of the Contract by the City Council. No work shall commence on any part of the Project until the schedule has been reviewed by the City with the Contractor, and the City has approved the schedule in writing. The Contractor must then make every effort possible to comply with the approved schedule. Deviation from the schedule may require a cessation of the work until a revised schedule has been resubmitted and approved in like fashion, by the City. Delays resulting from such an event will be the Contractor's responsibility and no additional time will be allowed for completion of the work. 5. AWARD OF CONTRACT All Contractors are strongly encouraged to submit bids for both Alternate "A" and Alternate "B"; however submittal of a bid for only one Alternate will not constitute an incomplete bid. The City reserves the right to 'award the Contract for either Alternate "A" or Alternate "B ", regardless of which Alternate results in the lowest total bid, SP3of19 ' 6. PAYMENT I The prices bid for the various items of work shall include full compensation for all labor and materials necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for ' in this Proposal shall be included in the price bid for other items of work. Where applicable, the prices bid for items of new construction shall include removal and disposal of the existing improvements. 7. GUARANTEE ' The Contractor shall guarantee, for a period of one year after acceptance of the Contract by the City Council, all materials and workmanship against any defects whatsoever, including trench and pavement settlement. Any such defects shall be immediately repaired at the Contractor's expense. 8.. TRAFFIC CONTROL ' a. Traffic Control Plan. The Contractor must submit, with his Work Schedule, a Plan showing the methods, types and locations of traffic control to be used for all construction phases. This Plan must also be approved by ' .the City before any construction commences. If modifications of the Plan are required during the construction period, each modification must be approved by the City prior to altering the previously approved Plan. ' b. Flagmen and Warning Devices, Barricades, warning devices and flagmen must be provided as indicated on this approved Plan or when, in the ' opinion of the Engineer, they are required for public safety or convenience. c. , Areas Closed to Vehicular Traffic. Temporary closing of through vehicular traffic will be permitted on Second Avenue, Fernleaf Avenue, and ' Dahlia Avenue, and at various alley locations during construction operations. The Contractor shall program his operations so as to minimize inconvenience to the public and so as to minimize inaccessibility to private properties from the alleys and streets involved. Attention is directed to the section of these Special Provisions regarding curing time and protection of concrete pavements. ' d. Access Private Property. . to Vehicular access from either a public street or alley shall be maintained to all properties adjacent to the work. Reconstruction of alleys number 22b, 22c, and 23a, shall not begin until thru vehicular traffic is permitted on Fernleaf,. Dahlia, and Second Avenues, unless otherwise directed by the Engineer. ' Temporary vehicular access shall be maintained from the nearest intersecting street or alley to private driveways on Second Avenue and Fernleaf Avenue. 1 '' .. SP4of 19 e. Traffic Circulation. In the event that the Contractor elects to close ' SWcond Avenue during the various construction operations, he shall provide temporary street crossings at alternate intersecting streets.. Detour ' signing must be maintained to provide adequate warning and traffic circulation acceptable to the Engineer. One lane of traffic must be maintained at all times on Avocado Avenue and Heliotrope Avenue. ' The cost of providing traffic control, including flagmen, warning devices, temporary detours, street crossings, etc. shall be included in the various ' bid items of work and no additional payment shall be'made. 9. EXISTING TRAFFIC SIGNS AND MARKERS All traffic signs and markers that interfere with the work in this Contract, whether shown on the Plans or not, shall be removed by the Contractor, salvaged, and delivered undamaged, to the City Corporation Yard, located at 592 Superior. Avenue, Newport Beach, California. ' The cost of removing and salvaging, and transporting traffic signs and markers shall be included in the various items of work and no additional payment will be made. ' 10. WORK ON PRIVATE PROPERTY ' It shall be the responsibility of the Contractor to make arrangements to work on private property when necessary to join existing improvements.- Advance notices describing the work and stating the name of the Contractor will be delivered to the residents and /or property owners adjacent to the work locations. These notices will not relieve the Contractor of his 1 responsibility for notification as covered in Section 11 of these Special Provisions. ' 11. NOTIFICATION TO RESIDENTS AND BUSINESSES The Contractor must distribute to each affected residence or business a written notice forty -eight (48) hours in advance of commencing any construction work that will involve temporary inaccessibilty to the front or rear of the properties. Said notice shall state when his operations will start and approximately when they will end. If, due to unknown conditions, acts of God, strikes, or other delays, the ending date differs materially from that estimated, a secondary notice must be distributed. 12. 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 ,r SP5of 19 ' constitute extra work and so notify the Contractor in writing within forty -eight (48) hours of first being informed of the conditions. 13.` CONSTRUCTION -SURVEYS All field staking for the control of construction shall be the responsibility of the Contractor and shall be performed under the supervision of a civil ' engineer or land surveyor licensed to practice in the State of California. Payment for all staking shall be included in the unit prices bid for the various items of work and no additional payment will be made. ' 14. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES The Contractor shall be responsible for the protection of.all improvements ' adjacent to work, such as sprinkler systems, drain pipes, lawns, plantings, brick work, masonry work, fences, walla, etc. located on either public or private property. If, in the construction of the work, any improvements are removed or damaged, other than those designated on the drawings, then such improvements shall be replaced in kind at the ' Contractor's expense. The exact location of existing utilities shown or not shown on the plans shall be verified in the field at the time of construction. The Contractor ' shall request each utility company to locate their underground lines prior :to commencing work. The City does not guarantee the presence or absence of utilities in any location. It will be the Contractor's responsibility to locate and uncover the existing ' utility lines sufficiently in advance of the work to determine their location and to work around the utilities at his own expense. 15. . CLEARING, GRUBBING, AND TREE TRIMMING i After removal of the existing curb, gutter, sidewalk, street or alley pavements, etc. by the Contractor, the City's Parks, Beaches,. and Recreation Department will trim tree roots sufficiently to provide for normal reconstruction procedures. ' It shall be the Contractor's responsibility to trim shrubs, bushes, tree limbs, etc. where protruding within alley rights -of -way as required to accommodate normal construction procedures. Payment for clearing, grubbing, and tree trimming shall be included in the unit prices bid for the various items of work and no additional payment will be made. Those boxes and /or covers broken during construction will be purchased and reset by the Contractor. In either case, the cost of resetting these facilities is included in the cost of other items of work and no additional payment will be.made. The cost of all adjustments is included in the cost of associated items of work and no additional payment will be made. b. Portland Cement Concrete Paved Areas. All manholes, valve covers sewer cleanout covers, water meter boxes, gas and electric boxes, etc. shall be adjusted to finished grade before concrete paving. c. Asphaltic Concrete Paved Areas.. Except as otherwise. authorized by the Engineer, manhole frames, valve covers, and sewer cleanout covers, etc. , within the asphaltic concrete pavement area shall not be set to final grade until the final paving has been completed. The manhole frames and covers shall be removed and the manhole structure covered with a steel plate unless the existing cover is sufficiently below grade so as not to form an obstruction during the construction of the subgrade or base and the spreading and rolling of the asphaltic concrete (AC). The manhole openings shall be temporarily covered by suitable means. After the pavement has been completed, the nece ssa ry. portions of the subgrade, base and pavement shall be neatly cut away, the manhole built up, and the frames set to a grade flush with the surface of the. adjacent pavement. The surrounding area from which the pavement, base or sub — grade. has SP 6 19 of 16. WATER ' The Contractor shall make his own provisions for securing and applying water necessary to perform his work. If the Contractor desires to use City water, he shall make arrangements for water purchases by contacting ' the City's Utility Superintendent, Mr. Phillips, at (714) 673 -2110, ext. 74. Payment for developing, furnishing, and applying crater shall be included in the unit prices bid for the various items of work and no additional payment will be made. 17.. ADJUSTING UTILITY BOXES, MANHOLES, VALVE COVERS,. SEWER CLEANOUTS, ETC. TO FINISHED GRADE ' a. General. Adjusting existing utility boxes, manholes, valve covers, sewer cleanouts, etc, to finished grade shall be in conformance with the Standard Specifications and these Special Provisions. Before beginning construction, the Contractor and the Engineer will 1 determine what utility boxes and /or covers are broken. These will be reset by the Contractor. The materials will be paid for by the owner. Those boxes and /or covers broken during construction will be purchased and reset by the Contractor. In either case, the cost of resetting these facilities is included in the cost of other items of work and no additional payment will be.made. The cost of all adjustments is included in the cost of associated items of work and no additional payment will be made. b. Portland Cement Concrete Paved Areas. All manholes, valve covers sewer cleanout covers, water meter boxes, gas and electric boxes, etc. shall be adjusted to finished grade before concrete paving. c. Asphaltic Concrete Paved Areas.. Except as otherwise. authorized by the Engineer, manhole frames, valve covers, and sewer cleanout covers, etc. , within the asphaltic concrete pavement area shall not be set to final grade until the final paving has been completed. The manhole frames and covers shall be removed and the manhole structure covered with a steel plate unless the existing cover is sufficiently below grade so as not to form an obstruction during the construction of the subgrade or base and the spreading and rolling of the asphaltic concrete (AC). The manhole openings shall be temporarily covered by suitable means. After the pavement has been completed, the nece ssa ry. portions of the subgrade, base and pavement shall be neatly cut away, the manhole built up, and the frames set to a grade flush with the surface of the. adjacent pavement. The surrounding area from which the pavement, base or sub — grade. has SP7of 19 ' been removed shall be backfilled to within 1 -1/2= inches of the surface with Portland cement concrete (PCC) conforming to. Section 13 of the .:City's Specifications. The remaining 1- 1 /24nches shall be backfilled with asphalt concrete wearing surface and compacted, the work shall be ' so performed as to present a neat and thoroughly workmanlike appearance upon completion. 18, . EARTHWORK. ' A. General. Earthwork shall conform to Section 10, and applicable portions of Sections 15 -19 of the City's Standard Specifications and these Special Provisions, I' The cost of removal and disposal of existing street and alley pavements, miscellaneous concrete, etc. shall be included in.the unit prices bid for the various, items of work, and no additional payment will be made. .Existing asphaltic concrete, Portland cement concrete or. stone surfaces In street areas shall be saw cut at the join.lines shown on the Plans. Asphaltic concrete surfaces in alley areas shall be saw cut 8- inches behind the right -of -way line. Portland cement concrete surfaces in alley areas shall be saw cut at the right -of -way line, or as shown on the Plans or as directed by the Engineer. Overexcavation and /or excessive pavement removal, created by the Contractor's operations beyond the limits described herein or shown on the Plans, shall be replaced in kind at the Contractor's expense. Disposal of excess excavation or the importation of fill materials thus required to prepare the subgrade plane as shown on the Plans, shall be at the Contractor's expense. b. Subgrade Preparation. Subgrade preparation shall conform to the provisions in Section 21 of the State Standard Specifications, except that the subgrade within 0.5 foot below the grading plane shall have a relative compaction requirement of 90 percent in lieu of the 95 percent specified in Section 21 -1.02 of the State Standard Specifications and Section 10 -07 of the City's Specifications. All of the Contractor's cost of subgrade preparation shall be considered to be included in the various unit prices bid for items requiring subgrade preparation and no additional payment will be made. C, Street and Alley Excavation. Street and alley excavation shall include all the work required to excavate.and dispose of the various materials removed to accommodate the design grades and structural section, as shown on the ' Plans and in accordance with these Special Provisions. The cost of street and alley excavation shall be included in the unit prices bid for the various items of associated work and no additional: payment ............. ,; SP8of19 d, Structural Excavation and Backfill. Structural excavation and backfill shall . conform to Sections 16 -04 and 16 -07 of the City's Specifications and these Special Provisions. ' Backfill materials at all structures shall have a sand equivalent of not legs than 30, and shall have a relative compaction of not less than 90 percent. ' The lump sum or unit price bid for the applicable structure shall include the cost of structure excavation and backfill and no additional payment will be made. e;, Trench Excavation and Backfill. Special care shall be taken when excavating across landscaped areas, medians', sprinkler systems, etc. ' These improvements shall be left in a condition acceptable to the Engineer. Damage occuring to these improvements as a result of the Contractor'a operations 'shall be replaced in kind at the Contractor's expense. ' The Contractor shall compact the trench in accordance with Section 16 -07 of the City's Specifications, using water and /or whatever supplementary ' means are necessary, such as vibratory compactors or rollers, mechanical tampers, concrete vibrators, etc. to achieve a uniform compaction of not less than 90 percent relative compaction and to positively prevent any ' future trench settlement. Payment for trench excavation and backfill shall be included in the unit ' prices bid for the various items of associated work and no additional payment will be made. ' 19. AGGREGATE BASE Aggregate 'shall conform to the provisions for Class 2 aggregate base which is 1 -1/2 -inch maximum as specified in Section 26 of the State Standard Specifications and these Special Provisions: ' At least 65 percent by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No.. California 205. The R -value requirement will not be waived as provided in Section 26- 1.02A, ' The provisions of Section 26 -1.035 are superseded by the following: At the time aggregate base is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distributed throughout the material. In lieu of the spreading requirements specified in Section 26, aggregate base material shall be spread upon prepared subgrade by means of 20.. ASPHALTIC CONCRETE a. -' General. The provisions of Section 12 of the City's Specifications shall, govern the furnishing and placing of-. asphaltic concrete. b.: Asphaltic Concrete Street Pavement. Aggregate grading requirements for base course may be either medium or coarse grading, 3/4 -inch nia4mum, as specified in Section, 39x2. 02 of the State Standard Specifi- cations.. The mineral aggregate for surface course shall be 3/4 -inch maximum- medium grading. The mineral aggregate for l -inch and variable AC cap shall be 1/2 -inch maximum -fine grading. The amount of aspbalt binder to be mixed with the mineral aggregate shall be between 3 percent and 7 percent by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the City. The provisions in Section 39 -2.04A and 39 -2. 048 are superseded by the following; At least 75 percent by weight of. the material retained in the No.. 4 sieve shall have at least one fracture face as determined by Test Method No, Calif. 205. Prime coat and paint binder shall be applied in amounts specified in Section 12 of the City's Specifications. Prime coat shall be liquid asphalt grade SC -250. Paint binder (tack coat) shall be mixing type asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. The unit price bid for asphaltic concrete pavement shall include full compensation for tack and prime coating, placing and compacting the materials where.shown on the Plane or directed by the Engineer. SP9of 19 I' approved spreading devices which will deposit a uniform windrow or layer, and after spreading as above specified, the material shall be shaped in accordance with Section 26. .Motor graders may be used for the ' aforementioned shaping. Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. The use of bottom ' dumps will be permitted. Compaction shall conform to Section 11 -04 of the, City' a Specifications. ' The'unit price bid for aggregate base shall apply to all aggregate base utilized at the various project locations for sub -base materials, and as ' required to provide ingress and egress to properties during the construction operations as directed by the Engineer. 20.. ASPHALTIC CONCRETE a. -' General. The provisions of Section 12 of the City's Specifications shall, govern the furnishing and placing of-. asphaltic concrete. b.: Asphaltic Concrete Street Pavement. Aggregate grading requirements for base course may be either medium or coarse grading, 3/4 -inch nia4mum, as specified in Section, 39x2. 02 of the State Standard Specifi- cations.. The mineral aggregate for surface course shall be 3/4 -inch maximum- medium grading. The mineral aggregate for l -inch and variable AC cap shall be 1/2 -inch maximum -fine grading. The amount of aspbalt binder to be mixed with the mineral aggregate shall be between 3 percent and 7 percent by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the City. The provisions in Section 39 -2.04A and 39 -2. 048 are superseded by the following; At least 75 percent by weight of. the material retained in the No.. 4 sieve shall have at least one fracture face as determined by Test Method No, Calif. 205. Prime coat and paint binder shall be applied in amounts specified in Section 12 of the City's Specifications. Prime coat shall be liquid asphalt grade SC -250. Paint binder (tack coat) shall be mixing type asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. The unit price bid for asphaltic concrete pavement shall include full compensation for tack and prime coating, placing and compacting the materials where.shown on the Plane or directed by the Engineer. 'C, • SP 10 of 19 c. Temporary Asphaltic Concrete Pavement Replacement - Trench Areas. Immediately after backfillingtrenches in existing paved areas not scheduled ' for complete reconstruction.or where directed by the Engineer, the Contractor shall place a temporary 1 -1/2 -inch minimum thickness, asphaltic concrete pavement. This temporary pavement, when placed, shall be compacted with a small roller or other means approved by the Engineer, and shall be maintained in a safe. and neat condition until the permanent pavement replacement-has been constructed. The unit price bid for temporary pavement replacement shall include full compensation for the materials, placement, maintenance, and removal of this pavement. d. Permanent Asphaltic Concrete Pavement. Replacement - Trench Areas. All trenched areas outside of the proposed street and alley pavement reconstruction area limits will, require permanent pavement trench replacement constructed in accordance with Section 16 -08 of the City'a .Specifications except as follows: The unit price bid for permanent AC pavement replacement in trench areas shall include full compensation for placement and compaction of the material in all trench areas lying outside the limits of street and alley reconstruction. ' e, Miscellaneous Asphaltic Concrete Patching and Feathering. Miscellaneous asphaltic concrete patching shall include all AC required, as indicated on the Plans and directed'by the Engineer, to patch between existing improvements and alley paving, approaches, or street improvements. ' Payment for patching adjacent to the concrete alley improvements constructed in this Contract shall be limited to a maximum width of eight (8) inches. Additional asphaltic concrete patching required due to the Contractor's ' operations, but not shown on the Plans or approved by the Engineer,, shall be at the Contractor's expense. ' Asphaltic concrete patching thickness shall be a minimum of four (4) inches. Subgrade shall be compacted as specified herein for subgrade preparation. ' The unit price bid for miscellaneous asphalt patching shall include full compensation for subgrade compaction, tack or prime coat, and placing the asphaltic concrete patch. 21. PORTLAND CEMENT CONCRETE a. General. Portland cement concrete shall conform to Section 13 of the City's Specifications and these Special Provisions. FCC used for drainage and sewer structures, street and alley pavements, alley approaches, cross gutters, and spandrels shall be Class "A ", 1 -1/2 -inch maximum gradation. ' SP 11 of 19 1 II PCC used for curbs, .gutters, and sidewalks shall be Class "B"t maximum gradation. 1 -1/2 -inch .PCC shall be barricaded immediately after placement and no vehicular traffic allowed thereon until beam test specimens yield a minimum modulus of rupture of 450 psi tested as specified herein. Attention is directed to the amount of water and slump test requirements ' of Section 13 of the City's Specifications and the traffic and use provisions specified herein, ' Curing of concrete shall commence as soon as free water leaves the surface of the concrete but not later than three hours following placement of the ' concrete upon the subgrade in accordance with Section 13 -08 of the City's Specifications. ' The Contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumped concrete shall have 3/4 -inch maximum aggregate gradation and have a slump of 3 to 5 inches. Air entrainment t agents may be added to the concrete to the extent that the resultant air content will be 5 -7 percent by volume of the concrete mixture. ' b. Structures.. Drainage structures shall be constructed in conformance with Section 51 of the State Standard Specifications, these Special Provisions, and as shown on the Plans. ' The unit price bid for each structure or modification of a structure, shall include full compensation for the work on the structure, complete in place, including structural excavation and backfill, concrete, reinforcing steel, pipe connections, etc. and no additional payment will be made. C. Portland Cement Concrete Strength Requirements. The 6 -1/2 -inch thick PCC for street and alley pavements, cross- gutters, spandrels and alley approaches shall attain a minimum modulus of rupture of 600 psi within 28 days after placement. Attention is directed to Section 6 of the City's Specifications. The. City will be responsible for all PCC specimen testing. ' - d. . Street and Alley Pavements, 6 -1/2 inches Thick. Weakened plane and contact joints shall be constructed as shown on the Plans and these Special Provisions. .After the concrete has cured, the contact joints shall be cleaned and filled with an approved joint filler. If the new pavement extends less than two feet onto private property, a score mark shall be made parallel to the alley center -line at the property lines. ' If the new pavement extends beyond two feet onto private property, a standard weakened plane joint shall be constructed on the property lines. II SP 12 of 19 PCC, 6 -1/2- inches thick shall be used to patch between new PCC improvements and existing PCC improvements. The unit bid for street and alley pavement shall. include full compensation for subgrade preparation; adjustment of all utilities to grade, materials, labor, equipment, and all incidental items required to construct the pavement as specified herein. e. Cross Gutters, Spandrels, and Alley Approaches #.. 6 -1,2- inches Thick. Portland cement concrete alley approaches shall be constructed in conformance with Section 15 of the City's Specifications, these Special Provisions, and as hown on the Plans. The Unit price bid for removal and /or construction of cross gutters, spandrels, and alley approaches shall include full compensation for constructing the item, complete in places including subgrade preparation, curb returns, and adjusting to grade any manhole, valve or sewer cleanout covers that are within the approach areas. f. Residential Drive Approaches. Portland cement concrete residential drive approaches :shall be reconstructed in conformance to Section 15 of the City's Specifications, these Special Provisions, and as shown on the Plans. The unit price bid for removal and replacement of residential drive approaches shall include full compensation for reconstructing this item, complete in place, as shown on the Plans. g. Curb and Gutter. Type "A" curb and gutter, 6 -inch and 8 -inch curb face, shall be constructed in conformance to Section 15 of the Standard Specifications. Street pavement shall be sawcut two feet from the existing curb face to accommodate the new gutter. The newly constructed curb and gutter shall be warped within two feet of join locations shown on the Plans or as specified by the Engineer. Curb and gutter flow lines shall remain at a constant grade to assure drainage flow. Aggregate base shall be placed under the new curb and gutter as shown on the Plans. The unit price bid per linear foot of Type "A" curb and gutter, 6 -inch and 8 -inch curb face, shall include all compensation for removing existing curb and gutter, preparing subgrade, including aggregate base, and constructing the specified curb and gutter as shown on the Plans. 1 Concrete curb and gutter will be measured for payment by the linear foot, in place, excluding those areas where alley approaches and their curb returns and drainage structures are to be constructed. ' h, Sidewalk - 4 inches Thick. The unit price bid for removal and replacement of 4 -inch thick sidewalk shall include full compensation for constructing r� r r r r r r r SP 13 of 19 this item in conformance to Section 15 of the .Cit)O s Specifications, its shown . on the Plans or,as designated by the Engineer. is Class "B" PCC Pipe .Encasement and Supports.. Class "B" PCC for pipe encasement and supports shall be placed to the ,dimensions shown on the Plans. The unit price, bid for Class "B" PCC for pipe encasement and supports shall include full compensation for excavation and placement of this item. 22... Brick, flagstone, concrete, etc.. walks and landings adjacent to curb and gutters, driveways, alley approaches, and sidewalks shall be adjusted or removed and replaced in kind to meet the grade of the newly constructed facilities as shown on the Plans or as directed by the Engineer. The unit price bid for this item shall include full compensation for all labor and materials required to complete the work. 23.. REINFORCING AND STRUCTURAL STEEL r Reinforcing and structural steel shall conform to the requirements of Section 14 of the City's Specifications except that bar reinforcement shall be either intermediate grade or hard grade bars.. Steel shall be placed in accordance rwith the contract drawings. Payment for reinforcing and structural steel shall be included in the price r bid, for each item of work requiring reinforcing and structural steel and no additional payment will be made. r24. : STORM DRAIN a. General. Storm drains shall be constructed in conformance with the requirements of Section 17 of the City's Specifications. The Contractor shall provide for continuous flow of storm and nuisance water r during the progress of the work. . The Contractor shall provide temporary berms, channels, sandbags, etc, to assure that storm water does not damage adjacent property. rIn all locations where a structure is constructed in line with the main storm drain pipe, the pipe connections are to be included in the unit price r bid for the structure. All other, pipe connections are to be considered in the unit price bid for the pipe and no additional payment will be made. Pipe will be measured by in -place linear feet. r SP 14 of 19 The cost of filling pipe& to be abandoned with sand and the cost of plugging with brick and mortar existing or new storm drain pipe, shall be included with other items of work and no additional payment will be made. The unit prices.bid for the various storm drain items therefore shall constitute full compensation for all labor and materials necessary to construct the storm drain system, complete; in place, and operable, and shall include all incidental items of work not separately provided for in.the Proposal. b. 'Reinforced Concrete Pipe. Reinforced concrete pipe, furnished and installed,, shall' conform to Section 17 -02 of the City's Specifications. c. , Reinforced. Plastic Mortar Pipe. The reinforced plastic mortar pipe and fittings$ furnished and installedt. ,shall be composed of a mixture of mineral aggregate and polyester resin reinforced with continuous glass filaments as manufactured by United Technology' Center, 6151 West Century Boulevard, Los Angeles, California, or an approved equal. The Contractor 'shall submit shop drawings and manufacturer's specifications of the 'pipe units he proposes to furnish. Material test certificates must be submitted for the Engineer's approval prior to commencing construction. Installation shall be in 'conformance with the manufacturer's recommended „methods and procedures and as approved by the Engineer. The manufacturer's technical representative shall be available for any assistance required during installation. The resin shall be a catalyzed isophthalic polyester resin. The aggregate shall be siliceous sand per A. S. T. M. C -33. The fiberglas reinforcement shall be a borosilicate type continuous glass roving with a polyester compatible finish. The gasket seals shall be a continuous ring of neoprene type rubber. T'he reinforced plastic mortar pipe shall exhibit, without failure, a minimum stiffness factor of 15, 000 lbs /in2 /in for 36 -inch pipe and 24, 000 lbs /in2 /in for 42 -,inch pipe at 5 percent deflection when tested per A. S. T.M. D- 2412 -65T. Failure shall not occur prior to a deflection of 15 percent of the pipe diameter. The average inside diameter of the pipe may be less than the normal by not more than 1 /8- inch, when measured approximately 3 inches from the end of a section. The nominal wall thickness for Class 150, 36 -inch pipe shall be 0.46 inch, and have a minimum wall thickness of 0.43 inch. The nominal wall thickness for Class 150, 42 -inch pipe shall be 0. 52 inch, and have a minimum wall thickness of 0.49 inch. SP 15 of 19 Each length of pipe and fittings shall have sufficient strength to withstand, without leakage or structural damage, the hydrostatic proof pressure of ' 451 psi. 25. SEWERS a. General.: Interruption of sewer flow shall not be permitted until the newly constructed sewer is ready to be put into service. After diverting the ' sewer.flow into the new sewer, the old 8 -inch vitrified clay pipe (VCP) sewer_ shall be abandoned by filling with sand and plugging the ends. b.. Vitrified Clay Pipe Sewer Main. Vitrified clay pipe shall conform to Sections 16 -02 and 16 -06 of the City's Specifications and A. S. T. M. ' Designation C- 200 -64T, except that hotpoured joints will not be permitted. The joints shall be plastic, interlocking type, and shall conform to A. S. T. M. Designation C- 425 -64. Branches for residential sewer services shall be furnished and installed to replace existing services. Exact locations shall be determined in the field by the .Engineer. Sewer pipe lengths will be measured from centerline of manhole to centerline of manhole. The unit price bid for 8 -inch sewer main shall include the cost of removing and disposing of the existing manhole, sand filling and plugging the existing 8- inch-VCP.�sewer main to be abandoned, connecting the new VCP main to the new manholes, furnishing and installing the new wye- branches for sewer laterals, excavating and backfilling the trench and all other work required to construct the sewer main complete in place. c. _ Vitrified Clay Pipe Sewer Services. The vitrified clay pipe to be used for sewer services shall conform to the requirements specified for sewer mains. ' The work consists of connecting existing residential sewer services from a satisfactory point of connection to the new sewer main. Connections to the existing services shall be made with "band - seal" joints or an approved equal. ' The unit price bid for new 4 -inch VCP sewer services shall include the cost of excavating the trench, backfilling and compacting, removing and disposing of existing services as necessary, making the connection between the existing service and the new sewer main and all other work required to install the service as specified herein. Measurement for payment will be made from the outside end of the wye -bell to the upper end of the house connection. ' SP 16 of 19 , d. Sewer Manholes. New sewer manholes shall.be constructed at locations shown on the Plans. Manhole frames and covers shall be Alhambra A -1490 or equal, conforming to the requirements for "Grey iron castings" (A. S. T. M. Designation A -48, Class 30). The cover shall be set flush ywitti the finished pavement grade. The unit prices bid for the various pipe sizes, as specified, shall include full compensation for all labor and materials necessary for construction of the pipe, connecting'new or existing services to the main, and any other incidental items of work not.separately provided for in the Proposal. The basis of payment of pipe lengths shall be as measured on the horizontal, and as follows: (1) Centerline of coupling to centerline of coupling and /or valve. (2) Centerline of valve to centerline of valve. (3) Centerline of valve to centerline of fire hydrant. C. Valves and Fittings. Cast iron fittings shall be short body, cement lined I in conformance with ASA Standard A21.4 with rubber ring or hub ends, and shall conform to the requirements of ASA Standard A. 21. 10. All rubber ring joints shall conform to the pipe manufacturer's specifications and shall be free from rough spots and sharp edges. Flanged fittings shall conform to ASA Standard B16. 1. The Contractor shall remove and deliver the existing manhole frame .aad cover to the City of Newport Beach's Corporation Yard, 592 Superior Avenue, Newport Beach, California. The unit price bid per sewer manhole shall include the cost of. the manhole, including frame and cover, connecting to the sewer mains, and all other work necessary to.construct a complete and operable sewer system, 26.: WATER MAINS a. General, Water mains and their appurtenances shall be constructed in �-i accordance with Section 19 of the City's Specifications and these Special a Li Provisions. ':• b. Piping. Materials, All water mains, unless otherwise specified, shall be asbestos cement water pipe conforming to Section 19 -02 of the City's r ' Specifications. The minimum cover for 12 -inch pipe shall be 36 inches and i for 6 -inch pipe shall be 30 inches, except as indicated on the Plans or as directed by the Engineer. The unit prices bid for the various pipe sizes, as specified, shall include full compensation for all labor and materials necessary for construction of the pipe, connecting'new or existing services to the main, and any other incidental items of work not.separately provided for in the Proposal. The basis of payment of pipe lengths shall be as measured on the horizontal, and as follows: (1) Centerline of coupling to centerline of coupling and /or valve. (2) Centerline of valve to centerline of valve. (3) Centerline of valve to centerline of fire hydrant. C. Valves and Fittings. Cast iron fittings shall be short body, cement lined I in conformance with ASA Standard A21.4 with rubber ring or hub ends, and shall conform to the requirements of ASA Standard A. 21. 10. All rubber ring joints shall conform to the pipe manufacturer's specifications and shall be free from rough spots and sharp edges. Flanged fittings shall conform to ASA Standard B16. 1. SP 18 of 19 > an, existing tee, cross, elbow, etc., a concrete thrust block shall be placed behind the plug. ' The Contractor shall inform,the Engineer and all affected residences by a written notice, one day in advance, when it will be necessary to shut down any portion of the existing system in order to connect new mains. The Contractor shall maintain the existing main and house connections in service until the new main has been pressure - tested, chlorinated, and approved by the Engineer for use. 'The cost of connecting to existing water mains at the various locations shown on the Plans, or as directed by the.Engineer, shall be included in ■ the various items .of work and no separate payment will be made. ILI i, Testing New Mains and Services. Testing shall be performed in accordance to Section 19 -08 of the City's Specifications.. Rubber ring joints in asbestos cement pipe need not be exposed during testing. All other types . of joints and all service connections shall be left exposed during testing operations. j. Salvaging of Existing Valves, Tees, and Miscellaneous Appurtenances. All existing valves, tees, and miscellaneous appurtenances scheduled to be replaced under this Contract shall be removed by the Contractor and delivered to the City's Corporation Yard. The cost of removing and salvaging water valves, tees, and miscellaneous appurtenances shall be included in the various items of work and no additional payment will be made. 27. REPLACE AND NEW SERVICES EXISTING WATER SERVICES The, Contractor shall replace and reconnect all water services with new materials ' between the new water main and all existing water meter service locations. as required. New, services, shall be installed at locations as directed by the Engineer. The existing 3/4 -inch meters shall be reconnected and the salvable meter boxes re -used. All meter boxes damaged by the Contractor's operations shall be replaced at his expense. The service pipe to the existing meter, including angle stop, shall be 1 -inch diameter. The Contractor shall use silver- soldered copper sleeve type connectors to join the new copper tubing to existing copper tubing. Flared fittings shall be used for 1 -inch diameter ' or smaller water services. All work shall be done in accordance with Standard Drawing STD - 503 -L. ' The unit price bid for replacement and reconnecting existing water services shall include all the work as shown on the Plans and as described herein. SP 19 of 19 SAND PIPE BEDDING ' Sand pipe bedding materials "A" and "B" shall conform to the provisions for fine aggregate, Section 90 -3. 03 of the State Specifications. ' Sand pipe bedding "A" and "B" for storm drain pipe and 12 -inch AC water main shall be placed as shown on the Plans, LACRD Drawing STD 76 -01, and when soft, ,spongy, unstable, or similar materials are encountered upon which the bedding material or pipe is to be placed, this unsuitable material shall be. removed to a depth ordered by the Engineer and replaced with. sand "pipe .bedding. The unit price bid for sand pipe bedding shall include additional excavation, if required, and placement of this item at locations and to the cross section shown on the Plans. No additional payment will be made for sand pipe bedding required due to overexcavations beyond the limits shown on the ' plans or directed by the Engineer. 29. LOWERING EXISTING STREET LIGHTING CONDUIT. aThe existing street lighting conduit in the median on Avocado Avenue shall be lowered to accommodate the water main and street construction. All work shall be performed with materials similar to the existing and in accordance with applicable portions of the City's Specifications and State Standard Specifications. The price bid for lowering street lighting conduit shall include all work required as specified herein, shown on the plans, and directed by the Engineer. 30. ADJUSTING MEDIAN SPRINKLER SYSTEM ' The existing median sprinkler system shall be adjusted by lowering and removing sprinkler heads to accommodate the water main and street construction. Completion of the work shall produce an even water distribution over the remaining median to be replanted. Restoration of the landscaping will be accomplished by the City. All work shall be performed with materials similar to the existing and . in accordance with applicable portions of the City's Specifications and ' State Standard Specifications. The price bid for adjusting the median sprinkler system shall include all work required, as specified herein, shown on the Plans, and directed ' by the Engineer. Mal 11 Fal 8 9 101, 11 �2 13 14 15 16 17 18 19 20 21 22 i14tEPXAS, pwmmw@ to do . lawitU S bids fog' s edowistIzz of "a : " edvital z . paolsats, COSMA lei War adxea, 19 sR tiw City Of . is ACCOV 0340 With do pima 444 syemiili"tiaW lessetatelm ad"esd, We vm roceiwA a the 16th dsy of July, l%8, al TAU417 Opened &%I de+clalvd; and VOSSASs, it appears that the l+owask r espensible bidder therefor is :vauter fA Bates; ,, T9MvPwO At IT USOLVED Haupt the bid at walioer a > for tins work In the amt of #813,869.90 be aw"trd MW that tht coatmet for the construction vaask be a+e)ed to said bidder. j- 3Z IT FM= SIMM that the Itysr and City Uork are km by aruthoriXed saes disactte8 to ea"Ute -a contraux SR a,:"rd=* with the *pea- M*Atlons, btd as this araerd on ba- half of the city of Wv4port aaaonh, and that the ;ity Clolk be dirsoted to furnish, an ex4cautad aopy to the suaaessfal bidder. 23 24 25 ATf5I2 261 27' 28 29 �3Q 31 32 to =' IN e N, oNO i TO: Public Works Department FROM: City Clerk 6 Date August 12, 1968 SUBJECT: Contract No. 1123 Project Imbined 1968 -69, Corona del Mar ex*A. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Walker 6 Bates Address: 5947 Jasmine Street, Riverside, California 92504 Amount: $ - 286-9 —305-*90— - ,2 /5 August 12, 1968 Effective Date: Resolution No. 6835 Laura Lagios LL:dg Att. cc: Finance Department asp August 12, 1968 TO: CITY CLERK FROM: Public Works Department SUBJECT: COMBINED CAPITAL PROJECTS 1968 -69, CORONA DEL MAR AREA, -E- 1`882 Attached are three sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's and Public Work's copies to me. Derek H. White Design Engineer DHW /ldg Att. Ouly 22, 1968 TO: CITY COUNCIL G FROM: Public Works Department SUBJECT: COMBINED CAPITAL IMPROVEMENT PROJECTS, CORONA DEL MAR AREA, 1968 -69 CONTRACT 1123 RECOMMENDATIONS: Adopt a resolution awarding the contract to Walker & Bates for $215,863.00 and authorizing the Mayor and the City-Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 10:00 A.M. on July 17, 1968. BIDDER ALT. 'A' ALT. 'B' Walker & Bates, Riverside $215,863.00 $236,305.00 Lynam -Wood, Corona Del Mar 224,209.90 256,904.90 Sully- Miller, Long Beach 245,623.00 ---- - - - - -- Alternate 'A' represents Asphalt Concrete pavement for Second Avenue; and Alternate 'B' represents Portland Cement Concrete pavement for Second Avenue. The low bid for Alternate 'A' is 3% lower than the Engineer's estimate of $222,000 and for Alternate 'B' is 4% lower than the Engineer's estimate of $247,000. The work included in the contract and the funds available are: Storm Drain in Second Avenue $28,500.00 Annual Sewer System Betterment Program 4,000.00 Reconstruct Second Avenue in Corona Del Mar 13,000,00 Annual Street Reconstruction and Resurfacing Program 58,000:00 Reconstruct Alleys in Corona Del Mar 68,000.00 Annual Alley Reconstruction and Resurfacing Program 5,000 >00 Construct 12 inch Water Main in Second Avenue, Corona del Mar 41,000:00 Annual Water Main Replacement Program 32,000.00 _15_0_0 , 0 An economic analysis of the two alternates indicates that the advantages of Portland Cement Concrete pavement for Second Avenue do not justify the substantial cost differential, therefore award based on Alternate 'A' is recommended. Special effort will be devoted to minimizing inconvenience to adjacent property owners and to vehicular traffic; however, it is emphasized that a certain amount of incon- venience will be unavoidable. The plans were prepared by the City. The estimated date of completion is November 30, 1968. seph T Devlin blic rks Director DHW/ r.i h + July 11,.1968 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS i CONTRACT NO. 1123 FOR COMBINED CAPITAL PROJECTS 1968 -69 CORONA DEL MAR AREA ADDENDUM NUMBER 1 PLEASE REVISE AS FOLLOWS: 1. PROPOSAL - Page 2 Item No. 7 2,700 Sq. Ft. P.C.C. Cross Gutters and Spandrels - 8" thick 2. SPECIAL PROVISIONS Page 12, paragraph e. e. Cross Gutters, Spandrels, and Alley Approaches. 3. PLANS'- Contract Sheets 11 - 17 All 10' curb return radii at intersections of cross streets with Second Avenue shall be considered to be 15' radii. Proposal Item quantities to remain as shown. Please show date of receipt of this Addendum on the Proposal or insert a copy with your ?roposal. Benjamin B. an Assistant Public Works. Director EMcD /ldg i CITY OF NEWPORT BEACH CONTRACT DOCUMENTS For Combined Capital Projects 1968 -69 CORONA DEL MAR AREA Contract No. 1123 APPROVED BY THE CITY COUNCIL ON THIS 24th DAY OF JUNE, 1968 Laura Lagios, City C1Jyk , yALYFR & SATES $947 JASi m snmr Aiv&RSIiTS, CAL g ;:92504 7 � ' CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS PAGE I -A SHEET I OF 2) SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M., ON THE 16ti1DAY OF July , 1968, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: Combined Capital Projects Corona del Mar Area 1968 -69 Contract No. 1123 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH B.ID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE AMOUNT BID. :. HE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. - PROPOSAL 2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS PAGES - BIDDER'S BOND PAGE 9 - NON- COLLUSION AFFIDAVIT 5. PAGE 10 - CONTRACTORS FINANCIAL STATUS THE DOCU: ?ENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QVANTt- TIEES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- FARTMENT, CITY HALL, NEWPORT BEACH, CALtFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILI�:G RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFdRMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. r 1 Tunnel Classifications 1 El 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective 'list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 ' Classification (Selective Listing) (5/1/68 'Carpenters 5.33 Cement Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 ' Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. ICITY OF NEWPORT BEACH, CALIFORNIA ILaur Lagios, City Clerk Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools ' (except driller) 4.695 Operating Engineers (7/1/68) ' Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chanman (Group 3) 5.16 ' Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 ! Pavement - breaker operator (Group 5) 5.46 ' Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) ' Dump Truck Driver (Less than Water truck driver (2500 gal. 4 yds.) to 4000 gal.) 465 - - 4.83 t Building and Construction trades (5/1/68) 5.30 Bricklayer & Stone Mason Electrician. (1/1/68) Journeyman Wireman 6.75 (5/23/68 ' Lather 5.08 Painters 1\7/1/68 ' Journeyman - spray Pipe trades 5.79 Plumber 5.79 ' Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. ICITY OF NEWPORT BEACH, CALIFORNIA ILaur Lagios, City Clerk r 0 0 CITY OF NEWPORT BEACH COMBINED CAPITAL PROJECTS CORONA DEL MAR AREA CONTRACT 1123 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract.No. 1123 in accordance with the City of Newport Beach Drawings A- 5028 -S, A- 5029 -S, A- 5030 -S, A- 5031 -S, A- 5032 -S, A- 5033 -S, A- 5034 -S, A- 5035 -S, and A- 5036 -S, (1 sheet each); R- 5018 -S (7 sheets); W- 5055 -S (4 sheets); D- 5039 -S (3 sheets); and S- 5027 -S (1 sheet); the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 200 Lineal Temporary A. C. Pavement - Trench Areas Feet 7u C,&az� Dollars and Cents $ 14f $ ano °t ✓ Per Lineal Foot 2. 200 Lineal Permanent A. C. Pavement - Trench Areas Feet e,e:,Z�, Dollars and Cents $ $ 400'? ✓ . Per Linea Foot 3. 5,400 Sq ' Feet L Miscellaneous A. C. Patching @ L¢,a Dollars and s-o Cents $ Per Square Foot ITEM QUANTITY It DESCRIPTION UNIT TOTAL P NO.s AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 74,000 Sq. P. C. C. Alley Pavement - 6V" Thick Feet @ ,,`�✓ _ . Dollars and Cents $ . 7 —° $S/, Soo J Per Square Foot 5. 31 Each P. C. C. Alley Approach - 6k" Thick @ etutc %C ec ;� a �,� a�u�ta � ,�e, Dollars f and 9� 7, o ewv Cents Per Eac 6. 2,500 Sq. P. C. C. Drive Approaches - 4" Thick Feet @ " J j u-U Dollars and Ls. Cents $ $ 6 a5 tf Per Square Foot 7. 2,700 Sq. P. C. C. Cross Gutters and Spandrels - Feet 6�." Thick @— /v q , c cycty Dollars �� and Cents $ .g° $e? /I, Per Square Foot 8. 4,300 Type "A" - 6" C.F. - P. C. C. Curb and Lineal Feet Gutter� / Dollars 1A.0 and Cents_ $ Per Lineal Foot 9. 500 Lineal Type "A" - 8" C.F. - P. C. C. Curb and Feet Gutter Dol l ars and y2o c'es Cents v Per Lineal Foot 10. 3,600 Sq. P. C. C. Sidewalk - 4" Thick Feet @ Dollars and Cents pro $ � l $ Per Square Foot ' 15. Lump Sum Remove Manhole and Plug Pipes (Profile "B ") @ �V��,�c,2 .C�e Q2�, , Dollars and ' Cents $ oo°' $ do'-° ✓ Lump - um ' 16. Lump Sum Construct Drainage Structure #3 (Sta. 2 +05.12 Profile "A ")// ' @ Dollars and Cents $ .Soo =� $ .? .So a °° 'LUMP SUM 17. Lump Sum Construct Drainage Structure #4 i (Sta. 4 +69.68 Profile "A ".) ' @ ,0� Dollars ej ' — and Cents $.2.5-oo0` $02.5000-° ✓ Lump SUM pITEM QUANTITY NO. ' AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE ' 11. 20 Class "B" - P.C.C. for Pipe Encasement Feet Miscellaneous Walks and Landings Cubic Yards and Supports @ Dollars Dollars and and Cents $ go 1O" _ $ `oe °I ✓ ' Per Cubic Yard Cents ' 15. Lump Sum Remove Manhole and Plug Pipes (Profile "B ") @ �V��,�c,2 .C�e Q2�, , Dollars and ' Cents $ oo°' $ do'-° ✓ Lump - um ' 16. Lump Sum Construct Drainage Structure #3 (Sta. 2 +05.12 Profile "A ")// ' @ Dollars and Cents $ .Soo =� $ .? .So a °° 'LUMP SUM 17. Lump Sum Construct Drainage Structure #4 i (Sta. 4 +69.68 Profile "A ".) ' @ ,0� Dollars ej ' — and Cents $.2.5-oo0` $02.5000-° ✓ Lump SUM 12. 1,400 Sq. Adjustment or removal and replacement of Feet Miscellaneous Walks and Landings @ .�eQQe�..✓ e�.��Q Dollars ' and Cents $ as_° $35001-' r er q ar bo ' 13. Lump Sum Construct Drainage Structure #1 (Sta. 0 +00 Profile "A ") ' @ orcc�e.�L, ��;,v �Ilu, �G�c�L Dollars s Q4ati c/ and Cents $ �s� oo $ .Soo'° 'a Lump Sum 14. Lump Sum Construct Drainage Structure #2 (Sta. 1 +75.21 Profile "A ") @ IL L AU&, 4, Dollars ' 0 —' and Cents $ Xe)oO° $ pnO° ✓ Lump um ' 15. Lump Sum Remove Manhole and Plug Pipes (Profile "B ") @ �V��,�c,2 .C�e Q2�, , Dollars and ' Cents $ oo°' $ do'-° ✓ Lump - um ' 16. Lump Sum Construct Drainage Structure #3 (Sta. 2 +05.12 Profile "A ")// ' @ Dollars and Cents $ .Soo =� $ .? .So a °° 'LUMP SUM 17. Lump Sum Construct Drainage Structure #4 i (Sta. 4 +69.68 Profile "A ".) ' @ ,0� Dollars ej ' — and Cents $.2.5-oo0` $02.5000-° ✓ Lump SUM FITEM NO. ` QUANTITY AND UNIT ITEM DESCRIPTION ._ UNIT PRICE WRITTEN IAN WORDS UNIT PRICE TOTAL PRICE 18. Lump Sum Construct Drainage Structure #5 (Profile "C ") @ ollars and eCQ.c Cents $ 5eo°o $ol Soo°p ✓ Lump um 19. Lump Sum Modify existing Catch Basin (Profile "D ") @ �c �• QQ..� t Dollars and Cents $ 0o10 $ 60o f Lump Sum 20. Lump Sum Modify Existing Catch Basin (15 ft. Rt. Sta.5 +12 ± Profile "A" Ext.) —Dollars and Cents $ $ Voo" ✓ Lump Sum 21. 160 Lineal 8" V.C.P. Sewer Main Feet @ Dollars and Cents $ /p "° $/k/000! ✓ er Lineal Foot 22. 50 Lineal 4" V.C.P. Sewer Service Feet , @ L Dollars and Cents $ 6 °—° $ SooT ✓ Per Lineai Foot 23. 2 Each Construct Sewer Manholes Dollars and Cents $ ,70 O° $ 0%0o " ✓ Per Each 24. 1,900 12" A.C.P. Water Main Lineal Ft. �/ ,,,, C@ 444t a jai —Dollars and Cents $ /d Per Lineal Foot ' ITEM QUANTITY It DESCRIPTION UNIT TOTAL T NO. i AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 3,500 6" A.C.P. Water Main Lineal Ft. @ Dollars and Cents Per Lineal Foot 26. 1 Each Install 18" Tapping Sleeve and 12" Gate Valve j�'/n� @—&.0" cue- ,,4,c.,j, 4xa44,,, Dollars and Cents Each 27. 1 Each Install 6" Tapping Sleeve and 6" Gate Valve $ 000 ° $,600, ✓ @^ tc� Dollars and Cents $ (000° -o $ le oo°° ✓ Each 28. 1 Each Install 6" x 12" Reducer @ d C4,,� Dollars and Cents $_7-6 - $ 7-4-1 ✓ Each 29. 1 Each Install 12" xx //12" Tee With Blind Flange @ � �L��+ �- Ay4,,,4., .. Dollars and Cents $02 o0" $ .Zoo'= Each 30. 1 Each Install 12" x 6" Tee @ (Ynti <z.��.� ,�eCQtc� Dollars and Cents $ SD °= $ /.54 of ✓ Each 31. 3 Each Install 12" Gate Valve @ e , /71 ti�.�,�� Dollars V/ and Cents $ 3s� $ /, oso ✓ Each rITEM, QUANTITY __ITEM DESCRIPTION ^_^ UNIT_ TOTAL 32, 8 Each Installl 6" x 6" Tee Dollars and � Cents $'S'n Each 33. 24 Each Install 6" Gate Valve "" @/ i�LccM c�tcQe, �eQQe,�, Dollars and Cents $ 5'0 °° $ 0011/ 11/ 34. 6 Each Insttaall 12" x 6" Cross @ (J[ /�CCa�tLitcQ,.�� � AL -UA44. Dollars and Cents Eac 35. 50 Services Replace and Reconnect Existinj.Water Services (including new services) @ %cj, Dollars and Cents Per Service $ 00ty $.5-e'00T / 36, 1 Each Furnish and IIns /tall New Fire Hydrant @ r7bun /ti,c,�� Dollars and Cents $�✓D� $ '{SO°O ✓ Each . 37. 1 Each Remove Existing Fire Hydrant ��i ' @ �� Dollars and Cents $,25O° —° $ .25'0°' ✓ Each ' 38. 1,600 Tons Pipe Sand Beddin�gl/ @ d`u�t �LeeCQ�t� Dollars ' and Cents $ ,5�° —° $ ncv °° ✓ Per on 39. Lump Sum Lower Existing Street Lighting Conduit ' / @ ��u2 �tLcc -c.Q 4a JAAci Dollars and Cents $a`ab° —° $ J-do d'° ✓ Lump Sum • i rITEM, QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE'WRITTEN IN WORDS PRICE PRICE 40. Lump Sum Adjust Median Sprinkler System �,cl./-. Dollars —r 4r and Cents $ Sep o t $ X50"' / Lump Sum 41. .480 Lineal Construct 42 -Inch Storm Drain Pipe Feet �I @ t,� /Gcg� .2P�� Dollars 6f U and Cents $a8°° $ 13 VA10�°✓ Per Lineal Foot 42. 32 Lineal Construct 36 -Inch Storm Drain Pipe Feet yy q @ o�L.c.-2w Dollars —0, Cents $ aX!! $ %SCOe ✓ Per Lineal oot ' 43. 24 Lineal Construct 24 -Inch Storm Drain Pipe Feet / Dollars and Cents $ /d $ 38 Per Lineal Foot SUB -TOTAL OF.ITEMS 1 - 43 SUB -TOTAL Dollars and Cents $ /74 D/3 — ' Alternate "A" - Asphaltic Concrete Pavement ' 44. 1,500 Tons Asphaltic Concrete Street Pavement @ V, pollars ^ : and y 1�. Cents $ .?o s° $ 36, 750 `�° ✓ Per Ton ' 45. 3,700 Tons Aggregate Base (Including Temp. Access) @��� �a QQe�cai Dollars and Cents Per Ton 1 i , ' Alternate "A" Total, Items 1 - 45 Inclusive A / _ .. n 1 U IL 1 [l Alternate "B" - Portland Cement Concrete Pavement TOTAL Dollars and Cents $ ,2 1S g63"! 46. 350 Tons Aggregate Base (For Temp. Access, etc.) @ ,uct�e� •CQsQp.et,� �— Dollars and Cents Per Ton 47. 77,300 Portland Cement Concrete Street Pavement - Sq. Feet 63-2" Thick t,� @ u Zt4 {'LC Ik' Dollars and Cents Per Square Foot Alternate "B" Total, Items 1 -43, 46, 47 Dollars . and OS h c.e l�Lc. t(i.caC .fug e Ag-e 4.d.4 ht ez, , Cents (Written in Words) $ , 79 $-Z10 " 7 °° V. TOTAL $ a310 3aS°' 2,7/67 ' AL'L BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURESy THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICEY 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 PRO ?OSAL ARE AFFROX14ATE ONLY2 ' 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 PAR'C OF THC UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN C CASE OF DEFAULT IN EXEU'SING THE REQUIRED CONTRACT ' WITH NECESSARY BONDS WITHIN TEN (IO) DAYSp NOT INCLUDING SUNOAY9 AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATUREy "FIE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL, BECOME THE PROPERTY OF THE CITY OF NEWPORT BEAC ",:. ' LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNQA PROVIDING FOR THE REGISTRATION OF CONTRACTORSg LICENSE ND. ;-) -70 F CLASSIFICATION ' ACCOMPANYING THIS PROPOSAL IS /U /o 13,/U 6 CN 'b CASHg CERTIFIED CHECKS CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. ' THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION ?,?OC Or THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FC'R WORKMZNBC COMPENSATION OR TO 1 UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF 'THAT C0513C. AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE, ''SF THE WORK OF THIS CONTRACT. ' Z& l S 9 741,1 PHONE NUMBER BIDDER S NAME (SEAL) DATE A( , HC71 ZED AwnmrRIZED SIGNATURE .�C�dCRslp� �•9 / /l= 9>���� �m- O�e.er��,esfF)F' BIDDER'S ADDRESS TYPE OF ORGANIZATION fiNOIVIDUAL� CORFCRATICNy CO-PARTNERSHIP) LIST, BELOW NAMES OF PRESIDENTS SECRETARYy TREASURER AND MANAGER IF A CORPORATIONy AND NAMES OF ALL CO =PARTNERS IF A CO-PARTNERSHIP: 1 PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB —BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB — CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB — CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. s` ITEM OF WORK SUB— CONTRACTOR ADDRESS I, a'A,CRETE ,TEZ0LVSk1 4 /4, /4 k/!C- L S ,4 A/ra 14 04 ,P, , 2 3 4 5 6 7• 8. 9. 10. 12. lg141 ffFi� � BIDDER'S NAME AUTHORIZED SIGNATURE �o -- � /V Tt,'��s�in TYPE OF ORGANIZATION (INDIVIDUALS COPARTNERSHIP OR CORPCRATION) c V Z Z4,51t9 (,VE Y--r. W51Dc- r4LIF. 9a�o ADDRESS A THE WESTERN CASUALTYAND SURETY COMPANY FORT SCOTT, KANSAS A STOCK INSUNANCE COMPANY 410 so. "' °" RAY R03ENDAHL CO. w wNaura a Undo 111 10 nq Managm PROPOSAL BOND I Kanto aU Am ba t4f1pirtfititts: THAT WE, WALKER & BATES as principal, and THE WESTERN CASUALTY AND SURETY COMPANY, a corporation under the laws of the State of Ks , having its principal place of in the City of Fort Scott, Kansas, as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the sum of TEN PERCENT (109,) OF THE AMOUNT BID IN DOLLARS AND CENTS DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successor$ and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 16th day of July 19 68 WHEREAS, the said principal is herewith submitting its proposal for construction of (a) storm drain (b) water main replacement (c) Second Avenue construction, and (d) Alley Construction -- Contract 1123 THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required number of days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for ivhich the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed the penal sum hereof. THE WALKER -.&.. BATES............... ........................... ......... . .......... .... ................. P ncipal B _ RETY COMPANY iME PREMIUM On nil, d ... .' .... _. .... ......... .::.._...:....__..... INCI.IN)F.O IN ES.UU Howard -in -Fact ,41L - ANf,A c,0 uDND CNARG[ FORM FS SXI&CALIF. ? +nf2!57_PQM - H y H H I z o. r v NOTICE TO BIDDERS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1123 FOR COMBINED CAPITAL PROJECTS 1968 -69 CORONA DEL MAR AREA ADDENDUM NUMBER 1 July 11, 1968 PLEASE REVISE AS FOLLOWS: 1. PROPOSAL - Page 2 Item No. 7 2,700 Sq. Ft. P.C.C. Cross Gutters and Spandrels - B" thick 2. SPECIAL PROVISIONS - Page 12, paragraph e. e. Cross Gutters, Spandrels, and Alley Approaches. 3. PLANS - Contract Sheets 11 - 17 All 10' curb return radii at intersections of cross streets with Second Avenue shall be considered to be 15' radii. Proposal Item quantities to remain as shown. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. �/V_ Benjamin B. Nolan Assistant Public Works Director EMcD /ldg 1 • i BIDDER'S BOND TO ACCOMPANY PROPOSAL ' KNOW ALL MEN BY THESE PRESENTSl THAT WEB PAGE 4 AS PRINCIPAL, AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ j, LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, ' JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF ,- IN TINE 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 (IO) DAYS NOT INCLUDING SATURDAY AND SUNDAY).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 EFFECTS 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 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. ' IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 i CORPORATE SEAL (IF CORPORATION) ' PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) I ' SURETY I BY 11 TITLE 1 1 " .I • • LABOR AND MATERIAL BONA KNOW ALL MEN BY THESE PRESENTS, THAT PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTE HAS AWARDED TO f ' HEREINAFTER DESIGNATED AS THE ''PRINCIPAL''I A CONTRACT FOR 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 SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, ' OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT 15 BROUGHT UPON THE BQND, A REASONABLE ATTORNEY tS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION ' 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS 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 PERFORMANCE 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, IiE ' AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ' DOLLARS t$ 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 SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, ' OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT 15 BROUGHT UPON THE BQND, A REASONABLE ATTORNEY tS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION ' 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. • 6 PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES AND CORPOR- ATION 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 TIMED 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 BONDS 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 INDIVIDUALp 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 Alln SURETY ABOVE NAMED ON THE DAY OF I 196 APPROVED AS TO FORM: CITY ATTORNEY THIS.BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) (SEAL) SURETY 0 0 PAGE 7 PERFORMANCE BOND 1. 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 , HEREINAFTER DESIGNATED AS THE I�PRINCIPAL, A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS 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 THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; ' NOW, THEREFORE, WE, ' "CONTRACTOR AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE °, AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF . DOLLARS SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID f0. THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAi. MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-7 ' MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, His t 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 PRO- ' VIDED 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. 1 1 I I 1 11 1 - ._ 1, (PERFORMANCE BOND - CONTINUED) PAGE 8 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 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 CON- TRACT 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 ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF , 196_ APPROVED AS TO FORM: CITY ATTORNEY SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) SURETY 711. I i • • PAGE g NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESEWT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAY) THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY) ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS3 WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH 1S NOT PROCESSED THROUGH SAID BID. DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED) PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TM.k; BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER) WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANYWAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS _DAY OF i 194 .a_. MY COMMISSION EXPIRES: NORMA C. WALKER My Commission Expires Mar. 11, 1972 _ � OFFICIAL SEAL NORMA C. WALKER I NOi ARY PLIDLIC - CALIFORNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY ..,..., .................... .........? A1,q L K c �f � �A TC 5 7 ✓E/LSIDCo r-, 9.�sa -- A. C`. I1/A[ -Kr--/2 NOTARY PUBLIC ' • • PAGE 10 a ' BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE HAS SUCCESSFULLY PERFORMED. (THE BIDDER 15 REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED ' IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCES SKILL, AND ' BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. /15AA/ITAk COLT6,y,( ALIG- THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. SIGNED 10,456L,lt/ JT-iPecr Weiek , 3AA1 B09,14,eD /do Cou,.✓T� ' A 4[�rid', 114'e/UA� l�� n ✓cRs/oo rL41 r4 PkK pc-,or. EH/C-FLSy i� u LOMM, &_,P✓1cE5 Ni-, — ��`�-7SSD t. /15AA/ITAk COLT6,y,( ALIG- tbW.JTOUI.I) IRo.TEcT', CO ^ L-ToAl Re DC✓= LLOPAieA1T 14GENC4 S- 760y- ' ILIA L✓ERA)Ave W//IDKAll ,✓C0 C//iT or SIGNED ' • • PAGE II i C O NT R A C T ' THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF ' BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND ' 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 1 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, (EX- CEPT SUCH MATERIALS, IF ANY) AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- ' NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS- , Z. 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 DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS 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 PAR- , T -IES 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 AGREE= MENT. State of California r On this 16 day of July Iff the year one thousand nine hundred and sixty -eight before me B. H. MATHER a Not �ablic in and for said Coutt "d ar" State, personally appeared Howard Siskel known to me to be the person whose name is subscribed to the within instrument as the Attorney -in- fact of THE WESTERN CASUALTY AND SURETY COMPANY, and acknowledged tome that he sub- scribed the name of THE WESTERN CASUALTY AND SURETY COMPANY thereto as principal, and his own name as Attorney -in -fact. u OFFICIA SEAL t B. H. MATHER e NOTARY Pu;±:.lC CALIFORNIA PRINCIPAL OFFICE IN ` LO$ ANGELES COUNTY Noiory Public in and for said County and State. Commission expire.: My Cammissbn Expires tan. 17,1971 '...:. ir�aa+ f' 2,'7/67 . . PAGE 12 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 13 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 FROMTHE "PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE) AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE ' WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACH, CALIFORNIA BY: MAYOR ATTEST: CITY CLERK BY: CONTRACTOR (SEAL) 1I7LE BY: TITLE ' APPROVED AS TO FORM: CITY ATTORNEY i INDEX ' TO SPECIAL PROVISIONS ' PAGE 1. SCOPE OF WORK 1 2., CONDUCT OF WORK 2 ' 3. COMPLETION OF WORK 2 4. SCHEDULE OF WORK 2 ' .5. AWARD OF CONTRACT 2 ' 6, PAYMENT 3 7. GUARANTEE 3 8. TRAFFIC CONTROL 3 9. EXISTING TRAFFIC SIGNS AND MARKERS 4 10. WORK ON PRIVATE PROPERTY 4 ' 11. NOTIFICATION TO RESIDENTS AND BUSINESSES 4 12. UNFORESEEN DIFFICULTIES 4 13, CONSTRUCTION SURVEYS 5 14. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES 5 15. AND 5 CLEARINGO GRUBBING, TREE TRIMMING 16. WATER 6 17. ADJUSTING UTILITY BOXES, MANHOLES, VALVE COVERS, SEWER CLEANOUTS, ETC., TO FINISHED GRADE 6 ' 18.. EARTHWORK 7 ' 19. AGGREGATE BASE 8 20. ASPHALTIC CONCRETE 9 ' 21. PORTLAND CEMENT CONCRETE 10 22. ADJUSTMENT OR REMOVAL AND REPLACEMENT OF WALKS AND LANDINGS 13 23, REINFORCING AND 'STRUCTURAL STEEL 13 19 19 19 ' 24.' STORM DRAIN j 25. SEWERS 26.: WATER MAINS - ' 21. REPLACE AND RECONNECT EXISTING WATER SERVICES (INCLUDING NEW SERVICES) 28. SAND PIPE BEDDING 29: LOWERING EXISTING STREET LIGHT CONDUIT ' 30. ADJUSTING MEDIAN SPRINKLER SYSTEM STANDARD DRAWINGS 19 19 19 SP 1 of 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROV; IS ONS COMBINED_ CAPITAL PROJECTS. 1968 -69 CORONA DEL MAR AREA CONTRACT NUMBER 1123 1. .SCOPE OF WORK . The work to be done under this Contract consists of six separate projects: II (1) Project 1123A - Reconstruction of all or part of 23 alleys at various locations: Drawings A- 5029 -S through A- 5036 -S; Contract Sheets 2 -10. (2) Proiect 1123B - Reconstruction of Second Avenue from Avocado Avenue to Heliotrope Avenue: Drawing R- 5018 -S; Contract Sheets 11 -17, (3) Proiect 1123C - Construction of a 12 -inch water main in Second Avenue from Avocado Avenue to Goldenrod Avenue: Drawing W- 5055 -S; Contract Sheets 18 -21. 1 (4) Project 1123D - Construction of a storm drain in Fernleaf, . Second, and Dahlia Avenues: Drawing D- 5039 -S; ' Contract Sheets 22, 23, and 24. (5) Project 1123E - Construction of an 8 -inch sewer main in ' Second and Dahlia Avenues: Drawing S- 5027 -S; Contract Sheet 25. (6) Project 1123F - Replacement of 6 -inch water mains in various. alleys: ' Drawings A- 5028 -S, A- 5029 -S, A- 5034 -S, A- 5035 -S, and A- 5036 -S; Contract Sheets 2, 3, 8, 9, and 10. II • SP2of19 r ' The work requires furnishing all labor, materials, transportation, and equipment necessary to complete all work shown on the Plans in accordance with these Special Provisions, the .City of Newport Beach's Standard Drawings,. and Specifications, and applicable provisions of the State of California, Division of Highways' Standard Specifications, dated July, 1964, The Contractor shall maintain all job sites in.a neat and orderly condition at, all times. Excess spoil, debris, and broken pavement must be immediately removed from the job sites. The sites must be returned to an orderly condition, as approved by the Engineer, as soon as the "Vrerk is completed. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no additional payment will be made. ■ 3. COMPLETION OF WORK The Contractor shall complete all work on the Contract within 120 consecutive calendar days after the date of execution of the Contract by the City. 4. SCHEDULE OF WORK A complete schedule of the Contractor's proposed sequence of construction must be submitted, in writing, to the City within ten (10) days after award of the Contract by the City Council. No work shall commence on any part of the Project until the schedule has been reviewed by the City with the Contractor, and the City has approved the schedule in writing. The Contractor must then make every effort possible to comply with the approved schedule. Deviation from the schedule may require a cessation of the work until a revised schedule has been resubmitted and approved in like ' fashion, by the City. Delays resulting from such an event will be the Contractor's responsibility and no additional time will be allowed for completion of the work. ' 5. AWARD OF CONTRACT ' All Contractors are strongly encouraged to submit bids for both Alternate "A" and Alternate "B "; however submittal of a bid for only one Alternate will not constitute an.incomplete bid. The City reserves the right to award the Contract for either Alternate "A" 1 or Alternate "B ", regardless of which Alternate results in the lowest total bid. 11 ' • SP 3 of 19 6. PAYMENT ' The prices bid for the various items of work shall include full compensation for all labor and materials necessary for construction of the items complete ' in place, .Payment for incidental. items of work not separately provided for in this Proposal shall be included in. the price bid for other items of work. Where applicable, the prices bid for items of new construction shall include ' removal and disposal of the existing improvements. 7. USUARANTEE ■ The Contractor shall guarantee., for a period of one year after acceptance of.the Contract by the City Council, all materials and workmanship against any defects whatsoever, including trench and pavement settlement. Any such defects shall be immediately repaired at the Contractor's expense. S. TRAFFIC CONTROL ' a. Traffic Control Plan. The Contractor must submit, with his Work Schedule, a Plan showing the methods, types and locations of traffic control to be used for all construction phases. This Plan must also be approved by the City before any construction commences. If modifications of the Plan are required during the construction period, each modification must be approved by the City prior to altering the previously approved Plan. 1 , b.. Flagmen and Warning Devices. Barricades. warning devices and flagmen must be provided as indicated on this approved Plan or when, in the ' opinion of the .Engineer, they are required for public safety or convenience. c. Areas Closed to Vehicular Traffic. Temporary closing of through vehicular traffic will be permitted on Second Avenue, Fernleaf Avenue, and ' Dahlia Avenue, and at various alley locations during construction operations. The Contractor shall program his operations so as to minimize inconvenience to the public and so as to minimize inaccessibility to private properties from the alleys and streets involved. Attention is directed to the section of these .Special Provisions regarding curing time and protection of concrete pavements. 1 d. Access to Private Property. Vehicular access from either a public street or alley shall be maintained to all properties adjacent to the work. ' Reconstruction of alleys number 22b, 22c, and 23a, shall not begin until thru vehicular traffic is permitted on Fernleaf, Dahlia, and Second Avenues, unless otherwise directed by the Engineer. Temporary vehicular access shall be maintained from the nearest intersecting street or alley to private driveways on Second Avenue and Fernleaf Avenue. ' SP4of 19 e, Traffic Circulation. In the event that the Contractor elects to close Second Avenue during the various construction operations, he shall provide temporary street crossings at alternate intersecting streets. Detour ' signing must be maintained to provide adequate warning and traffic circulation acceptable to the Engineer. One lane of traffic must be maintained at all times on Avocado Avenue and Heliotrope Avenue. The cost of providing traffic control, including flagmen, warning devices, temporary detours, street crossings, etc. shall be included in the various ' bid items of work and no additional payment shall be made. 9. EXISTING TRAFFIC SIGNS AND MARKERS ' All traffic signs and markers that interfere with the work in this Contract, whether shown on the Plans or not, shall be removed by the Contractor, ' salvaged, and delivered undamaged, to the City Corporation Yard, located at 592 Superior Avenue, Newport Beach, California. ' The cost of removing and salvaging, and transporting traffic signs and markers shall be included in the various items of work and no additional payment will be made. 10. WORK ON PRIVATE PROPERTY ' It shall be the responsibility of the Contractor to make arrangements to work on private property when necessary to join existing improvements. Advance notices describing the work and stating the name of the Contractor will be delivered to the residents and /or property owners adjacent to the work. locations. These .notices will not relieve the Contractor of his responsibility for notification as covered in Section 11 of these Special Provisions. 11. NOTIFICATION TO RESIDENTS AND BUSINESSES The Contractor must distribute to each affected residence or business a ' written notice forty -eight (48) hours in advance of commencing any construction work that will involve temporary inaccessibilty to the front or rear of the properties. Said notice shall state when his operations will ' start and approximately when they will end. If, due to unknown conditions, acts of God, strikes, or other delays, the ending date differs materially from that estimated, a secondary notice must be distributed. 12. 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 f 1 - 1 II L SP5of 19 constitute extra work and so notify the Contractor in writing within forty -eight (48) hours of first being informed of the conditions, 13. CONSTRUCTION. SURVEYS All field staking for the control of construction shall be the responsibility of the Contractor. and shall be performed under the supervision of a civil engineer or land surveyor licensed to practice in the State of California. Payment for all staking shall be included in the unit prices bid for the various items of work and no. additional payment will be made. 14.. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES The Contractor shall be responsible for the protection of all improvements adjacent to .work, such as sprinkler systems, drain pipes, lawns, plantings, -brick work,. masonry work, fences, walls, etc. located on either public or private property. If, in the construction of the work, any improvements are removed or damaged, other than those designated on the drawings, then such improvements shall be replaced in kind at the Contractors expense. The exact location of existing utilities shown or not shown on the plans shall be verified in the field at the time of construction. The Contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location. It will be the Contractor's responsibility to locate and uncover the existing utility lines sufficiently in advance of the work to determine their location and to work around the utilities at his own expense. 15. CLEARING. GRUBBING. AND TREE TRIMMING After removal of the existing curb, gutter, sidewalk, street or alley pavements, etc, by the Contractor, the City's Parks, Beaches, and Recreation Department will trim tree roots sufficiently to provide for normal reconstruction procedures. It shall be the Contractor's responsibility to trim shrubs, bushes, tree limbs, etc. where protruding within alley rights -of -way as required to accommodate normal construction procedures. Payment for clearing, grubbing, and tree trimming shall be included in the unit prices bid for the various items of work and no additional payment will be made. ' SP6of19 ` 16. WATER ' The Contractor shall make his own provisions for securing and applying water necessary to perform his work. If the Contractor desires to use ' City water, he shall make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Phillips, at (714) 673 -2110, ext. 74. ' Payment for developing, furnishing, and applying water shall be included i.n the unit prices bid for the various items of work and no additional payment will be made. 17. ADJUSTING UTILITY BOXES MANHOLES VALVE COVERS SEWER CLEANOUTS, ETC. TO FINISHED GRADE ' a. . General. Adjusting existing utility boxes, manholes, valve covers, sewer cleanouts, etc, to finished grade shall be in conformance with the ' Standard Specifications and these Special Provisions. Before beginning construction, the Contractor and the Engineer will ' determine what utility boxes and /or covers are broken. These will be reset by the Contractor. The materials will be paid for by the owner. ' Those boxes and /or covers broken during construction will be purchased and reset by the Contractor. ' In either case, the cost of resetting these facilities is included in the cost of other items of work and no additional payment will be made. The cost of all adjustments is included in the cost of associated items of work and no additional payment will be made. ' b. Portland Cement Concrete Paved Areas. All manholes, valve covers sewer cleanout covers, water meter boxes, gas and electric boxes, etc. shall be adjusted to finished grade before concrete paving. ' c. Asphaltic Concrete Paved Areas.. Except as otherwise.authorized by the Engineer, manhole frames, valve covers, and sewer cleanout covers, ' etc., within the asphaltic concrete pavement area shall not be set to final grade until the final paving has been completed. The manhole frames and covers shall be removed and the manhole structure covered with a ' steel plate unless the existing cover is sufficiently below grade so as not to form an obstruction during the construction of the subgrade or base and ' the spreading and rolling of the asphaltic concrete (AC). The manhole openings shall be temporarily covered by suitable means. After the pavement has been completed, the necessary portions of the subgrade, ' base and pavement shall be neatly cut away, the manhole built up, and the frames set to a grade flush with the surface of the adjacent pavement. The surrounding area from which the pavement, base or sub -grade has ' I SP 7 of 19 IJ 1 1 been removed shall be backfilled_to within. I, 1/2- inches of the surface with Portland cement concrete (PCC) conforming to Section 13 of the City's Specifications. The remaining 1 -1/2- inches shall be backfilled with asphalt concrete wearing surface and compacted, the work shall be so performed as to present a neat and thoroughly workmanlike appearance upon completion. . 18. EARTHWORK. a. General., Earthwork shall conform to Section 10, and applicable portions of Sections 15 -19 of the City's Standard Specifications and these Special Provisions. c. Street and Alley Excavation. .Street and alley excavation shall include all the work required to excavate and dispose of the various materials removed to accommodate the design grades and structural section, as shown on the Plans and in accordance with these Special Provisions. The cost of street and alley excavation shall be included in the unit prices bid for the various items of associated work and no additional Pa .411 maAa The cost of removal and disposal of existing street and alley pavements, miscellaneous concrete, etc. shall be included in the unit prices bid for the various item's of work, and no additional payment will be made. Existing asphaltic concrete, Portland cement concrete or stone surfaces in street areas shall be saw cut at the join lines shown on the Plans. Asphaltic concrete surfaces in alley areas shall be saw cut 8- inches behind the right -of -way line. Portland cement concrete surfaces in alley areas shall be saw cut at the right -of -way line, or as shown on the Plans or as directed by the Engineer. Overexcavation and /or excessive pavement removal, created by the Contractor's operations beyond the limits described herein or shown on the Plans, shall be replaced in kind at the Contractor's expense. Disposal of excess excavation or the importation of fill materials thus required to prepare the subgrade plane as shown on the Plans, shall be at the Contractor's expense. b. Subgrade Preparation. Subgrade preparation shall conform to the provisions in Section 21 of the State Standard Specifications, except ' that the subgrade within 0. 5 foot below the grading plane shall have a relative compaction requirement of 90 percent in lieu of the 95 percent specified in Section 21 -1.02 of the State Standard Specifications and Section 10 -07 of the City's Specifications. All of the Contractor's cost of subgrade preparation shall be considered to be included in the various unit prices bid for items requiring subgrade preparation and no additional payment will be made. c. Street and Alley Excavation. .Street and alley excavation shall include all the work required to excavate and dispose of the various materials removed to accommodate the design grades and structural section, as shown on the Plans and in accordance with these Special Provisions. The cost of street and alley excavation shall be included in the unit prices bid for the various items of associated work and no additional Pa .411 maAa 1 1 1 II I, Ii . I II 6 0 SP 8 of 19 d. : Structural Excavation and Backfill. Structural excavation and backfill shall conform to Sections 16 -04 and 16 -07 of the - City's Specifications and these Special Provisions. Backfill materials at all structures shall have a sand equivalent of not less than 30, and shall have a relative compaction of not less than 90 percent. The lump .sum or unit price bid for the applicable structure shall include the cost of structure excavation and backfill and no additional payment Will be made, Q Trench Excavation and Backfill. Special care shall be taken when excavating across landscaped areas, medians, sprinkler systems, etc. These improvements shall be left in a condition acceptable to the Engineer. Damage occuring to these improvements as a result of the Contractor's operations shall be replaced in kind at the Contractor's expense. The Contractor shall compact the trench in accordance with Section 16 -07 of the City's Specifications, using water and /or whatever supplementary means are necessary, such as vibratory compactors or rollers, mechanical tampers, concrete vibrators, etc, to achieve a uniform compaction of not less than 90 percent relative compaction and to positively prevent any future trench settlement. Payment for trench excavation and backfill shall be included in the unit prices bid for the various items of associated work and no additional payment will be made. 19, AGGREGATE BASE Aggregate shall conform to the provisions for Class 2 aggregate base which is 1 -1/2 -inch maximum as specified in Section 26 of the State Standard Specifications and these Special Provisions. At least 65 percent by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No.. California 205. tThe R -value requirement will not be waived as provided in Section 26- 1.02A. The provisions of Section 26 -1.035 are superseded by the following: ' At the time.aggregate base is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distributed throughout the material. ' In lieu of the spreading requirements specified in Section 26, aggregate base material shall be spread upon prepared subgrade by means of 1 1 C SP 9 of 19 approved spreading devices which will deposit a uniform windrow or layer, and after spreading as above specified, the material shall be.shaped in accordance with Section 26. .Motor graders may be used for the . aforementioned shaping. Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. The use of bottom dumps will be permitted. Compaction shall conform to Section 11 -04 of the City's Specifications. The unit price bid for aggregate base shall apply to all aggregate base utilized at the various project locations for sub -base materials, and as required to provide ingress and egress to properties during the construction operations as directed by. the Engineer. 20..: ASPHALTIC CONCRETE a. General. The provisions of Section 12 of the City's Specifications shall govern the furnishing and placing of ,asphaltic concrete. b. Asphaltic Concrete Street Pavement, Aggregate grading requirements for base course may be either medium or coarse grading, 3/4 -inch maximum, as specified in Section 39.2. 02 of the State Standard Specifi- cations. The mineral aggregate for surface course shall be 3/4 -inch maximum- medium grading. The mineral aggregate for 1 -inch and variable AC cap ' shall be 1/2 -inch maximum -,fine grading. The amount of asphalt binder to be mixed with the mineral aggregate ' shall be between 3 percent and 7 percent by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the City. ' The provisions in Section 39 -2.04A and 39 -2. 04B are superseded by the following: At least 75 percent by weight of the material retained in the ' No. 4 sieve shall have at least one fracture face as determined' by Test Method No. Calif. 205. ' Prime coat and paint binder shall be applied in amounts specified in Section.1Z of the City's Specifications. Prime coat shall be liquid asphalt grade SC -250. Paint binder (tack coat) shall be mixing type ' asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. The unit price bid for asphaltic concrete pavement shall include full ' compensation for tack and prime coating, placing and compacting the materials where shown on the Plans or directed by the Engineer. ' SP 10 of 19 c. Temporary Asphaltic Concrete Pavement Replacement - Trench Areas. Immediately after backfilling trenches in existing paved areas not scheduled for complete reconstruction or where directed by the Engineer, the Contractor shall place a temporary 1 -1/2 -inch minimum thickness, asphaltic concrete pavement.. This temporary pavement, when placed, shall be compacted with ' a small roller or other means approved by the Engineer, and shall be maintained in a safe and neat condition until the permanent pavement replacement has been constructed. The.unitprice bid for temporary pavement replacement shall include full compensation for the materials, placement, maintenance, and removal of this pavement. d.. permanent Asphaltic Concrete Pavement Replacement - Trench Areas. All trenched areas outside of the proposed street and alley pavement reconstruction area limits will require permanent pavement trench replacement constructed in ' accordance with Section 16 -08 of the City's. Specifications except as follows: The unit price bid for permanent AC pavement replacement in trench areas shall include full compensation for placement and compaction of the material in all trench areas lying outside the limits of street and alley reconstruction. ' e, Miscellaneous Asphaltic Concrete Patching and Feathering.. Miscellaneous asphaltic concrete patching shall include all AC required, as indicated on the Plans and directed by the Engineer, to patch between existing improvements ' and alley paving, approaches, or street improvements. Payment for patching adjacent to the concrete alley improvements constructed in this Contract shall be limited to a maximum width of eight (8) inches. Additional asphaltic concrete patching required due to the Contractor's operations, but not shown on the Plans or approved by the Engineer, shall be at the Contractor's expense. Asphaltic concrete patching thickness shall be a minimum of four (4) inches. Subgrade shall be compacted as specified herein for subgrade preparation. ' The unit price bid for miscellaneous asphalt patching shall include full compensation for subgrade compaction, tack or prime coat, and placing the asphaltic concrete patch. ' 21. PORTLAND CEMENT CONCRETE ' a. General. Portland cement concrete shall conform to Section 13 of the City's Specifications and these Special Provisions. ' PCC used for drainage and sewer structures, street and alley pavements, alley approaches, cross gutters, and spandrels shall be Class "A ", 1 -1/2 -inch .maximum gradation. SP 11 of 19 ' PCC used for curbs, gutters, and sidewalks shall be Class "B ", 1 -1/2 -inch maximum gradation. PCC shall be barricaded immediately after placement and no vehicular traffic allowed thereon until beam test specimens yield a minimum modulus of rupture of 450 psi tested as specified herein. ' Attention is directed to the amount of water and slump test requirements of Section. 13 of the City's Specifications and the traffic and use provisions specified herein. Curing of concrete shall commence as. soon as free water leaves the surface of the concrete but not later than three hours following placement of the ' concrete upon the subgrade in accordance with Section 13 -08 of the City's Specifications, The.Contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumped concrete shall have 3/4 -inch maximum aggregate gradation and have a slump of 3 to 5 inches. Air entrainment ' agents may be added to the concrete to the extent that the resultant air content will be 5 -7 percent by volume of the concrete mixture. ' b. . Structures.. Drainage structures shall be constructed in conformance with Section 51 of the State Standard Specifications, these Special Provisions, and as shown on the Plans. ' The unit price bid for each structure or modification of a structure, shall include full compensation for the work on the structure, complete in place, ' including structural excavation and backfill, concrete, reinforcing steel, pipe connections, etc. and no additional payment will be made. C. Portland Cement Concrete Strength Requirements. The 6 -1/2 -inch thick PCC for street and alley pavements, cross - gutters, spandrels and alley approaches shall attain a minimum modulus of rupture of 600 psi within 28 days after placement. Attention is directed to Section 6 of the City's Specifications. The City will be responsible for all PCC specimen testing. ' d. Street and Alley Pavements, 6 -1/2 inches Thick. Weakened plane and contact joints shall be constructed as shown on the Plans and these Special ' Provisions. .After the concrete has cured, the contact joints shall be cleaned and filled with an approved joint filler. ' If the new pavement extends less than two feet onto private property, a score mark shall be made parallel to the alley center -line at the property lines. If the new pavement extends beyond two feet onto private property, a standard weakened plane joint shall be constructed on the property lines. SP 12 of 19 PCC, 6 71/2= inches thick shall be used to patch between new PCC improvements and. existing PCC improvements. The unit bid for street and alley pavement shall include full compensation for subgrade preparation, adjustment of all utilities to grade, materials, labor, equipment, and all incidental items required to construct the pavement as specified herein. e. Cross. Gutter and Alley Approaches,. 6 -1/2- inches Thic Portland cement concrete alley approaches shall be constructed in conlormance with Section 15 of the City's Specifications, these Special Provisions, and as shown on the Plans. The Unit price bid for removal and /or construction of cross gutters, spandrels, and alley approaches shall include full compensation for constructing the item, complete in place, including subgrade preparation, curb returns, and adjusting to grade any manhole, valve or sewer cleanout covers that are within the approach areas. f. Residential Drive Approaches. Portland cement concrete residential drive approaches shall be reconstructed in conformance to Section 15 of the City's Specifications, these Special Provisions, and as shown on the Plans. The unit price bid for removal and replacement of residential drive approaches shall include full compensation for reconstructing this item, complete in place, as shown on the Plans. g: Curb and Gutter. Type "A" curb and gutter, 6 -inch and 8 -inch curb face, shall be constructed in conformance to Section 15 of the .Standard Specifications. Street pavement shall be sawcut two feet from the existing curb face to accommodate the new gutter. The newly constructed curb and gutter shall be warped within two feet of join locations shown on the Plans or as specified by the Engineer. Curb and gutter flow lines shall remain at a constant grade to assure drainage flow. 1 Aggregate base shall be placed under the new curb and gutter as shown on the Plane. The unit price bid per linear foot of Type !'A" curb and gutter, 6 -inch and 8 -inch curb face, shall include all compensation for removing existing curb ' and gutter, preparing subgrade, including aggregate base, and constructing the specified curb and gutter as shown on the Plans. ' Concrete curb and gutter will be measured for payment by the linear foot, in place, excluding those areas where alley approaches and their curb returns and drainage structures are to be constructed. ' h. Sidewalk - 4 inches Thick. The unit price bid for removal and replacement of 4 -inch thick sidewalk shall include full compensation for constructing 1 0 4 SP 13 of 19 this item in conformance to Section 15 of the City's Specifications, as shown on the.Plans or.as designated by the Engineer, i.. Class "B" PCC Pipe Encasement and Supports... Class "B" PCC for pipe encasement and supports shall be placed to the dimensions shown on the Plans. The unit.price bid for Class "B" PCC for pipe encasement and supports shall ' include full compensation for excavation and placement of this item. 22, .ADJUSTMENT OR REMOVAL AND REPLACEMENT OF WALKS AND Brick,., flagstone, concrete, etc. walks and landings adjacent to curb and gutters, driveways, alley approaches, and sidewalks shall be adjusted or removed and replaced in kind to meet the grade of the newly constructed facilities as shown on the Plans or as directed by the Engineer. ' The unit price bid for this item shall include full compensation for all labor and materials required to complete the work. 23. REINFORCING AND STRUCTURAL STEEL ' Reinforcing and structural steel shall.conform to the requirements of Section 14 of the City's Specifications except that bar reinforcement shall be either intermediate grade or hard grade bars.. Steel shall be placed in accordance ' with the contract drawings. Payment for reinforcing and structural steel shall be included in the price ' bid for each item of work requiring reinforcing and structural steel and no additional payment will be made. ' 24, STORM DRAIN a. General. Storm drains shall be constructed in conformance with the ' requirements of Section 17 of the City's Specifications. The Contractor shall provide for continuous flow of storm and nuisance water ' during the progress of the work. . The Contractor shall provide temporary berms, channels, sandbags, etc, to assure that storm water does not damage adjacent property. In all locations where a structure is constructed in line with the main storm drain pipe, the pipe connections are to be included in the unit price ' bid for the structure. All other pipe connections are to be considered in the unit price bid for the pipe. and no additional payment will be made. .Pipe will be measured by in -place linear feet. I' SP 14 of 19 r ' The, cost of filling pipes to be abandoned with sand and the cost of plugging with brick and mortar existing or new storm drain pipe, shall be included with other items of work and no additional payment will be made. The unit prices bid for the various storm drain items therefore shall constitute full.compensation for all labor and materials necessary to construct the storm drain system, complete, in place, and operable, and shall include all incidental items of work not separately provided for in the Proposal. !' b. Reinforced Concrete Pipe.. Reinforced concrete pipe, furnished and installed, shall conform to Section 1742 of the City's Specifications. C. Reinforced Plastic Mortar Pipe. The reinforced plastic mortar pipe and'fittingay furnished and installed, shall be composed of a mixture of ' mineral aggregate and polyester resin reinforced with continuous glass filaments. as manufactured by United Technology Center. 6151. West Century Boulevard,. Los Angeles, California, or an approved equal. ' The Contractor shall submit shop drawings and manufacturer's specifications of the pipe units he proposes to furnish. Material test certificates must be submitted for the Engineer's approval prior to commencing construction. Installation shall be in conformance with the manufacturer's recommended methods and procedures and as approved by the Engineer. The manufacturer's ' technical representative shall be available for any assistance required during installation. The resin shall be a catalyzed isophthalic polyester resin. The aggregate shall be siliceous sand per A. S. T. M. C -33. The fiberglas reinforcement shall be a borosilicate type continuous glass roving with a polyester ' compatible finish. ' The gasket seals shall be a continuous ring of neoprene type rubber. The reinforced plastic mortar pipe shall exhibit, without failure, a minimum stiffness factor of 15,000 lbs /in2 /in for 36 -inch pipe and 24,000 lbs /in2 /in for. 42 -inch pipe at 5 percent deflection when tested per A. S. T. M. D- 2412 -65T. Failure shall not occur prior to a deflection of 15 percent of the pipe diameter. The average inside diameter of the pipe may be less than the normal by not more than 1/8 -inch, when measured approximately 3 inches from the end of ' a section. The nominal wall thickness for Class 150, 36 -inch pipe shall be 0. 46 inch, ' and have a minimum wall thickness of 0.43 inch. The nominal wall thickness for Class 150, 42 -inch pipe shall be 0. 52 inch, and have a minimum wall thickness of 0.49 inch. SP 15 of 19 ' Each length of pipe and fittings shall have sufficient strength to withstand, without leakage or structural damage, the hydrostatic proof .pressure of 451 psi. 25. SEWERS a. General. Interruption of sewer flow shall not be permitted until the newly constructed sewer is ready to be put into service. After diverting the sewer flow into the new sewer, the.old 8 -inch vitrified clay pipe (VCP) sewer shall be abandoned by filling with sand and plugging the ends. b. Vitrified Clay Pipe Sewer Main. Vitrified clay pipe shall conform to Sections 16 -02 and 16 -06 of the City's Specifications and A. S. T. M. 1 Designation C- 200 -64T, except that hotpoured joints will not be permitted. The joints shall be plastic, interlocking type, and shall conform to A. S. T. M. Designation C- 425 -64. Branches for residential sewer services shall be furnished and installed to replace existing services. Exact locations shall be determined in the field ' by the Engineer. Sewer pipe lengths will be measured from centerline of manhole to centerline of manhole. The unit price bid for 8 -inch sewer main shall include the cost of removing and disposing of the existing manhole, sand filling and plugging the existing ' 8-inch-VCP sewer main to be abandoned, connecting the new VCP main to the new manholes, furnishing and installing the new wye- branches for sewer laterals, excavating and backfilling the trench and all other work required to ' construct the sewer main complete in place. c. Vitrified Clay Pipe Sewer Services. The vitrified clay pipe to be used for . sewer, services shall conform to the requirements specified for sewer mains. The work consists of connecting existing residential sewer services from a satisfactory point of connection to the new sewer main. Connections to the existing services shall be made with "band -seal" joints or an approved equal. ' The unit .price bid for new 4 -inch VCP sewer services shall include the cost of excavating the trench, backfilling and compacting, removing and disposing of existing services as necessary, making the connection between the existing service and the new sewer main and all other work required to install the service.as specified herein. ' Measurement for payment will be made from the outside end of the wye -bell to the upper end of the house connection. SP 16 of 19 d..` Sewer Manholes. New sewer manholes shall be constructed at locations shown on the Plans. Manhole frames and covers shall be Alhambra A -1490 or equal, conforming to the requirements for "Grey iron castings" (A. & T; M. Designation A -48, Class 30). The cover shall be set flush iwitii the finished pavement grade. The Contractor shall remove and deliver the existing manhole frame and cover to the City of Newport Beach's. Corporation Yard, 592 Superior Avenue, Newport Beach, California. The unit price bid per sewer manhole shall include the cost of the manhole, including frame and cover, connecting to the sewer mains, and all other work necessary.to construct a complete and operable sewer system. 26. WATER MAINS a. General. Water mains and their appurtenances shall be constructed in accordance with Section 19 of the City's Specifications and these Special Provisions. b. Piping Materials. All water mains, unless otherwise specified, shall be I' asbestos cement water pipe conforming to Section 19 -02 of the City's Specifications. The minimum cover for 12 -inch pipe shall be 36 inches and for 6 -inch pipe shall be 30 inches, except as indicated on the Plans or as directed.by the Engineer. ' The unit prices bid for the various pipe sizes, as specified, shall include full compensation for all labor and materials necessary for construction of the pipe,. c.onnecti4g'.new or existing services to' the main, and any other . incidental items. of work not,separately provided for in the Proposal. The basis of payment of pipe lengths shall be as measured on the horizontal, and 1 as follows; (1) Centerline of coupling to centerline of coupling and /or valve. (2) Centerline of valve to centerline of valve. (3) Centerline of valve to centerline of fire hydrant. C. Valves and Fittings. Cast iron fittings shall be short body, cement lined in conformance with.ASA Standard A21. 4 with rubber ring or hub ends, and shall conform to the requirements of ASA Standard A. 21. 10. All rubber ring joints shall conform to the pipe manufacturer's specifications and shall be free from rough spots and sharp edges. Flanged fittings shall conform to ASA Standard B16. 1. SP 17 of 19 ' All valves and fittings shall otherwise conform to the requirements of the City's Specifications, except that no caulked joints will be permitted with asbestos cement pipe. Rubber ring ends shall conform to the pipe manufacturer's specifications. All dead -end outlets shall be equipped with a blind flange, cap, or plug. All .b -inch and 8- inch.valves shall be furnished with all.internal working parts of bronze ,including solid bronze discs. All 12 -inch valves shall be furnished ' with lnterior working parts of bronze except discs, which shall be cast iron with - bronze facing. , Valve stems shall be castor forged of bronze containing not.more than 7 percent zinc nor more than 2 percent aluminum. ' The unitp'rices bid for the various valves, valves and tapping sleeves, crosses, tees; and reducers, as itemized in the Proposal, shall be for ' the items complete, in place, and operable. d. Hot -Tap Connections. Hot tap connections shall be made by means of ' an F -5190 tapping valve and F -5195 tapping sleeve, as manufactured by Iowa Valve Company, or approved equal. The Contractor performing the hot tap operations shall have a minimum of five years' experience in that type of work and shall be approved by the City. The price paid for the tapping sleeve and gate valve will include all work for the item complete in place. e. New Fire Hydrants. The unit price bid per fire hydrant installed shall include hydrant, connector pipe, and anchor block, all in accordance with Standard Drawing STD - 501 -L. Separate payment will be made.for the valve. Fire hydrants shall be located as shown on the Plans or as directed by the Engineer. ' f. Relocating Existing Fire Hydrants. The unit price bid for relocating existing fire hydrants shall include plugging and removal from the existing ' main; and installing the hydrants, including additional new connector pipe as required and new anchor block, all in accordance with Standard Drawing STD - 501 -L. Relocated fire hydrants shall be located as shown on the Plana ' or as directed by the Engineer. Separate payment will be made for new valves, as required. ' g. Thrust Blocks. Thrust blocks shall be constructed in conformance with Section 19 -11 of the City's Specifications and Standard Drawing STD- 502 -L. The cost of installing or removing thrust blocks in the various locations shown ' on the Plans, or as directed by the Engineer, shall be included in the various items of work and no separate payment will be made. ' h. Connecting to Existing Water Mains. Connections to existing mains shall be made either by means of a sleeve type coupling or tapping sleeve, as shown on the plans. Couplings shall be Smith -Blair 433 Transition Cast Coupling, or approved equal. Tapping sleeves shall be as previously described. Interfering portions of existing water facilities shall be removed as required. At ' the locations where the Contractor is instructed to cuts plug,,. and remove U II II II II 1 SP 18 of 19 an existing tee, cross, elbow, etc., a concrete thrust block shall be placed behind the plug. The Contractor shall inform the Engineer and all affected residences by a written notice, one day in advance, when it will be necessary to shut down any portion of the existing system in order to connect new mains. The Contractor shall maintain the existing main and house connections in service until the new main has been pressure- tested, chlorinated, and approved by the Engineer for use. The cost of connecting to existing water mains at the various locations shown on the Plans, or as directed by the Engineer, shall be included in the various items of work and no separate payment will be made. i. Testing.New Mains and Services, . Testing shall be performed in accordance to 'Section 19 -08 of the City's Specifications. Rubber ring joints in asbestos cement pipe need not be exposed during testing. All other types of joints and all service connections shall be left exposed during testing operations. j. Salvaging of Existing Valves, Tees, and Miscellaneous Appurtenances. All existing valves, tees, and miscellaneous appurtenances scheduled to be replaced under this Contract shall be removed by the Contractor and delivered to the City's Corporation Yard. The cost of removing and salvaging water valves, tees, and miscellaneous appurtenances shall be included in the various items of work and no additional payment will be made. Z7. REPLACE AND RECONNECT EXISTING WATER SERVICES (INCLUDING ' NEW SERVICES) The Contractor shall replace and reconnect all water services with new materials between the new water main and all existing water meter service locations. as required. New services shall be installed at locations as directed by the Engineer. ' The existing 3/4 -inch meters shall be reconnected and the salvable meter boxes re -used. All meter boxes damaged by the Contractor's operations shall be replaced at his expense. The service pipe to the existing meter, ' including angle stop, shall be 1 -inch diameter. The Contractor shall use silver- soldered copper sleeve type connectors to join the new copper tubing to existing copper tubing. Flared fittings shall be used for 1 -inch diameter or smaller water services. All work shall be done in accordance with Standard Drawing STD - 503 -L. The unit price bid for replacement and reconnecting existing water services shall include all the work as shown on the Plans and as described herein. ' SP 19 of 19 28. SAND PIPE BEDDING Sand pipe bedding materials "A" and "B" shall conform to the provisions for fine aggregate, Section 90 -3:03 of the State Specifications. Sand pipe bedding "A" and "B" for storm drain pipe and 12 -inch AC water main shall be placed as shown on the Plans, LACRD Drawing STD 76 -01, and when soft, spongy, unstable, or similar materials are encountered upon which the bedding material or pipe is to be placed, this unsuitable material shall be removed to a depth ordered by the Engineer and replaced with ' sand pipe bedding. The unit price bid for sand pipe bedding shall include additional excavation, if required, and placement of this item at locations and to the cross section shown on:the Plans. No additional payment will be made for sand pipe bedding required due to overexcavations beyond the limits shown on the O plans or directed by the Engineer. 29. LOWERING EXISTING STREET LIGHTING CONDUIT ' The existing street lighting conduit in the median on Avocado Avenue shall be lowered to accommodate the water main and street construction. All work shall be performed with materials similar to the existing and in accordance with applicable portions of the City's Specifications and State Standard Specifications. The price bid for lowering street lighting conduit shall include all work required as specified herein, shown on the plans, and directed by the Engineer. 30.. ADJUSTING MEDIAN SPRINKLER SYSTEM . The existing median sprinkler system shall be adjusted by lowering and removing sprinkler heads to accommodate the water main and street construction.. Completion of the work shall produce an even water distribution over the remaining median to be replanted. Restoration of the landscaping will be accomplished by the City. All work shall be performed with materials similar to the existing and in accordance with applicable portions of the City'a Specifications and State Standard Specifications. The price bid for adjusting the median sprinkler system shall include all work required, as specified herein, shown on the Plans, and directed by the Engineer. t' I I 11 1 h jj 0- FACE & 0. 0688 eg yo PER Fr I l -,rmF #4 # cavB 6urTrie�— m domfew em-rew1m MAW la0z" MIMPAWAT r Ype *,a* alvo CITY OF NEWPORT BEACH DRAWN -AW-5 DATE p PUBLIC WORKS DEPARTMENT APPROVEQ�,_ 7ASS Xj -MUC WORKS DIRECTOR .z�MM40409 - -CZ147,6.:-7JjFCr10A15.. R.E. N0. DRAWING NO. vT 7r4a —IOZ-4 Paqe I of 28 ,v Z. DO NOT SCORE Pv AZETURN AREA 9. oTNeAtWisE P, L' ND SPEC /f /ED _ «5'fbAi~ Nl.!✓OR, RP /MARY. 76C AND SECONLWA7Y SrAEETi ?U FC S' CURS RETLIRAI. A2EA t /O'NOpMALLY 1 TYP /CAL SECT /ON�CNC. /N MPKWAV /S OPT.L3VAL WITH Aa4411A.W APIAR W7V OWAC SCO2E LINES, WEAIIEAIED PL4AIE JOINTS 1! EXP IS /ON JOINTS MOTE: FOk' TREE WELL G1�N /(/GS /.V COVC"ge USE 36° X 36� (RF 144I'O� i 30 K 30� (ACCEPTABCE� CV 10-24-63 k'Et! /2- /9 — 62 CITY Or NEWPORT BEACH DRAWN ✓as DATE I -8 -62 PUBLIC WORKS DEPARTMENT APPROVE _ S I DTE WA L M A L PUBLIC WORKS DIRECTOR DE! A LLS R.E. NO.��2 ORAWINS NO. S TD - 10.3 -L Paoe,2oof 28 1 1 1 1 Ifl l � I I-f/ow L/NE . ✓O /NT — =� _(TAP /CAL,) B'RC.0 OYEZ _4. "AG...BASE 1 II 0 ,01_411,1 �I • V 4- 4 , moorN a.4BS . ca /BjC.C. _...! , FQOM BOT70M A cEVEc 11 oa _. UME "7:t D /QECT /ON _..OF FLOW CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Sr4 JV0 4,120 CROSS 672177 W Paae 3 of PA Q' SECT /ON A•A DRAWN ✓A'S• DATE /Z - APPROVE -A . _..USLIC WORKS DIRECTOR R.E. NO.9 511 DRAWING NO. STD• — /OQ -L I 1 4.7r - PL. - 2 "AP A/.OTL'N EX /ST. SMM,, MAIM ES 6' ✓AF /ES zo . . ',d. B. UNLESS welq i /SE NOTED SECT /ON -;4' ..4 NOTES (l% W'3'FORALLEY WIRM W S'46W MM. W+4'AWALLEM W/LWR ?W*V /6' (3J EL.•P' /3 3 11QELOIVA LSTiPA/6/JT (/.IEi' _ CQVNECT /MB •M' � iV f/NLES3 07T/EQW /SE S+t OW QN XUAV. FLOW. YA2 /ABL25'_._ P. C.C. .?. 16 a cl/,?B F4CE —` Q �S /DEW�4tI! LLEY AAAAV ----� /S/Aammi�! _ I t.4 cov r. R'W'D YEAO UULess ✓LVUeo a Oraee /MP,COYE.fMMU Q 4*+ 'P /CAL ALLEY APPROACH D/P /N CbNC GUTTE ec c N c/o - T /CQL ALLEY S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT .444EY SECT /O/V f ALLEY APPROACH _ Pano A of 90 . . -- - DRAWN ./!CS DATE /- - z -6Z APPROVE =. 1 ASS . UBLIC WORKS DIRECTOR R.E. NO. 2337 DRAWING N0. STQ—IOS —�, Q W//EN Bffi#9 1N6 XM 4Y/Sl CVQB� "w CUl OQ leekv /E C[/.?B i71! NEAQI:ST EX/ST. YE,Q7 /C�qL JO /NT. (YyP /CAL .. p I WE4kENE0 LYANE ✓EV/VT_ OQ COLD ✓OANT IP. C. C..4PP,?QACI! �I PLAN A "r a-c ' . I _t' -6'.. I mm- /O• . wM, - / "DQOP EG EYA r10A1.... StOPE� %'R�?FL =G' 7a ' %r " .. BAWA,tf 45 S#0WA/ SECTION ;4- .Q.'_.— . WMEN O/ ✓N/NG EX/ST. Come. GVl7E,Q Or caps .. 2 "O? NATCN Ed' /Sl. 511VE011 CITY OF NEWPORT BEACH DRAWN, ✓as DATE PUBLIC WORKS DEPARTMENT APPROVED, MT ueuc WORKS DIRECTOR __CO 146j2C /AL DQ /I/EWAY4PMQ04CH No. DRAWING RM. . 93 rn Paae 5 of 28 i 1 1 1 .. 1 1 • • 4 WHEN *a PEOK /NO /eV7C Ex /fT. CUPS, o* car AP .4roaw cw.P,a ro ,crE,oa�rr Exrsr. vr/co[ ✓LY!/! /TYN/ltd[f WEAKENED DUNE Ole COLD . VIvr IRC CQ'YGPrre d.0A .. cw I 4 PWAI Sf/APF /S Glor/ONAL 3 Q t��Q "lld L/Ae Z "O ?M�4TCN �� • � EX /ST. S /DEl�.4c.v ,QQ akl AS .wowv EX /Sr. cow 0"Afe l SEC71MV "4 -4 " CITY OF NEWPORT BEACH PUBLIC WORKS' DEPARTMENT RESIDENTIAL DRIVEWAY APPROACH. NPE n. .. Paae 6 of 28. T 1 I • ?BV 9��$-GG IFFY /Z - /9'QZ DRAWN ?WISE DATE ./&VS / ?. /➢6 APPROVED, 11SST. UBUC WORKS DIRECTOR R.E. NO.9 ' DRAWING ND. STQ — /O % -L � � BXi'td.!%?%O.!/• MQTaL7%QL *-a . r"dnonV BQBB dDI.td•C.C. COALV. BGOCL =-a" SY/PA7AVr -dGL Qdos 70 Bt CCL77L'O .r nv .os�vdcr Aw1wr _OONCL 80CCBTG:� MET1�G! F/CCQ OAP adS7X^ .ttAd71�B /• G . rm14rAr 4---mi P.C.C. P�YMT• CONTACT ✓0I N T W/ TH NEW CONSTRUCT /ON .t/O 19Cd4le C.rICUMS /OL/ M47EP/d4 Q4X2G °3MOOTiS/ ' A. CONTACT JOINT AGAINST EX /STING CONCRETE PAVEMENT SLAB .1/O SCdL� BLdB, � •. dLG L�dE�3 1b 6�° GY.t47Ep CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND ALLEY CONCRETE PAVEMENT Page.. 7. of 28 DATE ( ) R.E. N0. DRAWING N0. STD. -IIJ- L �O a y K v" a S T.2EET • S T2EET CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT CONCRETE REET a a �1 0 a O .P ti i� Q 3 N� D a� W� y o� �Q Nti N v a K4 �N ov 3.Q gv o� �o � a 3 Q y�K V DRAWN w•-Cy- DATE APPROVED P BLIC WORKSP BLIC WORKS DIRECE R.E. NO. DRAWING NO.S7-D.-I14- L Page 8,of. 2a7, kq I a I _ W �u o: Q) 2 a S T2EET CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT CONCRETE REET a a �1 0 a O .P ti i� Q 3 N� D a� W� y o� �Q Nti N v a K4 �N ov 3.Q gv o� �o � a 3 Q y�K V DRAWN w•-Cy- DATE APPROVED P BLIC WORKSP BLIC WORKS DIRECE R.E. NO. DRAWING NO.S7-D.-I14- L Page 8,of. 2a7, • 0 + t I ►� Q !�J. d s. • w e, LONG/ t TYPICAL W.RJ. V V v .SECTION v .(/O 8Cd4!!r + t I ►� LONG/ t CEE V E TYP /CAL PAVE, SECTION .VO scaz c t t AY..... dLLGY IY /OTN. _ t IY.I�t!•.......IyCiIL�E.f.�O LYdf/C ./OVi(/T. t N / S T.2EET CITY OF NEWPORT BEACH . PUBLIC WORKS DEPARTMENT PLACEMENT OF CONCRETE ALLEY JOIN rs -DAnn O of 90 -. DRAWN WS• DATE 5-28- "rsll APPROVED (11,01' BLIC WORKS DIREC R.E. N0. ]OR DRAWING NO. STD. -II5 — L. RADIUS� . »• F T TO ARBLE CH S LICI a TYPES' ATIC»IIS .. • RERWDINP» STEEL PER APPLICABLE DTARSARD PAN ON AS DETAILED OTHERWISE. Of •»til FLANK OrteK . a-mKINALS SAFE g Z ERD IML 7DP EAR. RD..ELOED i . E:; � ; •i: �-4t' � tTMIIYP Httt ROTE n SAN (m mmis81 •111 HA n SO'WIPPONr DHAT 11114 HEHHASOWN. »rte aH LBLt forty MI al \ . tN m • MI DO or sMRP NOTES WHEN CURB PACE EROEEDS VV4' A PLAN ROURD STEEL PROTECTION BAR I' N CA SHALL 8E INSTALLED" SAN SHALL BE EMBEDDED B' AT EACH END. A STIRRUP SHALL BE WELDED TO EACH SOLT WHEN A PROTECTION BAR » REWIRED. T • e MN. WHEN LENGTH OF OPENING EXCEEDS S'`0'. ALL "POSED METAL PARTS SHALL BE GALVANIZED. WHEN REWIRED BY LENGTH OF OPENING. BOLD ANGLE MAY BE DELNERED N SECTIONS AND BUTT WELDED N PLACE. ALL GALVANIZING DAMAGED BY WELDING SHALL RECENE TWO COATS OF ALUMINUM PAINT. TYPE A OR TYPE B ANCHORAGE MAY BE USED AT CONTRACTORS' OPTION" SUPPORT BOLTS SHALL BE INSTALLED WHEN LENGTH DP OPENING EXCEEDS Y -O•AND SHALL• BE SPACED AT NOT MORE THAN Y -O' O.C. AND NOT LESS THAN 5' -0' O.C. WHEN PROTECTOR BAR IS REQUIRED AND LENGTH OF OPENING IS 7' -0.OR LESS, SAD SAN SHALL BE LOCATED T BEHIND CURB FACE AND A' ABOVE GUTTER ILOW LING SECTION OF BASIN INLET WITH TYPE A KU ROLE ANCHORAGE HOT W[RGEO - SREL DEE RITE OR W[W ADOP[T Jr �1• I • ( f I STEEL .r•eR N'GG HRBL •,TpRR Y .HDlR TYPE B BULB ANGLE ANCHORAGE 'ADOPTED FA-0" CITY OF LOS 01661-ES 6TD PLAN B -.3654 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CATCH 8A SIN BU .B ANGLE • /NLET pane 10 of 2R: .... DATE AWPNLTrE n ASST. 6LIC WORkS DIRECTOR DRAWING N0. I STD 302 — L I �I o� c. b�. d 4' O OOV��f �1 V VI ac�v�croFO .• i i. 1 1 tt. Ir 97'SX le STEEL PLATT I"= AS SIHIMN. NOTES j I -THE STEEL PLATE ALTERNATE FOR CATP4 BASIN IH2TS SMALL BE FABRICATED FROM 9?N " 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE VSEO AT THE CONTRACTORS OPTION! IN LIEY Of THE ell SJf N IS" BULB ARMS. S--FOR ANCHORAGE AND OTHER DETAILS SEE 57D.- WZ-4 ADOPTED F*uv C /TY OF 'CDs ^6 —ELES .STD. PUAl 5-365/ CITY OF NEWPORT BEACH DATE oKEye�. PUBLIC WORKS DEPARTMENT APPROVE • CATCH BASIN USLIC WORDS DIRECTOR BULB ANGLE INLET (ALTERNATE% . DRAWING NO. STD-.303-1 Page 11 -of 28 r=- -�-�N• Mai i i. 1 1 tt. Ir 97'SX le STEEL PLATT I"= AS SIHIMN. NOTES j I -THE STEEL PLATE ALTERNATE FOR CATP4 BASIN IH2TS SMALL BE FABRICATED FROM 9?N " 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE VSEO AT THE CONTRACTORS OPTION! IN LIEY Of THE ell SJf N IS" BULB ARMS. S--FOR ANCHORAGE AND OTHER DETAILS SEE 57D.- WZ-4 ADOPTED F*uv C /TY OF 'CDs ^6 —ELES .STD. PUAl 5-365/ CITY OF NEWPORT BEACH DATE oKEye�. PUBLIC WORKS DEPARTMENT APPROVE • CATCH BASIN USLIC WORDS DIRECTOR BULB ANGLE INLET (ALTERNATE% . DRAWING NO. STD-.303-1 Page 11 -of 28 v Qaar tmow freame ([ovc,ry Nr A -/I90 At 6RA' FOdNORY Oro MIMI. • ..•••6005T. C10K/C. CL'YG{rP f s #/4• ' 'i I dOJ(/ST/NG ?/NCJ h -1 t4' DlA. NAX.•/ /' Af /N.•S' ;. , ::.. t0'OVA. � mPa••r- r�h�,Qrnros �'�' :''' ': ol�rm - �a�4 it v':.S N's 6 "GrPADER/NG -AS SHOW VOLtP N � M ~� ..._ 2A•x 2 %s'GQADE r? /NG- S /M /L,4Q .- TO.(/ 6Te'09'PCP fT� 4Om�L, ee •oia: , 2r M /A4 m 4, tOMMM- ••' • : �;' � k� fie' L s=o' ,014. , LrCICAL SECT/OAl ✓O /NT DEwi. 0re- 'NI A SHALL BE COW7.' Al ACICMDANCE W /r// AS.7".. Mdr.. C -478 —6/ T IfM AAW . M H. -- SFE ltRKV N� .L- 4o / -STD I.. _SWiTd'�d. $ 07MD BASE' ! 7v W/rKirc/ 4' �"' ---� A� /t/EARRST P /Al•` .JQ'iV'7;�' n emis WPM" i 0 m 460x 24 "ECCEAIMIC CONE 1 1. PL A Al OF BASE WT.-zwo CITY OF NEWPORT BEACH DRAW" Z °S DATE 4.3 -4T PUBLIC WORKS DEPARTMENT APPROVE 6 /65lI�B. �•�� 79/6E W.P. k'&Al* 04 4© ASST . UBUC WORKS R.E. N09551 '� �� STQNDArPO 0oR4F4 4ST__ :%YL4NHOLE p pRAWINO . 0- STD • 40Z —L Page 12 of 28 I 1 1 t 1 i 1 • STD. WYE 5400LE / X� /TN LUGS. ra PLOW 0 \CLASS $" PLAN A cove. SECT /OIV A -A SEWEP = SADDLE Z. 4's�gEWacv CURE �N /SEL or ..:...;c:::.:; R• n /N CURD Z '4 j7'X 2 RIEDiY00D Rost ---+ 4'Y.C.P. r N SLOPE: f/e'PE? 45• it FOR SLOPE LESS THAN Y4'PERFT., ro Ye P, SN4LL BE USED. M /A/. S[OPE. % 'PER FT. TALI! I Iff"w// HOL/SE LAMOAL. CITY OF NEWPORT BEACH DRAWN ✓es DATE 4/M PUBLIC WORKS DEPARTMENT APPROVED. — HOusE 1.4 ;r&' e4l ASS UBLC WORKS DIRECTOR R. E. NO. G C,37 - - -._. SADDLE - -- - _ OA/S DRAWING NO. $7',0-404-Z. Page 13.of 28 h 4, r 1• AI/N. /aON F.PAA/f• rC0 ✓f Q, AN* A'M/IP VORA rM&DRY OR AWdt. j ICONST. CONC. COLLAW 40.11MIW RIA40 as RfQQ MAX.• //" M /N. �S' . TOO 5w, Y -2Vt oor oV6S dAA OdN/77dOY AwwArI. �jMdNMOL /a �di =Tl�f woou Wr i A/ �± Pik aro: tans.' are ✓ofNr, OE rA /G �. I A ■lll PGQA/ OF 04SE ✓O /NT OETa /L •A'EINFOaCE IN ACCOWANCE W/iM AdTM C- 47&+6 /r t No oIre MN. VN4LL ME C0M87R(1CTED IN 4CCOZ041VCC W/TN As.T.M, DEa. C- 478"6/r FOR DROP AL N. SEE DWG. Ns L•40 / -a TO. - - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT == - QE /NFOQCED Pane 14 of 2R DATE ASST% J PUBLIC WORKS DIRE J R.E. NQ. DRAWINB . N0. s TQ 4 Q i r • -� f r iYP /C,4G SECT /ON. EXTEND 04SE TD WITHIN I' h OF NE4iPEd7 P/PE /O /NTd' %, l I A ■lll PGQA/ OF 04SE ✓O /NT OETa /L •A'EINFOaCE IN ACCOWANCE W/iM AdTM C- 47&+6 /r t No oIre MN. VN4LL ME C0M87R(1CTED IN 4CCOZ041VCC W/TN As.T.M, DEa. C- 478"6/r FOR DROP AL N. SEE DWG. Ns L•40 / -a TO. - - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT == - QE /NFOQCED Pane 14 of 2R DATE ASST% J PUBLIC WORKS DIRE J R.E. NQ. DRAWINB . N0. s TQ 4 Q i r 2% i L T'•' NOTES l�VL! L L OF MLI NHOLE L BE:f/O 5E M,[lNNOLES: M4 TL=O /<I L S/s�il L L E W470,11Gf/T IAPOA/ Co l/_FOQM /NG A-1/71/71 Q T SN/ D - ,FO 7p ��J6� /C4 TE0 OW -V/a �OU.t/O $T02M OA2G IAI M4 NOL E9 it9D %/ G ,47,4 O STEEL , F4 BQ /C4 TEO O,� 3/¢" .2oU.i/O 5'D� D�/O GDLI�D:I/ /ZED DF'7E2 BE.fJO /�fJG. CITY OF NEWPORT BEACH DRAWN w 42, DATE PUBLIC WORKS DEPARTMENT APPROV S 7w.4 NO A oQP O PUBLIC WORKS DIRECTOR �° M<J A11 -1OL E S TEA DRAWING NO ,gTO- ¢Oro -L e I ' I I — . s 64SKET 41,0 1ME/VS/ONS 4' HOSE; 4Y /6' /.Q; 5yaICO.; %4" MICK F/ ?E NYDR4AIr SHALL BE EQU/POEO mmy N.S. TH,?EAOS AND NEOPRENE 6ASLl 4'AVTLET SHALL BE NORMAL, M CURS FACE. 1Yf'A9VT4601V AVr ! OF WATEQ MA/NAS SHOWN S ON /MA'ROYErMNT GLANS 4'.O.. NORMALLY TOP OF PYM'T. SEE DA74 14 BELO/V Ki - B r L'OA'C. OR VC.. P /PE p� 6 "ASBESTOS CEMENT-. V I - -- 6'6ATE YAGY6 ,,CAST /ROA/ T2°E M16' nAVV 'D OMET CONC. 2=0 'rD /A t ' BLOCA! co&&T. CLASS ''8�,.'...•••' COA/C. COLLA,P CITY OF I STANDARD AWE HYDQANT ,1N5TALL.4T 10N Page 16 of 28 Page 17of 28 MAIM601V NUT I CONC. ANCHOR BLOCw A. G. pVMT. - ... -ROC,r BASE fRAhlE y COVEe Sea O k$ PROAC C 75 ,Vv 4 T T P MARKED "'W.4 7 _e 0 4 -30- DRAWN ✓,PS DATE APPROVED/.\ I" P�18LIC WORKS DIRECTOR r y R.E. NO.3531 I DRAWING NO. STD.- 501-L. 11 1 1 11 II 1 1 4N. 684. E-PL 6G A./. Go 3 C2143 /8/01N8 0 TH IS DIUMS10AI 13" CLEAR Fp4 /' A41MW s // �' .y � 1//Q• I •t COMM 70 %CRV /L'E L /NE_�BL� AI I' FEMALE cQUPi./,VG.J W/TH !. P. THREAD ANGL E METER 670P ' ✓AMES -AWZ✓ -/5E4 UUELLER H -14250 OR F416C0 C -22.96 TYPE K COPPLFR 7V81NG 0 CONC• METER 80X (SEE NOTE 403) POR A ALLOW - 890045 �3 FOR /f METER - OAMA'S M !7 METER 4' METER COUPL/A/G' 7V 9E IAIS'MLL6O BY C /TY .4r-?W METER ISOX IS /A/ PL'AOP -/F NEEDLED. SEC- ,r M - 6/3 -L FOR COUPL/AA9 DETA /LS CORPbRAT /ON 570P Y\ ✓AME5' ✓ONES ✓ -/500 � MUELLER H -15000 OR PUBCO C - Z700 .................!� A. C. WATER A44/N ....... DOUBLE BRtJNZE 5sRV /CE CLAAAP . W /TN C. S THREAD ............ ✓AMES JONES ./- 979 MUELLER H -/600 SM /TH - BLA /R 375 DAN -DE /OZ -O BAKER SER /ES /83-0 NOTES' /. � ALL 7'U81AA9 Ey F 1771NG6 BET. A.IA /N "FrCP 7V 8E If UNLE55 OTHERW /5E ' �^PEC�F/EO. 2. WHEN CO.VNKT /MG A 3141 .METER 7V A I' sERV /CE uSE A BRONZE W4rEW kerce BUSH /A,G ✓AMES .kN/ES ✓ -/2B-N OR APPROWO EQUAL. 3. METER 8OXE6 SUB ✓ECT 70 TRAFFIC L0A0XA-- WI4L REPU/RF C. L 7-RAFF /C COVC-PS. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD WATER SERVICE 3/4" 40 /N 71 DRAWN ✓c. DATE APPR D«- ; !1 ASS . PUBLIC WORKS DIRECTOR DRAWING NO. .1 C" 1 1 r I. I Page 19 of 28. STEEL ANCL/ORS CONCRETE 4NCHOR BLOC-t "A N MB .. .•O• r/TT/NG LENGTH W/O TN DEprw 'S /ZE 011.4NT. LENGTH 6 "X 45 'BEND 2.0' 2.0' 2.5' %2 0 2 8 0 x 4S' BEND 2.5' 2.5' 2.5' Y2 4 2 9.0' /0'X 45'BEN0 -1.01 3.0' 3.5' h 0 2 //. 5' 12' X 4505END 4.0' '40' 4.0' GROUND Z 1 E C. Ff rTin/G WgTER MA /N 4NCL/ORS NOT z- AfBEDOED IN CV1M9,CTE Y TALL BE COATED w17 -1 L/OT TAR O.Q EQ[./AL • ,. ,► STEEL 4NCi/OW . , CON,° ANCHOR BLOCk ••�•. �'.'. '-� �n P CLA.f•r'Lf Ct9NC. •••��•M� w` w ELEVAT /ON .4- OR B VEEP T/ CAL BEND ANC/ -10.Q GATE Y4L YE 2 A4 STEEL 41MIMAX ANCHOPS NOT r"Mra060. IN CONCRETE .SH•4LL BE WATER M4 1N Co.4TF•D_l 1771 NOT TAR Q2 EpUAG '' .......� :� ,. ," ',•• e. BOT70M GK' TRENCH CONC. ANCHOR BL6tZk \ CLASI 'B" Cavc. 2"J NUB SECT /ON AFL E V4 T /ON GATE VAL 116" 41VC"0,2 CITY OF NEWPORT BEACH DRAWN A/M DATE PUBLIC WORKS DEPARTMENT APPROVE .4MCAloR BL OCAr 0E7.4 /LS Ass . USLIC WORKS DIRECTOR FOA? R.E. NO. -01-5 DRAWING NO_TTD "30G= G:.._.. GATE VWZYEJ' tf tMeAMM44 BLEND.% Page 19 of 28. 0 F /L/ /SHED STREET .4.c. O ✓MT. c ROCK BASE CO,VSTRUCT CLASS ;8" CO,C/CRE TE COL L.AR — THRUST ,BLOCA CSEE STD - SOA -L.) o a' COLIC. oR V C 0 FRAME r{ CO VER BROOKS PRODUCTS Ala 4 T T MaRKEO " WATER �i• .LEAD COIN CMOs r of MOP/L!G SLEEVE � —LeAO 04SKETS 1' -O" O /!J. t :1 -GATE VALVE .A41D TAPPAL/G SLEEVE (GATE •VALVE' SHALL BE 'AOWA LAST /4, RELASELLAER LAST 1.3 .4, OR R/CN SERAES 20). CITY OF NEWPORT BEACF- PUBLIC WORKS DEPARTMENT 74PPh410 SLEEI/E 441D GATE v4LVE FO,? CAST /R041 OR 4JSEST0S C61VE-VT P /PE Page 20 of 28 DRAWN -J-- DATE 3 -AZ -63 APPROVE 1. 1 AZS UBLIC WORKS DIRECTOR DRAWING NO. %YTO— SO % -L. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,�nvisaEO oeaoB -� CO.f/C.2G'TE C64S8 B�� GYJ.CK @�e'TC' GY.1[L48 �- GO TE 114 G VES -- .2E,USS�Gd H B Etios _ @ /-� G Brent, I A. C. I. -ON M QLC�PlY4T QT'S �. Q T7` pe s� t "Gbfc. 4. C., I -- ryo /ceL Sl- COU�L /.UG -- CGSr CoU.�G /.C/l -3 w /sr�nutcss STBG'G .BOLTS . Syys� /TN- .BG4 /@ �►� .UO. aaa 0.2 EQUOL. .DOTE: 4 G L 1W-d TEL7 14/- S 4l/O oE2d T10 ClS SUBJECT 7n �QOV °9 0�9 0, C N ��tiT�CTO S @EC /4 L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT X AND LSwkUAL4[L DATE �BLIC WORKS DIRE TOR M R.E. N0. DRAWING "o STD— 514 — L 1 1 �1 1 1 �1 1 1 '1 1 1 1 1 `1 1 0 0 W W p o� G NV OW � 1 � 1 0 I I Q � j I I k i I if CITY OF NEWPORT -, E PUBLIC WORKS DEPARTMEI TYPICAL JOIN ASBESTOS CEMENT 0 uQ vp DRAWN JW -CA DATE 45F-/t-c0ttT APPROVED UBLIC WORKS DIREC R.E. 140. �y3y DRAWING NO. STD- 515--L ai�� Cm Ea�.S.���E.S �. � Y� •- l E d EoER a s If N ;as'a E %uo F... 11Fa 3 � r ft•3;Il o ' Ed+W�.e.ms`N$S 4 N.a g €� � {� � [ ' � E ° gg_Sa S• p =�E Y.Ss_ yRoil a Iq,--$ €', $ S yiE R iE 1 Zit�O lg .�t— o f #S°lGa A Z 'e e Y S�aSg� €r•�faaWtW. 0 0 a• Y $ W I =1 1 I 1 1 i n h M V- .O V o I,j � 1 a I ' - 1 r oo WAD W 3 i 0 j 0N1ieO NNN 1�rAN�f v . � �� � V i•I Z � , ♦♦ r '�` • .111 / `� � G u I�y11 bli 1, *1 ' I �e� ■ I OI K O �`WksSYi �• aMi iN / is o /1 � A5 yEr ^1 YV F W :, 2 d 'O = U 2 V N 1 0 c� G Z 0 F.. v W to A v N 1 yN i V N 4 ryry !yam °, al V- .O V o I,j � 1 I ' - 1 r v . � �� � V i•I Z � , ♦♦ r '�` • .111 / `� � G u I�y11 bli 1, *1 ' I �e� ■ I OI K O �`WksSYi �• aMi iN / is o /1 � A5 yEr ^1 YV F W :, 2 d 'O = U 2 V N 1 0 c� G Z 0 F.. v W to A v N 1 yN i V N 4 ryry !yam °, al ea ����bse t,00 z° � uAvkv.0 ! zz � �•�fC' a¢� `I ■• 1� ~ Y 4 � � � Q � ��i �i � � ,C ^' � � 'M O ~py 9�p��$ ��p�� � ^ p a•SVo.�w'��8, °C 3y'£me ;ny e A I.9 ` CD i Q N7 Q Ja z "i u uO w2 a W _ � 4 4 r v ; AU /-Wr -ov /f I //vM +{ vN +K {aS rs,o) pua au/o� a&r 2nd N ng p2z!",'F9 N O N �0g uoi {�a {o�d d4°N MS a 1u seng 2I0N +%S sd o9WV //n {ap aag 9/2+,00 y p p 7..0 /- 9?9 -o9 07.0 /; /ZS ✓o8 0 o u07.0 /;'O/ Sing M o 0 f07J /:6 v�oB p �° o 07..5:9 9108 o p o � fi°7..Zof7Ja8 N N N u07..L: /IrW9 M M q u 0 f0 rn ` V t a Page 24 of 28 zzQ z u� <N� �zW QD OOOO�CC NNN NNNN n N 0 5 h y < a z 5 r am J< CL J of I � � Qcc / = W j :r J w O R e OW btNt�ObpN 00 & aa >U N- Jtioa�lJiaJ@jCl�1�/ L�.y.O b a" Zd' Z t: '0 h w PeLwbM a jb U� �y \ W p O 4 (aj Ql j R a CO J gg e >M nevP o�•8.e b" :.eEpOti U 6�3 Q� @i W Nt\p %44 �O $• ;D ) $'� O N U N 0 d �} a c yg 41 C� �a'1i 1O J �neeneae0 �o��o u ¢h.Nio�4e�o�0 We °2�'a a becQO QC P V e b P O -th � o ®3nNjN Z ov O Z F 3 \ N ,�O• lz N �p y F QN J N Z �"I e U�a Eee�• eQJ Ly of m ��nOQb �dN p ZzaAO e c 2 e e ^1 P P 3 4 m 4b O�$� .0 '• O N m n ti b b Q b m e 0 0 as m o e bNPro gV tCaic$�.tf��aN uo�OOE m r p N tf N y F22 pp o No i o \ N 43m E\ 01 In oti a io � e'o Q ��6 a N a o�$u�pl` a 'I. .. ^_ o0000o t pmLEyPe`a OmPEOC R NNNNNN ni �i d h d O � y Ni + r ,.[ I 1 j � - Z � � pasn sr p• jog i 'IT i b // -7. eve nw0 \ mi V y Psirnbc� F v�r v Y oB' ttQ 1 I. ______ U J •i , dSJDB 1 I I41 Il f F C its � c b y C sz Or-i /X n O.i " Wii O� V�Vi i o '�' r I � y Q N C V LLB ._- Oi A i` �I V Q� O tu N i L' b q V 1 ./fl u ai ` Q O +N- C y N i \ mi 1 II iai O y Q 2 e \ � N (dj L a c a a a a O C e '7g y smg yo uogonui {von � e L �di o�• ll (� QJ rt � y N a M« •I N 'tea q O � b j� M 2 /p Q <� V me ^f ^1Me a ee b �. iom L ogL �pV E hbt�ib aC �N 7! uvyf iafoIa Page 25 of 28 i6 1?N3 1 :1 1 r] .1 F .1 baS� F aFg o e��t�g r b tv Y � �m Diu a "I✓1• m;k.� y:b� o 1?S s 2 o ov.yR'' b O Y O \�`F C1 W'fIf YO Y�p4 T� bZ �+�. 4 $R: ti'jSE WSS W m U h r 4 CL * . u a d.CA ZOtio o ecc i Co c ° ;n n 'I OW�W +•4 I' W -F Coe 1h u °I'• m N C ie 0 NOl �a Y° e4S cSFj s �g o E o 5 0 � rF c v O d S°ot., z VI 0 4 - - I r` I Page 26 of 28 ��JEEEEE�E� !A9EEAE0EEE9�3 @�e�'��a�� S°ot., z VI 0 4 - - I r` I Page 26 of 28 E bee -2 oboe and 2 below *A& -hw. -- -5' Rodfss- rss. ban s1. r- H,rfe. "E bas -206" and 2 below '! ..� M� • Wee or Clmr. bars. PLAN CORNER CONNECTION O bars -2 oborw and \ 2 below WA&V � Anyh A- I /sea not dl� l (S A" .11� / Y J� r •040 Mac.a ebsa. bar#. PLAN SIDE CONNECTION B I T IC brit I Ell a I T IC Dahl pars u a 'e s b s 0 b 0 s b s 27 of 28 closer. SECTION A —A ;a o.G NOTES /. Rbinlorcmd srosr, per $ld Owb. 2 -on /, snarl be lrom face of 'c Mlr mless othenwse slows. 2. Mhbming steel for inside Ace of catch basin wall shall be col of cenlsr of oponhq and bent hte wa //s of monolithic conMellal. Rehifaebrp slAe/ for oalsids two of catch basin wall shat/ be cut 2 NOW of OPWA y. S cbnnecaen shall be paved mmnoliMlo with catch bosh. Me randsd 84V of oune/ shall be carsba ied by omnog commit o#ofest o carved form NO o rudfer of J' 4 Fbwr of strucbe shall be steel- tromew to WnR line, lot ebnnectims shell be ccaslecled when: (o). Pipes, 12hcbes MMW 72kches h dknvNr, infer or oulfet asouRh comer of catch basin. (D/ Angle A, for ROSS 21 inehss hivWh 30 fnches In "Mfor, /s 700or ass. (el. Pip; 35 IMbes MmWA 72 Inctee In dkNleter, Into a oWfer rfewpb the side ma // of cakA DoM. cuc.nn.. CONNECTION TO CATCH BASIN FOR PIPES 12 INCHES THROUGH 72 INCHES NoNe I MAR.1#ss 1 S ,,,, I or NOTE: The relative compoction fiiremants'for oil trench and bedding moterlohoil be 90%. CASE I I / W bank •�O ling • .Q�5 4.2 D2500 Concrete Bedding y CASE 11 CASE I- I . Use Case I for plocinr, RCP unless otherwise specified hereon or shown on pion. 2. "W" at springing line for Case I sholl not be, less than 6" for pipes 60 "or less in diameter, 10" for pipes 63" to Se inclusive in diameter, and 12" for pipe& iarger than 96!' in diameter. These dimensions may include the thickness of any sheeting. 3, Where cover is 10' or less, "W "measured 12" above the top of the pipe may be any dimension greater than the specified minimum unless otherwise specified. 4. Where cover is greater than 10', "W "measured 12 "obove the top of the pipe shall not be greater than 10 "for pipes 96 "in diamoter or less, or 12' for pipes over 96 "in diameter. If "W" exceeds the preceding limits, the contractor shall increase the D- looding for Case I or utilize Case II at no increased cost to the County. The Resident Engineer shall contact the Design Project Engineer for the required D -load. 5. Depth (d) of bedding material below bottom of pipe shall be tD for pipes 39 "and larger in diameter, and 4" for pipes less than 39" in diameter. in no case shall it be less than I" below any bell or collar. 6. Bedding A shall be composed of sand, 114; 318; 1/2; 3/4, or I" crushed rock or other granular material as may be specified or otherwise approved by the Engineer. The maximum site of crusted rock shall be 3/8" for pipes smaller than 27 "in diameter. Screed Bedding A to fit curvature and grade of pipe. Type of screed and the method of use to be approved by the Engineer. 7. Bedding B shall be composed of sand or other groolor material as may be specified or otherwise approved by the Engineer and stall be completed prior to placing balance of backfill. No rocks larger than 4!* in greatest dimension will be permitted. Where rocks are included in the bedding, "nesting" thereof will not be permitted. CASE TT: t. se IT when shown on plan, when "W" is less than the minimum specified for Case I in Note No be7E, or when cove , i ater thon IU and "W" exceeds the specified maximum for Cosa I in above within the following limits W - I "4dn�pipfls 48" or less in dicm01VnrV- 22 ".�, or less in diameter, "W" =28" for pipes .96" or less in dicmeter. at no increased cost to the County required D -bad. the contractor shall increase the D-looding the Design Project Engineer for the 2. Concrete bacl t I placed against excavated bank. No forms shall be permitte 'i cess excavation below the top of the concrete line shall be bockfilled with Class 4.2 0 I LOS ANGELES COUNTY ROAD DEPARTMENT I APPROVED --1�- O r E o Page 28 4f 28 STANDARD PLAN 7G -CI D: a f O m .11 J d F 4 l) o 1 9 J t m F T W W Z Z W V 0 t- W W n 4i let a z i Z '1 O pp1 0 0l al of 0 81 0 01 0 I 0 ! 8 8 1 81 $ I °1 o° °1 ° of 8 , 0 1 0l 0 0\ 0 °1 0 0, 10 ° °1 o 01 s st °ol $1 01 0 it d 3 0 (J J Al 0 d o 0 N f rl d d 0 0 o Q 0 0 0 0 0 E Un���esNd- s�°vmt�J���N�a$1° e°8v�m� m, d —r� Sq—N^! �- I r w ardml "I til - °1 °f1� 9 �I �I � °1 8 , PI om al Y sl at rlpp al 1 $000p °I °1 °1 °� 8t st $1 e� Ira\ N 0 0) of 81 $1 81 iil 01 81 81 81 1 Bt 81 81 ul �� 0 °1 $1 °a1 81 °oi 81 81 al of 01 OI °1 0' Z 0 �9 0 0 V1 m lD CO ° mmu)d 0 .n 0 — °�moN 0 0 O N 9 ri o °o° 0 -9 �7 "° 3 �_— —rl- _ �� 2 Q 4 U f" of 0 WI � 0, m T11 ° I r r el 9 s� 3 s 0 pt 0 al 81 $ rn p of $ 1 °1 ° 1 8a l }I P yl P 1° " al 81 81 $t at 8t p NI 0 p1 T� z� QO$oAnl�, d aNr�� C o Rl my° -� J V T �- u� 81 8, gi $i 01 g, gl I i al o al BI i of of 01 81 81 81 81 M 91 ;I of al g1 a� gl goQ �61 1^- .°�0 800 088R888.$$o�joa'^ °° � � N d — r0p0.cuI�006iviUVl�� v�16�a 00� N N ~ 01 811 ° 01 0 o 5l 8 0 Nt 81 0t °g i 0 °1 81 Qi ui �' of of 81 °I 81 0l 8t of of . °OI .1 W 01 %nI0 pl I!N r1 0N° .°�. Nr�OmN pl 0 Q O O O y O �- p 3 � N N �N �N1� gq0 . 0 0 LA ° ou n C( l Y t r Ql0 P s — W N � r' — a 2 � - nil 0 1Jl N J O+ N n yy F-• IL N LL !k it F J n0 J h N Ji J J W Lee v v n a ` e n1 am IA ..R o �s a VI ti V U LL � V Zd G P• �v a 0- •E 4 + — - 0 pin to -- NN J tGoi V 0 t- W W n 4i 1� d rl aww W •w z u> �U W cr ¢w wiz ~ 02 F—U W 4. ie ti`s._ .•;+..fdi e a � s N N � W •w z u> �U W cr ¢w wiz ~ 02 F—U W 4. ie ti`s._ .•;+..fdi _J Ze. 0 ^o W n I a r Z r of of ;m $o a at 4 o or 00 0 a8 14 (11 (r n N a b) lfj m CQ N N i r pl $I at $� $� $i ai jp of �1 $� $1 0I I — 0 �o $I of ul of $1$l of t11 $k $I 0091 yl °yl o ul $1 gii of gi % $ +mil S z r0 �� ° 0 10 o 'n N Q1 F- oNetalLo181$l°ol�l�a�oldl�f•1 at op o 1A Lf, (rt J.Qi � m c,NN Lo u� o 0 o- of oN Y 0 0 a AID 16 u119. Al N yN r N O foo N o JO- A! N d' Y $' . of o 0h Q 0 1 a $� 01 o <� 0 01 01,-� (} y N0 OU6i0 SJ N �' N m r 0 o o 'w' J z �Y Lit � $� at �m ��mN�9 14 q d Lj Vj J J J � 1/i ic,W ° t � n JR n A ivy M.�o;• L.A a� �i+}Q ;•}a A� _J Ze. 0 ^o W n I } ■ N a O s ! Z N F K �Q W W it Z F O Z {— U W f�llllllllllllllhlllll� 1 IIIIIIIIIIIIIIIIIIINIIIIIINI� nNm�nnmmMUmim �IIIIINIIIIIIYIIIIIIIIIIIII �IIIII�gIq11111111111�1110 �IIIIIIIIIRIIIIIIIIIIIIIII� �IIAIIIRIIIIIIIIIIAIIIIIIIII� � @�B� ���iE�Ei�E &6e��elEEeEE� CCESC, 6�IBC6��E8 C�G`BB@B �I Q O� 1J111 alui ir co I I �Z fn Ud9c La W 1. Z ~ O Z H U W Q -4 co I I �Z fn Ud9c La W 1. Z ~ O Z H U W I 0 W W Z n -a if�YUllYI I��Illpllnl �nnrmiwi�nmm�� �I�IIIIIBI�IIIIIIIIIIIIIN �umamm�mnn■i�■t nimmm�nno��� �ii�E�i @iEE01�I�IlYIli1111 �E��I��ii��lll�lllll�IIII �17iB6E66B6BFE @IIIiFB1Hills 511RY I 0 W W Z n -a 0 TO: CITY COUNCIL FROM: Public Works Department 0 - //;* 258 June 24, 1968 SUBJECT: COMBINED CAPITAL IMPROVEMENT PROJECTS - CORONA DEL MAR AREA, 1 (Contract 1123) RECOMMENDATION: 1. Approve the Plans and Specifications. 2 DISCUSSION: N -Z/ Authorize the City Clerk to advertise for bids to be opened at /tea 10:00 A.M. on July 16, 1968. 7 -16 «i This contract consists of eight separately funded Capital Improvement projects within the Corona del Mar area. It is felt that lower unit prices will be obtained by combining these projects under one large contract. The Proposal includes alternate pavement surface materials for Second Avenue. Alternate "A" includes Asphaltic Concrete pavement and Alternate "B" includes Portland Cement Concrete pavement. The estimated cost of the work is: Alternate "A" Alternate "B" Storm Drain in Second Avenue $ 29,000 Sewer Main Relocation in Second Ave. 4,000 Second Ave. Reconstruction 46,000 Alley Reconstruction 73,000 12 inch Water Main in Second Ave. 38,000 Water Main Replacement (Alleys) 32:000 $222,000 Funds available are: Storm Drain in Second Ave. Annual Sewer System Betterment Program Reconstruct Second Ave. in Corona del Mar Annual Street Reconstruction and Resurfacing Program Reconstruct Alleys in Corona del Mar Annual Alley Reconstruction and Resurfacing Program Construct 12 inch Water Main in Second Ave., Corona del Mar Annual Water Main Replacement Program $ 29;000 4,000 71;000 73,000 38,000 32,000 $247,000 $ 28,500 4;000 131000 58,000 68,000 5,000 41,000 32,000 $249,500 The availability of the funds is contingent upon Council approval of these items as presented in the Capital Improvement Projects section of the 1968- 69.City Budget. This project is being presented at this time in view of the need to reconstruct the alleys and Second Avenue as soon as possible and to construct the storm drain before the rainy season. w- - Page 2 Subject: Combined Capital Improvement Projects - Corona del Mar Area, 1968 -69 (Contract 1123) The large quantity of underground construction also dictates that the work begin as soon as possible. A brief description of the portions of the project is indicated below: A. Storm Drain in Second Avenue. This portion of the project provides or a new storm drain system to carry the high intensity storm water flows from East Coast Highway to the Bay. The new drain will reduce the problem of these waters flowing over the curb at the existing sump in Fernleaf Avenue during periods of peak runoff. B. Annual Sewer S stem Betterment Pro ram. This portion of the project prov es or construction o a sewer main at the intersection of Second and Dahlia Avenues to replace a section of main that now crosses over private property and under an existing structure. C. Reconstruct Second Avenue. This portion of the project provides or reconstruction of Second Avenue between Avocado and Heliotrope Avenues. The work includes replacement of curbs, gutters, alley approaches and cross gutters. The scope of the work now proposed in Second Avenue has been considerably expanded over that contem- plated when the original $13,000 appropriation was made a year ago; in addition the original appropriation represented only the differ- ential cost between reconstruction and the resurfacing work needed for the underground construction proposed. Thus additional funding is being provided from the street reconstruction program. An opening through the median in Avocado Avenue will also be con- structed. This opening will provide better vehicular circulation in the area. The priority of this work has been established in the Street and Alley Maintenance Study and was originally budgeted for reconstruction in Fiscal Year 1967 -68. The Proposal has been arranged to allow for alternate bids of Asphaltic Concrete or Portland Cement Concrete paving of Second Avenue. Because the alleys are to be reconstructed with Portland Cement Concrete, it is felt that a reasonably favorable price may be received for that alternate. The final choice of pavement material for Second Avenue at time of contract award will be subject to review of the initial cost, the anticipated life of the material, and anticipated future maintenance cost. D. Reconstruction of Alleys in Corona del Mar. The alleys to be recon- structed-in this project are to be paved with Portland Cement Concrete. the width of these alleys is such that the initial cost of P.C.C. is comparable to Asphaltic Concrete. The longer life, maintenance cost savings, and nature of the soil in the area determine the choice of P.C.C. ,.. r- Page 3 Subject: 40 0 Combined.Capital Improvement Projects - Corona del Mar Area, 1968 -69 (Contract 1123) The priority of the alleys to be reconstructed has been established in the Street and Alley Maintenance Study. Due to the limited funds available, in 50% of the alleys, only that portion that has completely failed will be reconstructed. The actual amount of reconstruction per alley will depend upon the unit prices in the contract. In all cases the entire alley has been designed to provide for future reconstruction. E. Construct 12 inch Water Main in Second Avenue. This portion of the project will provide for construction o a inch water main in Second Avenue from Avocado Avenue to Heliotrope Avenue. This main was recommended in a previous study by Montgomery Engineers in order to strengthen the system in the area. F. Annual Water Main Re lacement Pro ram. This portion of the project wi prove a or the rep acement o eteriorated mains that exist where alleys are to be reconstructed. The new mains will maintain adequate flows for domestic and fire service requirements. The plans were prepared by the City. The estimated date of completion is November 30, 1968. Joseph T. Devlin i�30V Public Works Director DHW /Idg LBGALNQTlf ,_, Lr GA' :I#LLTI(.E cef'ved at the office of the City ark, City gall, Newport Beach, California, until 10:00 a.m., on the 16th day of July, 1968, at which time they will be opened and read, for performing work as follows: Combined Capital Projects Corona del Mar Area 1968 -69 Contract No. 1123 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. 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 documents included within the sealed bids which require completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Sub - contractors 3. Page 4 - Bidder's Bond 4. Page 9 - Non - collusion Affidavit 5. Page 10 - Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the -Car- yl porate Seal shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at feast one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion Iii of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtaiued at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non- refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. .A non - refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City ,Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1966- 67, for a selective list of classifications. Together with the information included in Resolution No. 6519, this schedule is to he considered a part of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (5/1/66) (5/1/67) Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chaser 3.78 3.83 Layintof all non - metallic pipe 4.01 4.16 Tuanel l; lassi fications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315 4.4445 0 erating Engineers (711166) (7/1/67) Oiler and signalman (Group 1) 4.38 4.53 Skiploader (Less % yd:) (Group 2) 4.62 4.77 Rodman and Chairman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker( Croup 5) 5.16 5.31 Pavement- breaker operator (Group 5) 5.16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters (5 11 166) (511167) Dump Track Driver (Less than 4 yds) 4.35 4.50 Water truck driver (2500 gal. to 4000 gal.) 4.53 4.68 Building and Construction trades (511166) (5/1167) Bricklayer & Stone Mason 5.15 5.15 Electrician (711166) (7/1/67) Journeyman Wireman 6.11 6.55 (4/28/66) Lather 4.765 Painters. (711166).(711167) Journeyman - Spray 5.22 5.33 Pie trades Pipe 5.55 5.64 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday aud. Holiday rates are at prevailing craft J�' - C -2 7 6 d