HomeMy WebLinkAboutC-1145 - Sewer main replacement program, 1967-68un1e I, def 1,
new 1, ij,�
The I
z l P. MARSHALL; . : � 01, THIR �ng TEL
risehe date, line to &met& tdex=s Is LOCAL
A229 A�C093i
GRAM A :a_
; m. mar,
4 at cl ufiv PM 3
SYMBOLS
DE 1,bk526 - t'bBiifL-,R: �NDI ANA'
0Q)"s so p 1.2
Cuss or Sesvtw
tkQFNEE6 01T -
-t-(!T?-
CA
malslndiNeed by the
tIR t'-BOND N6MBEA ct. 757,
Up
G ENYL EM EN
The filina time shows In the Jan line on dommic edesmoms Is LOCAL
PL, OS E BE k S ED It
A.T, 0 Lr-9 8 tCAE VE6 .:Noy
BOV E - CONUA0,T.
E ✓D E MAN D SHAY P , HOLD
U Wit, T
ANY Y-M ENT 8 - to E ABOVE'i
CON A C;-T, 0 110 T APPROV
U.
L OF UN ? ED BONVT
00f IS IIT,
EGRAM VAS wftpr V ND gn.
WUIW1(R2-d6)
THE COMPANY WILL APPRECIATE SUGGI
Cuss or Sesvtw
NWSTEIF
malslndiNeed by the
W. P. MARSHALL
TEL
C,,IRVM OF Tx[ BOARD
The filina time shows In the Jan line on dommic edesmoms Is LOCAL
ftf(,T�ED BON
#9 �1(; PIT
WE oEtERVE ALE: Ot OUR A�k V
,
A00AECTATE T, M M E DIf A K
Ni
T E AC
PEASE ADV%$E T21iE AMOUNT
E T -N ,YOUR POSSES MA NT.Np
AND,,AQC 1Z,,tAC 0. OE THE ABO
MAO A, bL EECk Ek CLAIM
INS FROM ITS PATRONS
ITS SERVICE
N-UNION
GRAM R. W. MCFALJ.
'E at mint of orlsin. Time of welpt Is LOCAL TIME at m
SYMBOLS
DL�DaY Lear
TO T�,NSOANCE COMPANY AND
I.T S aff TN.E P.E EEMi1SE3• WE WOULD.:
MLEDGEMEN,,T OE T
Hrf, 8 - jT, M EQ R A M
OE AN't CONXRAC:t, POND3
ON AND TN DATE Ot QOM-%Mij.OK
A T.
,TOANE If ONJ(
JED BONDINd
r i
Decerberr 30, 196£3
For Western Pipeline, Inc.
611 Fee Ana
Anaheim, California 92605
Subject: Surety . Ufiited Pondin Insurance Crzrany
Bonds No. : CP 27574
Project . Sevres "ain Replacement Program 1967 -H
Contract No.: 714.5
Gentlemen:
?he City Council on August 26, 1968 accepted the work of
subject project and authorized the City Clerk to file a
Notice of CaTpletion and to release the bonds when so
advised by the City Attorney.
Notice of Cor.4>letion was filed with the Crm7p County Recorder
on Septerber 6, 1968 in 7xcok :o. 8714, Page No. 64. The City
Attorney, on December 26, 1968, authorized the release of the
bonds. Please notify your surety cnrmany that bonds may be
released.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Leael
ih
cc: Public Works Dept.
City Attorney
CITY OF NEWPORT BEACH
CALIFORNIA
December 26, 1968
Robert E. Herrmann
Attorney at Law
1741 North Ivar Avenue
Hollywood, California
Re: FAR WESTERN PIPELINE, INC. - Sewer Main Re
Contract No. 1145 (Bond CP 27574. Claim S-
Program
Dear Mr. Herrmann:
In response to your letter of December 13, 1968, we are enclosing
individual checks made out to each of the stop notice claimants
in the above project, together with a check payable to the United
Bonding Insurance Company for the amount of the balance remaining
after payment, of the claims. Following is a breakdown of the
amounts involved:
Balance owed General Contractor: $4.779.71
Claim of AL EVANS, paid 11/15/68: $442.50
Claim of CITY OF NEWPORT BEACH for
repair of damages to water meters: 162.00
Checks.enclosed
BLYSTONE CO.
C & R CONCRETE
R. J. NOBLE CO.
UI UB, BEIN, FROST & ASSOCIATES
UNITED BONDING INSURANCE CO.
Balance
$ 755.15
2;051.90
70.47
954.00
$3,831.52
343.69
504.50
$4.175.21
4,175.21
$ -0-
Very truly .yours,
TULLY H. SEYMUR
City .Attorney
THS:mh bcc: Finance Dept.
Encl. Public Works D pt.
City Clerk Works
O.K...to release.bonds THS).
To:
From
Subject
CITY OF NEWPORT BEACH
CITY ATTORNEY
DEPARTMENT
Finance Director Date: December 16, 1968
City Attorney
Sever Main Rlacement Program for 1967.68
Contract No. 1145
1145
In connection with the funds withheld for payment re work
performed on the above contract, we have received all the
necessary releases of stop notices and the funds can now be
disbursed. From the $40779.71 owed the general contractor,
and held by you, we have already requested payment of $442.50
to Al Evans, leaving a balance of $4,337.21 to be paid as
follows:
Blystone Co. $ 755.15
C & R Concrete 2,051.90
R. J. Noble Co. 70.47
Raub, Bein, Frost & Associates 954.00
$3,831.52
City of Newport Beach (repair
of damages to water meters) 162.00
TOTAL CLAIMS
Funds held:
Total claims:
Balance due:
IL 22.3.52
$4,337.21
3.993.52
1.2L3�.69
The check for the balance of the contract funds, $343.69,
should be made payable to the United Bonding Insurance Company.
Please forward the checks to my office for mailing.
TULLY H. SEYMOUR
City Attorney
THS:mh /
cc: City Clerk 6/
ri
Date
TO:
.
❑
MAYOR
❑ LIBRARY
❑
COUNCILMAN ❑ LIFEGUARD
... , -
❑
MANAGER
MARINA -. PARK
❑ �
❑
ADMN. ASST.
❑ PARKS & REC.
ATTORNEY
❑ PLANNING
❑
BUILDING
❑ POLICE
- - .
!I ,❑
CITY CLERK
❑ PUBLIC WORKS -t
_.
- -
J ❑
FINANCE
- Q PURCHASING
j ❑
FIRE
P PERSONNEL
- - - `
❑
GEN. SERVICES p
A'
...., FOR:
❑
ACTION & DISPOSITION
❑
FILE
❑
INFORMATION
❑
REVIEW Js COMMENT
-.:
❑
RETURN:.
Remarks: '
Fromt.
r
N
Please return to:
Laura Lagios, City Clerk
3300 Newport Blvd.
Newport Beach, Calif. 92660
4075
NOTICE OF COMPLETION
PUBLIC WORKS
BOOK FS7 14 PAGE 64
RECORDED AT REQUEST
IN OFFICIAL RECORDS 91
ORANGE COUNTY, CALIF.
9:05 AM SEP ti 1968
J. WYLIE
To All Laborers and Material Men and to Every Other Person Interested: FREE
C4
YOU WILL PLEASE TAKE NOTICE that on Apzdl 911, 1968 '
the Public Works project consisting of Sewer ain aplag ment Pmgmm, 1967 -6R
on which Far Western Pineline- Tne.
was the contractor, and United Bonding Insurance Company
was the surety, was-completed.
CITY OF NEWPORT BEACH
P lic Works Director
VERIFICAT
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on A„ ,G 7 1968 at Newport Beach, California.
VERIFICATIO
I, the undersigned, say:
CLERK
I am the City Clerk of the City of Newport Beach; the City Council of said
City on August 26. 1968 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 August 27, 1986 at Newport Beach, California.
i QQ�o -1.
g- 6 —6 q
C- ITy c l� IEF Y Alo7 %
4041C,5 041-T Il- b(/ISib �i
G iTY I}To k sk y T�' Pd Sa -
August 27, 1968
Mr. J. Wylie Caro -JA
County Recorder
P. 0. Box 238
Newport Beach, California 92702
Dear Mr. Carlyle:
Attached for reowdaticn is Notice of Completion of Public
Works project consisting of Sewer Main Replatnment Program,
1967-68 (C-U�5)'cn which Par Western Pipeline, Inc. was
the oontrector and Urtited Bonding Insurance Company was the
surety. Please record and return to us.
Very tray yours,
Laura Lagioe
City Clark
City of Newport Beach
dg
Encl.
33b
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT:, SEWER MAIN REPLACEMENT PROGRAM, 1967 -68 (C -1145)
RECOMMENDATIONS:
August 26, 1968
h/ -3
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds when so advised
by the City Attorney.
DISCUSSION:
The contract for the Sewer Main Replacement Program, 1967 -68 has been completed
to the satisfaction of the Public Works Department.
The bid price was: $44,952.50
Amount of unit price items constructed: 42,722.15
Amount of change orders: -
Total contract cost: 42,722.15
Amount budgeted in Account # 02- 5597 -140: $59,100.00
The contractor has apparently experienced financial difficulties. Notices to
withhold funds.have been received in the amount of $4,274.02. The balance still owed
the contractor is $4,779.71. Upon completion of the 35 day period, the remaining funds
will be distributed.
The contractor is Far Western Pipeline, Inc. of Anaheim, California. Engineer-
ing was by the Public Works Department.
The contract date of completion was April 24, 1968. The work was substantially
completed by that date with the alleys open to traffic.
ATZ
Joseph T. Devlin 73
Public Works Director
GPD /ldg
RECEIVED
Clry CLERK
-,
NOTICE TO WITHHOLD '� r1 l'r CITY OF EACII.
U/\ Cnirf
STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORM
NOTICE IS HEREBY GIVEN, That the undersigned has perf ormed labor and /or furnished materials to Lear Western Pipeline,
general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lot
of Tract recorded in Book , Pages— of Maps, of the
County Recorder of County, State of California, also described as Street,
City of California.
The following is a statement, in general terms, of amount of labor or kinds of material furnished:
Sewer Main replacement Program 1967 -68 Contract #1145
Supervision & Calculations 6 hra. 0 16.00 $ 96.00
Survey Party 26 hrs. @ 33.00 858.00
$954.00
The same has been furnished between the 19thay of April 19-68'
and the5+ -b day of .711ne , 19 68 . The amount in value of that already furnished
is nin - h lndrprl fif *y £our dollars 3 954_00 1,
and the total amount agreed to be furnished was (S t•
Nothing has been paid on account of the above matters except— (S —0— ?,
leaving a balance still due, owing and unpaid of ($ 954 00 ),
You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed
therefor for record under article two, title four, part three of the California Code of Civil Procedure.
aub, Bein, Frost 6 sso ciates
136 Rochester Street
i
l-7 � g
NOTIc[ To WITIMOLD
WOLcorre FOR" 9M. AN. 11 -00
1 :w,
costa Mesa, California
(Complete AfWm)
flay 28. 1968
To: Tinsauss Director' . ,
Tubiic -Vorks Dir+ pr
Tros<: City Attorney
Subject: Sewer msia:AVPlaeeoumt WO 1967 -68 (C•1145)
Attached is a.copy of mk U *Igmwnt of Proceeds of CoastrwIttm
Contract executed by Tat .Rbibett: Tipeliwa Inc" by, vkieb the
contractor hasaesigned to V"wd 8ouding Wa rs"s Cgepe y its
contract described above mid-.&It monies due and all -afthts
thereunder. lie original essigowent was raesived by office
On, NRY 27 fros the attorney for the boadiag eespany.
P1esp do not wake psymeat.to anyone of this funds due to Tar
Western Pipeline. Inc.. without prior approval of this offias.
THS :also
Att.
cc - City Clark (Att.) ✓
Tully Be ggmvr
City Attorney
3
0
•
ASSIGNMENT OF PROCEEDS OF CONSTRUCTION CONTRACT
For valuable consideration the undersigned, Far Western Pipeline, Inc.,
does hereby assign to its surety, United Bonding Insurance Company, all
of that certain construction contract with the City of Newport Beach for
that improvement commonly known as sewc� f main replacement program
1967 -6B, together with all monies now due or to become due thereunder
and all rights thereunder.
The City of Newport Beach is authorized to and directed to make payments
of all monies due or to become due under said contract to United Bonding
Insurance Company.
This is in affirmation of our assignment contained in our general agreement
of indemnity to United Bonding Insurance Company. This assignment is
irrevokable.
FAR WESTERN PIPELINE INC,
B Y,.
,/Jesse McGuire, President
f n�
hack NicGee, Secretary- Treasurer
v�
State of California. )
)ss
County of Los Angless )
On ; -t before me, a Notary Public in the aforesaid
county and state, personally appeared Jesse McGuire and Jack McGee known
to me to be the officers of the corporation that executed the within instru-
ment, and acknowledged to me that such corporation executed the same.
Witnessed my hand and official seal.
Notary Public
My Commission Expires:
GRACE EL ILA CC'; 01
OOM. EXP. DEC. 22, 1970 LOS A'',G,', S CO.
5 +55 Wilshire Blvd., Los A%01-s, CaM. 90036
,r. .ay
...n„m. ........ ...�f: Il':G .. S.. A.............,.:..
CiRACc UA D) HE. N I
.. 11„ At il,i 1.1 11.11111
. ..... ........ ....................... :
C-/
NOTICE TO WITHHOLD
STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORMED
TO City of Newport Beach, 3300 Newport, Newport Beach, California OWNER:
NOTICE IS HEREBY GIVEN, That the undersigned has performed labor and /or furnished materials to Far Western Pipeline, Inc.
general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lot
of Tract recorded in Book , Pages of Maps, of the
County Recorder of County, State of California, also described as alley E/O Marine A rEat,
City of Balboa Island, Newport Beach, , California.
The following is a statement, in general terms, of amount of labor or kinds of material furnished:
Asphalt paving repairs at edges of new concrete alleys in Balboa Island as of
our contract dated March 5, 1968. All repairs made as requested by Mr. Robison,
City of Newport inspector.
The same has been furnished between the 11th day of March, 19 68
and the--12tb —day of March, , 19 —6-8 The amount in value of that already furnished
1373 lin, ft, 4" Asphalt @ S.55 per lin. ft.
755.15
and the total amount agreed to be furnished was R 755.15 t
Nothing has been paid on account of the above matters
leaving a balance still due, owing and unpaid of ft 155115 1
You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed
therefor for record under article two, title four, part three of the California Code of Civil Procedure.
BLYSTONE COMPANY. INC.
1126 E. Washington
Santa Ana, California 92701
(Complete Address)
\ r.
NCMC[ TO WITMMOLD
WOLCOTTt FORM 894. REV. 11.41
NOTICE
(Public Body or Lend
TO WITHHOLD
VERIFIED STATEMENT OF CLAIM OF
Q
a ly ^tin
Y% n'� StPpRT OF C J
AGAINST \[�)i 11r
Prime Contractor:- _Far Western Pipeline
Subcontractor
Owner or Pub]
Improvement ]
in the City of Newport Beach County Orenoe
State of California.
R. J. Noble Company - claimant °a Corporation
(Corporation /Partnership /Sole Proprietorship)
furnished certain labor and /or materials used in that certain work of improvement situated in the
City of— wpart Reach County of Orange
State of California, known as: (name and address of project or impropement)
— Program 1067 -688 C -1145, Marine 8 Park Balboa
That the said claimant sold and delivered to:
Far Western Pipeline
(Subcontractor /Contractor /Owner - Builder)
erecting or constructing said work of improvement or a portion thereof; the aforesaid labor and /or materials
being, to wit: (describe material and labor in detail)
uanhalt paying materials
Total value of material/labor agreed to be furnished- . ----- ------ $ 70.47
Total value of material/labor actually furnished is ................... - ...... - 7.(1.x:7.................... $ 70-47
Credit for materials returned, if any -.......... ....... ............................................ ..- ......-- - -.... $ none
Amount paid on account, if any -................. ...... ............................... .................. .......... $ nova
Amount due after all just credits and offsets--- -------------- -- .......... $ 70.47
AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above
described project to satisfy claimant's demand in the amount of $ 70 -47 „ as provided in Sections
1190.1 and 1192.1 C.C.P., and in addition thereto sums sufficient to cover interest, court costs and reason-
able costs of litigation, as provided by law.
A bond attached. (No bond required on public jobs)
(is /is not)
Date Haw 17- 19613 Name of Claimant:
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA
COUNTY OF
(Claimant or Representative
being first duly sworn deposes and says that —he is.
(Owner, Partner or Agent)
Of
(Firm Name)
named as claimant in the fore gping claim; That .3e
has read said claim and knows the contents thereof, and
that the facts therein stated are true.
(Signature of Afflant)
Subscribed and sworn to before me this _
day of 19—
Notary
Stamp
My Commission Expires
e arripany
e)
By
if
( l Capacity)
Verification for Corporation
STATE OF CALIFORNIA
COUNTY OF SS.
Orange ]
John P. Oder
(Claimant or Representative)
being first duly sworn deposes and says that —he is
Secretary
(Offer Capacity)
of R- J- Noble Cam nany
(Exact Corporate Name)
on behalf of said corpora -
claim and ]mows the oon-
cw4u rein stated are true.
(Signature of Afflant)
H 17th
•cribed a sworn to before me this —�„
of a lg_
Notary
Stamp
ir, ,.;igC Csu•ti9
My
Original of above notice received this day of ,19_
aMDCA FORM 04
�-a-'
NOTICE TO - -6ty of Newport Beach 0
(Public Body or Lender)
TO WITHHOLD
AND VERIFIED STATEMENT OF CLAIM OF
AGAINST
Prime Contractor: Far Western Pipeline
Subcontractor (if any)
Owner or Public Body: City of Newport Beach
Improvement known as Program 1967 -68, C -1145, Salhna
in the City of Newport Beach County of Orange
State of California.
C & R Concrete, Inc. "claimant, -a Corporation
(Coryorotion /Partnership /Sole Proprietorship)
furnished certain labor and /or materials used in that certain work of improvement situated in the
City of Newoort each County of Orange
State of California ,mown as: (name and address of act or irnprooement)
Program X967 -68 C -1145 Marine &Perk Balboa
That the said claimant sold and delivered to:
FRr idestern Pipeline
( Subcontractor /Contractor /Oumer- Builder)
erecting or constructing said work of improvement or a portion thereof; the aforesaid labor and /or materials
being, to wit: (describe material and labor in detail)
Catch Basins &Structures
Total value of material /labor agreed to be furnished ............. $ 17,128.30
Total value of material/labor actually furnished is.................................. ......................... $ 17,12A 3"
Credit for materials returned, if any ............ ....... ....................................... _..---- ......- .... - -- $ nnne
Amount paid on account, if any .................. ... ... ....... ........................ ........................... $ 15 ►Q�a.4n
Amount due after all just credits and offsets................................................... _................. $_ 2.n sl - 9n .
AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above
described project to satisfy claimant's demand in the amount of $ 2051 -90 as provided in Sections
1190.1 and 1192.1 C.C.P., and in addition thereto sums sufficient to cover interest, court costs and reason-
able costs of litigation, as provided by law.
A bond attached. (No bond required on public jobs)
(is /is not)
Date May 17, 1968 Name of Claimant:
C & R Cancrete. Inc.
(Fir°
By
President
(Official Capacity)
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA )
COUNTY OF )SS.
(Claimant or Representative)
being first duly mom deposes and says that _he is—
(Owner, Partner or Agent)
of
(Firm Name)
named as claimant in the foregoing claim; that 11e
has read said claim and knows the contents thereof, and
that the facts therein stated are true.
(Signature of Af flont)
Subscribed and sworn to before me this
day of 19—
Notary
Stamp
My Commission Expires
Verification for Corporation
STATE OF CALIFORNIA
COUNTY OF SS.
Orange )
Charles T. Wetzel
(Claimant or Representatfoe)
being first duly sworn deposes and says that —he it
President
(Official Capacft)
of C 8 R Cnncrn:,,, inn_
(Exact Corporate Name)
tion; that _he has read said claim and knows the con-
tents thereof, and that the facts therein stated are true.
(Signature of Affiald)
Subscribed and swom to before me tht. 17th
day of May 19_68_
...............N.,t. s ^Kra.........
Notary)
Sip
..� ...u. �s ............. CG'Ji:`Y.
My ComM4WptM1,,!on i3xniresJune. 1 1970
Original of above notice received this day of.-19_
BMOCA FORM 06
3— I7 —Gg'
C; .-1ry5
RECORDING REQUESTED BY U� `— t 7� .3 fl, /y—
AND WHEN RECORDED MAIL TO
I
Name
Street
Address
City g
State
L J
SPACE ABOVE THIS LINE FOR RECORDER'S USE
NOTICE TO WITHHOLD
STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORMED
TO CITY OF NEWPORT BEACH. CALIFORNIA OWNER:
NOTICE IS HEREBY GIVEN, That the undersigned has performed labor and /or furnished materials to Far Western Pipeline,
general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lot I
8
describedmitika I K�T_�,, _ 4 S
of City of Newport Beach ,California.
The following is a statement, in general terms, of amount of labor or kinds of material furnished:
Rental, operation and maintenance of one (1) backhoe,
The same has been furnished between the 2nd day of_ _ _ February 19-1,8
and the 13th day of February , 19 68 . The amount in value of that already furnished
and the total amount agreed to be furnished was (S 942.50 y
Nothing has been paid on account of the above matters except— IT 500.00 t
leaving a balance still due, owing and unpaid of (f 442-50 ).
You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed
therefor for record under article two, title four, part three of the California Code of Civil voce
A Evans)
7981 Jackson way
Buena Park, California
(Complete Address)
STATE OF CALIFORNIA
ss.
COUNTY OF
Orange
AL EVANS
being duly swum, says that he is
Title
named as a claimant to the foregoing claim; that he has read the foregoing Notice to Owner of materials furnished or labor performed, and that he has
read the same, knows the contents thereof, and the same is true of his own knowledge.
Subscribed and sworn to
LESTER L. CARDEN JR.
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
�trn /
O
W
N
E
R
C
O
P
Y
F
CALIF(*NIA PRELIMINARY "NOTICE
In Accordance With Section 1193, California Code Of Civil Procedure and Section 421 Iifornia Government Code
CONSTRUCTION LENDER or
Reputed Construction Lender, if any
FOLD HERE
OWNER or
or Reputed Owner
(on private work)
I
PUBLIC AGENCY
(on public work)
FOLD HERE
ORIGINAL CONTRACTOR or
Reputed Contractor, if any
I— f!
:
pc/ <:"
YOU ARE HEREBY NOTIFIED THAT . . .
(name of person or firm furnishing labor, services, equip-
ment or material) ^�
/2 7 ill-
(address / ✓ //y i
of person or firm furnishing labor, services, equip
ment or material)
has furnished or will furnish labor, services equipment or
materials of the following general description:
Cc .-c -� 7- ca: / t/o --K
(general description of the labor, services, equipment or
material furnished or to be furnished)
for the building, structure or other work of improvement
located at:
L/ (address or description of job site /
sufficient for identification)
The name of the person or firm who contracted for the pur-
chase of such labor, services, equipment or material is
(address of above person or firm)
An estimate of the total price of the labor, services, equip-
ment or materials furnished or to be furnished is:
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
Dated: 6 %
�� ✓(�
(sig afvre)� � (title)
This form is recognized by the following organizations:
BUILDING MATERIAL DEALERS CREDIT ASSOCIATION
CALIFORNIA BUILDING MATERIAL DEALERS ASSN.
J CALIFORNIA LICENSED CONTRACTORS ASSOCIATION
LUMBER ASSOCIATION OF SOUTHERN CALIFORNIA
VENDOR
C Far Western Pipelines, Inc.
6611 Fee Ana Street
Anaheim, California 92806
No. %397
INVOICE IN DUPLICATE
THIS ORDER NUMBER MUST
5 >N OR ALL IHVO\CES. SHIP -
% +TILES, BILLS OF LAO-
GAPRESS RECEIPTS AND
"4CXnvES.
DELIVERY TICKETS -SMALL IN-
CLUDE UNIT PRICE.
.O '
. DATE January 29, 1968
DEPARTMENT City Council
QUANTITY
PURCHASE ORDER
CITY
OF NEWPORT BEA
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 92660
'
PHONE: (714) 673 -2110
No. %397
INVOICE IN DUPLICATE
THIS ORDER NUMBER MUST
5 >N OR ALL IHVO\CES. SHIP -
% +TILES, BILLS OF LAO-
GAPRESS RECEIPTS AND
"4CXnvES.
DELIVERY TICKETS -SMALL IN-
CLUDE UNIT PRICE.
.O '
. DATE January 29, 1968
DEPARTMENT City Council
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICES REQUIRED
UNIT PRICE
TOTAL
SEWER MAIN REPLACEMENT PROGRAM FOR 1967 -68
44,952.50
AS PER CONTRACT
ENCUMBER AS AUTHORIZED BY COUNCIL 12/27/67 - $53,000.00
CONTRACT NO. 1145
Resolution 6687
FOR CI NY
USE ONLY
T 61 P O R T A N T
CITY OF-NEWPORT BEACH
CODE
AMOUNT
Show a scpa eats any retail DLes Ulr, use bla
,l
- 5597 -140
53,000.00
,o hj
DE eeaDee! !az app!icc: h!e io US. pwchas..
O
This order sahject to 4% :alas :o,,
All : :!i ^'..: •'.; •., is n:r ca;a t!oa 'c-r: - i.o :. :.. :. -
PURCHASING AGENT
DEPARTMENT COPY
D ,
i
" ACIFIC INDEMNITY COMP
ta
CERTIFICATE OF INSURANCE
CITY OF NEWPORT BEACH
3300 WEST NEWPORT BLVD.
NEWPORT, CALIFORNIA
I�
1 THIS IS TO CERTIFY as to the existence as of this date of the below described insurance with the Pacific Indemnity Company, Should
any change occur in this insurance, the undersigned will endeavor to give written notice to the holder of this certificate, but failure to give
such notice shall impose no obligation or liability upon the company or the undersigned.
Nameof Insured FAR WESTERN PIPELINE, INC.
Address of Insured 6611 FEE ANA STREET, ANAHEIM, CALIFORNIA 92805
Location of Risk
Description of Risk SEWER MAIN REPLACE ENT PROGRAM, 1967 -68 - C -1145
Policy No Term: from !o
REMARKS: IT IS HEREBY UNDERSTOOD 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 LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE
CITY OF NEWPORT BEACH, CfTM HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN
NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE.
CerKfied this 9Nf1 _ day
Farm M0058b 250M 1266
--19--68
HOBART, BANTA, HARDY DROGE, INC. CR -_
Workmen's Compensation: Policy No.
Term: from
to
Comprehensive Gabdity: Policy No. LAC
175741
Term: from
2 -9 -66
to 2 -9-69
Comprehensive General Liability Insurance:
Bodily lniury Liability $
each person. $
each accurrentt.
$ aggregate.
Property Damage Liability
$
each occurrence.
$ aggregate,
Comprehensive Automobile Liability Insurance:
Bodily Injury Liability $ 100,000.00
each person $
300,000.00
each occurrence
Property Damage Liability
$
100,000.00
each occurfe ifcE:^
•"
.
_ .,.y,l
Ci
Owners, Landlords and Tenants Liability:
❑ Policy No.
rers' and Contractors' Liability:
Mthly
❑ Term: from
8% -•
^ {o- — .- L
Injury
Bodily Injury Liability $
each person. $
each occurrence.
!
Property Damage Liability
f
each occurrence.
$ aggregate.
Policy No Term: from !o
REMARKS: IT IS HEREBY UNDERSTOOD 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 LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE
CITY OF NEWPORT BEACH, CfTM HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN
NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE.
CerKfied this 9Nf1 _ day
Farm M0058b 250M 1266
--19--68
HOBART, BANTA, HARDY DROGE, INC. CR -_
I t .Y 'tai •S �. " J 1.
*wett &pvot
R rAN Z- r i
s.L rERTI'PICATE :DF INSURAl E +; .• ' , } f
':CITY OF NEWPORT. BEACH..
3300 WEST NEWPORT BLVD.
NEWPORT, CALIFORNIA
THIS IS TO CERTIFY as to the existence of insurance as date of execution hereof, wftkt.Hafbor- Insurance
Company, as described below:
Name of Assured: FAR WESTERN PIPELINE, INC.
Address of Assured: 6611 FEE ANA STREE ~.IM, CALIFORNIA
r
Location of Risk:
SEWER MAIN
REPLACEMENT PROGRAM, 1967 -68
C -1145
Kind of Insurance:
COMPREHENSIVE
GENERAL LIABILITY
Policy No.
101048
period from
-
018 -66
to
1 -18 -69
i
Limits:
Bodily Injury
each person
$
100,000,00
each 9089XX
S
300,000.00
aggregate
$ 300,000.00
OCCURKWE.,
Property Damage_
each
$
100,000.00
aggregate
$ 100,000.00
OCCURRENCE
Kind of Insurance:
Policy No.
period from
to
Limits:
i ,
Bodily Injury
each person
g
each accident
$
?aggregate
$
Property Damage
—each accident
$
aggregate
$
g
a
Kind of Insurance:
Policy No.
period from
to
Limits:
Should the above mentioned Policy be cancelled, assigned or changed by the undersigned in such manner as to affect this Certificate, we will endeavor to give
written notice to the above named holder of this Certificate; but failure to give such notice shall impose no obligation or liabifity of any kind upon the under-
signed. - -
Dated at LOS ANGELES this 2ND day of JANUARY 1968 CR
C` 6
T& CRAWFORD
SEE OVER FOR SPECIAL WORDING �
a:.... 4
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE R1.C-Efl
MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED,
NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF
THE CITY OF NEWPORT BEACH, CITM HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED
'WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE.
THE CITY OF NEWPORT BEACH, CALIFORNIA IS NAMED AS AN ADDITIONAL INSURED BUT ONLY AS
RESPECT WORK PERFORMED BY FAR WESTERN PIPELINE, INC. FOR THE CITY OF NEWPORT BEACH,
CALIFORNIA.
HOBART, BANTA, HARDY & DROGE, INC.
BYk
cr
INSURANCE
ELDORADO
ti
COMPANY
This is to certify that the COMPANY des
policy(s). In the event of any material cl
undertakes no responsibility of failure to
9
t
9 F I R S T S T R E E T
SAN FRANCISCO, CALIF. 94105
Y U K O N 1 - 0 9 4 0
625 S. NEW HAMPSHIRE AVE.
LOS ANGELES, CALIF. 90005
DUNKIRK 5 -6204
,red above has issued to the no insured the Policy(,) enumerated below, subject to all of the terms of such
ie in or cancellation of the POIFY(S), the COMPANY will make every effort to notify the certificate holder, but
so.
CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS
• CITY OF NEWPORT BEACH
3300 WEST NEWPORT BLVD.
NEWPORT, CALIFORNIA
if certificate holder is a loss payee with respect to the described auto, check here
• FAR WESTERN PIPELINE, INC.
6611 FEE ANA STREET
ANAHEIM, CALIFORNIA 92805
POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION
67 19523 i WORKMEN'S COMPENSATION
EMPLOYER'S LIABILITY
BODILY INJURY LIABILITY
— EXCEPT AUTOMOBILE '
PROPERTY DAMAGE LIABILITY
— EXCEPT AUTOMOBILE *
BODILY INJURY LIABILITY
— AUTOMOBILE
PROPERTY DAMAGE LIABILITY
— AUTOMOBILE
I
Statutory
_. ._ _ S
1000
each accident .... _.
S
,000
each person
S
1000
each accident
$
,000
each occurrence
$
000
aggregate products
$
,000
each accident
$
.000
each occurrence
$
,000
aggregate operations
$
,000
aggregate protective
$
1000
aggregate products
_
$
,000
aggregate contractual
$
,000
each person
$
,000
each accident
$
,000
each occurrence
$
1000
each accident
$
1000
each occurrence
_ MEDICAL PAYMENTS — AUTOMOBILE _ $ _ each person
PHYSICAL DAMAGE — AUTOMOBILE - ACTUAL CASH VALUE UNLESS OTHERWISE STATED
COMPREHENSIVE $
COLLISION OR UPSET LESS S deductible
`®"
_.IF COMPREHENSIVE LIABILITY, CHECK HERE ❑ — --
Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68 C -1145 - IT IS HEREBY UNDERSTOOD 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 LAPSE UNTIL TEN (10) DAYS
AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH,
CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE,
PRODUCER AND ADDRESS ELDORADO INSURANCE COMPANY
• HOBART, BANTA, HARDY & DROGE, INC.
510 SOUTH SPRING STREET �I
LOS ANGELES, CALIFORNIA 90013 4 Sob
Secretary President
HOBAgT, BANTA, HARDY & DROGE, I C. 1 -2 -68 CR
COUNTERSIGNED LOS ANGELES —AUTHORIZED REPRESENTATIVE
u- 29
I
UN
OD BONDING .INSURANCE C4WNY CP 27574
B:OIiD3.OFFICE. VfDIANACOWL MDIANA -.
POvc R Q = TTORNE'iF
$NQ* ALL' 11fIiN >fY T PRESENTS: That the United. Bonding insurance Coiaparty:a Corporation. duly organized and existiag.un3ei ...
N law6 of the State of Indiana and having its principal office in the City of Indianapolis, Indiana, does hereby nominate, eotrstitute.and.appeint:
Bert d. Leavitt of Las VBgas, Nevada
�7 its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed (provided
_ an individually numbered copy of this Power of Attorney, specifically, authorizing the execution of the bond or undertaking is attached to such
bead
all contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed
penalty ;or.financial guarantee) provided, however, that the penal sum of any me such instrument executed hereunder shall not exceed the
THREE HUNDRED THOUSAND ('$300,000.00) DOLLARS
- .:Thin Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of. the following. Resolution sdaptsd W th
Board of Directors of United Bonding Insurance Company at a meeting duly called and held on the 21A day of April, MS. "
°Article Vl; Section 1. The President shall have power and authority. to appoint, or delegate to other Corporate- Officer#, the appointment.
Atforuey(s)- in -Fack and authorize them to execute, on behalf of the Company as Surety, bonds and
vndertakkigs, reoogsimrrtees, can- ......
__..:
tracts d iitd®ttity, and other writings obligatory in the nature tltezeof; and he may at any time In his judgment remove enry mush appoiatee(s)'
and revoke the authority given to them; but if the President issues' certified copies of such Powers of Attorney stated to be crwmeable wrthle-"
a designated period, such authority shall continue until the Expiration Date specified in such. Certified Copies. of Power � Attorney sod vaifi;
respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company,may bA
affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and.fas®mite -seals eMllbe.
: -: 'valid and binding on the Company, in the future; with respect to any bond, undertaking or instrument of suretyship, to whiclt it ii attarhtid.". --:
IN w1TNE.SS WHEREOF, United Bonding Insurance Company has caused its official seal to be heretmto affixed and these presents to be:. I{
signed by its duly authorized officers thin Ira .day of _ ugµwt
THIS POWER CAN BE USED ONLY ONCE ,
AND IS VOID IF ALTERED OR NOT USED J OV 27. '
arauauon rata
tt BONDING INSURANCE 00WANY
teas
STATE OF INDIANA ) S,••• "'•'•e- J .�
1y �tal
. COUNTY OF MARION SS. •, ••••• � Pt�ident
On this 28th day of November a D. 19 67, before the o Notary Public of the State of Indiana,, in and for
jv the County of Marion, duly commissioned and Qualified, came FRANK E: WEIGHT of UNITED BONDING. INSURANCE COMPANY,'* sit
personally known to be the individual and officer .described in, and who executed the original' of the pieoedhrg�instr�am ®t, and he: admdwi-
edged the execution of the same, and being by me duty sworn, deposed an& said that he is the officer of the said Compaq. aforesaid, and -that-
the
seal affixed to the original instrument is the Corporate Seal of said Company, and the and Corporate Seal and him signature as.of6cer were ....�
duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article %% Section 7 of the !
-:. By -Laws of said Company, referred to in the preceding instrument, is now in force; and that this preceding - Certified Copy of said Power of
Attorney, with Company's Corporate Seal imprinted thereon, a irrevocable prior to the aforesaid date limiting the time within which it may :
be used. .. .. ..
IN TESTIMONY WHEREOF, I have hereunto set my hand, and afflaed my Official Sad at the City of Indianapolis, the day and'year fast .
above written.
a iZf t Notary Public, Marion County, Indiana
CERTIFICATION My commission expires December 29, 19M
STATE OF INDIANA ) t °►ua�
COUNTY OF MARION .. .. .
I, Bok K. Park, as.- Assistant Secretary of the United Bonding Insurance Company, an Indiana Corporation of Indianapolis, Indiana, do
hereby certify that the above and foregoing is a full, true and correct copy of a Power of Attorney issued by said Company, and said Power of
Attorney is still in full force and effect and has not been revoked. . .
k IN TNESS WHEREOF, I have hereunto set my hand, affixed t—m Beat of said Cowpeay� :iA lodiaaapsils. Indiana,
day of 191 q
+ y '
r = -
s \f�iy Tf j !�i te. ZR + —f�f ' l�l�}�j �1 \tl� +Aftj±
2 A VmOLUTImq OF THE Ctft .C9d1 IL OF TO CITY Of
�T BUZU AWARDING A FACT FOR TO SMM
3
VA3kt, 111PLIUMM PROCRAii'44*7•68 (CONTRAft VD.
4
5 WIiAS , pursuant to the notice inviting bids f0t.work
6 consistl�mg.of the sewer main replacement pvo&vam 1%7 +6a, in
7 #CC0341=e wits the plane and specifications heretofore adopted,
g bIds were :receiv*A on the 14th .day of beeembsr, 1967, and publicly
9 opened. and declared; and
1Q, WORM, it appemm ebat the loovest responsible bidder
11 'tbmmfor is Far vustera Fipelins Ins.;
.12 NOW, 3 8, DR IT RRSOLVIM that the bid of par
13 Western Pipeline, Inc,, in the amount of $44,952.50.bs accepted
it and th4t the contract for the construction pork be amarded to
15 said bidder.
16 Db IT FWTBM RBSOfM that the Mayor "A City Clark
17 Axe hereby autbor *d and directed to executo a contract in
18.1 accse ;,dsnce with tho specificatifts, bid and this award on behalf
19 of the City.of Newport Seach, and that the City Clark be directed
201 to furnish an executed copy to the successful bidder,
.21I ABQFiu this 37th day of Decembers, 1967.
221
�.�
231 yor
24 1 ATUW:
25 t...��
27
28
29
30 i
31
32
rs.r `.rs":. _....._., nit �'ss,l`,�._._�.,.. �§�a. .i��.. _. .. ,_. ,',•&�e.�s,�.ti..e ,maws: t>' .a"�.d � .a., .... � ,...+ .
O
W
N
E
R
C
O
Isl
Y
CALIFlv&u- IA PRELIMINARY OTICE�f«
In Accordanw With Se0io -93, California Code Of Civil Procedure and Se,tion 421ernia Government Code
YOU ARE HEREBY NOTIFIED THAT . . .
6/0 3069
CONSTRUCTION LENDER or '
Reputed Construction Lender, iPany
i
City of Newport Beach Far Western Pipeline
3300-Vewpowt Blvd, Laura Lagios, City Clerk
Newport Beach, California 611 Fee Ana
-J A"a rAlifamia 928111;
(address cf above person or firm)
An estimate of the total price of the labor, services, equip-
- FOLD HERE merit or materials furnished or to be furnished is:
$fk• aS.•aHeS�taY.aFa4:i
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
ORIGINAL CONTRACTOR or
Reputed Contractor, if any Dated: 1 _22.68
signature) Credit mgr. oitl
i
This form is recognized by the following org anizati ns:
BUILDING MATERIAL DEALERS CREDIT ASSOCIATION
CALIFORNIA BUILDING MATERIAL DEALERS ASSN.
`— J CALIFORNIA LICENSED CONTRACTORS ASSOCIATION
LUMBER ASSOCIATION OF SOUTHERN CALIFORNIA
Pacific Clay Products
(name of person or firm furnishing labor, services, equip -
1254 tat ♦ Lrt, street
ment or material)
Les Apaeies�CaLifornia 90017
(address of person or firm furnishing labor, services, equip.
I—
ment or material)
has furnished or will furnish labor, services equipment or
materials of the following general description:
-- -FOLD HERE
vitrified clay newer � and
(general description of the labor, services, equipment or
fittings
material furnished or to be furnished)
for the building, structure or other work of improvement
sewer replacement program
located at: Balboa Island
(address or description of lob site
OWNER or PUBLIC AGENCY
Newport Aeach_ Califorinia
or Reputed Owner (on public work)
—` somc'�enr for identification)
(on private work)
The name of the person or firm who contracted for the pur.
chase of such labor, services, equipment or material is:
City of Newport Beach Far Western Pipeline
3300-Vewpowt Blvd, Laura Lagios, City Clerk
Newport Beach, California 611 Fee Ana
-J A"a rAlifamia 928111;
(address cf above person or firm)
An estimate of the total price of the labor, services, equip-
- FOLD HERE merit or materials furnished or to be furnished is:
$fk• aS.•aHeS�taY.aFa4:i
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
ORIGINAL CONTRACTOR or
Reputed Contractor, if any Dated: 1 _22.68
signature) Credit mgr. oitl
i
This form is recognized by the following org anizati ns:
BUILDING MATERIAL DEALERS CREDIT ASSOCIATION
CALIFORNIA BUILDING MATERIAL DEALERS ASSN.
`— J CALIFORNIA LICENSED CONTRACTORS ASSOCIATION
LUMBER ASSOCIATION OF SOUTHERN CALIFORNIA
c-XTy c'«,e-,�
CONTRACT NO. 1145
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
W.
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
Approved by the City Council
on this 27th day of November, 1967
LaLrra Lagios, City Cle 01 Ar
• PAGE 1 -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 HALLp NEWPORT BEACHS
CALIFORNIA, UNTIL 10:00 A.M.j, ON THE 19th DAY OF December 1967, AT WHICH TIME THEY WILL
BE OPENED AND READS FOR PERFORMING WORK AS FOLLOWS:
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
CONTRACT NO. 1145
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:
I. - PROPOSAL
2. PAGE 3 - DESIGNATION OF SUB- CONTRACTORS
30 PAGE (: - BIDDER'S BOND
j: 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 ENGINEER'S 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
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-
PARTMENTI 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 THS 810 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 PREVAILING RATE OF PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE Or 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.
PAGE 18
THE FOLLOWING IS THE SCHEDULE or PREVAILING WAGE RATCSS 1966 -670 FOR
A SELECTIVE LIST OF CLASSIFICATIONS. TOGETHER WITH-THE INFORMATION INCLUDED IN
RESOLUTION NO. 6519 f THIS SCHEDULE 13 TO BE CONSIDERED A PART OF THESE
CONTRACT SPECIFICATIONS.
PREVAILING WAGE RATES - 1966 -67
CLASSIFICATION (SELECTIVE LISTING). (5 1066) 1 6
CARPENTERS 4.83
CEMENT MASON JOURNEYMAN 4.60 4.84
LABORERS RC
GENERAL OR CONSTRUCTION 3.70 vJ
ASPHALT RAKER. & IRONER 3-91 o6
FLAGMAN 3.70 3.85
GUINEA CHASER 78
LAYING OF ALL NON- METALLIC PIPE �.Ol �.9 i9
TUNNEL CLASSIFICATIONS
VISRATORMAN0 JACK HAMMERS PNEUMATIC TOOLS
(EXCEPT DRILLER) 4.315 4.4445
OPERATING ENGINEERS 1 66 •(7/1/67)
OILER AND 31ONALMAN (GROUP 1) 4_-_53
SKIPLOADER (LESS 3/4 YD.) (GROUP 2) 4e 2 4.77
RODMAN AND CHAINMAN (GROUP 3)_ 4.86 5.01
INSTRUMENTMAN GROUP 4 4.9y7 5.12
GRADE CHECKER (GROUP 5) 5.10 5.31
PAVEMENT- BREAKER OPERATOR. SGROUP 5) 5.16 5. 1
GRADE -ALL OPERATOR (GROUP O) 5.26 5. 1
TEAMSTERS ,5/1/66 1/67)
DUMP TRUCK DRIVER (LESS THAN 4 YOS) .34 5 .54 O
WATER TRUCK DRIVER (250Q GAL. TO 4000 GAL.) 4.53 4.68
BUILDING AND CONSTRUCTION TRADES (5/1/66) (5/1/67)
BRICKLAYER & STONE MASON -15 5 -15
ELECTRICIAN UL1 66 6 1 )
JOURNEYMAN WIREMAN 11 .55
(4/28/66)
LATHER 4-
PAINTERS 71566 (7/1/67)
JOURNEYMAN - SPRAY 5.22 5.33
PIPE TRADES
PLUMBER 5.55 5.64'
ANY CLASSIFICATION OMITTED HEREIN SHALL BE THE PREVAILING CRAFT RATE.
OVERTIMES SUNDAY AND HOLIDAY RATES ARE AT PREVAILING CRAFT RATES.
CITY OF .NEWPORT BEACH* CALIFORNIA
LAURA LAGIOSS CITY CLERK
e
CITY OF NEWPORT BEACH
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
CONTRACT NO. 1145
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 location of the work, has ex-
amined 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. 1145 in accordance with City of Newport Beach
Drawing No. S- 5024 -S, Sheets 1 through 5, the City Standard Drawings and Specifications,
and the 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.
24,500
Pavement Removal and subgrade
Sq. ft.
preparation
@ Dollars
and
Cents
$ .20
$ 4.900.00
e quare Foot
2.
1,850
Construct 8" V.C.P. Sewer Main
Lineal
Feet
@ Nine Dollars
and
Cents
$ 9.50
$ 17.575.00
Per L ineal Foot
3.
450
Construct 4" V.C.P. Sewer Service
Lineal
Feet
@ Three Dollars
and
Cents
$ 3.00
$ 1.350.00
Per Lineal Foot
4.
250
Construct 6" V.C.P. Sewer Service
Lineal
Feet
@ Three Dollars
and
Cents
$ 3.50
$ 875.00
Per Linea Foot
0
PR2of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5
6.
7.
0
9.
10.
3 Each Construct Sewer Terminal Cleanout
@ One Hundred Dollars
and
Cents
Each
1 Each Construct Sewer Manhole
@ Two Hundred Fifty Dollars
and
Cents
Each
24,500 Construct 6" Thick Portland Cement
Square . Concrete Alley Pavement
Feet
@ Dollars
and
Sixty -Five Cents
Per Square foot
2,100 Construct 8" thick Portland Cement
Square Concrete Street Pavement and Alley
feet Approaches
225
Square
Feet
50
Lineal
Feet
$ 100.00 $ 300.00
$ 250.00 $ 250.00
@ Dollars
and
Cents $ _75 5 5� 75 "no
Per Square oot
Construct 4" Thick Portland
Cement. Concrete Sidewalk
@ Dollars
and
Cents
Per FSquayre Foot
Remove and Replace Type "A" Curb
and Gutter (8" Curb Face)
@
Iwo Dollars
and
Cents
Per Linea Foot
$ s $— -iT2.80
1 ,
9
;
41
ITEM QUANTITY
NO. AND UNIT
11. 2,100
.Square
Feet
12. 3,300
Square
Feet
0
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
Construct Temporary Asphaltic
Concrete Pavement
L
UNIT
PR3of 3
TOTAL
PRICE
@ Dollars
and
Fifteen are Foot Cents $ .15 $ 315.00
Per Squ
Construct Miscellaneous Asphaltic
Concrete Patching
@ Dollars
and
Fifty Cents $ .50 $ 1,650.00
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
_Forty-Four Thousand, Nine Hundred Fifty -two Dollars
and
Fifty Cents
TOTAL
$ 44.952.50
217/67 •
BALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE SASIS.OF THE CORRECTED TOTALS.
�y THE ESTIMATED QUANTITIES OF WORK IND,ICATEO IN THIS. PROPOSAL ARE APPROXIMATE ONLYS
�. 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 PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (I0) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES O HE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE N0. 5942 CLASSIFICATION C42/SC34
ACCOMPANYING THIS PROPOSAL IS Bidder's Bond 97101306 - 2
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
524 1580
PHONE NUMBER
Dec. 19, 1967
DATE
6611 Fee Ana St.
Anaheim, Calif. 92806
Far Western Pipeline, Inc.
BIDDER'S NAME
(SEAL)
Corporation
BIDDER'S ADDRESS TYPE OF ORGANIZATION .
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS
& L. M,gfiujre. Pres.
r'
• 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 BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER] AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRJOR APPROVAL OF THE ENGINEER.
i"
ITEM OF WORK SUB- CONTRACTOR - ADDRESS
none
2.
3.•
4.
5•
6.
7•
8.
9•
10.
11.
12
(s) FAr Western Pipeline Inc.
BIDDERS NAME -
(s) Jack L. Wm cl;ez -
AUTHORIZED I URE
Secy. Trees.
Corporation
TYPE OF ORGANIZATION
(INDIVIDUALp COPARTNERSHIP OR CORPORATION)
Anahalm- Callfnrnla
ADDRESS
FOR ORIGINAL COPY * CITY CLERK'S FILE COPY"
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
PAGE 4
THAT WE, FAR WESTERN PIPELINE, INC. , AS PRINCIPAL,
AND FIREMAN'S FUND INSURANCE COMPANY , AS SURETY, ARE HELD
Ten Per Cent
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF (10%)of
amount bid Bond No. 7101306-2 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
SEWER MAIN REPLACEMENT PROGRAM 1967 -68
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY 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 VO ID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 19th DAY OF
December
1967
CORPORATE SEAL (IF CORPORATION)
ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
(s) Jack L. McGee
PRINCIPAL
C Sew. Tr'eab�
(s) E. Lee Smith
_ Fireman's Fund Insurance Company
SURETY
BY (s) E. Lee. Smith
TITLE Attorney -in -Fact
PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED December 27- 1967 -
HAS AWARDED TO Far *stern Pipeline, Inc. ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR
$MR MAIN REPLACEMENT PROGRAM, 1467 -68
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR,
OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, �'"E - FAR WESTERN PIPELINE- INC-
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND UNITED BONDING
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ($ 22.476.25 ),
AND 25/100
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 IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
s
I
(LABOR AND MATERIAL BOND - CONTINUED)
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 BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY1 FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE)
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS 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 A "-n
SURETY ABOVE NAMED, ON THE 8th DAY OF January I, 1968
APPROVED AS TO F'OR(/Mn /'
CI TYATTORNIrf
FAR WESTERN PIPELINE. INC. I (SEAL)
(SEAL)
/SGT" '/I -Cam (SEAL) . .
CONTRACTOR
UNITED BONDING INSURANCE COMPANY (SEAL)
(SEAL)
_(SEAL)
SURE Y
Bert J. Lea% t
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
ACKNOWLEDGMENT OF SURETY (by Attorney -in -Fact)
STATE OF —La]ifornia
C (R UNTY OF Los Angeles
On this 8th day of January A. D. 19 68, personally appeared before
me gar .I eavitt who being duly sworn did depose and say that he is the
ATTORNEY -IN -FACT of the UNITED BONDING INSURANCE COMPANY of Indianapolis, Indiana, that the
Seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that
said instrument was signed and sealed on behalf of said Corporation by authority of its Board
of Directors and further acknowledged that he executed said Instrument as such ATTORNEY -IN -FACT
and as the free act and deed of said Corporat
SHE Ri Y 6Ef E',�ICr
�_;C -CALrt CKMA tat Public
NOW UB y
pkt;,,: ,AL OIHCE IN 19
!/ LOS ANGELES COUNTY jlp](]�Iim Ja1Y ! 7114
My commission expires.
CP 27574
• PAGE 7
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED Deer 27► 1967
HAS AWARDED TO Far Western PlpelipA► Inc.
9
HEREINAFTER DESIGNATED AS THE If PRINCIPAL", A CONTRACT FOR
MKR RUN REM ACEI KT FROGM 1967 -68
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
THE TERMS THEREOF REQUIRE THE FURNISHING
SAID CONTRACT;
OR IS ABOUT TO EXECUTE SAID CONTRACT AND
BOND FOR THE FAITHFUL PERFORMANCE OF
NOW, THEREFORE, WE, FARWWESTERN PIPELINE, INC-
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND ,fINITFII Rn NniNf.
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
1' 1 1 1 • �Ij I � 1 � /• � 1 _
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T:0
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-
VIDEO ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
I
t
(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 pgh DAY OF ial11�0 , iva_-
.r—
APPROVED AS TO FORM:
Z/
C v
ATTO Y
/,- /- ,R1�A�4 / /7YEtTrAm RIRE /L�I.NNC.. iwr, (SEAL)
Z // ' —/ _(SEAL)
(SEAL)
CONTRACTOR
fJ SEAL)
(SEAL)
$ RE Y
sort J. Leav . Attorney-In -Fact
ACKNOWLEDGMENT OF SURETY (by Attorney -in -Fact)
STATE OF California
OOUNTY OF Ins Angeles
On this 8th day of_ January , A. D. 19 68, personally appeared before
me_.gPrr I I �avi,t _ __.__ who being duly sworn did depose and say that he is the
ATTORNEY -IN -FACT of the UNITED BONDING INSURANCE COMPANY of Indianapolis, Indiana, that the
Seal affixed to the attached instrument is the Corporate Seal of said Corporation, and that
said instrument was signed and sealed on behalf of said Corporation by authority of its Board
"of Directors and further acknowledged that he executed said instrument as such ATTORNEY -IN -FACT
;and as the free act and deed of said Corpo
,
—� SHERRY BENEDICT
{� a\
kryt f NOTARY PUBLIC -CALIFORNIA ary Public
1 £ PRINOPAL OFFICE IN
1 LOS ANGELES COUNTY jyjy S, I V i L
r My commission .expires.. -�� Conuni>jelon Expires
_� ._
•
NON- COLLUSION AFFIDAVIT
PAGE 9
THE BIDDERS BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESLLWT AT THE TIME OF
FILING THIS BID, 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 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 BIDDERS 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 BYLAWSO 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 TH.I5.
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
s) Far Western Piueline Inc.
s Jack L. McGee
Secy. Treas.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 19th DAY OF Dec.
196 7 .
J. L. Mc GUIRE
MY COMM5 S ION EXPIRES: My.Commission Expires February 28, 1970
(s) J. L. McGuire
NOTARY PUBLIC
"FOR ORIGIMOPY SEE CITY CLERK'S COPY"
. PAGE 10-
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
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.
Eastern Municipal Water Dist. Sewers 488.000
Irvine Ranch Water Dist. Sewers and water
City of Santa Ana Sewers, water and storms drain
City of Riverside Sewers
Far Western Pi eline Inc:.
IGNED
Secy. S,
0
C O N T R A C T
PAGE II
THIS AGREEMENT, MADE AND ENTERED INTO THIS I�f DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIAO HEREINAFTER DESIGNATED AS THE.
CITY, PARTY OF THE FIRST PART, AND Far Western Pipeline Inc.
HEREINAFTER DESIGNATED AS THE CONTRACTORS 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
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
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 LABORS 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 00 EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABORS TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENTS 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 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, CONTRACTORS 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.
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 IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY., THE DIRECTOR OF PUBLIC WORKS., AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS,
LOSS2 DAMAGE1 IN4URYj AND LIABILITY OF EVERY KINDO 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, DAMAGES INJURY, AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSEDS RES.ULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT2 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 NEWP T BE C CALIFORNIA
BY:
MAYOR
ATTEST:
�,v,�xe �LLG�c -ov
- -� CITY-CLERK
CONTRACTOR
(SEAL)
e . <;� 4eZz----
TITLE /
BY:
APPROVED AS TO FORM:
CITY A RNEY
ITLE
INDEX
TO
SPECIAL PROVISIONS
10
PAGE
1.
SCOPE OF WORK
1.
1.1 GENERAL - PLANS - SPECIFICATIONS
1
2.
CONDUCT OF WORK
1
2.1 GENERAL
1
3.
COMPLETION OF.WORK
i
3.1 GENERAL
1
4.
SCHEDULE OF WORK
1
4.1 GENERAL
1
5.
PAYMENT
3
5.1 GENERAL
3
6.
GUARANTEE
3
6.1 GENERAL
3
7.
TRAFFIC CONTROL
3
7.1 TRAFFIC CONTROL PLAN
3
7.2 FLAGMEN. AND WARNING DEVICES
3
7.3 AREAS CLOSED TO VEHICULAR TRAFFIC
3 .
8.
EXISTING TRAFFIC SIGNS AND MARKERS
4
8.1 GENERAL
4
9.
WORK ON PRIVATE PROPERTY
4
9.1 GENERAL
4
10.
NOTICE TO RESIDENTS AND BUSINESSES
4
10.1 GENERAL
4
11.
UNFORESEEN DIFFICULTIES
4
11.1 GENERAL
4
INDEX TO SPECIAL PROVISIONS - CONTINUED
PAGE
12.
CONSTRUCTION SURVEYS
T-
12.1
GENERAL
4
13.
PROTECTION OF IMPROVEMENTS
4
13.1
GENERAL
4 -5
13.2
PROTECTION OF EXISTING UTILITIES
5
13.3
PROTECTION OF PROPERTY MARKERS
5
14,
WATER
5
14.1
GENERAL
5
15.
EARTHWORK
5
15.1
GENERAL
5
15,2
PAVEMENT REMOVAL & SUBGRADE PREPARATION
5 -6
15.3
TRENCH EXCAVATION & BACKFILL
6
16.
SEWERS
6
16,1
VITRIFIED CLAY PIPE SEWER MAIN
6 -7
16.2
VITRIFIED CLAY PIPE SEWER SERVICES
7
16.3
SEWER CLEANOUTS
7 -8
16,4
SEWER MANHOLE
8
17,
PORTLAND CEMENT CONCRETE
8
171
GENERAL
8
17.2
PORTLAND CEMENT CONCRETE "ALLEY AND STREET
PAVING
8
17.21 JOINING'EXISTING CONCRETE STREET
PAVEMENTS
8
17.22 CONTACT JOINTS
9
17.23 TRANSVERSE EXPANSION JOINTS
9
17.24 WEAKENED PLANE JOINTS
9
17,25 TRAFFIC USE AND CURING
9
17.26 DELINEATION OF ALLEY RIGHT OF WAY
LINES 9
17.27 PORTLAND CEMENT CONCRETE ALLEY
APPROACHES
10
0
INDEX TO SPECIAL
PROVISIONS - CONTINUED
17.28 ADJUSTMENT OF UTILITIES TO'FINISHED
GRADE
10
17.29 MEASUREMENT AND PAYMENT
10
17.3
PORTLAND CEMENT CONCRETE SIDEWALK
- 4" THICK
10
17.4
PORTLAND CEMENT CONCRETE CURB AND
GUTTER
10
18. ASPHALTIC
CONCRETE
11
18,1
GENERAL
11
18,2
TEMPORARY ASPHALTIC CONCRETE PAVEMENT
11.
18,3
MISCELLANEOUS ASPHALTIC CONCRETE
PATCHING
11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
THE SEWER MAIN REPLACEMENT PROGRAM
OF
FISCAL YEAR 1967 -68
CONTRACT NO. 11
1. SCOPE OF WORK
1.1 GENERAL
The work to be done under this contract consists of the removing, repairing, and
replacing of sewer mains, commercial and house services, constructing sewer man-
hole and cleanout$,, placing concrete alley and street pavement and miscellaneous
asphalt patching. The work requires furnishing all labor, equipment, traiisporta
tion and materials necessary to complete all the work as shown on the City of
Newport.Beach_Drawing No. S- 5024 -S consisting of five (5) sheets, and in accor-
dance with the Standard Specifications and Standard Drawings of the City of Newport
Beach and these Special Provisions.
2. CONDUCT OF WORK
2.1 GENERAL
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 various 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 iDf work and no sepirate compensation will be made therefore,
3. COMPLETION OF WORK
3.1 GENERAL
The contractor shall complete all work on the contract within 90 calendar.days
after the date of execution of the contract by the City.
4. SCHEDULE OF WORK
4.1 GENERAL
A complete schedule, showing the contractor's proposed plan of construction shall
be submitted in writing to the City within ten days after award of the contract.
VI
4.1 GENERAL (Cont'd)
0
Work shall not commence on any of
schedule is approved in writing by
approved schedule in accomplishing
Engineer.
the project locations until
the City. The contractor
the work, unless otherwise
SP 2 of 11,
the entire
shall follow the
authorized by the
The contractor shall plan his schedule so as to minimize inconvenience to the
public. The extreme traffic congestion and limited parking space in the vicinity
of the project locations requires that an alley be closed to through traffic for
a minimum period of time. The intent of this specification is to provide the
framework for completing the work with the least inconvenience to the public and
in the minimum amount of time. To achieve these ends, the work shall be accom-
plished similar to the following:
Remove existing pavement in Alley 401 -C.
Replace sewer main in Alley 401 -C beginning at South Speedway.
3. Begin placing concrete alley pavement as sewer main replacement approaches
Park Avenue, and begin removing existing pavement across Park Avenue.
Replace sewer main across Park Avenue, place temporary A.C. pavement, com-
plete concrete..paving of Alley 401 -C, and begin removal of existing pave-
ment in Alley 401 -8.
This method of following each construction phase one after the other shall be con-
tinued throughout the job so that a maximum of 800 lineal feet of alley is impass-
able to traffic at any one time.
An acceptable alternate manner of accomplishing the Work would be to neatly cut
a trench., replace the sewer main, backfill and compact the trench, and surface
the trench with 12" thick temporary asphaltic concrete pavement. This temporary
A.C. pavement would be considered to be for the contractor.'s convenience and no
payment would be allowed therefore, except that the temporary A.C. pavement used
at street crossings will be a pay item. The contractor would be requFred to
maintain the temporary A.C. pavement in a manner acceptab -le to the Engineer, also
at his expense. Complete removal of the existing pavement in alley and street
sections, and construction of the new concrete street and alley paving could
then be accomplished at a later date and in larger segments. However, the limita-
tion that a maximum of 800 lineal feet in Alleys 400 and 401 be impassable to
traffic at any one time would still apply.
The contractor shall begin construction in Alleys 400 and 401 before starting
in Alleys 423 -A and 424 -A. Work should be scheduled so that no access is ob-
structed or construction performed in Alleys 400 and 401 during the Easter
holidays (the period from April 6 to April 21,.inclusive). However, the con-
tractor may continue construction work in Alleys 423 -A and 424 -A during this
period. The contractor should make every possible effort to have the work in
the areas adjacent to Marine Avenue completed before the Easter holidays.
SP 3 of 11
5. PAYMENT
5.1 GENERAL
The prices bid for the various items of work shall include full compensation for
all materials and labor necessary for construction of the items complete in place.
Payment for incidental items of work not separately provided for in the proposal
shall be included in the price bid for other items of work. Where applicable, the
prices bid for items of new construcixm shall include removal and disposal of the
existing improvements.
Extra work as described under Section 4 -03 of the City Standard Specifications is
hereby waived with respect to Bid Items 3 and 4. The quantities of new 4" and
6" V.C.P. required for commercial and residential sewer services cannot be
accurately determined at this time. An increase or decrease in the quantities in
excess of 25 percent is probable.
6. GUARANTEE
6.1 GENERAL
The contractor shall guarantee for a period of one year, after acceptance of ithe
contract by the City Council, all materials and workmanship against any defectj'
whatsoever, including trench and pavement settlement Any such defects shall IF
immediately repaired at the contractor's expense.
7. TRAFFIC CONTROL
7.1 TRAFFIC CONTROL PLAN
The contractor shall submit,with his work schedule, a plan indicating the methods,
types and locations of traffic control to be used for all construction phases.
The submitted traffic control plan shall be approved by the City before any con -
structioncommences. If, during the construction period, modifications of the plan
are required, each said modification shall be approved by the City-prior to altering
the previously approved plan.
7.2 FLAGMEN AND WARNING DEVICES
Barricades, warning devices and flagmen shall be provided as indicated on the
submitted traffic control plan or when, in the opinion of the Engineer, they are
required for public safety or convenience.
7.3 AREAS CLOSED TO VEHICULAR TRAFFIC
Alleys or portions thereof may be closed to all vehicular traffic during the time
of construction. Attention is directed to Section 17 of these Special Provisions
regarding curing time and protection of concrete pavements. Traffic shall be
allowed to flow along Balboa and Park Avenues at all times. One lane of traffic
must be maintained. Flagmen must be provided as necessary during construction
operations and peak traffic hours.
The cost of providing traffic control, temporary detours, street crossings, etc.
shall be included in the various bid items of work and no additional compensation
will be allowed.
SP 4 of 1 i
8. EXISTING TRAFFIC SIGNS AND MARKERS
8.1 GENERAL
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 to the City Corporation Yard, located at 592 Superior Avenue, Newport
Beach, California. The cost of removing and salvaging traffic signs and markers
shall be included in the various items of work and no separate compensation will
be made therefore.
9. WORK ON PRIVATE PROPERTY
9.1 GENERAL
Advance notices stating the type of work and the name of the contractor will be
mailed by the City to the residents and /or the property owners adjacent to the hl
work locations. These notices will not relieve the contractor' ,s responsibility''
of notification covered in Section 10 of these Special Provisions.
The contractor shall notify and make arrangements with property owners to work,
on private property when necessary to join existing improvements or to completo
house and commercial sewer service connections.
10. NOTIFICATION TO RESIDENTS AND BUSINESSES
10.1 GENERAL
The contractor shall distribute to each affected residence and business a
written notice forty -eight (48) hours in advance of commencing any construction
work that will involve temporary inaccessibility to their properties. Said
notice shall state when his operations will start and approximately when they
will end.
11. UNFORESEEN DIFFICULTIES
I nwo-- VIV.114
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as to whether these conditions constitute extra work
and so notify the contractor in writing.
12. CONSTRUCTION SURVEYS
12.1 GENERAL
Grades and lines will be set by the City. The Public Works Department must be
notified 48 hours in advance when grades or lines are required to be set.
13. PROTECTION OF IMPROVEMENTS
13.1 GENERAL
The contractor shall be responsible for the protection of all improvements ad-
jacent to the work, such as sprinkler systems, drain pipes, lawns, plantings,
13.1 GENERAL (Cont'd)
0
SP 5 of 11
brick work, masonry work, fences, walls, etc. located on either public or pri-
vate property. If any improvements are removed or damaged, other than those
designated for removal on the drawings, then such improvements shall be replaced
in kind at the contractor's expense.
13,2 PROTECTION OF EXISTING UTILITIES
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 re-
quest 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.
13,3 PROTECTION OF PROPERTY MARKERS
The contractor shall be responsible for protecting and preserving all existing
Iron Pipe (I.P.) property boundary and corner markers during construction oper-
ations. The I.P. property markers shall be exposed and clearly visible when the
work is completed. Any damage or dislocation to the I.P. markers by the con-
tractor shall be corrected at his expense.
14. WATER
14.1 GENERAL
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work and as set forth in Section 10 -11 of the Standard
Specifications. If the contractor desires to use available City water, it shall
be his responsibility to make arrangements for water purchases by contacting
the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
extension 74.
15. EARTHWORK
15.1 GENERAL
Earthwork shall conform to Section 10 of the City Standard Specifications and
these Special Provisions.
15.2 PAVEMENT REMOVAL AND SUBGRADE PREPARATION
The removal of all asphaltic concrete pavements within and extending a maximum
of eight (8) inches beyond the alley right -of -way lines shall be includee in — this item of work.
The removal of miscellaneous existing concrete within the right -of -way lines of
the.alley and within the street areas indicated on the plans, not otherwise paid
for ?in concrete construction items, shall be included in this item of. work.
• � SP 6 of 11
15.2 PAVEMENT REMOVAL AND SUBGRADE PREPARATION (Cont'd)
Existing concrete or stoner slabs shall be sawcut at the alley right of way line
or as shown on the plan. In street and sidewalk areas, sawcutting shall be re-
quired if a construction joint does not exist within close proximity of the
proposed joint line.
Over excavation and/or-excessive pavement removal created by the contractors
operations beyond the limits described herein and shown on the plans shall be
replaced in kind at the contractor's expense.
Subgrade preparation shall conform to the provisions in Section 21 of the State
Standard Specifications. The removal of excess excavation or importation of fill
materials, needed to prepare the subgrade'plane as shown on the plans, shall be
included in the unit price bid for this item.
The unit price bid for pavement removal and subgrade preparation shall include
the cost of performing the work described herein including furnishing and
applying water. No additional payment will be allowed.
15.3 TRENCH EXCAVATION AND BACKFILL
The contractor's excavation and backfill operations shall conform to Section 16
of the City Standard Specifications with the following modifications.
The second sentence of the second paragraph in Section 16 -4 of the Standard
Specifications is modified as follows:
"Except as allowed by the Engineer, the trench at the end of each
day shall not be excavated more than 25 feet in advance of the
pipe laying nor left unfilled for more than 25 feet where the pipe
has been laid.."
When excavating near landscaped areas, existing curbs, sidewalks or other types
of improvements, special care shall be taken to leave these improvements in a
condition acceptable to the Engineer. If damage occurs to these improvements
as a result of the contractor's operations, he shall replace them at his own
expense.
Trench compaction shall be achieved by the use of water and /or whatever supple-
mentary means are necessary, such as vibratory compactors or rollers, mechanical
tampers, concrete vibrators, etc., to achieve a uniform relative compaction of
not less than 95% and to positively prevent any trench settlement.
Payment for trench excavation and backfill shall be included in the unit price
bid for the various items of work and -no separate compensation will be made
therefore. .
16. SEWERS
16.1 VITRIFIED CLAY PIPE SEWER MAIN
The vitrified clay pipe material shall conform to Sections 16 -02 and 16 -06 of
the City Standard Specifications and ASTM Design.C- 200 -64T, except that hot-
SP 7 of 11
16.1 VITRIFIED CLAY PIPE SEWER MAIN (Cont'd)
poured joints will not be permitted. The joints shall be plastic, interlocking
type and shall conform to ASTM Designation C- 425 -64.
Sewer pipe lengths will be measured from centerline of manhole to centerline of
manhole.
Branches for residential and commercial sewer services shall be furnished and in-
stalled to. replace each.existing service. Branches shall also be installed for
future service to undeveloped property. Exact locations shall be determined in
the field by the Engineer.
The unit price paid for new 8" V.C.P. sewer main includesthe cost of excavating,
removing and disposing of the existing concrete sewer mains, removing and dis-
posing of the existing manhole, filling and plugging the existing 8" concrete
sewer -main across Marine Avenue connecting the new V.C.P. to the manholes, con-
necting the residential and.commercial laterals to the new branches, and back -
filling and compacting the trench. Continuous sewer service shall be maintained
during construction.
A "Band -Seal" joint or an approved equal shall be used to connect new 8" V.C.P.
sewer main to existing 8" concrete sewer main.
16.2 VITRIFIED CLAY PIPE SEWER SERVICES
The vitrified clay pipe material to be used for sewer services shall conform to
the requirements specified for sewer mains.
The work consists of replacing all existing residential and commercial sewer
services from the new sewer main to the property line or other satisfactory point
of connection, as designated by the Engineer. All new laterals serving commercial
properties on the west side of Alleys 401 -A and 401 -B shall be 6" V.C.P., unless
otherwise designated by the Engineer. All new laterals serving residential
property shall be 4" V "C.P., unless otherwise designated by the Engineer. Existing
V.C,P, sewer services may be left in place at the discretion of the Engineer and
shall be connected to the new sewer main as a part of the work described in
Section 16.1 of these Special Provisions. The work also includes the construction
of new 4" or 6" V.C.P. sewer services from the new sewer main to the property line
of undeveloped lots. Exact locations shall be determined'in the field by the
Engineer. Connections between existing services and new services shall be made
with "Band -Seal" joints or an approved equal.
The unit price paid for new 4" or, V V.C:.P, sewer services shall include the cost
of trenching, removing and disposing of existing services as necessary, making the
connection between the new and existing services at the property line, and back -
filling and compacting the trench. Measurement for payment shall be made along the
centerline of the new 4" or 6" V.C.P- sewer service from the outside end of the
wye or tee bell to the point of connection with the existing service.
16<3 SEWER CLEANOUTS
New sewer terminal cleanouts shall be constructed'at-the locations shown on the
Plans and in accordance with CNB Drawing No. STD- 403 -L', except that the wye branch
shall be replaced by a 1/8 bend.
0
SP 8 of 11
16.3 SEWER CLEANOUTS (Cont'd)
The unit price paid shall include the cost of removinq and disposing of the existing
cleanout if applicable,
16.4 SEWER MANHOLE
The new sewer manhole shall be constructed -at'the location shown_on the Plan and
in accordance with applicable portions-of CNB,Drawing,No. STD - 405 -L,
17. PORTLAND CEMENT CONCRETE
17.1 GENERAL
Portland Cement Concrete for alley and Street pavements, curb and gutters and side-
walks shall be Class "B," 12" maximum gradation conforming to Section 13 of the
Standard Specifications and these Special Provisions, Concrete to be used for
street and alley pavements shall have an additive of 2 percent by weight of calcium
chloride for high early strength.
Special emphasis is made to the amount of water and slump test requirements of
Section 13 and the traffic and use provisions specified herein,
The Contractor will be permitted to utilize concrete pumping methods to facilitate
the concrete placement on grade, Pumped concrete shall be 3/4" maximum aggregate
gradation, full compensation for additional equipment and materials required to
obtain the minimum strength qualities of concrete required herein will be con-
sidered as included in the contract prices bid for the various types of concrete
involved and no additional compensation will be allowed therefore.
17.2 PORTLAND CEMENT CONCRETE ALLEY AND STREET PAVING
Portland Cement Concrete alley and street pavement shall conform to applicable
sections of the Standard Specifications and the State Standard Specifications, In
addition, calcium chloride in the amount of 2 percent by weight shall be added to
the concrete to obtain high early strength.
All concrete traffic pavements shall attain a minimum modulus of rupture of 600
P.S.I. within 28 days after placement, Attention is directed to Section 6 -01 of
the City's Standard Specifications. The Contractor will be. required to furnish
samples of materials and test cylinders will be taken during placement of the
concrete.
Attention is directed to sawcutting existing improvements as.described in Section
15 -03 of the Standard Specifications.
17,21 JOINING EXISTING CONCRETE STREET PAVEMENTS
The join line of new P.C.C. Pavements with old concrete pavements shall be
constructed in accordance with the details shown on Sheet 2 of the Plans.
The #4 smooth steel bars shall be coated with an asphalt paint to prevent
bonding and permit the concrete to expand and contract freely. The coating
shall be sufficiently heavy to prevent corrosion of the exposed portion of,
the bar.
V
17,22 CONTACT JOINTS
0 SP 9 of 11
Contact joints are those made by placing fresh concrete against hardened con-
crete at planned locations, They shall be constructed at the locations and in
the manner shown on the plans.
Concrete on both sides of longitudinal contact joints shall be connected by
dowels as shown on the plans. The dowels shall be coated with an asphalt
paint as described in Section 17.21 above, and installed With a socket as
shown in the detail on Sheet 2 of the Plans.
After the pavement has cured, all contact joints shall be cleaned and carefully,
filled with an approved joint filler compound,
17.23 TRANSVERSE EXPANSION JOINTS
Transverse expansion joints shall be installed at locations shown on the Plans;
Expansion joint filler material shall have a minimum thickness of 1/2 inch,
a maximum thickness of 3/4 inch, a depth equal to the thickness of the pave-
ment and shall be composed of materials as specified in the Standard Specifi-
cations or approved by the Engineer, After the concrete has been finished, an
edger of 1/4 inch radius shall be used on each side of the expansion joint
filler. The expansion joint filler shall be cleaned of all concrete mortar.
17.24 WEAKENED PLANE JOINTS
Weakened plane joints shall be constructed at the locations shown on the Plans
and shall be either formed by the placement of a polyethylene plastic joint
material such as "quick joint ", or equal, or by cutting a groove in the pave-
ment with a power driven saw. The groove shall be cut to a minimum depth of
1 1/2 inches and the width shall be the minimum width possible with the saw
being used, but in no case shall the width exceed 1/4 inch. Any portion of
the curing compound which has been disturbed by sawing operations shall be
restored by spraying the areas with additional curing compound. If the Con-
tractor elects to saw cut weakened plane joints, the joints shall be sawed
within 24 hours after the concrete is placed.
17.25 TRAFFIC USE AND CURING
The concrete pavement shall be immediately barricaded upon its installation,
and no vehicular traffic will be permitted thereon until the expiration of at
least three days (72 hours) after curing has commenced as described below.
At least three days shall elapse from the time the concrete is placed before
any mechanical tamper, spreader, or finisher which will be supported by the
edge of the new pavement, may be operated in adjacent areas.
Curing shall commence as soon as free water leaves the surface of the concrete
but not later than three hours following the depositing of the concrete upon
the subgrade in accordance with Section 13 -08 of the Standard Specifications,
17.26 DELINEATION OF ALLEY RIGHT OF WAY LINES
When new 6" Portland Cement Concrete alley 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 Portland Cement Concrete extends beyond two feet onto private prop-
erty a standard expansion joint shall be placed on the right of way line.
.. : •
17,27 PORTLAND CEMENT CONCRETE-ALLEY APPROACHES
SP 10 of 11
r
Portland Cement Concrete alley approaches shall be constructed 8" thick. The
unit price bid for 8" thick Portland Cement Concrete street pavement shall
include alley approach and alley- street curb returns, as well as removal of
existing street pavement, alley approaches, and curb returns.
17,28 ADJUSTMENT OF UTILITIES TO FINISHED GRADE
Replacement water meter boxes will be furnished to the Contractor for those
boxes that are presently broken, The Contractor shall replace at his own
expense any water meter boxes broken as a result of his operations.
All water meter boxes, sewer manholes, sewer cleanouts, water valve covers
and any other utility boxes within the work limits shall be adjusted to finish
grade, The cost shall be included in the various items of work and no additional
compensation will be allowed.
17.29 MEASUREMENT AND PAYMENT
Payment for concrete alley and street pavement, including alley approaches and
alley- street curb returns will be made on a square foot basis. The unit price
bid for 8" concrete pavement shall include removal of existing concrete, and
subgrade preparation. The unit price per square foot for either 6" P.C.C>
alley pavement or 8" P,C,C, street pavement shall include full compensation
for all materials, labor, equipment, and incidentals required to construct,
concrete pavement in accordance with these Special Provisions and the Plans,
17.3 PORTLAND CEMENT CONCRETE SIDEWALK - 4" THICK
P.C.C. sidewalk shall be constructed in conformance with Section 15 of the
Standard Specifications,
The unit price bid per square foot shall be for removal and replacement of 4"
thick sidewalk and shall include full compensation for constructing this item
complete in place including adjusting to grade any utilities as specified in
Section 17.28 of these Special Provisions,
17.4 PORTLAND CEMENT CONCRETE CURB AND GUTTER
Type "A" curb and gutter, 8" curb face, shall be constructed in conformance to
Section 15 of the Standard.Specifications.
Street pavement shall be saw cut 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.
The unit price bid per linear foot of Type "A" curb and gutter, 8" curb face,
shall include all compensation for removing existing curb and gutter, preparing
subgrade 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 are to be
constructed:,
- SP 11 of 11
18. ASPHALTIC CONCRETE
18.1 GENERAL
The provisions of Section 12 of the City Standard Specifications shall govern the
furnishing and placing of asphalt concrete.
18.2 TEMPORARY ASPHALTIC CONCRETE PAVEMENT
Immediately after backfilling and compacting trenches in existing concrete street
areas and in other areas directed by the Engineer, the Contractor shall place
temporary 1 1/2 inch minimum thick 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, smooth and neat
condition until the permanent concrete pavement has been constructed. Chuckholes
appearing in the temporary A.C. pavement shall be immediately patched to the
satisfaction of the Engineer and at the Contractor's expense.
The price bid per square foot for temporary-asphaltic concrete shall include full
compensation for placement, maintenance and removal of this pavement.
18.3 MISCELLANEOUS ASPHALTIC CONCRETE PATCHING
Miscellaneous asphaltic concrete patching shall include all patching required as
indicated on the plans and as directed by the Engineer to patch between new
concrete -alley paving, approaches and street improvements and existing asphaltic
concrete improvements. Payment for patching adjacent to concrete alley improve-
ments constructed in this contract shall be limited to'a maximum width of 8 inches
on each side of the newly constructed concrete alleys. Additional asphaltic con-
crete patching required due to the Contractor's operations not shown on the plans,
or as approved by the Engineer, shall be at the Contractor's expense.
Asphaltic concrete patching thickness shall be a minimum of 4 inches along the
sides of the newly constructed concrete alleys. Subgrade shall be compacted as
specified herein for subgrade preparation.
The contract unit price per square foot for miscellaneous asphalt patching will
include all compensation for labor, materials,'for compacting', tack and prime
coating, and placing asphaltic concrete patching.
r
TO: CITY CLERK
FROM: Public Works Department
0
January 17, 1968
SUBJECT: SEWER MAIN REPLACEMENT PROGRAM 1967 -68, C -1145
Attached are one set of Insurance Forms and three sets of
Contract Documents 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 transmit the Finance Department's copy to
them and return the Public Works copy to me.
Derek H. White
Design Engineer
DHW /ldg
Atts:
L
TO: Finance Director
FROM: City Clerk
SUBJECT: Contract
Contract No.
V
Date January 9.3, 199A
Authorized by Resolution N o.6687 adopted on 12 -27 -67
Date Mayor and City Clerk executed Contract January 19, 1968
Effective date of Contract .tanju= 1G, 74PiA
Contract with Far Western Pipelines, Inc.
Address 6611 Fee Ana Street
Anaheim, California 92806
Brief description of Contract Sewer Main Replacement Progrm for 1967 -68.
Amount of Contract Suu,,Q;7 Sn
City Clerk
ih
Att:
J&Wary 231, 1958
PUBLIC WOW EMRSCrOR
Attwitim: Dusk Wits
City Clwk
SEWER MIX RMqACMW PROMM FM 1967-68. (C-U46)
Attadied is your opff of Cmytrwt No. 1146, Sww Pkin Poploomout
fbr 1957-60, 4dah ha boat amuted by the Heyw._ I undustmad tM
amtrooter retained his =W. If Fw Western —A-- Inc. will bvbg
their copy Into the office I will have the 84M Lt.
LL:lh
Att i
LMM IgAgLas
�-� I
OZ 5-
December 27, 1967
TO: CITY COUNCIL 19`3
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF SEWER MAIN REPLACEMENT PROGRAM 1967 -68 (Contract No. 1145)
RECOMMENDATIONS:
1, Adopt a resolution awarding the contract to Far Western Pipeline, Inc..
for $44,952.50 and authorizing the Mayor and City Clerk to execute
the contract.
2, Authorize the Finance Director to encumber funds in the amount of
$53,000000:
DISCUSSION:
Eight bids were received and opened in the office of
the City Clerk
at
10:00 A.M. on December 19, 1967.
BIDDER
TOTAL
Far Western Pipeline, Inc.
$44,952.50
Anaheim
Peter Salata Construction, Inc.
53,052.50
Arcadia
L. Castillo & Sons
53,397,00
Escondido
Sanitary Pipeline Co., Inc.
54,204.25
Huntington Beach
R. L. Thibodo Construction Col, Inc.
64,358,50
Vista
George Miller Construction Co.
64,805,00
Los Angeles
G. R. McKervey, Inc.
70,030.00
South Laguna
Mike Prlich & Sons
81,756.50
South E1 Monte
The low bid is 23% less than the Engineer's estimate
of $58,500.00.
The amount available in Account No, 02 -5597 is:
$55,000.00
A budget amendment is being processed in ing Account
No, 02- 559 -140 by: COUNCIL•
4,100.00
I79-J7- 6
59,100.00
To; City Council
Page 2
Subject: Sewer Main Replacement Program 1967 -68, C -1145
0
The total estimated cost of the project and amount of funds
to be encumbered is:
Contract Amount $44,952,50
Materials by City 500,00
Contingencies 7,547,50
Total Estimated Cost $531000,00
Amount of funds estimated to be returned to surplus is:
$53,000.00
6,100.00
The memorandum to the City Council, dated November 27, 1967, recommending
approval of the Plans and Specifications showed the use of $3,400.00 from the Street
and Alley Reconstruction appropriation, Account No,. 02- 3397 -177 for alley recon-
struction. Due to the low bid received, it is felt that the entire project should
now be funded by the Sewer Main Replacement Program. It is recommended that the
$3,400.00 be retained in the Street and Alley Reconstruction account for use in the
Annual Street and Alley Contract,
The $4,100.00 budget increase is needed to cover contributions by private
property owners for their participation in the surface improvements of the alley between
Park and Crystal Avenues on little Balboa Island. These funds have been deposited
with t!e Finance Director.
The plans were prepared by the City.
The estimated date
-' Q
oseph Devlin
ublic orks Director
GPP /ldg
Attest to Opening Bids:
of completion is April 15, 1968.
E]
0
CITY OF NEWPORT BEACH
CITY ATTORNEY
DEPARTMENT
December 26, 1967 —
To: City Clerk
From: City Attorney
Subject: Sewer main replacement program 1967 -68 (Contract 1145)
(Agenda Item G -3)
The attached resolution, if adopted by the City Council, will
award to Far Western Pipeline, Inc., for the amount of $44 952.50,
the contract for the sewer main replacement program 1967 -65.
Tull;a. Sey ur
THS :mec City Attorney
Atts.
cc - City Manager
Public Works Director
(Attention: Gail P. Pickart)
CONTRACT NO. 1145
CITY OF NEWPORT BEACH
0
CONTRACT DOCUMENTS
FOR
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
Approved by the City Council
on this 27th day of November, 1967
iAA,& 1
La ra Lagios, City C e
R it8 -TERN
CITY OF NEWPORT BEACH
0
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
CONTRACT NO. 1145
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 location of the work, has ex-
amined 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. 1145 in accordance with City of Newport Beach
Drawing No. S- 5024 -S, Sheets 1 through 5, the City Standard Drawings and Specifications,
and the 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
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 24,500 Pavement Removal and subgrade
Sq. ft. preparation
@ Dollars
Twenty and
Cents $ •20 $ 42900.00
Per Square Foot
2. 1,850 Construct 8" V.C.P. Sewer Main
Lineal Nine
Feet @ Dollars
Fif ty and $ 9.50 $17,575-00
Per Lineal Foot
3. 450 Construct 4" V.C.P. Sewer Service
Lineal Three
Feet @ Dollars
and
Cents $ 3.00 $ 19350.00 ✓
Per Lineal Foot
4. 250 Construct 6" V.C.P. Sewer Service
Lineal
Feet @ Three Dollars
Fifty and
Cents $ 3.50 $ 875.00
Per Lineal Foot
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
PR2of3
TOTAL
PRICE
5.
3 Each
Construct Sewer Terminal Cleanout
@ One Hundred
Dollars
and
Cents
$
100.00
$ 300.00
Each
6.
1 Each
Construct Sewer Manhole
@ Two Hundred Fifty
Dollars
and
Cents
$
250.00
$ 250.00
Each
7.
24,500
Construct 6" Thick Portland
Cement
Square
Concrete Alley Pavement
Feet
@
Dollars
.65
15025.00
and
Sixty Five
Cents
$
$
Per Square foot
8.
2,100
Construct 8" thick Portland
Cement
Square
Concrete Street Pavement and Alley
feet
Approaches
@
Dollars
and
Seventy Five
Cents
$
.75
$ 1,575.00 ✓
Per Square Foot
9.
225
Construct 4" Thick Portland
Square
Cement Concrete Sidewalk
Feet
@
Dollars
and
Fif ty
Cents
$
.50
$ 112.50 ✓
Per Square Foot
10.
50
Remove and Replace Type "A"
Curb
Lineal
and Gutter (8" Curb Face)
Feet
@ Two
Dollars
and
Fifty Cents $ 2.50 $ 125.00 ✓
Per Lineal Foot
f
PR3of3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
11.
2,100
Construct Temporary Asphaltic
.Square
Concrete Pavement
Feet
@ Dollars
and
'Pi f }wan Cents
$
$ '315-00 ✓
Per Square Foot
_115
"
12.
3,300
Construct Miscellaneous Asphaltic
Square
Concrete Patching
Feet
@ Dollars
and
Fifth Cents
$
_50 $ i,�5o_o0
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS
Fif ty Two
Forty Four Thousand, Nine Hundred Dollars
and
Fif ty Cents
TOTAL
$ 44,952.50
2/7/67
BALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AMD FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT.PRICE, THE CORRECTED EXTENSION SHALL BE CALCULA.TED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS.
.,_ THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE NO. 239402 CLASSIFICATION C42/ C34..__
ACCOMPANYING THIS PROPOSAL 15 Bidder's Bond
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR.TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES.TO.� ,
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT,
524 1580 -
PHONE NUMBER
Dec. 19, 1967
DATE
6611 Fee Ana st.
Anaheim, Calif. 92806
Far Western Pipeline, Inc. _
BIDDER'S NAME
{SEAL.)
AUTHORIZED SIGNATURE
Corporation
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS
J L McGuire. Pros.
3
• PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTSI
THAT WEB , AS PRINCIPAL,
AND AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIAN 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 15 SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
IN THE CITY OF NEWPORT BEACH IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE ' INVITING
BIDS" WITHIN TEN (10) 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 VO ID; 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 IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF
19
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
BY
TITLE
PRINCIPAL
SURETY
"AVEAIAAr:V FUND INSURANCE COMPANY
BID OR PROPOSl11,_ BOND Bond No, 7101306 - 2
KNOW ALL MEN BY THESE PRESENTS:
That We, FAR WESTERN PIPRLINEv INC.
(hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporation organized and doing
business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or
becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of ,
as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee)
in the just and full sum of TEN PERCENT OF AMOUNT BID IN DOLLARS
Dollars I$ J10CC1DCKXXKZ= ) lawful money of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS. the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the
CONSTRUCTION OF SEWER REPLACEMENT PROGRAM
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor
NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal
thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said. -work as- required
by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. _
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 19.tj�-
day of DECEMBER , 19 67 -
1 360277 — (F F) —11-66
FAR WESTERN PIPELINE. INC.
FIREMAN' INSURANCE COMPANY
By
N� L)EB SMTiR Anomey -in -Fact
s
NOTARIAL ACKNOWLEDGMENT - ATTORNEY IN FACT
STATE OF CALIFORNIA On this ----- - ----- 19th day of ...... _ ... .December 18_!?!. -_ -, before
.._.. .......... _.County of( S. S. me, . ...... .. _. the _underBi •,_.,................. , a Notary Public in and for
Ot e e J said _ ...... ..,.._Oran e_- County, State aforesaid, residing therein, duly commis.
- ...--- sioned and sworn. Personally ap eared... ---__...._,._-- ..__...6_it h -._._.
known to me to be the pmon whose name is subscribed to the within instrument as the
attorney in fact of
FIRE`S FUND INSURANCE COMPANY
o
and acknowledges me that he subscribed the name of FIREMAN'S FUND
INSURANCE COMPANY thereto as principal, and his own as attorney in fact.
IN WITNESS WHEREOF, I havehereunto set my hand and affixed my official seal,
at my office in the said .... ....... - ........... ......... ................County of. .... .... Arange -----
......................
the day and year in this certificate first above written.
360042-5-65,_, .
..... ..... . .........................
Mdrgo E. Price
Notary Public in and for the .................... .........................County of....Or'&Rge
State of California.
MARGO f." poe°_ ""
NOTARY PUBLIC • CALIFORNIA
PRINCIPAL OFFICE IN
i INGE COUNTY
9 �
•r • 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 BIDS 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 PRJOR APPROVAL OF THE ENGINEER.
t
ITEM OF WORK SUB- CONTRACTOR ADDRESS
2.
31•_
4.
5--
7•
8.
9•
�o.
il.
Iz.
AUTHOR ED SIGNATURE
TYPE 9# ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPCRATION)
✓%�..L.w..�ii
lillippillill
i
c ,
• • PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED
HAS AWARDED TO
HEREINAFTER DESIGNATED AS THE "PRINCIPAL") A CONTRACT FOR
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 BONO 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, VE
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
OLLARS ($ ),
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 IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
42o4 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
• • • 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 BONDO AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGE
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL .
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGE) EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND.AS AN INDIVIDUAL] IT..
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND-
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL A =1
SURETY ABOVE NAMED> ON THE DAY OF , 196
(SEAL)
(SEAL)
(SEAL)
CONTRACTOR
(SEAL) .
(SEAL)
(SEAL)
APPROVED AS TO FORM: SURETY
CITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
C
0
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
PAGE 7
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED
HAS AWARDED TO ,
HEREINAFTER DESIGNATED AS THE "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 PRINCLPAL HAS EXECUTED
THE TERMS THEREOF REQUIRE THE FURNISHING
SAID CONTRACT;
NOW, THEREFORE, WE,
OR IS ABOUT TO EXECUTE SAID CONTRACT AND
BOND FOR THE FAITHFUL PERFORMANCE OF
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ($ ),
SAID SUM BEING EQUAL To 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T0.
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 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.
• • PAGE
(PERFORMANCE BOND - CONTINUED) .
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR 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
EAL)
(SEAL)
SURETY
• • PAGE 9
NON— COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�WY AT THE TIME OF
FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS 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 BIDDERS 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 CONTRACTS NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERP WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME .BY
THIS DAY OF L C
196 -2.
MY GOMMIS51ON EXPIRES:
1: L. Mc GUIRE
.My. Commission Expires February 28, 1970
'Age I
D
C
NOTARY UBLIC
0
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.
i
=200,
GNED
�.:.a
..
• • PAGE 1I
C O N T R A C T
THIS AGREEPIENT, 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;
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 .
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO. SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORE 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 -
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.
2/767 • • 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 IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS,
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROM THE'.PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE) AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
CITY OF NEWPORT BEACH, CALIFORNIA
BY:
MAYOR
CITY CLERK
BY:
BY:
APPROVED AS TO FORM:
CITY ATTORNEY
CONTRACTOR
ITLE
ITLE
(SEAL)
INDEX
TO
SPECIAL PROVISIONS
PAGE
1.
SCOPE OF WORK
1
1.1 GENERAL - PLANS - SPECIFICATIONS
1
2.
CONDUCT OF WORK
1
2.1 GENERAL
1
3.
COMPLETION OF WORK
1
3.1 GENERAL
1
4.
SCHEDULE OF WORK
1
4.1 GENERAL
1
5.
PAYMENT
3
5.1 GENERAL
3
6.
GUARANTEE
3
6..1 GENERAL
3
7.
TRAFFIC CONTROL
3
7.1 TRAFFIC CONTROL PLAN
3
7.2 FLAGMEN. AND WARNING DEVICES
3
7.3 AREAS CLOSED TO.VEHICULAR.TRAFFIC
3
8.
EXISTING TRAFFIC SIGNS AND MARKERS
4
8,1 GENERAL
4
9.
WORK ON PRIVATE PROPERTY
4
9.1 GENERAL
4
10.
NOTICE TO RESIDENTS AND BUSINESSES
4
10.1 GENERAL
4
11.
UNFORESEEN DIFFICULTIES
4
11.1 GENERAL
4
INDEX TO SPECIAL PROVISIONS - CONTINUED
PAGE
12.
CONSTRUCTION SURVEYS
-�
12.1
GENERAL
4
13.
PROTECTION OF IMPROVEMENTS
4
131
GENERAL
4 -5
13.2
PROTECTION OF EXISTING UTILITIES
5
13.3
PROTECTION OF PROPERTY MARKERS
5
M
WATER
5
14.1
GENERAL
5
15,
EARTHWORK
5
15.1
GENERAL
5
15.2
PAVEMENT REMOVAL & SUBGRADE'PREPARATION
5 -6'
15.3
TRENCH EXCAVATION & BACKFILL
6
16.
SEWERS
6
16,1
VITRIFIED CLAY PIPE SEWER MAIN
6 -7
16.2
VITRIFIED CLAY PIPE SEWER SERVICES
7
16.3
SEWER CLEANOUTS
7 -8
16,4
SEWER MANHOLE
8
17<
PORTLAND CEMENT CONCRETE
8
17.1
GENERAL
8
17.2
PORTLAND CEMENT CONCRETE ALLEY AND STREET
PAVING
8
17,21 JOINING EXISTING CONCRETE STREET
PAVEMENTS
8
17.22 CONTACT JOINTS
9
17.23 TRANSVERSE EXPANSION JOINTS
9
17.24 WEAKENED PLANE JOINTS
9
17.25 TRAFFIC USE AND CURING
9
17.26 DELINEATION OF ALLEY RIGHT OF WAY
LINES 9
17.27 PORTLAND CEMENT CONCRETE ALLEY
APPROACHES
10
i
INDEX TO SPECIAL PROVISIONS.- CONTINUED
17.28 ADJUSTMENT OF UTILITIES TO FINISHED GRADE 10
17.29 MEASUREMENT AND PAYMENT 10
17.3 PORTLAND CEMENT CONCRETE SIDEWALK - 4" THICK 10
17.4 PORTLAND CEMENT CONCRETE CURB AND GUTTER 10
18. ASPHALTIC CONCRETE 11
18.1 GENERAL 11
18.2 TEMPORARY ASPHALTIC CONCRETE PAVEMENT 11
18.3 MISCELLANEOUS ASPHALTICCCONCRETE PATCHING 11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
THE SEWER MAIN REPLACEMENT PROGRAM
OF
FISCAL YEAR 1967 -68
CONTRACT NO. 11
1. SCOPE OF WORK
1.1 GENERAL
The work to be done under this contract consists of the removing, repairing, and
replacing of sewer mains, commercial and house services, constructing sewer marl-
hole and cleanouts,, placing concrete alley and street pavement and miscellaneou§
asphalt patching. The work requires furnishing all labor, equipment, traiisportor
tion and materials necessary to complete all the work as shown on the City of
Newport.Beach Drawing No. S- 5024 -S consisting of five (5) sheets, and in accor-
dance with the Standard Specifications and Standard Drawings of the City of NO, rt
Beach and these Special Provisions. >:
2. CONDUCT OF WORK
2.1 GENERAL
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 various 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 sepirate compensation will be made therefore.
3. COMPLETION OF WORK
3.1 GENERAL
The contractor shall complete all work on the contract within 90 calendar days
after the date of execution of the contract by the City.
4. SCHEDULE OF WORK
4.1 GENERAL
A complete schedule, showing the contractor's proposed plan of construction shall
be submitted in writing to the City within ten days after award of the contract.
4.1 GENERAL (Cont'd)
Work shall not commence on any of
schedule is approved in writing by
approved schedule in accomplishing
Engineer.
i.
the project locations until
the City. The contractor
the work, unless otherwise
SP 2 of 11 .
the entire
shall follow the
authorized by the
The contractor shall plan his schedule so as to minimize inconvenience to the
public. The extreme traffic congestion and limited parking space in the vicinity
of the project locations requires that an alley be closed to through traffic for
a minimum period of time. The intent of this specification is to provide the
framework for completing the work with the least inconvenience to the public and
in the minimum amount of time. To achieve these ends, the work shall be accom-
plished similar to the following:
Remove existing pavement in Alley 401 -C.
Replace sewer main in Alley 401 -C beginning at South Speedway.
3.. Begin placing concrete alley pAVement as sewer main replacement approaches
Park Avenue, and begin removing existing pavement across Park Avenue. «.
4. Replace sewer main across Park Avenue, place temporary A.C. pavement, com-
plete concrete,paving of Alley 401 -C, and begin removal of existing pave-
ment in Alley 401 -B.
This method of following each construction phase one after the other shall be con-
tinued throughout the job so that a maximum of 800 lineal feet of alley is impass-
able to traffic at anv one time.
An acceptable alternate manner of accomplishing the work would be to neatly cut
a trench,, replace the sewer main, backfill and compact the trench, and surface
the trench with 1 =" thick temporary asphaltic concrete pavement. This temporary
A.C. pavement would be considered to be for the contractor's convenience and no
payment would be allowed therefore, except that the temporary A.C. pavement used
at street crossings will be a pay item. The contractor would be required to
maintain the temporary A.C. pavement in a manner acceptable to the Engineer, also
at his expense. Complete removal of the existing pavement in alley and street
sections, and construction of the new concrete street and alley paving could
then be accomplished at a later date and in larger segments. However, the limita-
tion that a maximum of 800 lineal feet in Alleys 400 and 401 be impassable to
traffic at any one time would still apply. `
The contractor shall begin construction in Alleys 400 and 401 before starting
in Alleys 423 -A and 424 -A. Work should be scheduled so that no access is ob-
structed or construction performed in Alleys 400 and 401 during the Easter
holidays (the period from April 6 to April 21,.inclusive). However, the con-
tractor may continue construction work in Alleys 423 -A and 424 -A during this
period. The contractor should make every possible effort to have the work in
the areas adjacent to Marine Avenue completed before the Easter holidays.
5. PAYMENT
6.
7.
5.1 GENERAL
6
5P 3 of 11
The prices bid for the various items of work shall include full compensation for
all materials and labor necessary for construction of the items complete in place.
Payment for incidental items of work not separately provided for in the proposal
shall be included in the price bid for other items of work. Where applicable, the
prices bid for items of new constructrm -shall include removal and disposal of the
existing improvements.
Extra work as described under Section 4 -03 of the
hereby waived with respect to Bid Items 3 and 4.
6" V.C.P. required for commercial.and residential
accurately determined at this time. An increase
excess of 25 percent is probable.
GUARANTEE
6.1 GENERAL
The contractor shall
contract by the City
whatsoever, including
immediately repaired
TRAFFIC CONTROL
City Standard Specifications is
The quantities of new 4" and
sewer services cannot be
or decrease in the quantities in
guarantee for a period of one year, after acceptance of the
Council,.all materials and workmanship against any defects
trench and pavement settlement. Any such defects shall be
at the contractor's expense.
7.1 TRAFFIC CONTROL PLAN
The contractor shall submit.,With his work schedule, a plan indicating the methods,
types and locations of traffic control to be used for all construction phases.
The submitted traffic control plan shall be approved by the City before any con -
struction commences. If, during the construction period, modifications of the plan
are required, each said modification shall be approved by the City prior to altering
the previously approved plan.
7.2 FLAGMEN AND WARNING DEVICES
Barricades, warning devices and flagmen shall be provided as ihdicated on the
submitted traffic control plan or when, in the opinion of the Engineer, they are
reouired for Dublic safetv or convenience.
7.3 AREAS CLOSED TO VEHICULAR TRAFFIC
Alleys or portions thereof may be closed to all vehicular traffic during the time
of construction. Attention is directed to Section 17 of these Special Provisions
regarding curing time and protection of concrete pavements. Traffic shall be
allowed to flow along Balboa and Park Avenues at all times. One lane of traffic
must be maintained. Flagmen must be provided as necessary during construction
operations and peak traffic hours.
The cost of providing traffic control, temporary detours, street crossings, etc.
shall be included in the various bid items of work and no additional compensation
will be allowed.
SP 4 of 11
8. EXISTING TRAFFIC SIGNS AND MARKERS
8.1 GENERAL
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 to the City Corporation Yard, located at 592 Superior Avenue, Newport
Beach, California.' The cost of removing and salvaging traffic signs and markers
shall be included in the various items of work and no separate compensation will
be made therefore.
9. WORK ON PRIVATE PROPERTY
9.1 GENERAL
Advance notices stating the type of work and the name of the contractor will be
mailed by the City to the residents and /or the property owners adjacent to the
work locations. These notices will not relieve the contractor's responsibility
of notification covered in Section 10 of these Special Provisions.
The contractor shall notify and make arrangements with property owners to work
on private property when necessary to join existing improvements or to complete
house and commercial sewer service connections.
10. NOTIFICATION TO RESIDENTS AND BUSINESSES
10.1 GENERAL
The contractor shall distribute to each affected residence and business a
written notice forty -eight (48) hours in advance of commencing any construction
work that will involve temporary inaccessibility to their properties. Said
notice shall state when his operations will start and approximately when they
will end.
11. UNFORESEEN DIFFICULTIES
11.1 GENERAL
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as to whether these conditions constitute extra work
and so notify the contractor in whiting.
12. CONSTRUCTION SURVEYS
1.2.1 GENERAL
Grades and lines will be set by the City. The Public Works Department must be
notified 48 hours in advance when grades or lines are required to be set.
13. PROTECTION OF IMPROVEMENTS
13.1 GENERAL
The contractor shall be responsible for the protection of all improvements ad-
jacent to the work, such as sprinkler systems, drain pipes, lawns, plantings,
SP 5 of 11
13.1 GENERAL (Cont'd)
brick work, masonry work, fences, walls, etc. located on either public or pri-
vate property. If any improvements are removed or damaged, other than those
designated for removal on the drawings, then such improvements shall be replaced
in kind.at the contractor's expense.
13,2 PROTECTION OF EXISTING UTILITIES
TTZe ex atEt 1 bQ? itt ban cof em w hgq uttt i 1 tt iaas ss.tcvan oar ncdt ssba-an oan tbhe pp8vas s�ha i 1
be- 'verified'in'th'e�field'at'the time of- construction.. The- contractor shall,re� - --
quest 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.
13.3 PROTECTION OF PROPERTY MARKERS
The contractor shall be responsible for protecting and preserving all existing
Iron Pipe (I.P.) property boundary and corner markers during construction oper-
ations. The I.P. property markers shall be exposed and clearly visible when the
work is completed. Any damage or dislocation to the I.P. markers by the con-
tractor shall be corrected at his expense.
14. WATER
14.1 GENERAL
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work and as set forth in Section 10 -11 of the Standard
Specifications. If the contractor desires to use available City water, it shall
be his responsibility.to make arrangements for water purchases by contacting
the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
extension 74.
15. EARTHWORK
15.1 GENERAL
Earthwork shall conform to Section 10 of the City Standard Specifications and
these Special Provisions.
15.z PAVEMENT REMOVAL AND SUBGRADE PREPARATION
The removal of all asphaltic concrete pavements within and extending a maximum
of eight (8) inches beyond the alley right -of -way lines shall be include—
this item of work.
The removal of miscellaneous existing concrete within the right -of -way lines of
the,alley and within the street areas indicated on the plans, not otherwise paid
for in concrete construction items, shall be included in this item of, work.
2
F.
SP 6 of ll
15.2 PAVEMENT REMOVAL AND SUBGRADE PREPARATION (Cont'd)
Existing concrete or stone slabs shall be sawcut at the alley right of way line
or as shown on the plan. In street and sidewalk areas, sawcutting shall be re-
quired if a construction joint does not exist within close proximity of the
proposed joint line.
Over excavation and /or excessive pavement removal created by the contractors
operations beyond the limits described herein and shown on the plans shall be
replaced in kind at the contractor's expense.
Subgrade preparation shall conform to the provisions in Section 21 of the State
Standard Specifications. The removal of excess excavation or importation of fill
materials, needed to prepare the subgrade plane as shown on the plans, shall be
included in the unit price bid for this item.
The unit price bid for pavement removal and Subgrade preparation shall include
the cost of performing the work described herein including furnishing and
applying water. No additional payment will be allowed.
15.3 TRENCH EXCAVATION AND BACKFILL
The contractor's excavation and backfill operations shall conform to Section 16
of the City Standard Specifications with the following modifications.
The second sentence of the second paragraph in Section 16 -4 of the Standard
Specifications is modified as follows:
"Except as allowed by the Engineer, the trench at the end of each
day shall not be excavated more than 25 feet in advance of the
pipe laying nor left unfilled for more than 25 feet where the pipe
has been laid.."
When excavating near landscaped areas, existing curbs, sidewalks or other types
of improvements, special care shall be taken to leave these improvements in a
condition acceptable to the Engineer. If damage occurs to these improvements
as a result of the contractor's operations, he shall replace them at his own
expense.
Trench compaction shall be achieved by the use of water and /or whatever supple-
mentary means are necessary, such as vibratory compactors or rollers, mechanical
tampers, concrete vibrators, etc., to achieve a uniform relative compaction of
not less than 95% and to positively prevent any trench settlement.
Payment for trench excavation and backfill shall be included in the unit price
bid for.the various items of work and-no separate compensation will be made
therefore.
16. SEWERS
16.1 VITRIFIED CLAY PIPE SEWER MAIN
The vitrified clay pipe material shall conform to Sections 16 -02 and 16 -06 of
the City Standard Specifications and ASTM Design.C- 200 -64T, except that hot-
SP 7 of 11
16.1 VITRIFIED CLAY PIPE SEWER MAIN (Cont'd)
poured joints will not be permitted. The joints shall be plastic, interlocking
type and shall conform to ASTM Designation C- 425 -64.
Sewer pipe lengths will be measured from centerline of manhole to centerline of
manhole.
Branches for residential and commercial sewer services shall be furnished and in-
stalled to.repiace each.existing service. Branches shall also be installed for
future.service to undeveloped property. Exact locations shall be determined in
the field by the Engineer.
The unit price paid for new 8" V,C.P. sewer main includesthe cost of excavating,
removing and disposing of the existing concrete sewer mains, removing and dis-
posing of the existing manhole, filling and plugging the existing 8" concrete
sewer main across Marine Avenue connecting the new V.C.P. to the manholes, con-
necting the residential and commercial laterals to the new branches, and back -
filling and compacting the trench. Continuous sewer service shall be maintained
during construction.
A "Band -Seal" joint or, an approved equal shall be used to connect new 8" V.C.P.
sewer main to existing 8" concrete sewer main.
16.2 VITRIFIED CLAY PIPE SEWER SERVICES
The vitrified clay pipe material to be used for sewer services shall conform to
the requirements specified for sewer mains.
The work consists of replacing all existing residential and commercial sewer
services from the new sewer main to the property line or other satisfactory point
of connection, as designated by the Engineer. All new laterals serving commercial
properties on the west side of Alleys 401 -A and 401 -B shall be 6" V.C,P., unless
otherwise designated by the Engineer, All new laterals serving residential
property shall be 4" V.C.P., unless otherwise designated by the Engineer. Existing
V,C.P, sewer services may be left in place at the discretion of the Engineer and
shall be connected to the new sewer main as a part of the work described in
Section 16.1 of these Special Provisions. The work also includes the construction
of new 4" or 6" V.C.P. sewer services from the new sewer main to the property line
of undeveloped lots, Exact locations shall be determined in the field by the
Engineer, Connections between existing services and new services shall be made
with "Band- Seal" joints or an approved equal.
The unit price paid for new 4" or 6" V.C.P, sewer services shall include the cost
of trenching, removing and disposing of existing services as necessary, making the
connection between the new and existing services at the property line, and back -
filling and compacting the trench. Measurement for payment shall be made along the
centerline of the new 4" or 6" V.C.P. sewer service from the outside end of the
wye or tee bell to the point of connection with the existing service.
16.3 SEWER CLEANOUTS
New sewer terminal cleanouts shall be constructed at the locations shown on the
Plans and in accordance with CNB Drawing'No. STD- 403 -L', except that the wye branch
shall be replaced by a 1/8 bend.
SP 8 of 11
<,. 16.3 SEWER CLEANOUTS (Cont'd)
The unit price paid shall include the cost of removing and disposing of the existing
cleanout if applicable.
16.4 SEWER MANHOLE
The new sewer manhole shall be constructed'at the location shown on the Plan and
in accordance with;appiicable portions -of CNB,Drawing,No. STD +405 -L,
17. PORTLAND CEMENT CONCRETE
17.1 GENERAL
Portland Cement Concrete for alley and Street pavements, curb and gutters and side-
walks shall be Class "B," 12" maximum gradation conforming to Section 13 of the
Standard Specifications and these Special Provisions. Concrete to be used for
street and alley pavements shall have an additive of 2 percent by weight of calcium
chloride for high early strength.
Special emphasis is made to the amount of water and slump test requirements of
Section 13 and the traffic and use provisions specified herein,
The Contractor will be permitted to utilize concrete pumping methods to facilitate
the concrete placement on grade. Pumped concrete shall be 3/4" maximum aggregate
gradation. Full compensation for additional equipment and materials required to
obtain the minimum strength qualities of concrete required herein will be con-
sidered as included in the contract prices bid for the various types of concrete
involved and no additional compensation will be allowed therefore.
17.2 PORTLAND CEMENT CONCRETE ALLEY AND STREET PAVING
Portland Cement Concrete alley and street pavement shall conform to applicable
sections of the Standard Specifications and the State Standard Specifications, In
addition, calcium chloride in the amount of 2 percent by weight shall be added to
the concrete to obtain high early strength.
All concrete traffic pavements shall attain a minimum modulus of rupture of 600
P.S.I. within 28 days after placement, Attention is directed to Section 6 -01 of
the City's Standard Specifications. The Contractor will be. required to furnish
samples of materials and test cylinders will be taken during placement of the
concrete,
Attention.is directed to sawcutting existing improvements as described in Section
15 -03 of the Standard Specifications.
17.21 JOINING EXISTING CONCRETE STREET PAVEMENTS
The join line of new P.C.C. Pavements with old concrete pavements shall be
constructed in accordance with the details shown on Sheet 2 of the Plans.
The #4 smooth steel bars shall be coated with an asphalt paint to prevent
bonding and permit the concrete to expand and contract freely. The coating
shall be sufficiently heavy to prevent corrosion of the exposed portion of.
the bar.
17.22 CONTACT JOINTS
0
SP 9 of 11
Contact joints are those made by placing fresh concrete against hardened con-
crete at planned locations. They shall be constructed at the locations and in
the manner shown on the plans.
Concrete on both sides of longitudinal contact joints shall be connected by
dowels as shown on the plans. The dowels shall be coated with an asphalt
paint as described in Section 17.21 above, and installed with a socket as
shown in the detail on Sheet 2 of the Plans.
After the pavement has cured, all contact joints shall be cleaned and carefully
filled with an approved joint filler compound.
17.23 TRANSVERSE EXPANSION JOINTS
Transverse expansion joints shall be installed at locations shown on the Plans.
Expansion joint filler material shall have a minimum thickness of 1/2 inch,
a maximum thickness of 3/4 inch, a depth equal to the thickness of the pave-
ment and shall be composed of materials as specified in the Standard Specifi-
cations or approved by the Engineer. After the concrete has been finished, an
edger of 1/4 inch radius shall be used on each side of the expansion joint
filler. The expansion joint filler shall be cleaned of all.concrete mortar.
17.24 WEAKENED PLANE JOINTS
Weakened plane joints shall be constructed at the locations shown on the Plans
and shall be either formed by the placement of a polyethylene plastic joint
material such as "quick joint ", or equal, or by cutting a groove in the pave-
ment with a power driven saw. The groove shall be cut to a minimum depth of
1 1/2 inches and the width shall be'the minimum width possible with the saw
being used, but in no case shall the width exceed 1/4 inch. Any portion of
the curing compound which has been disturbed by sawing operations shall be
restored by spraying the areas with additional curing compound. If the Con-
tractor elects to saw cut weakened plane joints, the joints shall be sawed
within 24 hours after the concrete is placed.
17.25 TRAFFIC USE AND CURING
The concrete pavement shall be immediately barricaded upon its installation,
and no vehicular traffic will be permitted thereon until the expiration of at
least three days (72 hours) after curing has commenced as described below.
At least three days shall elapse from thle time the concrete is placed before
any mechanical tamper, spreader, or finisher which will be supported by the
edge of the new pavement, may be operated in adjacent areas.
Curing shall commence as soon as free water leaves the surface of the concrete
but not later than three hours following the depositing of the concrete upon
the subgrade in accordance with Section 13 -08 of the Standard Specifications.
17.26 DELINEATION OF ALLEY RIGHT OF WAY LINES
When new 6" Portland Cement Concrete alley 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 Portland Cement Concrete extends beyond two feet onto private prop-
erty a standard expansion joint shall be placed on the right of way line.
SP 10 of 11
17.27 PORTLAND CEMENT CONCRETE•ALLEY APPROACHES
Portland Cement Concrete alley approaches shall be constructed 8" thick, The
unit price bid for 8" thick Portland'Cement Concrete street pavement shall
include alley approach and alley- street curb returns, as well as removal of
existing street pavement, alley approaches, and curb returns.
17.28 ADJUSTMENT OF UTILITIES TO FINISHED GRADE
Replacement water meter boxes will be furnished to the Contractor for those
boxes that are presently broken. The Contractor shall replace at his own
expense any water meter boxes broken as a result of his operations.
All water meter boxes, sewer manholes, sewer cleanouts, water valve covers
and any other utility boxes within the work limits shall be adjusted to finish
grade. The cost shall be included in thsvarious items of work and no additional
compensation will be allowed.
17.29 MEASUREMENT AND PAYMENT
Payment for concrete alley and street pavement, including alley approaches and
alley- street curb returns will be made on a square foot basis. The unit pric@
bid for 8" concrete pavement shall include removal of existing concrete, and
subgrade preparation. The unit price per square foot for either 6" P.C.C.
alley pavement or 8" P.C.C. street pavement shall include full compensation
for all materials, labor, equipment,'and incidentals required to construct
concrete pavement in accordance with these Special'Provisions and the Plans.;.
17.3 PORTLAND CEMENT CONCRETE SIDEWALK - 4" THICK
P.C.C. sidewalk shall be constructed in conformance with Section 15 of the
Standard Specifications.
The unit price bid per square foot shall be for removal and replacement of 4"
thick sidewalk and shall include full compensation for constructing this item
complete in place including adjusting to grade any-utilities as specified in
Section 17.28 of these Special Provisions.
17.4 PORTLAND CEMENT CONCRETE CURB AND GUTTER
Type "A" curb and gutter, 8" curb face, shall be constructed in conformance to
Section 15 of the Standard.Specifications.
Street pavement shall be saw cut 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.
The unit price bid per linear foot of Type "A" curb and gutter, 8" curb face,
shall include all compensation for removing existing curb and gutter, preparing
subgrade 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 are to be
constructed.
SP 11 of 11
18. ASPHALTIC CONCRETE
18.1 GENERAL
The provisions of Section 12 of the City Standard Specifications-shall govern the
furnishing and placing of asphalt concrete.
18.2 TEMPORARY ASPHALTIC CONCRETE PAVEMENT
Immediately after backfilling and compacting trenches in-existing concrete street
areas and in other areas directed by the Engineer, the Contractor shall place
temporary 1 1/2 inch minimum thick 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, smooth and neat
condition until the permanent concrete pavement has been constructed. Chuckhole$
appearing in the temporary A.C. pavement shall be immediately patched to the
satisfaction of the Engineer and at the'Contractor's expense.
The price bid per square foot for temporary asphaltic concrete shall include full
compensation for placement, maintenance and removal of this pavement.
18.3 MISCELLANEOUS ASPHALTIC CONCRETE PATCHING
Miscellaneous asphaltic concrete patching shall include all patching required as,
indicated on the plans and as directed by the Engineer to patch between new
concrete alley paving, approaches and street improvements and existing asphaltic
concrete improvements, Payment for patching adjacent to concrete alley improve-
ments constructed in this contract shall be limited to'a maximum width of 8 inclIes
on each side of the newly constructed concrete alleys. Additional asphaltic con-
crete patching required due to the Contractor's operations not shown on the plans,
or as approved by the Engineer, shall be at the Contractor's expense,
Asphaltic concrete patching thickness shall be a minimum of 4 inches along the
sides of the newly constructed concrete alleys. Subgrade shall be compacted as
specified herein for subgrade preparation.
The contract unit price per square foot for miscellaneous asphalt patching will
include all compensation for labor, materials, for compacting'', tack and prime
coating, and placing asphaltic concrete patching.
PAGE 16
THE FOLLOWING 13 THE SCHEDULE OF PREVAILING WAGE RATES 1966 -670 FOR
A SELECTIVE LIST OF CLASSIFICATIONS. TOGETHER WITW THE INFORMATION INCLUDED IN
RESOLUTION N0. 6519 1 TH13 SCHEDULE IS TO BE CONSIDERED A PART OF THESE
CONTRACT SPECIFICATIONS.
PREVAILING WAGE RATES - 1966 -67
CLASSIFICATION `SELECTIVE LISTING).
66)
1 6
CARPENTERS
4.83
CEMENT MASON JOURNEYMAN
4.66
4.84
LABORERS
GENERAL OR CONSTRUCTION
3.70
3 85
ASPHALT RAKER & IRONER
3.91
4.06
FLAGMAN
3.70
3.85
GUINEA CHASER
7$
9
LAYING OF ALL NON - METALLIC PIPE.01.i
TUNNEL CLASSIFICATIONS
VIBRATORMANj JACK HAMMERS PNEUMATIC TOOLS
(EXCEPT DRILLER)
4. 15
4.4445
OPERATING ENGINEERS
(7/1/66)
1 6
OILER AND SIGNALMAN (GROUP 1)
3
53
SKIPLOADER (LESS 3/4 YD.) (GROUP 2)
4.62
4.77
RODMAN AND CHAINMAN (GROUP, 3)
4.86
5.01
INSTRUMENTMAN
GROUP 4
4.97
5.12
GRADE. CHECKER
GROUP 5)
5.16
5.31
P'AYEMENT- BREAKER OPERATOR. SGROUP 5)
5.16
5. 1
GRADE -ALL OPERATOR GROUP O)
5.26
5. 1
TEAMSTERS
(51 1 166)
1/67)
DUMP TRUCK DRIVER (LESS THAN 4 YDS)
.34 35
.
WATER TRUCK DRIVER (250Q GAL. TO 4000 GAL.)
4.53
4.68
BUILDING AND CONSTRUCTION TRADES
(5/1/66)
(5/1/67)
BRICKLAYER & STONE MASON
.15
5.15
ELECTRICIAN
i 66
t 6 )
55
JOURNEYMAN WIREMAN
11
)
LATHER
765 5
•-7
PAINTERS
(7/1/66)
(7/1/67)
JOURNEYMAN - SPRAY
5.22
5.33
PIPE TRADES
PLUMBER
5.55
5.64
ANY CLASSIFICATION OMITTED HEREIN SMALL BE THE
PREVAILING CRAFT
RATE.
OVERTIMES SUNDAY AND HOLIDAY RATCS ARE AT PREVAILING CRAFT RATES.
CITY OF.NEWPORT BEACHO CALIFORNIA
LAURA LAGIOS, CITY CLERK
M
• 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 CLERKS CITY HALLS NEWPORT BEACH)
CALIFORNIA, UNTIL 10:00 A.M. ON THE 19th DAY of December 1961, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
CONTRACT NO. 1145,
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 CASHS CERTIFIED CHECK OR BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACHX FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
I. - PROPOSAL
2. PAGE — DESIGNATION OF SUB— CONTRACTORS
3a PAGE — BIDDERS BOND
jL 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 8E 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
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-
PARTMENTI CITY HALL., NEWPORT BEACHj, CALIFORNIA) AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANSO 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 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.
BQAAICH
SEPMe NAPA'-
.
RWAF # dWYeAl'
mr. w4 der r
�4
COA.IgVr CI-45'S OF
Co"C. Cotat-Aff
Mo
.1
rA
A
51,16D I
ONE SM. LEM&M
F OF PIPE. 54AIE
5I2E AS Sep/ep
X41M
AZU C00.84Cre0--FlZ4
ALM&
CITY OF NEWPORT BEACH DRAWN oV -0. DATE /e-le-6/
PUBLIC WORKS DEPARTMENT APPROVE
ASS.�JPIJIBLIC WORKS DIRECTOR
7'4ffeAfJV,41. Cl.EAA1011r--'-. R.E. NO. Cl G
DRAWING
T lcov rc4,wc fcave& v* Af- m
AfOel rZ c0Z1Af,09 Y OR EQl/4L.
cojvsr CONC. co"Air
43 RE4•D.
td'DIA AUX-11"AO'XIS"
70 • z7MCS
rjAd. •,dV1rAAIF✓ ♦ArWArAr
AfdAMOIOLAM NAZAA. ow.4vAr
WOOlJArVr 0 NPWAPS
Wd)n
fa
%
-ScAr J4(lvr
Re nAX
48",014.
JO/NT , DE za /4, -
40"DIA.
ryplc,41- sernow \3
0, .... 0VAIPOEC&F IN
eXrE,VV 0,03E h 4ccoxD4A1cr wlry
TO WITHIN 49•
OF NE40EJT PIPE 101AIT.3- .43rAf C-47&-itr
tl
4L
1,
•
COMAIA14 V-01VC0AX,0,sm4,r r
No rE
mm sumu .BE colvsrRucrEo /,v Accomoxiwr
w1rH A.S.T.M. Drs. c-47e-6lr
FOR DROP M. N. SEE DIMS. IVA L-40/-&rD.
Pl-,4AI OF B4SE
CITY OF NEWPORT BEACH
DRAWN ¢ DATE
j
PUBLIC WORKS DEPARTMENT
APPROV
AS., PUBLIC WORKS DIRECTOR
R.E. NO.
SMAID,4Q0 i0je62CA.57 d6gyllOK E
•
5/7 G5 Mar
DRAWING NO.
Leir
t,
I ,
�� i I I •� Id ti'
, �f l4/tl L L OF Mtl �t/fsROLC
.vorES
SEWE2 M4.tf/+�OLES�
1W,4 TE•O /4I- Sh'4L L BE W.000G. -/T /.20AI CO t/FO.QM /VG
ti I I—A,l 4 7-S" 4- 20 7, F46AV1C4 %-EO OF 444c •.0041,(10
To2M 0.2d
iLld TE.2 / O S TC'EL , F4 ®.Q /Cd TEO
OF' 3 /Q" .POeM140 .Vd,B 4N0 GGL, VdX1 1ZEO DF77E.2
BE.fJO /.C/G.
CITY OF NEWPORT BEACH DRAWN DATE 5-io -l05
PUBLIC WORKS DEPARTMENT APPROV
w \
S7"w.4 N 40 A Q O UBLIC WORKS DIRECTOR
6 ¢ 6 !YS R.E. N0.
AlAl /(/IV01. E' .5'TE'A' - DRAWING NO.STO-0O46-L
I
Q
N ,
`
`
,:4: `
.vorES
SEWE2 M4.tf/+�OLES�
1W,4 TE•O /4I- Sh'4L L BE W.000G. -/T /.20AI CO t/FO.QM /VG
ti I I—A,l 4 7-S" 4- 20 7, F46AV1C4 %-EO OF 444c •.0041,(10
To2M 0.2d
iLld TE.2 / O S TC'EL , F4 ®.Q /Cd TEO
OF' 3 /Q" .POeM140 .Vd,B 4N0 GGL, VdX1 1ZEO DF77E.2
BE.fJO /.C/G.
CITY OF NEWPORT BEACH DRAWN DATE 5-io -l05
PUBLIC WORKS DEPARTMENT APPROV
w \
S7"w.4 N 40 A Q O UBLIC WORKS DIRECTOR
6 ¢ 6 !YS R.E. N0.
AlAl /(/IV01. E' .5'TE'A' - DRAWING NO.STO-0O46-L
TA
m
O
M 0 --1
0Z-i
zRol Fi
mcl
:2 --1 co
Nom
M .
1
m
-a�11 x
m�
U D
z
� r
� a
n
m
z
D
K
v
7<
J
i
OD
coo -ir
M FZi a
�1do�
0
n3 o J
v - �
a .p cf
rri C
J 0
In
N
C
3
3
n
1
N
.o
CO
A
M
In
r
A
m
m
(n
m
3
m
3
D
0
m
m
D
m
m
O
z
1
^
it
r
A
z
-
G)
N
N
{'
kJ
Ul
00
X*
Ul
O
r
!
r
u
O
O
P
o
-
O
o°
0
,D
z
--
�l z
�v
�+
(/{
6
0
O
6`
O
O
O
O
O
O
o
Ul
°
O
-
uul
N
Z
Olt
a
�m
M
o
Ui
o
cn
O
p
o
p
o
z
m �)
_
O
O
N
O
O
o
N
ON
o
W
W
,p
p
z�
D
A
o
�
o
o
�
0
0
0
0
-'zm
b-
-
-
L
-
-
a
amm
N
N
-
N
O
o
Ut
w
p
.4 Ul
o
3M
N
v�j
O
o
z
n A
O
1
I
O
I
I
I
I
I
1
C>
O
o
o
uroi
o
o
°
0
0
O
t'
A y A
('
D A
OD
N
��
Cu
r
0
o
P
o
0
0
0
O
0
s
O
p
zw
n
d
s
0
o
P
0
ro
5
0
0
O
o
N
-'
° p
0
0
u�
Vi
pLr-
y,
N
1
—
_
—
N
Ln
O
a-
r
O
A
N
N
J
WO
lb
ro
J
N
00p
o
z'
z
C (l
`P
N
a
mm Rl
Dm
N
w
w
o
p
w
N
w
o
P
w
o
c
w
{
O
N
�
o
o
'z';
z'
M 0 --1
0Z-i
zRol Fi
mcl
:2 --1 co
Nom
M .
1
m
-a�11 x
m�
U D
z
� r
� a
n
m
z
D
K
v
7<
J
i
OD
coo -ir
M FZi a
�1do�
0
n3 o J
v - �
a .p cf
rri C
J 0
In
N
C
3
3
n
1
N
x
m
m
-I
0
hw-
i
mn -i
ozz�
z "M fi
mn
-(1 (1)
(nzm
r
j
D '
Z
m
A '
n
m
ry C
C
-{ o
o
A c
c
O c
c
l� 3
3
D a
a
j
V
S
V/
'
n
T
/�
W
ii
i
v
p
m
F
<
<
<
P
D
v
71
3
3
3
to
J
D
O
p
O
o
Z
-(
O
m
r
r
mn
0
o
Z
thz
V{
(ll
O
O
O
n
m�
�z
O
'jo
Z
_
Co
N
-a
�I
{�
CO
O
J
-0
O
> m
on
Ut
o
o
ui
O
o
p
o
o
z
m
O
o
0
0
p
th
DA�mO
Ln o
N
o
N
u1
o°
O
Lq
Z O
_
_
.V
1
.
°o
0
0
O
vl
0
m r
0
}n
N A
1
I
t
I
I
I1
1
rn �
O
O
p
n
JOD
W
(
D
A
O
I
W
C
-b
°°
(�
z
C>
p
o
p
o
0
0
0
"
°
m
A
O
O
O
A
o
O
O
O
1
(n
o
o
m
of
°
0
0
0
�'t
mc,TI)
�
_
rot
z
�G1A
N
O.
N
p
N
Ln
mn -i
ozz�
z "M fi
mn
-(1 (1)
(nzm
r
j
D '
Z
m
A '
n
m
ry C
C
-{ o
o
A c
c
O c
c
l� 3
3
D a
a
V
..l
t '
'
S
c<a —{o
u;
m
i
0
rn 0 -4
0 zz
Z A Ir7
mC)
A -1 (/)
mom
rrl
(n .
N_
-� m
n A
D
z
(l
O
U r
Ul D
n
m
rn
Z
A
D
v
s
J
i
S
OD
Q7 0 —1 f"
C D - 0
rrl
pmog
0
N
c
3
3
a
z
(1
4 "I
l
IN
—
a
c�
.1i
s
0
-{
m
�
�
m
i
3
n
l7
m
m
a
i
.
m
m
0
b,
N
?
k7
N
V
N
N
O
N
Ul
00
O
O
D
O
O
O
O
G
O
O
50n
r
N
m
_
O
O
o
-
O
o
p
=
ttz
RIB
z
(nn
in
°o
o
Oo
�
°
_
(�
Ln
t#
OD
C,
m
-0
P
{�
a
N
D
—{ Z
m
m
' m
ro
co
o
a
-A
�
z
� �
r '!
w
�
o
z
a e
o
O
z�q
r
c
z
�J
n
!
D
2
�
�
e
z
N
�T ^1
rn 0 -4
0 zz
Z A Ir7
mC)
A -1 (/)
mom
rrl
(n .
N_
-� m
n A
D
z
(l
O
U r
Ul D
n
m
rn
Z
A
D
v
s
J
i
S
OD
Q7 0 —1 f"
C D - 0
rrl
pmog
0
N
c
3
3
a
z
(1
4 "I
l
/
�
�)/
((
elm/ |
m
0
61
I
:2
\}
�
m
3
\
m
I
�m
z
g
2
z
0
@
z
\
T
K
\
\
\/§
(
�!\\
!
11- 1 N
n
m
I
}
/
�
L
¥;
m/.
e
.
!
,
;
%
\
\
5E
.<&
z
<
a
)
_
%
_
a
/
L
\
\
}
&>
oa
\
\
\
\
;
,
/
\
\
\
t
e
q
o
@
#
@
&
\}
iM
0
R
;
§
r
mf
G
.
\
�
\r
\�
K
\
\
±
\
v
\ v�
�
�
+
Q
\
\
}
�
C
Q
i
\
�
\
/
»
�
—
±
^
|
�
o
\
a
�)/
((
elm/ |
m
0
61
I
:2
\}
�
m
3
\
m
I
�m
z
g
2
z
0
@
z
\
T
K
\
\
\/§
(
�!\\
!
11- 1 N
n
m
I
}
/
�
L
¥;
N
m
ti
0
m c-) -i
9) zz i
z ;mi
m>
cn z m
NO
O
D
J
i
S
OD
Wn {rp
I m
bdo z
U n "
0
. mon
om3�
.a �I
V
n
m
3
3
a
-c
�mmNi■n
■ne
Mill
11111111
111111NI
II�BII�
m c-) -i
9) zz i
z ;mi
m>
cn z m
NO
O
D
J
i
S
OD
Wn {rp
I m
bdo z
U n "
0
. mon
om3�
.a �I
V
n
m
3
3
a
-c
1
f 0
SEALED BIDS will, he received at tlie.4fffce of the City
Clerk, City Hall, Newport, Beach, Califotaia4 until 10;00 a.m.,
on the 19th day of December, 1967, at which time they will be
opened and read, for performing work as follows:
SEWER MAIN REPLACEMENT PROGRAM, 1967 -68
CONTRACT NO. 1145
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
P. able 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:
I. - 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 affixedwith 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 Cor-
porate Seal shall be affixed to all documents requiring signa-
tures. 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 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
obtained 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-
certaiged the general prevailing rate of per diem wages in the
locality in which the work is to he performed for each craft or
type of workman or mechanic needed to execute the contract and
Fas '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) (5/7/66) (5/1/67)
Carpenters 4,83
Cement Mason Journeyman 4.60 4.84
Laborers
General or Construction 3.70 3.95
Asphalt Raker & Ironer 3.91 4.06
Flagman 3.70 3.85
Guinea Chaser 3.78 3.93
Layin of all non - metallic pipe 4.01 4.16
Tunnel lassifications
Vibratorman, Jack Hammer, Pneumatic Tools,
(except driller) 4,315 , 4.4445
0p erating Engineers (77%66) 1(711167)
Uiler and signalman (Group 1) 4.38 4.53
Skiploader (Less t /'yd,i) (Croup 2) 4.62 4.77
Rodman and Chainman (Group 3) 4.86 5.01
Instrumentman (Group 4) 4.97 5.12
Grade Checker (Group 5) 5.16 5.31
Pavement - breaker operator (Group 5) 5.16 5.31
Grade -all operator (Group 6) 5.26 5.41
Teamsters (511166) (511167).
Dump Truck Driver (Less than 4yds) 4.35 4.50
Water truck driver (2300 gal. to 4000 gal.) 4,53 4.68
Building and Construction trades (517166) (517167)
Bricklayer & Stone Masoa 5.15 5.15
Electrician (711166) (711167)
Journeyman Wireman 6.11 6.55
(4/18/66)
Lather 4'x65
'Painters ,.,,(705166) (711167)
Journeyman - Spr =... ..22 5,33
Pipe trades -
Ylnmber 5.55 5,64
Any classi.ficati omitted her all be the prevailing
craft rate. and Boli rates are at
Overtime. Snails prevailing Graf,
i
November 27, 1967
U /
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: SEWER MAIN REPLACEMENT PROGRAM 1967 -68 (C -1145)
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:00 A.M. on December 19, 1967.
DISCUSSION:
The estimated cost of the work is $58,500.
The funds available are:
02- 3497 -176 Sewer Replacement Program $55,000
02- 3397 -177 Street and alley reconstruction 3,400
Property Owner Participation 41100
The principal work in this caontract provides for the replacement
of approximately 1900 feet of deteriorated concrete sewer mains and 700 feet
of service laterals in the alleys between Marine Avenue and the Grand Canal,
from North Bay Front to South Bay Front. The surfaces of the alleys will be
reconstructed with concrete.
The money to be used from the Street and Alley Reconstruction and
Maintenance appropriation represents the difference in cost between the sewer
trenches with asphaltic concrete and rebuilding the entire alley with Portland
Cement Concrete.
The property owner's participation is that amount determined by the
Council at its November 13, 1967 meeting and is anticipated revenue. If this
money is deposited by December 1, 1967, this project will include replacement
of the deteriorated concrete sewer in the 15 foot wide alley between Crystal
and Park Avenues in conjunction with the repaving of the alleys.
The work will begin approximately the first week of January, 1968
and be completed within three months.
COUNCIL:
J seph Devlin
P blic ks Director WPOM
DHW:naj Fl .
/9 6
7-??
/9J 1