Loading...
HomeMy WebLinkAboutC-1348 - Big Canyon Reservoir entranceDecember 13, 1971 TO: CITY COUNCIL DEC 131971 By the CITY COUNCIL FROM: Public Works Department CITY QF "ww"AT 96ACH SUBJECT: ACCEPTANCE OF BIG CANYON RESERVOIR ENTRANCE IMPROVEMENTS (C -1348) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: 0 -0 The contract for the improvements at the Big Canyon Reservoir Entrance has been completed to the satisfaction of the Public Works Department. The bid price was: $42,632.41 Amount of unit price items constructed: $43,705.66 Amount of change orders: $ 473.00 Total contract cost: $44,178.66 Funds were budgeted in Account No. 50- 9297 -073 and Account No. 02- 3371 -232. The increase in unit price items was due to the need for a greater tonnage of asphalt concrete than had been anticipated. Change orders were issued for installation of additional wire for the electric gate controls and for the installation of pipe sleeves to provide for future irrigation lines. The contractor is R. W. McClellan and Sons, Inc. of Costa Mesa, California. The contract date of completion was September 28, 1971. The work was substantially completed on that date, however, the contractor was delayed in final completion of the work until October 27, 1971 primarily due to his inability to obtain the electrical equipment for the gate operating mechanism. J eph Devlin lic ks Director 4 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BIG CANYON RESERVOIR ENTRANCE, C -1348 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 July 20, 1971. DISCUSSION: June 28, 1971 X- . %f 447 This project provides for the construction of a new entrance to the Big Canyon Reservoir site located at the northerly end of Marguerite Avenue. The project will also provide for standard street improvements on the north side of Pacific View Drive, adjacent to the reservoir site and the resurfacing of Pacific View Drive between Marguerite Avenue and approximately 1000 feet easterly of the newly.aligned MacArthur Boulevard. Included in the work are automatic gates, chain link fence relocation, sidewalk, decorative wall and landscaping. The estimated cost of the work is $38,400. Funds for the project are available in the 1970 -71 budget under Account No. 02- 3370 -232, $14,000.00; and Account No. 50- 9297 -073, $24,400.00. However, bids for the project will not be received until July 20, 1971 in the 1971 -72 fiscal year. Currently appropriated funds for the project will be returned to fund balances at the end of the fiscal year. A budget amendment reappropriating the funds will be presented for Council consideration at the time of award. The plans were prepared by the city October 15, 1971. i��t� Joseph T. Devlin Public Works Director ELM /bg The estimated date of completion is January 7. 1972 R. W. McClellan & Sons, Inc. 151 Commercial Way Costa Mesa, CA 92627 Subject: Surety The American Insurance Company Project Big Canyon Reservoir Entrance Contract No.: 1348 The City Council on December 13. 1971 accepted the work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on December 22, 1971 in Book No. 9936, Page 749. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department RECORDING PLEASE RCTURN 70, REQUESTED BY LAID *.A LsG:OS, CITY CLERK Lti Y CF NEWPORT BEACH � h � Drr 936 PAGE��� :Qa NEWPO,'J BOULEVARD 189{' Nf W r ORT REACH, CALIF. 92660 RECORDED IN OFFICIAL RECORDS NOTICE OF COMPLETION OF ORANGE COUNTY, CALIFORNIA PUBLIC WORKS FREE 9:0e A.M. DEC 22 1911 C5 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 27, 1971 the Public Works project consisting of Big Canyon Reservoir Entrance on which R. W. McClellan & Sons, Inc. was the contractor, and The American Insurance Company was the surety, was completed. 11174 V ERIFICAT I, the undersigned, say: CITY OF NEWPORT ctor I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing-is true and correct. Executed on December 20, 1 I, the undersigned, at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on December 13, 1971 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 December 20, 1971 at Newport Beach, California. K_"14-4 --v, Gyp. CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: December 20, 1971 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Big Canyon Reservoir Entrance Contract No. 1348 on which R. W. McClellan & Sons, Inc. was the Contractor and The American Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL dg Encl. 0 CITY OF NEWPORT BEACH Date A4@wt 179 197X TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1348 Project mg Cwt9m P aVAIr aThw= Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: R. W. mcclelun g Sam, Dw• Address: a� 181 d0mcisl Flay, coats rtes$ 82627 Amount: $ 42.632.41 Effective Date: Jaly 309 1971 Resolution No. 7800 adopted on LL :dg J Att. cc: Finance Department ❑ July 269 1971 i 6 August 13, 1971 TO: CITY CLERK FROM: Public Works Department SUBJECT: BIG CANYON RESERVOIR ENTRANCE, CONTRACT NO. 1348 Attached are four sets of the subject contract documents. Will you have executed on behalf of the city, retain your copy and the insurance certificates, and return the other three to our department for distribution. I oe Stucker Project Engineer JS /ldg Att. CERTIFICATE OF INSURANCE INSURED R. W. McClellan & Sons, Inc. ADDRESS 151 Commercial Way Costa Mesa, California INSURANCE BROKERS PARKER- OOUBLEDEE nA: ;.J ST . WITE 203 CERTIFICATE ISSUED TO City of Newport Beach - 3300 W. Newport Blvd. Newport Beach, California THIS IS TO CERTIFY THAT THE COMPANY INDICATED BELOW HAS ISSUED TO THE INSURED NAMED HEREIN, COVERAGE EFFECTIVE AS OF THE DATES AND FOR THE PERIODS AND LIMITS SPECIFIED BELOW AND SUBJECT TO ALL TERMS, CONDITIONS, PROVISIONS, EXCLUSIONS, AND LIMITATIONS OF THE DESCRIBED BINDERS OR POLICIES WHETHER SHOWN BY ENDORSEMENT OR OTHERWISE. ANY REQUIREMENTS OR PROVISIONS IN ANY CONTRACT OR AGREEMENT BETWEEN THE INSURED AND ANY OTHER PERSON, FIRM, OR CORPORATION WILL NOT BE CONSTRUED AS ENLARGING, ALTERING, OR AMENDING THE DEFINITION OF INSURED OR ANY OTHER TERMS OR CONDITIONS OF THIS CERTIFICATE OR THE POLICY DESIGNATED. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION MODEL O/1/70- STATUTORY CALIFORNIA COMPENSATION WORKMEN'S COMPENSATION WCP 12991 -0 eyed writt EMPLOYER'S LIABILITY -- $500,000 PER OCCUR. COMPENSATION STATUTORY COMPENSATION STATE(S) OF WORKMEN'S COMPENSATION II t1 California EMPLOYER'S LIABILITY --$ PER OCCUR. LIABILITY O�2�JO EACH PERSON EACH OCCURRENCE BoAIUTOMOBIL LIABILITY- LA 905437 - LO/2/71 $ 25 0 00 OO $ OO OOO OO BODILY INJURY LIABILITY- EACH PERSON EACH OCC RRENCE EXCEPT AUTOMOBILE $ 2503000.00 $ 5001000.00 PROPERTY DAMAGE LIABILITY- LO /2/70 - EACH OCCURRENCE AUTOMOBILE 33LA 905437 1012171 $ 100 000.00 PROPERTY DAMAGE LIABILITY- EACH OCCURRENCE AGGREGATE EXCEPT AUTOMOBILE $ 100 000.00 S 500 000.00 AUTOMOBILE PHYSICAL DAMAGE Products & Contrl COMPREHENSIVE s LESS$ DEDUCT COLLISION OR UPSET t LESS $ DEDUCT. INLAND MARINE is Is t ARRFNCF OF FNTRY MEANR'•ACTIIAI CASH VAI [IF" EFFECTIVE ANY LOSS UNDER PHYSICAL DAMAGE COVERAGES WITH RESPECT TO THE AUTOMOBILE(S) DES- CRIBED BELOW IS PAYABLE AS INTEREST MAY APPEAR TO THE NAMED INSURED AND: LOSSPAYEE . It is hereby understood and agreed that the policy to which this certifica.te refers may not be cancelled, materially changed, nor the policy aL1V WCU LV lapJC llI1L11 Len L1VJ nays arLE:Y- reCe1PCORMD49-A10N RE ERSEI kHEREBY INEORPORATED. YEAR TRADE NAME BODY TYPE MODEL IDENTIFICATION /SERIAL NUMBER City of Newport or reduction Beach, Ca. in coverage. of a regis eyed writt n notice of such cancellation DESCRIPTION AND LOCATION OF OPERATIONS: It is further agreed that the City of Newport Beach is named as additional insured as applies to work performed by R. W. McClellan & Sons, Inc. IN THE EVENT OF MATERIAL CHANGE IN OR CANCELLATION OF ANY OF SAID POLICIES, THE COMPANY WILL ENDEAVOR TO GIVE WRITTEN NOTICE THEREOF BY REGULAR MAIL TO THE PERSON OR ORGANIZATION AT WHOSE REQUEST THIS CERTIFICATE IS ISSUED, BUT THE COMPANY SHALL NOT BE LIABLE FOR FAILURE TO GIVE SUCH NOTICE, NOR FOR ANY ERROR. AGENT OR Parker- Doubledee Q SIGNAL INSURANCE COMPANY BROKER .170 E. 17th Street ® IMPERIAL INSURANCE COMPANY -Costa Mesa, California SI ISIS (4/69) DATED 8/5/71 BY A-4 AUTI RIZE15REPR NTATIVE Ic t Jal: S i;) A4 IUO4sl5uODu! 40u e,v yD!ym 'AD4od 9y4 Io SUCA.Inold pug SWIG} 944 }o IIP o; ;]e19ns s! ;uewavopue ssyl •loyod u! ssa,ppe, s{, 4v 1eplOH -ue!1 0} palanyDp I0 04 pallgw e9 1199s {uewavopu3 e199Avd ssol e1!gowo4ny sill pug A01jod sly} WA uol }DeuuGa ul JOROH -4911 a4; 04 Aupdulo0 9y{ A9 u0A!6 e9 04 pepmo,d u!o,,' se]i}ou IIy •ssol v o{ {uenbesgns 10 }o Owµ 04, 42 bu,Alddv sluewa,mbw }o uol }de>se ey{ y}!m sAPp (OE) A41!44 10 poued 9 Ip} pGA!om Aga1G4 a,v pomsul 94; Aq AuvdwoZ) elf o} UGA16 eq o} pannbe, asiMagl se]14oO IIc pug idgp (OE) A4uy; }o pound a 10{ pe4uv16 Agelay wa 43O14uoD sy{ }o A}!pyon ay{ w94UIQW o{ Alossa,au aq AoW jo sw •A>yod sill }o suol }!pu OD pa}uud vy{ }o u JOE Aq 'y>�ym s4ueweslopu4 POP s9na ud llg 'sselsy},eneu 'pepm0ld :A;ddv Ie6uol ou lloys {uawes,opu3 elgvAVd ssol el!g0wo;ny s!y} }0 (9) xis puv (s) PAU •(Z) o-; Yydv16wvd '{uene yDns ul 4119 (AD!Iod e4{ }o dlys,eu -o {0 s }uep!Dul lip 44lm) 1aploH -ue!1 94; 10 ;y0u9q all 40} 109,94; w,a4 all 10} gnu., ODD 11945 A>!Iod sill '{ua6P s4! 10 leploH -uell 0y4 W pe {sen ewo>eq Aa!lod s!4} lapun pa,eno] A41Gdold ay} }o Auv }0 uosssessod }o ;y6u puv dlyslaumo e4 pinoys A}sedold ey{ o{ splgzey ewPS 0q4 6g4GAOD AD! od onuu P6UP }�orv`eue e,pu a eUB1 Quad Av'pe }deDue pue Pan e! all 4 644111 P {a anuv] lenm,ey} 1 }044 ssoiev s }o {uene ay{ ul -4eploH.ue!1 044 Ag peldeDDV puv Auedwoo e>u0msm ewos Agypensa 0969 AQ9 110431 ;ueweslo 1 a PAV 5'01 a, owo n s! o swlc 0y4 4 4m, eauOPIODDp us 1ep!oH -uell 044 04 e1994gd ,epuna,ay{ ssol 44i- }oa,ay; lomaue, us Aogad e19p ;da]]P ug iselund A pus }o y 9!44 O ,g}ya sAvp (pl) ue} {o poised o 101 'Aluo 180IoH -ue11 ay{ io }swe{u! ay{ o} so }0a lip. puo eD1o{ lln} ul anu, ODD llgys AD!;od sly; ,apun pGlupl6 e69,Gn0D gill o w0 we o o> zO a uroes 'c 'wi9ID s4! fo 4unowP IIn} ell JDADDe, o; ,9pl0H.u91-1 ay} 10 446u ay} nod., llvys uoµp6ol ns ou n } 4{ I f II PI 4 4 4} Pug uollv61190 pips }o asunoDea Ono f!m '1e15u93{ Pug 4uewu6!ss0 n P GAi g { g '(p!od }uawll94sw 4SPI 10 e{gp o; pannDP 4ou 4so,e {ul 119 }o pun }e, Q49I aid y4!m) Anlod sill ,apun 10-30 A{,edo,dl ay{ Ag a Pa mes uol 06119oslay }puo pemsw ay} wa{ enp ewo>e0 0} 10 .enp 4selefw pug wns iudiDwid 0104- ey4 ,eploH -uail ay; 0} APd A0w •uol }d0 s {1 4o Au pdwod sill 's}s;xe ,o}asy{ A{y!gg!I ou pansui ey} o} se 404; w!gl0 1+943 puv hDyed sill ,apun e6owep ,o ssal 10} wns Aug JOPIOH -U9v l ay} 04 49d 11943 Auvdwo:) sly; ,,enlOayAA 1Pglo p!gs spun uogn9!11u0D }o s4lbu s,,ep;oH -ue11 044 }o 110 of (luawApd plus o} 6uµngu{uoD vefu! J0440 o !- 0 0, o,d 'aaq 11943 Auodwo� :!y} epow os }uewAQd o ue xe e o Ae II 4{. i ) spun Agns Gg 1p!Ps } 4 4 y{ { Pug A 10 4UnCW e4; Aq D} pe }uesu 9 AlssG,dxG pup o{ n 04; 1 Ag play se!>llod ;spun A ;,edwd pips uo 1oi Aluo 1oI!w!s {o e>uwnsu! algµ0ell0] Pug p,1vA }o lunowo eloym ey} o; aveq pwnsw Agavey wns ey4 4041 a6 vwap ,o 3301 y>ns }o uoi},odwd Py4 10{ Aiuo leploH -uarl ell o{ so AD, 10d s!y} ,apun elgall e9 Iloys Auedwod s!4{ 'A{,edo,d p09uxep -4149- ey{ vodn 0]4011341 194 }o Aug eg 0104{ {l pms 044 pap!Aoid 'leploH -ua!1 e44 04 p!Od eq 1104s wnlwad pou,oeun ey; A>llod sly4 {o vol }vlia >uv] }o {uenan69{ d 944 dwodna4 }594 , p�o}H{ -uej ay} o} uem6 uaeq Pney ;IPys uo!}v11a>uo> 101 {senbw }0 eDi;ou 4944!,- ,a ; }o sAvp (0f1 ue{ wo }eg pa,nsul 094 }0 4senbei ey{ 49 pe4D0go v9 Aa4od ay} w 1104x49 A{18dOld ey4 6u!leno> A>!lod s!q4 ,apun eouwnsu! Aug }o uo14P1laaueD Iloys ',eplo}4 -ugll ell }o Aluo 4sa,eiul 094 04 sv • }uene ou ul ooploH -ua!1 ey} Aq pan!a>a1 sl voµope>uPD 40113 }o Bayou uegum ,e4 }a sAvp (p{) ue4 101 Aluo laploH -uail ay; )0 140449 ay{ ,o} awol u! enu!}uo] ;Ivys A>llotl MO esv> y>ns u! 4nq pe,nsu! ell o; e>14ou fo 6wpues 944 441- Al {ua„nauoo 1a ;}vu!e,e4 peidpeds eol}!o s;i ;o ,aP1oF4 -4011 ey} o} 90{04 uoyolla>uv> ay{ {o AdoD a 1,0-10} p!m Augdwod 9q4 'UOSP41 10410 Aug 101 1O •wnlweld }o {uewAcd -upu Io{ Pod u! Io e109m u! AD4od siy4 Ia0u9D 0} shale Au 0dwo0 044 ll •1DROH uai1 ey4 Aq eDl {0u ua44um pies' }0 4d ouD, 104 19 sAPp (O;) us} ao{eq pe ;gwwle{ aq }ou Ilvys ;uewas,opu3 olgOAvd ssol e}rgowo ;nil sill ,apun ,9pjaH -ua,1 ell 10 s }y6u ey{ 'www -e1d Ivua!t!ppa 40 wn!iueld p!os Avd o} eup]ep 11Pys 1ePIOH -uall. 04411 'Jai J944 6W;uM w pu9wep SAupdwoD 041 }0 4d!a]a, 6ul -olio; snap (01) uw u!y}!m enp wn!we,d ey{ p!od aq o{ esnV3 40 Aod 1194v w11!weld 4Dns Aed 04 pa,nsu, all {o elnl!ol 944 }o AupdwoD s!y} Aq 6u! }pm u! a� i ou as u0y- Iep!oH •ue.1 99; }Py4 lopunele4 1ap!0H-uGll all 40 si46!, 094 }o e>ugnuyu" e44 10 uo! }!puo] v s! ;i uo wmweltl , ]ns o a v er. 1a Tiou A uIO Pug pa,puny Pup U1441m pug WOI} sAvp (09) A4xls 1elle wmwwd {0 4uawApd -uou y]ns }o ,ep {oH -ue�1 ey{ o; wµouiva;;uM en6 0; PP (OZI) A4uQ� s!y} AD!Iod gy{ }p style{ all ,apun. enp OWOD09 ,0 eq 1194s 4x4- wn!wo,d Iwo! {lppv 10 wwwe,d his v. Avd o} pamsOi all jo 1,1110{ }0 4uane ay{ ul aD}e,ey} pisd'wniwg,d Pug 4Swv6e pa}nsul AIIvDilwgds ssolun AD!Iod sly; ,apun pa,eAOO 4ou $l 4Dg,4uOD ,0440 ,o '4uawae,6v es9al 'put ;uoD pips IQUOI u D 'e6e6lIOw ,gpun A }IedO,d pgmsui ayl 10 uo!ssas' d us easel 10 ',0696 }logy 'Iesg4Dlnd ey} Aq U0146JDGS ,o }uewgluegwa 'uois,e1u00 ;n}6uo,m ell 4P44 OeneMOy '4901A0'dd asol all 11419 I0 e,o }eq ,9419gm JO '4uewe416P s,q{ 10 4uewy>ggo 044 ,a} }P 40 910 }e9 6uu,nD>o laylaym aenyvluesa,da, ,o s {uebo •saeAeldwa s•pa,nsui all 10 pans- all Ag ;0a,9y} {>elgns ey{ 10 Mgod sill 6wu1e>uoD 4uewe}o }s eslP} Ave }0 esne]eq 10 AD!lod 0q4 Aq pe441w,ad }ou uo!}wado ,o 0311 'su0!{;puc] Aug o{ A4,ado,d ey4 yo uo! {Deigns ey} yo esngDOg 10 ADiIod ey4 }o suoi4ipu0> ,o sw,e4 all Aq pennbel 4]e Aug w,o },ad 0; e,npo} el} }0 0snpaaq ,0 ADelod all }O suoµ1p0oo ,O sw1e4 Aug 10 u0140101A u! loo Aug '4o GDugwoped gy} Ag Io '43al6eu ,O uoissiwo Aug Ag 10 'Aw;Od ell }o uoy!puOD Io A}u9»vm yo y]eag Aug Aq ,o h{,ad0,d ey} }o dlyweu -o w al {!} eyy u! e6u P4] AYP. Aq A0 Aug W panvdu e9 lou 11043 teploH -ueil ey4 }o Aluc }saleiul all o; so Aalod sill (.pun wuv0nsw 041 •pe,nsw all o} elgoAgd e9 1194S 'Aug J! .9Duviv9 ay{ Pup 4se104u1 s;! 10 ;uo{x9 ay; 04 ,eplOH -ua-1 e44 04 AllaoJ!p pspd a9 IIPgs ssol pips 10 4UnOWO 044 VOLUG144es a ;wedos 10} Auodwod e41 uodrr,eploH -uGII ay; Aq pubwep uodn 4py} s5a!a44,PAa4 papino,d •JVaddp Acw 54saja4u! 1!eg4 $9 'pelnsut 044 04 Alpuoaes Pug 1epIOH -uall 944 04 414vy 019949d 09 Ilvys ADyod sill ul pagpDsep Ay,9dad ayl o} 'Aug }1 •e6gwpp 40 seal s -0!101 so sooke Age10y Auvdwo:) s,44 'ADyod 1144 !apun pwnsu! Apedo,d Pill u! 'es Mlay ;o ,a ao6v641oN M .wpueA IPUOg!pup> sP A4I3Qdv3 s4! u! Ie o -uei a e 0> 1a owele su6lssg ua slosse] ns s i a vApd sso a o sa,a ul a o >odsa, i ( PI H l 44 P Ii i} y) p ] 4, ' 19 I 4} } 4 } y4 } ; 4LM V-0 N{bod '1NVUSbogN3 319yllyd sso! 3118ommy I su 6e47 -_ lee. to -asl CO CERTIFICATE OF INSURANCE IMPERIAL INSURANCE COMPANY P.O. BOX 2211 • LOS ANGELES, CALIF. 90054 . PHONE (213) 6250431 This is to Certify, that policies in the name of INSURED R. W. McClellan & Sons, Inc. and 151 Commercial Way ADDRESS L— Costa Mesa, Ca. 92627 J are in force at the date hereof, as follows: KIND OF POLICY POLICY LIMITS OF LIABILITY BODILY INJURY PROPERTY DAMAGE INSURANCE NUMBER PERIOD WORKMEN'S WCP 12991 -0 Eff. 10/1/70 - -Provided by Workmen's Compensation Law—State of NIL COMPENSATION Exp. 10/1/71 California COMPREHENSIVE GENERAL Eff. 10/2/70 $ 250 000 Each person $ 100 , 000 Each occurrence LIABILITY GLA 905437 ExP 10/2/71 $ 500 000 Each occurrence $ 500 ,000 Aggregate_ $ 500 , 000 Aggregate MANUFACTURERS' AND Eff. $ 000 Each person $ 000 Each occurrence CONTRACTORS' LIABILITY Exp. $ 000 Each occurrence $ 000 Aggregate OWNERS', LANDLORDS' Eff. $ 000 Each person $ 000 Each occurrence AND TENANTS' LIABILITY Exp. $ 000 Each occurrence ,$ 000 Aggregate CONTRACTUAL Eff. $ 000 Each person $ 000 Each occurrence LIABILITY Exp. $ 000 Each occurrence $ , 000 Aggregate AUTOMOBILE LIABILITY • Owned Automobiles GLA 905437 Eff. 10/2/70 )$ 250 ,000 Each person $ 100 ,000 Each accident • Hired Automobiles Exp. 10/2/71 500 ,000 Each accident ❑ Non-Owned Automobiles I$ COMPREHENSIVE AUTO. Eff. $ 000 Each person $ 000 Each occurrence MOBILE LIABILITY Exp. $ 000 Each occurrence OTHER: Eff. Exp It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to �l�apse runRtil tten (10) days after ereceei-pt by thte - CCityy Clerk CofTlCthe1 City of In kee rWoot4y AterlaaFARgAC of caon EI 0. of,e5i0 stergid ndersig ttoempany1w�ill�en�e Va or Co give wutten noticae to thee party to whom this certificate is issued, but failure to give such notice shall impose no obligation nor liability upon the company. reduction in coverage Dated: 7/30/71 Also understood the City of Newport Nameof Imperial Insurance Company: Beach is named as additional insured . ......................:.... ....... e. -...... AUTHORIZED REPRESENTATIVE CERTIFICATE ISSUED TO: City of Newport Beach NAME 3300 W. Newport Blvd. and ADDRESS L_ Newport Beach, Calif. ` m APPROVED BY UTILITIES SUP 0 CONTRACT NO. 1348 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR ENTRANCE DENT Date: %/Z - 71 APPROVED BY PARKS, BEACHES & RECREATION DIRECTOR APPROVED BY THE CITY COUNCIL ON THIS 28th DAY OF JUNE 1971 L Ci� C/e r/e SUBMITTED BY: oRn"_Jt�Lr McClellan R Sons_ Inc. contractor 151 Commercial Way Address Costa Mesa, Calif. 92627 City Zip 714 - 548 -5511 one $42,632.41 Total — Bid —Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 ADDENDUM N0. 1 NOTICE TO BIDDERS: July 14, 1971 Please be advised that the following changes have been made in the contract documents and the plans: The original Proposal (printed on white paper), Pages PR1 through PR 6, is superseded in its entirety. The new Proposal (printed on pink paper) contains 33 bid items instead of the original 34 items, old item number 30 having been eliminated. Within the new Proposal, items number 2, 8, 18, 19, and 32 have been changed. The new pink colored Proposal SHALL BE THE ONLY ONE ACCEPTED FOR BIDDING ON CONTRACT NO. 1348. SPECIAL PROVISIONS Two changes have been made on Sheet SP 7, heading "G" - Slump Stone Entrance Wall. Paragraph 2, sentence 1, shall read: "The unit price bid for the slump stone wall shall include the Block Wall, Painted Wooden Lattice, Footing, Reinforcing Steel, Barbed Wire, Brackets, and Grout required to complete the wall in place as shown on the Plans." Paragraph 4, sentence 2, shall be added to read: "Wooden Lattice shall be painted with the coats of Olympic Stain #711, semi - transparent. PLANS Sheet No's; 2 and 6 have been revised, and the corrections are noted in the Title Block of each sheet. E SIGN AND SHOW THE DATE OF RECEIPT ON THIS ADDENDUM AND INSERT A COPY WITH PlrgAsict Engineer Contractor's signature JJS /ldg Date: July 20, 1971 / Enc. CITY OF NEWPORT BEACH BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 REVISED PROPOSAL JULY 13, 1971 To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California PR 1 of 6 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 1348 in accordance with the Plans and Special Provisions, and that he will take in full payment therefor the following unit prices for the completed items of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 338 Construct 6 -inch C.F., Type "A" Lineal Ft. P.C.C. Curb and Gutter Two Dollars and Fift Cents $ 2.50 $ 845.00 er 1neal Foot 2. 1,350 Construct modified Type "B" Lineal Ft. P.C.C. Curb @ One Dollars and Sixt Three Cents $ 1.63 $ 2200.50 er nea oot 3. Lump Construct 6 -inch Thick P.C.C./ Sum 4" A.B. Commerical Drive Approach Two Hundred Twenty Seven Dollars and Cents $ 297.47 $ 997 47 ump um 4. 3,800 Construct 4 -inch Thick P.C.C. Sq. Ft. Sidewalk None Dollars and Onl Six Cents $ 46 $ 174R nn _ quare VeXeiX 0 0 REVISED PR 2 of 6 TOTAL 1�tM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 80 Construct Asphaltic Concrete Tons Base Course (4- inches Thick) @ Sixteen Dollars and t Seven Cents $ 16.57 $ 1325.60 Per on 6. 670 Construct Asbestos Asphaltic Tons Concrete Surfacing (2- inches and Variable Thickness) @ Eleven Dollars and $ 11.75 $ 7872.50 ftCents Per 7. Lump Grade Area Between Pacific View Sum Drive and Reservoir Service Road @ Four Thousand Fifty Dollars ' and None Cents $ 4050.00 $ 4050.00 Lump Sum S. 136 Construct 6 -foot 2 -inch Slump Stone Lineal Ft. Block Wall including Footing Rein - Forcing Bar, Barbed Wire and'Brackets, and painted wooden lattice (8 11x 6" x 16" Block). @ Twenty Four Dollars and Cents $ 04_76 $ 3387.36 er 1nea oot 9. Lump Construct Steel Tubing Gate Including Sum Guide Track, Guide Rails and Wheels Two Thousand Two Hundred & @ Twolyp Dollars and T ''riiy Five _Cents $ 2212.35 $ 2212.35 Fer 1 ump�um 10. Lump Furnish and Install Varnum Model M -12 Sum Sliding Gate Operator (2207 Single Phase) including Varnum Model EMDL Electro- magnetic Drive Lock, and Varnum Model AC -3 Automatic Closing Unit One Thousand Six Hundred & @ Twenty Seven Dollars and Cents $ 1627.50 $ 1627.50 Per ump um' • REVISED PR 3 of 6 TOTAL ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 12, 13 14. 15. Lump Furnish and Install Varnum Model Sum C -1 Remote Control Station with Speaker Call Button, and Key Switch in Weather Proof Housing @ Ninety Five Dollars and Fift Five Cents $ 95.55 $ a5_Fs er Lump um 1 Furnish and Install Varnum Model Each C -3 -A Master Intercom Station with Power Supply in Reservoir Control Building @ One Hundred & Five Dollars and & No Cents $ 105.00 $ ln5_nn er ac 1 Furnish and Install Varnum Model Each C -4 Remote Intercom Station in Reservoir CAretakert Home @ One Hundred Five Dollars and �.� Cents $_1 os - no $�5 nn Per Each 2 Furnish and Install Varnum Model Each B -1 -S, Open - Hold Open Selector Switch with Monitoring Light @Forty Two Dollars and & o Cents $ 42.00 $ 84.00 er ac Lump Furnish and Install Varnum Model Sum LD -1 Loop Detector Control System Including Two Detectors and Three Wire Loops @ Seven Hundred Sixty Six Dollars and Fift y Cents $ 766.50 $ 766.50 Per Lump Sum 1 Furnish and Install Varnum Model K -6 Each Open -Hold Open Selector Key Switch With Stop Button @ Ninety Dollars and & No Cents $ 90.00 $ 90.00 er Each REVISED PR 4 of 6 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 19 Furnish and Install 02 PB Pull Box Each @ Thirty One Dollars and Cents $ 31.5n 5oR_5n V ac 18. 100 Construct l; -inch Galvanized Conduit Lineal Ft. including Wires @ Three Dollars and Fifte Cents $ 3.15 $315.00 er Linea Foot 19. 1,100 Construct 1; 7inch PVC Conduit with Lineal Ft. Wires @ Two Dollars and Cents $ 7.63 $2RQ3.n0 er Cinea o0 200 1,200 Construct 1 -inch PVC Conduit Lineal Ft. with Wires @ Two Dollars and er Cents $ 2.10 $2520.00 inea oot 21. 75 Construct 14 -inch PVC Conduit Lineal Ft. with Wires @ Two Dollars and e Cents $ 2.36 $177.00 r Linea Foot 22. Lump Construct Irrigation System including Sum Controller, Remote Control Valves, Vacuum Breaker, Quick Coupling Valve, All Pipe and Heads and Other Appurtenances Complete in Place Two Thousand Six Hundred @ Fifty Dollars and Fort Six Cents 15-er ump um 23. Lump Furnish and Apply Soil Conditioning Sum Materials as Specified in the Special Provisions $ 2650.46 $2650.46 @ Three Hundred Seventy FivE Dollars and Thirt Seven Cents $ 375.37 $ -475,37 er. np um 0 .REVISED PR 5 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL " NO. AND UNIT UNIT PRICE WRT.TTEN IN WORDS PRICE PRICE 24, 21 Furnish and Plant 15 Gallon Each Eucalyptus Citriodora including Soil Preparation, Fertilizing and Staking. @ Forty Four Dollars and Ten Cents $ 44.10 $L926.10 Per Each 25: 15 Furnish and Plant 15 Gallon Each Eucalyptus SiGeroxylon Rosea including Soil Preparation, fertilizing, and staking. @ Foamy Four Dollars and Cents $ 44.10 $ 661.50 er ac 26. 6,500 Furnish and Plant Flats of Delosperma Square Ft. Alba in Area Designated as Ground Cover. @ No Dollars and Cents $ .06 $ 390.00 Per quare Foot 27: Lump Adjust Existing Chain Link Fence to Sum New Elevation. Two Thousand Ninety Two @ Dollars Dollars and & RQ Cents 2092.00 2092.00 er Lump um 28. 5 Adjust Manhole Covers to Grade. Each @ : Ninety Dollars and & No Cents $ 90.00 $ 450.00 Per Each 29. 10 Adjust Valve and Monument Covers Each to Grade. @-Thirty Nine Dollars and No Cents $_39.00 $.390.00 Per' ac 0 REVISED PR 6 of 6 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 30. 1 Construct Mercury Vapor Street Light Each with Marbelite Pole and Foundation @ Six Hundred Thirty Dollars and Cents 630.00 630.00 Per Each $ $ 31, Lump Relocate Existing Street Light, Sum Construct New Foundation, @ Four Hundred Twenty Dollars and Cents $_420,00 $ 420.00 1 er u�um 32. 36 Construct 15" R.C.P. Culvert (2000 -D) Lineal Ft. @ Seven Dollars and 4 nCents $ 7 qS $ 2RF_2n iea foot 33. 3 Construct Survey Monuments per Each Std. 113 -L. @ Forty Five Dollars and Cents $ 45.00 $135.00 er ac TOTAL PRICE WRITTEN IN WORDS: Forty Two Thousand Six Hundred Thirty Two Dollars and A Forty One Cents $ 42-632.41 CONTRACTOR'S LICENSE N0. 247553 DATE 1„ly 2n• I971 BIDDER'S ADDRESS 151 Commercial Way, Costa Mesa California 92627 reet State Zip TELEPHONE NO. 714- 548 -5511 CITY OF NEWPORT BEACH, CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10;00 A.M. on the 20th day of �Jul �� , 1971 , at which time they w-M-1e opened and read, o_ r per7orming work as s follows: BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be,completed, executed, and returned in the sealed bid are. A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and thee o�te SeT shall bee-affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California,. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. `City of Newport Beach, California Notice Inviting Bids 0 Page la In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No, 6982, adopted May 12, 1969, A copy of said resolution is available in the office of the City Clerk, All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract With necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 247553 Classification C- 12 -SA. SC -21, SB -1, SC -32 Accompanying this proposal is 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. hone Number Bid er s Name (SEAL) July 20, 1971 /s/ Michael W. McClellan Date ul®rrized —Si na ure uth i n t t_y California Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: R_ W_ McClellan, Jr_, Pres_ R_ W_ McClellan, Sr_ Sr_ Vir_e Pres- Michael W. McClellan. Secr. Treas. 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 hid, 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 prior approval of the Engineer. Item of Work Sub - contractor Address 1. Landscape Bob's Landscape Santa Ana- Calif 2.. Electrical 0. C. Electrical Costa Mesa 3. Fencing Alcorn Fencing Santa Ana. Calif_ 4. 5. 6., 7. 8. 9. 10. 11. 12., R ——I r s Namee ��� /s/ Mich 1 W. McClellan A California Corporation type or urganizatlon (Individual, Co- partnership or Corp) 151 Commercial Way Costa Mesa California 92627 ress Page NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 affiants 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 attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no 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 this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. R. W. McClellan & Sons, Inc. Subscribed and sworn to before me by this 90th day of .lily , 19 71 My commission expires: April 3. 1975 /s/ Anne Shimnin Notary Public FOR ORIGINAIL, SEE CITY CLERK'S FILE COPY • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, R. W. McClellan & Sons, Inc. , as Principal, and THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Contract Bid Dollars ($ 10% of Bid ), 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 Big Canyon Reservoir Entrance - Contract No. 1348 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 20th day of July , 19 -L• Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) NOTARY PUBLIC: R. W. MC CLELLAN & SONS, ,. i / THE AMERICAN INSURANCE COMPANY urety By George L. Doubledee Title Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES. The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. City of Newport Beach City of Costa Mesa University of California, Irvine R. W. McClellan & Sons, Inc. FOR OROIAL, SEE CITY CLERK'S FILE COP* Page b STATEMENT OF FINANCIAL RESPONSIBILITY The. undersigned submits herewith a statement of his financial responsibility. Based on past experience and jobs completed for the City of Newport Beach, the City of Costa Mesa, and the University of California, Irvine. R. W. McClellan & Sons, Inc. � q� Page 8 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 July 26. 1471 has awarded to R. W. ftCiellsa am4 Sp--, Inc: hereinafter designated as the "Principal ", a contract for 814 Cagm Rsarwtr FAtram - Ceatraat 130 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the ar terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We R. W. McClellan and Sons, Inc. . .............................. . as Principal, hereinafter designated as the Contractor and......... The American Insurance Company as Surety, are held firmly bound unto the City of Ngwgyh8ych, in the sum of Twenty One Thousand Three Hundred Sixteen Dollars ($ "21,316.21 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. m m N m mh o = � O � C 3& K O 8 N s 3 3 3 0 X a 3 t m V ❑ n N 4 n a tr' N 0 O o n o 0 0 N ❑ 9 a ° � o m n > tr 0 o s m a ° S m 2 0 a m H m 0 ❑ P a (D a ? n a w a p c_ p,i A � N a y ri N C � a 5 o � Q � a row a 7 G c £ � ❑ a a ° o ° 3 a � o a o m � x � 2� a ° 5 m S m O ❑ N g x m n m 0. N x O m a 'm a a C o G � r 8 � W 7 O a� ❑ r a � m V £ r 0 5 ro a ❑ 1 ro m ❑ o. ry (D o O m" tl Oa t� z 0 tv O d O' r ° (D 5 a❑ (D a (D O 4 a 0 a 0 N N 0. W oM ❑+ 5 � `C On N rw-' CQ w ((DD O M .a "Y* (Labor and Material Bond - Continued) Page 9 This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 30th day of July , 19 71 Approved as to form: City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ae City Clerk R. W. McCellan & Sons, Inc( Seal) (Seal) Y ontra rcto' -- The American Insurance CO .(Seal) BY Seal ) or L. oubledee Attorney -in -Fact (Seal) -t Page. 10 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 July 26, 1971 has awarded to R. W.ftchllart and So" Inca hereinafter designated as the "Principal ", a contract for Sic Casyan ftsonwir Estrum - Castract 1348 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. r WHEREAS, said Principal has executed or is about to execute said contract.and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, R. W. McClellan and Sons, Inc. as Principal, hereinafter designated as the "Contractor ", and The American Insurance Company As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of & Forty One Cents Forty Two Thousand Six Hundred Thirty Two Dollars ($ 42,632.41 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things . stand to and abide by, and well and truly keep and perform the covenants, conditions,_ and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. {(§ a o § \\ \ f }/ \�\ � ~5S = | \ � }{ Page 11 (Performance Bond.- Continued) And said Surety, for value received, hereby stipulates and agrees that no change,. extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,.alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond.as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, the t ihnstl`ument has been jujy executed by the Princip�l and Surety . above named, on the day of u y 19 (Seal ) c' n jk �L U,2 (Seal) R. W. McCellan -& Sons, Inc. (Seal) Contractor Seal) (Seal) �o e LcIboubledee Attorney -in -Fact he American Insurance Company (Seal) Surety Approved as to form: City Attorney Page 12 C'0 N T RA C T THIS AGREEMENT, made and entered into this 30 day of 192L, by and between the CITY OF NEWPORT BEACH, Ca.fiifornia, hereinaf er d ignated as the City, party of the first part, and R. W. McClAllan & Cnns, Inc_ hereinafter designated as the Contractor, party of the second. part. WITNESSETH. That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools -, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the.City will pay and the Contractor shall receive in.full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials 'and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: CITY OF NEWPORT BEACH, CA ORNIA By: , ayor By: Approved as to form: l s% max Title = I INDEX TT— SPECIAL PROVISIONS CONTRACT 1348 ii Page J. Irrigation System . . . . . . . . . . . . . . . . . . . . . . . . . 9 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . 10 2. Excavation, Backfill and Placement. . . . . . . . . . . . . 10 3. Record Drawings . . . . . . . . . . . . . . . . . . . . . . . . 10 4. Loose Equipment . . . . . . . . . . . . . . . . . . . . . . . . 10 5. Plastic Pipe and Fittings . . . . . . . . . . . . . . . . . . . 11 6. Irrigation Heads and Risers . . . . . . . . . . . . . . . 12 7. Automatic Controller. . . . . . . . . . . . . . . . . . . . 13 8. Automatic Remote Control Valves . . . . . . . . . . . . . . . . 13 9. Atmospheric Vacuum Breaker . . . . . . . . . . . . . . . . . . . 13 10. Quick Coupling Valve . . . . . . . . . . . . . . . . . . . . . . 13 K. Landscaping . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 2. Soil Conditioning Materials . . . . . . . . . . . . . . . . 14 3. Soil Preparation Procedures . . . . . . . . . . . . . . . . . . 14 4. Plant Material . . . . . . . . . . . . . . . . . . . . . . . . . 15 5. Tree Planting Procedures . . . . . . . . . . . . . . . . . . . . 15 6. Ground Cover Planting Procedure . . . . . . . . . . . . . . . . 16 7. Guarantees ...................... . . . . . . . . . . . . . . . 16 ii I. SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS I;t1Ll BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 SP1of16 The work to be done under this contract consists of the following improvements at the Big Canyon Reservoir located on Pacific View Drive at Marguerite Avenue: Construct Portland Cement concrete curb and gutter and sidewalk along Pacific View Drive; construct a new entrance opposite Marguerite on Pacific View Drive; construct a slumpstone entrance wall and steel tubing gate; install electrical service to operate the gate, sprinkler system, and intercom system; install landscaping and sprinkler system along the frontage of the reservoir on Pacific View Drive; adjust height of the existing fence along Pacific View Drive; install street lighting; and resurface sections of the reservoir service road and portions of Pacific View Drive westerly of Marguerite Avenue. The contract requires completion of all work in accordance with these Special Provisions, the city's Standard Specifications, the Plans (Drawing Number W- 5076 -S), and the city's Standard Drawings and Standard Special Provisions. Also, where applicable, the manufacturers specifications and installation instructions shall govern. The city's Standard Specifications are the Standard Specifications for Public Works Construction (1970 Edition). The city's Standard Drawings and Standard Special Provisions may be obtained at the Public Works Department for a fee of $2.00. II. COMPLETION OF WORK All work on the project shall be completed within 60 calendar days after execution of the contract by the city. III. RESERVOIR SECURITY AND ORDER OF WORK Work shall proceed as outlined below in order to retain maximum security of the reservoir during construction. 1. Grading behind the chain link fence shall be completed up to 3 feet from the fence before the fence is removed and adjusted to grade. 2. The existing entrance shall be kept in service until the interior slump - stone wall and new gate is installed and operational. f to SP2of16 3. The existing fence and posts shall be removed immediately prior to the grading and pouring of the wall footings in areas where the slumpstone wall is to be constructed in line with the existing fence. After pouring the wall footings in these areas, a temporary chain link fence shall be maintained until the slumpstone wall is completed. Any lapse in the security of the reservoir during the construction shall be held to a minimum. Any anticipated lapse shall be approved by the Engineer. IV. PAYMENT Payment for incidental items of work not separately provided for in the proposal shall be included in the prices bid for the various items of work and no additional compensation will be allowed. V. CONSTRUCTION SURVEY STAKING Field surveys for the purpose of construction will be the responsibility of the contractor. All such surveys, including construction staking, shall be under the supervision of a licensed surveyor or registered civil engineer licensed to practice in the State of California. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the city and the trades involved. Payment for construction survey staking will be considered as included in the various items of work and no additional allowance will be made therefor. VI. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications, except as noted below. Complete access shall be maintained through the existing main gate, as noted in Section III of these Special Provisions. During the resurfacing on Pacific View Drive, one half of the street shall remain open to traffic at all times. Care shall be used in barricading the newly paved areas until the asphalt surfacing has completely set. VII. NOTICES TO RESIDENCES, THE LINCOLN SCHOOL AND ADJOINING CHURCHES The city will mail a preliminary notice to residences, the Lincoln School and adjoining churches affected by this work. Between 40 and 55 hours prior to closing half of the street to vehicular traffic, the contractor must, with utmost care, distribute to each affected church, the Lincoln School, and residence, a notice prepared by the city, stating when the work will begin and approximately when the street will be restored to normal vehicular or pedestrian use. Errors in distribution, false starts, strikes, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the city and distributed by the contractor. The same notification procedure must be followed by the contractor 3 to 5 hours before shutting off water service. SP 3 of 16 VIII. EXISTING UTILITIES Utilities shall be investigated, protected or relocated in accordance with Section 5 of the Standard Specifications. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to locate its facilities. IX. CONSTRUCTION WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available city water, it will be his responsibility to make arrangements for water purchases by contacting the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. r�ii177.&T0:134:1 The contractor may use the area inside the reservoir between the service road and the exterior fence for a storage area. The contractor shall maintain the area in a neat and orderly manner. Upon completion of the contract, the contractor shall clean and return the area.to its original condition as.required by the Engineer. XI. CONSTRUCTION DETAILS AND PROPOSAL ITEMS A. Grading and Subgrade Preparation Regrading will be done between the fence and the service road as shown on the Plans. The cost of grading and subgrade preparation shall be included in the lump sum price bid. The newly graded area between the service road and the back of the curb on Pacific View Drive shall be compacted to 85% relative compaction. The subgrade in all roadway sections shall be compacted to 95% relative compaction as specified in the Standard Specifications. Before regrading the area between the fence and the service road, the pal+ trees located at the old reservoir entrance shall be removed and salvaged. Portions of the existing sprinkler system shall be eliminated and capped at the westerly side of the existing entrance. The plam trees shall be salvaged and replanted along the service road to the new entrance as shown on the Plans. Existing plants along the outside of the chain link fence shall be removed and disposed of by the contractor. B. Portland Cement Concrete Improvements Portland Cement concrete curb and gutter, sidewalk, drive approach, and footings shall be constructed with Class G -B -3000 concrete. The lump sum price bid for the drive approach shall include 6 -inch thick Portland Cement concrete over 4 -inch thick aggregate base. SP 4 of 16 Asphaltic Concrete Improvements 1. Asphaltic Concrete Base Course The asphalt concrete to be furnished and placed for the lower 4 -inch base course of the new pavement sections shall be III -B2 -85 -100 in conformance with Section 400 -4 of the city's Standard Special Provisions. Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the city's Standard Specifications shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. The contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and 39 -5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer, except that motor graders will not be allowed for spreading. Special attention is directed to the con- struction of longitudinal joints as specified in the eighth para- graph of Section 39 -6.01. The following compaction procedures will be required for the base course, unless the Engineer directs otherwise: (a) Initial rolling shall proceed directly behind the spreader and shall consist of two complete coverages of the asphalt mixture, and shall be performed with a 2 -axle or 3 -axle steel -tired tandem roller. Such rollers shall weigh not more than 10 tons. A motor grader shall trim and shape the layer immediately after completion of initial rolling. Additional material may be end dumped as required to fill low areas. (b) Additional rolling shall proceed directly behind the motor grader and shall consist of four complete coverages with a pneumatic roller as specified in the Standard Specifications or allowed by the Engineer. Such rollers shall weigh not less than 12 tons. A complete coverage will be 2 passes of the roller in the same roller width. (c) Rolling shall commence at the center of the pass and work toward the edges. The intent of these specifications is to have all breakdown and additional rolling performed while the mixture is sufficiently hot to facilitate satisfactory compaction. The Engineer will, therefore, vary paving rates as necessary or require additional compaction equipment, in order to insure adequate compaction of a hot mixture. SP 5 of 16 Asbestos- Asphaltic Concrete Surfacing and Overlay, The 2 -inch and variable thickness asbestos - asphaltic concrete surfacing and overlay shall not be placed until all of the asphaltic concrete base course is constructed. Asbestos - asphaltic concrete surfacing and overlay shall be Type III -C2 -85 -100 using paving grade asphalt and conforming to Section 400 -4 of the Standard Special Provisions and as hereinafter modified. The asphalt binder mixed with mineral aggregate shall be between 8;% and 92% by weight of the dry aggregate. The amount and grade of asphalt binder to be mixed with the aggregate will be determined by the Engineer. Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns- Manville Corporation, or approved equal fiber shall be added to the mixture of asphaltic concrete at the rate of 2% by weight of the dry aggregate. The asbestos fiber shall conform to the following standards: Ro -Tap Test (100 grams - 3 minutes) +65 mesh - 40% minimum Qama Wet Wash 200 mesh - 20% minimum Penetration Efficiency 70 -95% While stored at the batch plant site, the asbestos shall be given suitable protection from moisture. Any asbestos which is wet or damp shall be rejected. Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of the Standard Specifications. The mixture shall consist of the following: Materials Percent by Weight Aggregate (including filler materials) 88.5 to 89.5 Asphaltic Binder 8.5 to 9.5 Asbestos 2.0 Asbestos fiber shall be added to the mixer from the weight bin through an inspection plate in the pug mill mixing chamber. After the asbestos fiber is added to the dry aggregate, they shall be dry mixed for a minimum of 10 seconds at which time the asphalt may be added. The combined aggregate, asbestos, and asphalt shall then be wet mixed for an additional 30 seconds minimum. The asestos asphaltic concrete mixture shall have a temperature of 3109 F to 3500 F at the time of discharge from the mixer. ft SP 6 of 16 The mixing operations shall be performed in a manner that will provide a homogenous, uniform mixture of asphalt, aggregate and asbestos fibers throughout all material delivered to the job site. Streaks and /or pockets of asbestos shall be considered as evidence of inadequate mixing or other malfunction, and materials containing such streaks or pockets will not be accepted by the Engineer. Unacceptable material shall be removed from the project and disposed of by the contractor at no expense to the city. The asbestos asphaltic concrete mixture shall be covered when transported from the batch plant to the paving machine to assure uniform temperature control, uncovered loads arriving at the project location will be subject to rejection. The mixture shall be not less.than 3000 F and not more than 3400 F when delivered to the paving machine at the project site. Any material delivered to the project at less than 3000 F will be automatically rejected. A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to 0.08 gallons per square yard to the asphaltic concrete base course and existing asphaltic concrete pavement prior to placing the asbestos asphaltic concrete as per Section 302 -5.3 of the Standard Specifications. The contractor is cautioned that asbestos - asphaltic paving mixtures set up at higher temperatures than normal asphaltic concrete mixtures, and every effort shall be made to compact the mat as close as practical to the paving machine while the material is in a compactible condition. No mixture shall be placed on the grade unless the atmospheric temperature is at least 500 F and rising. The minimum rolling equipment required shall consist of one pneumatic -tired breakdown roller and two steel - wheeled rollers, all equipped with scrapers to prevent the mixture from sticking to the rollers. The breakdown rollers shall proceed immediately behind the paver. Standing of the rollers on the newly - placed asbestos - asphaltic concrete mat will not be permitted. Backcasting after a pass has been made by a roller or so- called "skin patching" of the surface will not be permitted. Asbestos - asphaltic concrete overlays shall be to the profile grades shown on the Plans. 'Where profiles are not shown on the Plans, the thickness shall be as indicated on the typical overlay section and shall taper to a minimum of 3/8 inches above the existing gutter lip. D. Street Lighting The new street light shall be constructed in accordance with Newport Beach Std - 203 -L. It shall be spliced into the existing circuit on Pacific View... The street light which is to be relocated shall be placed on the foundation shown in Std - 203 -L. Additional conduit needed to extend the circuit shall be PVC schedule 40 pipe. The existing foundation shall be removed to 4 inches deep and replaced by sidewalk. The existing pull box shall be used to splice in the new line. E. Survey Monuments -=- REVISED SP 7 of 16 Survey monuments shall be constructed in accordance with the city's Standard Drawing Std - 113 -L. Field staking for the installation of survey monuments will be performed by the city upon 48 hours notice. F. Adjustment of Sewer Manholes, Utility Boxes, Valve Covers, etc, All sewer manholes, utility boxes, valve covers, etc., shall be reset to the existing adjacent pavement surfaces. Utility boxes, structures, etc. located in asphaltic concrete areas shall be adjusted after the asphaltic concrete has been placed. G. Slump Stone Entrance Wall Sluinp stone used for the entrance area wall and cap shall be ORCO "San Juan" with matching mortar as manufactured by ORCO Block Company, Stanton, California, or an approved equal. The unit price bid for the slump stone wall shall include the block, painted wooden lattice, footing, reinforcing steel, barbed wire, brackets, and grout required to complete the wall in place as shown on the Plans. The brackets shall be salvaged from the existing chain link fence removed at the new entrance. The cost of additional brackets required, including bolt mounts and the new barbed wire shall be included in the unit price bid for the slump stone wall. In addition to the reinforcing shown on the Plans, corner braces and other standard masonry reinforcement practices shall be utilized. Expansion joints shall be used as shown on the Plans. Reinforcement shall not extend through the expansion joints. Mortar and grout usedn the block wall shall conform to Section 202 -2 of the Standard Specifications. Wooden lattice shall be painted with two coats of Olympic Stain #711, semi - transparent. H. Adjusting Existing Chain Link Fence to Grade The portion of the existing chain link fence removed at the new entrance shall be salvaged and used to replace the gate at the present entrance. The old main gate and operator shall be salvaged and any chain link fence remaining shall be rolled, tied, and stored at a designated location near the reservoir control building. The base of the chain link fence fronting on Pacific View Drive shall be adjusted to two inches above the adjacent top of curb elevation. I. Entrance Gate and Intercom System The gate, all steel rails, wheels, etc. exposed to the weather shall be painted with an acrylyd metal prime coat and 2 finish coats of acrylyd enamel to match the color of the slump stone block, and as approved by the Engineer. Steel Tubing Gate The frame and vertical members of the steel complying with Section 206 -1 of All members shall be joined by welds shall be done by a licensed welder. Guide Track, Guide Rail and Wheels SP 8 of 16 gate shall be structural the Standard Specifications. as shown on the Plans. Welding The guide track shall be 1l," x 1�" x ;" steel angle stock embedded approximately < -inch into the concrete footing. The tract shall be laid on a level grade. The concrete track footing shall have a light broom finish. The guide rails shall be 1" x 2" x ," steel channel. The rails will be mounted parallel to each other and level so that both wheels are in contact with the rails at all times. Extreme care shall be taken in establishing the anchor bolt locations. All cells in which anchor bolts are located shall be filled with grout. The 6 -inch ground wheel shall be a V- groove wheel. The two 5 -inch rail mounted wheels shall be steel flange support wheels. All wheels shall be equipped with lubricating fittings and with either hardened and ground spanner bushings or roller bearings. The rail mounted wheels shall be adjusted at the time of the gate installation so that the gate sits and rides level, with both wheels in contact with the rails at all times. After the wheel location has been established, the brackets shall be tightened and the brackets spot welded to the frame. Gate Operator and Control System (a) Power Supply, Conduit and Circuit Box Power supply for the gate operator (220 V single phase) and the sprinkler system (110 V) shall be drawn from the existing circuit breaker box located at the reservoir control station. The 220 V line shall be run to a Crouse -Hinds sidewalk junction box, Type WJBF, 18" x 12" x 12" deep. The conduit shall be Polyvinyl Chloride Schedule 40 pipe. The wire shall be the appropriate size to deliver full power rating to the gate operator. (b) Sliding Gate Operators The sliding gate operator shall be a Varnum Model M -12, as manufactured by Customline, Inc., 2092 N. Lincoln Avenue, Altadena, California, or approved equal. It shall be a com- pact and complete unit including foundation baseplate and template, an 8 -inch wide flange beam stand, and operator complete with factory installed and tested control circuitry. Motor reducer shall be a 1 h.p. 220 -Volt single phase 6 -cycle right angle unit with 1.1/4 h.p. rated gear train, packed with molybdenum sulphide. All bearings shall be permanently lubricated and sealed. Only ASA #40 cadmium plated roller chain shall be used for drive and gate control. A heavy duty over - center type clutch with 1 -inch bore and rated torque capacity of 1080 inch pounds shall be used. An electromagnetic drive lock shall be mounted on the main output shaft. Control circuitry shall be factory installed complete with thermal overload protection, reversing contractors with 5 h.p. rated at 440 -Volt polyphase, with built -in mechanical and electrical interlock to prevent double closure, heavy duty silver -to- silver contacts and U.L. approved control trans- former for 115 -Volt control circuit. Each controller shall be equipped with an adjustable 0 -5 minute resetting timer closing unit. Housing shall be all welded seams, with access door and vented hood, zinc plated, and shall have one acrylyd primer sealer coat and two acrylyd finish coats. (c) Sliding Gate Exterior Control This electrically operated sliding gate shall be equipped with the following controls: Customline Model C -1 Remote Control Station, including intercom speaker, call bell button and key switch, in weatherproof housing ready to mount on lZ -inch pipe standard to be located at gate entrance. Customline K -6 OPEN -HOLD OPEN Selector Key Switch in weatherproof housing ready to mount on the operator inside the gate. Customline LD -1 Loop Control System, including power supply, with control units mounted on a panel in a special control cabinet. All internal wiring to be factory installed and tested. This control system to have an exit activating loop and an inside and outside safety loop to prevent accidental gate closure on vehicles. Loop wire size and installation shall be as recommended by the manu- facturer or distributor. (d) Sliding Gate Interior Controls Customline B-1 -S OPEN -HOLD OPEN Selector Switch with monitoring light, one switch to be located at each intercom control. SP 9 of 16 • • SP 10 of 16 1 Customline C -3 -A Master Intercom Station 1 Customline C -4 Remote Intercom Station The intercom system to be solid state with built -in power supply, designed to allow control of C -1 outside speaker from either location. J. Irrigation System 1. General Sprinkler systems shall be constructed to the sizes, grades and locations shown on the plans. Sprinkler lines shown on the Plans are essentially diagrammatic. The lump sum price bid for the construction of the sprinkler system shall include the furnishing, installing and testing of mains and fittings, automatic valves and automatic controller, excavation and backfill, and all other work in accordance with the Plans and Specifications. It shall be the contracting installer's responsibility to report to the Engineer any deviations between mechanical drawings, speci- fications and the site. Failure to do so prior to the installing of equipment, resulting in replacing and /or relocating equipment, shall be done at the contractor's expense. 2. Excavation, Backfill and Placement Excavation, backfill, and pipe and other subsurface placement shall be as specified in Section 306 of the Standard Specifications and as specified herein. Depth of trenches shall be sufficient to provide a minimum finish grade cover above the top of the pipe as follows: 12- inches over non - pressure lateral lines (PVC Class 200) 18- inches cover over PVC main line, under pressure 3. Record Drawings Contractor shall procure from the city prints of the piping layout and mark on them the exact "as built" arrangement including locations of all valves. After final inspection and before final payment, the prints shall be delivered to the city. 4. Loose Equipment Loose sprinkling equipment, such as controller locking keys, will be furnished by the contractor in quantities as requested by the Engineer. Contractor shall also furnish two service manuals to • SP 11 of 16 the city. Manuals may be loose leaf and shall contain complete exploded drawings of all equipment and installed showing components and catalog numbers together with the manufacturer's name and address. Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. 5. Plastic Pipe and Fittings (a) P.V.C. High Impact Pipe - Type 2110 (P.V.C. Schedule 40) 1. Type II Grade I High Impact Pipe 2. Outside diameter of pipe shall be the same size as iron pipe. 3. Pipe shall be marked at intervals not to exceed 5 feet with the following information: Manufacturer's name, nominal pipe size, P.V.C. type and grade (e.g. 2110), schedule, N.S.F. approval and commercial standard designation CS- 207 -60. 4. P.V.C. pipe shall comply with standards set forth in CS- 207 -60. 5. P.V.C. Schedule 40 shall not be threaded. 6. Solvent shall be 715 Gray, N.S.F. approved as manufactured by Industrial Polychemical Service, Gardena, California. (b) P.V.C. Pressure Rated Pipe - Type 1220 (P.V.C: Class 200) 1. Type I Grade II Pressure Rated Pipe. 2. Materials shall meet requirements set forth in ASTMD1784 60T. 3. Outside diameter of pipe shall be the same size as iron pipe. 4. Pipe shall be marked at intervals not to exceed 5 feet with the following information: Manufacturer's name, nominal pipe size, P.V.C. type and and grade (e.g. P.V.C. 1220) S.D.R. rating class, N.S.F. approval and commercial standard designation CS 256 -63. 5. P.V.C. pipe shall comply with standards set forth in CS 256 -63. 6. P.V.C. Type I shall not be threaded. 7. Solvent shall be #715 Gray N.S.F. approved as manufactured by Industrial Polychemical Service, Gardena, California. 8. Caution shall be utilized in handling Type I Pipe due to the possibility of cracking or splitting when dropped or handled carelessly. (c) Fittings 1. Plastic fittings: P.V.C. Type I, IPS Schedule 40, N.S.F. approved on all pressure lines and non - pressure lines. 2. All plastic fittings: A molded fitting. (d) Installation P.V.C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to plastic joints shall be solvent -weld joints. All plastic to metal joints shall be made with plastic male adaptors. SP 12 of 16 The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe. (e) Testing 1. Test all pressure lines under hydrostatic pressure of 125 pounds per square inch, and test all non - pressure lines under existing static pressures and prove both water tight. 2. Sustain pressures in lines for not less than 4 hours. If leaks develop, replace joints and repeat test until entire system is proven water tight. 3. Tests shall be observed and approved by city prior to backfill. 4. Upon completion of each phase,of work, test entire system and adjust to meet site requirements. 6. Irrigation Heads and Riser The irrigation heads shall be as noted on legend. Riser for irrigation heads shall be installed,as per details. The "flex risers" shall be k," x 4" synthetic braided hose with threaded plastic ends, as manufactured by King Brothers Industries, Sepulveda, California. r "I • • SP 13 of 16 7. Automatic Controller (8 Station) Automatic controller shall be of the type specified on the Plans, manufactured by Rain Bird, Glendora,California. Install as per detail. 8. Automatic Remote Control Valves, Electric Solenoid Type The automatic remote control valves, where shown on the drawings, shall be Rain Bird 61000 Series, diaphragm type electric solenoid operated valves of sizes as indicated on the drawings. The valves shall be solenoid actuated, hydraulic operating valves of the globe screwed pattern type. The solenoid shall be for 24 volt, 60 cycle operation with running current of 6.5 or 7.0 watts. The solenoid shall be complete epoxy encapsulated for positive waterproofing and shall be encased with a stainless steel shunt band. All wiring to be used for connecting the automatic.controller to the remote control valve shall be type OF -600V, 7 strand or solid copper, P.V.C. insulation, single conductor, UL approved underground feeder cable. All pilot or "hot" wires are to be of one color and all "Common wires are to be of another color. All remote control valves shall be installed in Brooks Products #3 Meter Boxes as indicated on the Plans. Concrete cover shall be marked either "RCV" or "Irrig:" 9. Atmospheric Vacuum Breaker Atmospheric vacuum breaker shall be Gee Co. No. 305, size as indicated on Plans and installed as per details. 10. Quick coupling Valve The quick coupling valve shall be of bronze construction with I.P.S. female pipe connection. The valve body shall be of two piece construction with locking top of cadmium plated cast iron. Valve keys shall be of the same manufacturer as quick coupler valve. Install as shown in details. K. Landscaping General All sprinkler work shall be inspected and approved before starting work in this section. The following inspection schedule will be observed by the contractor: The contractor shall notify the P.B. & R. Department at least one day in advance of the following occurances: (a) When irrigation lines are capped and tested prior to backfilling. . �. . At r' (2) When finish grading and soil preparation are completed. (3) After plants are delivered to site. (4) When plant material is spotted for planting. (5) When pits are dug prior to planting trees. 2. Soil Conditioning Materials SP 14 of 16 (a) Or anic Amendment: Derived from wood or bark, granular in nature, sta t tzed with nitrogen and fortified with minerals, and having the following properties: Particle Size - Min. 95% passing 4 mesh screen Min 80% passing 8 mesh screen Nitrogen Content - 0.5% based on dry weight for redwood sawdust. 0.7% based on dry weight for fir sawdust. 1.0% based on dry weight for fir or pine bark. NOTE: Pine sawdust is not acceptable. Salinity - Maximum conductivity 3.5 millimhos /cm @ 25 degrees C., as measured by saturation extract conductivity. Organic Content - Minimum 90% by weight. Mineral Nutrient Content: Total Iron 0.1% Soluble Phosphorus 300 ppm Soluble Calcium 3500 ppm Soluble Potassium 900 ppm Soluble Magnesium 350 ppm (Maximum allowable deviation plus or minus 20 %) (b) Commercial Fertilizer: Known as "16- 16 -16" shall consist of 6 Nitrogen, 6 osphorus, and 16% Potash, delivered in sack with manufacturer's label showing weight and analysis attached to each sack. (c) Plantin lab lets: shall be a commercial fertilizer in tablet orm Gram yielding 20% Nitrogen, 10% Phosphorus and 5% Potash. The tablet shall be compressed and yield a slow release of nutrient over a 12 -month period. 3. Soil Preparation Procedures (a) In all planting the following application shall be made per 1,000 square feet of area and shall be thoroughly cultivated in two directions into the top 6 inches of soil: ' SP 15 of 16 4 cubic yards of Nitrogen fortified redwood shavings (organic amendment) 10 lbs. 16 -16 -16 commercial fertilizer (b) Finish grades to smooth finish 1 inch below adjacent paving or curbs and remove all rubble, rubbish and weeds from site. (c) "Prepared soil" mix for backfill in pits for trees, shrubs, and vines shall.consist of the following: 60% excavated soil 40% Nitrogen fortified shavings Plus addition of 5 (21 Gram) planting tablets per pit. 4. Plant Material (a) Plant Materials (1) Quality and size of plants: Number 1 grade, as approved, fresh, vigorous, of normal growth, free of diseases, insects, insect eggs and larvae. (2) Sizes of plants: as stated on Plans and in Plant Lists. No root bound or undersized materials will be acceptable. (3) Plants: subject to inspection and approval or rejection, at place of growth and on project site at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Remove rejected plants from site immediately and replace at contractor's expense with plants approved by the Engineer. 5. Tree Planting Procedure (a) All pits shall be dug square with bottoms level, the width equal to two times the diameter of the ball, and the bottom two times the depth of the container from which the tree is planted. Pits shall be inspected prior to planting of tree. (b) Pits shall be backfilled with a thoroughly mixed "prepared soil" to the bottom of the tree ball. Prior to placing tree ball in pit; five (21 Gram) planting tablets shall be evenly spaced around perimeter of pit on top of prepared soil. f 6. Ground Cover Planting Procedure (a) Rooted cuttings shall be planted sufficiently deep to cover all roots and spaced as specified on the Plan. (b) At the time of transplanting, the flat soil shall contain sufficient moisture so that the soil does not fall apart when lifting plants from flat. Each plant shall be planted with its. proportionate amount of the flat soil in a manner that will insure a minimum of disturbance to the root system. (c) Rooted cuttings shall not be allowed to dry out before or while being planted. 7. Guarantees (a) Trees All trees shall be guaranteed to live in a healthy condition for 90 days after planting. Dead or unhealthy trees shall be replaced immediately. All trees replaced shall meet the same specifications as the original plants. Such replacements shall be as originally specified, without cost to the city. SP 16 of 16 s � TO: CITY COUNCIL it) 1971 FROM: Public Works Department By the CITY COUNCIL MTY QF 1'JG"'M0PtT CcAr y, SUBJECT: CONSTRUCTION OF BIG CANYON RESERVIOR ENTRANCE AND IMPROVEMENTS TO PACIFIC VIEW DRIVE (CONTRACT 1348) RECOMMENDATION: July 26, 1971 Adopt a resolution awarding the contract to R. W. McClellan and Sons, Inc., Costa Mesa,.California, for $42,632.41 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: / / - Ye/ Five bids were received and opened in the office of the City Clerk at 10:00 A.M. on July 20, 1971. Bidder Total R. W. McClellan and Sons, Costa Mesa $42,632.41 Lynam -Wood Construction Company, Corona del Mar $45,803.70 Griffith Company, Santa Ana $460819.80 Sully- Miller Contracting Company, Orange $46,913.77 E. L. White Company, Inc., Garden Grove $47,061.25 The low bid is approximately 11% over the engineer's estimate of $38,400.00. Funds were appropriated in last year's budget as follows: Street and Alley Program 02- 3370 -232 $14,000 Reservoir Entrance Improvements 50- 9297 -073 $24,400 These appropriations were returned to fund balances at the end of the fiscal year. The increase in cost over the amount available in the fiscal year 1970 -71 appropriations is due to items chargeable to the Water Fund appropriation. Therefore budget amendments have been prepared for'Council consideration re- appropriating the funds as indicated below. An allowance of appoximately 3% has been included for contingencies. Street and Alley Program 02- 3370 -232 $14,000 Reservoir Entrance Improvements 50- 9297 -073 $30,000 This project provides for the construction of a new entrance to the Big Canyon Reservoir site located at the northerly end of Marguerite Avenue. The project also provides for standard street improvements on the north side of Pacific View Drive adjacent to the reservoir site, and the resurfacing of Pacific View Drive between Marguerite Avenue and approximately 1000 feet easterly of the newly aligned MacArthur Boulevard. Included in the work are automatic gates, chain link fence relocation, sidewalk, decorative wall and landscaping. Improvements to the reservoir service road inside the site are also part of the project. The plans were prepared by the city. The estimated date of completion is October 15, 1971. l in lirector rig4 Nit 'x'500 OF A. XOU (tP Q'iffi 1'Y COUN *� %ft± ACM. W STd C XW 9D. *13 777 mum LWW" We! tOr"Arao ij it► ttop�y with 'the acrnatznctio� of iid ent7Camoo- *000rdaace with the plans and 44joif3o"AWN C' 'ore $ *dw bids Were raeeived on thiCloo day ai JUlyr 107 0 by owed and declazed it appears that tbo �}�d�C. r4" R ..' tbwmtaz 10'4. : W• Maclellan $ Sons, =SOS! : m" vas ST amozVED 11� , . .. .:._ .. ,,,,��y rye n . �,�/�i. +. �y� y.,�,��, yy,,�, ��:.{ .`.W was of Xmvprar�t $ #het.Abw fA 0%:,�. !°4y.. �sac#�#uss of "Ve age - l aWA '�t'' date for to saL# bLlddr! { APPROVED BY UTILITIES CONTRACT NO. 1348 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR ENTRANCE -71 APPROVED BY PARKS9 BEACHES & RECREATION DIRECTOR APPROVED BY THE CITY COUNCIL ON THIS 28th DAY OF JUNE 1971 SUBMITTED BY: R W McClellan & Sons Inc ontractor 151 Commercial Wa Address Costa Mesa, Calif 92627 C1ty Zip 714 - 548 -5511 one To— ai Bi c7 Price i ! CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10.00 A.M. on the 20th day of Jul , 1971 , at which time they wiT -6e opened and read, oar per7orming work as follows: BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid, The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be,pompleted, executed, and returned in the sealed bid are,. A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility Fo Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the orporate Seca shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions° Code, The contractor shall state his license number and classification in the proposal, Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2,00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening, The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America, Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California,, 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2,00 per set, -x Page la City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969, A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 , Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder.. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids.. . The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on.the part of the under- signed in making up this bid. The undersigned agrees that.in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday. Sunday and Federal Holidays; after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 247553 .Classifications -12- sA, SC -21, SB -1, SC -32: Accompanying. this proposal is 10 .Bidders son Cas Bidder Cashier's eck 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. 714 -548 -5511 Phone Rum er 1 er lam EA July 20, 1971 k. Date Aut r z Sigfiature AuthoFized 5ignature ype o Organ zat 5 (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: R W McClellan, Jr. Pres. R W McClellan, Sr. Sr. Vice Press Michael W McClellan Secr. Treas. Pam 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Landscape Bob's Landscape Santa Ana Calif 2,. Electrical O.C. Electrical Costa Mesa 3..- Fencing Alcorn Fencing Santa Ana Calif 4 5. 6. 7. r; 9. 10. 11. 12., 's Name A California Cor oration Type o rgan zat on (Individual, Co- partnership or Corp) 151 Commercial Way Costa Mesa California 92627 Address 3 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES. The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Based on Past Experience and Jobs Completed: City Newport Beach r Citv Costa Mes Universitv of California Irvine .. I 0 0 THE AMERICAN INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we R. W. McClellan & Sons, Inc. (hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New Jersey, 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 California ' as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and fall sum of Ten Percent of Contract Bid. Dollars ($ 10% Contract B ;c)lawlul 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 blc or proposal for the Big Canyon Reservoir Entrance Contract No. 1348: to 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 20th day of July 19 71 360277 —(TA) -11.66 THE AMERICAN INSURANCE COMPANY B r Attorney -in -Fact m m � N Q y N QI � 3 3 3 ZW 0 v 3 m A m S m a k ❑ 7 a m m 0 N m m a m a 7 a N C ° ° ° o d ❑ ❑' 4 m t0 N ❑ ❑ A � — � � m � ❑ q a c ❑' H Ul (D x o ° w QO m M m � n ❑ =m rz P = ° n 5 N ❑ ° o 0 9 0 o m o ° Q a v o m (] � o m T c ❑ " o a a a T S p O ry q m � N N e a m S a o °c ❑ 0 O0 N r m M N O ✓-.at v `i Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) X Title Surety E NON- COLLUSION AFFIDAVIT 0 Page 5 . The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 affiants 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 attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no 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 this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 20th day of July , 19 71. My commission expires: April 3, 1975 ,. JAAn Rnn otry P —ublic Anne Shimmin Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Based on Past Experience and Jobs Completed for City Newport Beach, City Costa, Mesa - and University of California Irvine. 4 CITY OF NEWPORT BEACH BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 REVISED PROPOSAL JULY 13, 1971 To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California PR1of6 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 1348 in accordance with the Plans and Special Provisions, and that he will take in full payment therefor the following unit prices for the completed items of work, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 338 Construct 6 -inch C.F., Type "A" Lineal Ft. P.C.C. Curb and Gutter Two Dollars and Fifty: Cents $ 2.50 $ 845.00 Per Lineal Foot 2. 1,350 Construct modified Type "B" Lineal Ft. P.C.C. Curb @ one Dollars and Sixt Three: Cents $ 1.63 $ 2200.50 er inea oot 3. Lump Construct 6 -inch Thick P.C.C./ Sum 4" A.B. Commerical Drive Approach @ Two Hun dred Twenty SeveiDollars and Fort Two: Cents $ 227.42 $ 227.42 ump um 4. 3,800 Construct 4 -inch Thick P.C.C. Sq. Ft. Sidewalk @ None Dollars and Only Forty Six: Cents $ .46 $ 1748.00 Square Feet • • REVISED PR 2 of 6 ITEM QUANTITY ITEM DESCRIPTION AJNIT TL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 6. 7. 9. 10 80 Construct Asphaltic Concrete Tons Base Course (4- inches Thick) Sixteen Dol l ars and Fifty Sev en Cents $ 16.57 $ 1325.60 Per Ton 670 Construct Asbestos Asphaltic Tons Concrete Surfacing (2- inches and Variable Thickness) Eleven Dol tars and Seventy Five: Cents $ 11.75 $ 7872.50 er To n Lump Grade Area Between Pacific View Sum Drive and Reservoir Service Road ,Four Thousand & Fifty Dollars and & No /100ths Cents $ 4050.00 $ 4050.00 Lump Sum 136 Construct 6 -foot 2 -inch Slump Stone Lineal Ft. Block Wall including Footing Rein - Forcing Bar, Barbed Wire and'Brackets, and painted wooden lattice (8 11z 6" x 16" Block). @ Twenty Four Dollars and se ent Si Cents er inea oot Lump Construct Steel Tubing Gate Including Sum Guide Track, Guide Rails and Wheels Two Thousand Two Hundred & @ Twelve Dollars and Thirty Five: Cents Per Lump Sum Lump Furnish and Install Varnum Model M -12 Sum Sliding Gate Operator (2207 Single Phase) including Varnum Model EMDL Electro- magnetic Drive Lock, and Varnum Model AC -3 Automatic Closing Unit $ 24.76 $ 3367.36 $2212.35 $ 2212.35 One Thousand Six Hundred d� @ Twenty Seven Dollars and Fift Cents: Cents $1627.50'. $ 1627.50 er MY mp um r 11. 12 13 14 15 16. 0 UNIT IN WORDS Lump Furnish and Install Varnum Model Sum C -1 Remote Control Station with Speaker Call Button, and Key Switch in Weather Proof Housing 0 REVISED PR 3 of 6 PRICE PRICE @ Ninety Five Dollars and Fifty Five Cents $ 95.55 $ 95.55 er Lump um 1 Furnish and Install Varnum Model Each C -3 -A Master Intercom Station with Power Supply in Reservoir Control Building @ One Hundred & Five Dollars and & No /100ths Cents $ 105.00 $ 105.00 Per Each 1 Furnish and Install Varnum Model Each C -4 Remote Intercom Station in Reservoir CAretakert Home @ One Hundred & Five Dollars and & No /100ths Cents $ 105.00 $ 105.00 Per Each 2 Furnish and Install Varnum Model Each B -1 -S. Open - Hold Open Selector Switch with Monitoring Light i Forty Two Dollars and & No/ 100ths Cents $ 42.00 $ 84.00 Per Each Lump Furnish and Install Varnum Model Sum LD -1 Loop Detector Control System Including Two Detectors and Three Wire Loops @ Seven Hundred Sixty Six Dollars and Fifty Cents Cents $ 766.50 $ 766.50 Per Lump Sum 1 Furnish and Install Varnum Model K -6 Each Open -Hold Open Selector Key Switch With Stop Button @ Ninety Dollars and & No /100ths Cents $ 90.00 $ 90.00 Per Each REVISED PR 4 of 6 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 19 Furnish and Install #32 PB Pull Box Each @ Thirty One Dollars Fifty and Cents $31:50' $ '598.5 Per Each 18. 100 Construct l; -inch Galvanized Conduit Lineal Ft. including Wires @ Three Dollars and Fifteen Cents $ 3.15 $` 315.00 Per Lineal Foot 19. 1,100 Construct 12 7inch PVC Conduit with Lineal Ft. Wires @ Two Dollars Sixty Three and Cents $ 2.63 $ 2893.00 Per Lineal Foot 20. 1,200 Construct 1 -inch PVC Conduit Lineal Ft. with Wires @ Two Dollars and Ten Cents $ 2.10 $ 2520.00 Per Lineal Foot 21. 75 Construct 1, -inch PVC Conduit Lineal Ft. with Wires @ Two Dollars and Thirty Six Cents $ 2.36 $ 177.00 Per Lineal Foot 22. Lump Construct Irrigation System including Sum Controller, Remote Control Valves, Vacuum Breaker, Quick Coupling Valve, All Pipe and Heads and Other Appurtenances Complete in Place Two Thousand Six Hun dred @ Fifty Dollars and Fort Six Cents er ump um 23. Lump Furnish and Apply Soil Conditioning Sum Materials as Specified in the Special Provisions @ Three Hundred Seventy Five Dollars and Thirty Seven Cents Per Lump Sum $ 2650.46 $ 2650.46 $ 375.37 $ 375.37 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR ENTRANCE CONTRACT NO. 1348 ADDENDUM NO. 1 NOTICE TO BIDDERS: July 14, 1971 Please be advised that the following changes have been made in the contract documents and the plans: Ppnpncai The original Proposal (printed on white paper), Pages PR1 through PR 6, is superseded in its entirety. The new Proposal (printed on pink paper) contains 33 bid items instead of the original 34 items, old item number 30 having been eliminated. Within the new Proposal, items number 2, 8, 18, 19, and 32 have been changed. The new pink colored Proposal SHALL BE THE ONLY ONE ACCEPTED FOR BIDDING ON CONTRACT NO. 1348. SPECIAL PROVISIONS Two changes have been made on Sheet SP 7, heading "G" - Slump Stone Entrance Wall. Paragraph 2, sentence 1, shall read: "The unit price bid for the slump stone wall shall include the Block Wall, Painted Wooden Lattice, Footing, Reinforcing Steel, Barbed Wire, Brackets, and Grout required to complete the wall in place as shown on the Plans." Paragraph 4, sentence 2, shall be added to read: "Wooden Lattice shall be painted with the coats of Olympic Stain #711, semi - transparent. PLANS Sheet No's. 2 and 6 have been revised, and the corrections are noted in the Title Block of each sheet. PLEASE SIGN AND YOUR PR POSA J6 S cker Pro ct Engineer JJS /ldg Enc_ DATE OF RECEIPT ON THIS ADDENDUM AND Date: July 20 1971 WI t r ^^r 1' c N m�1 m n :2 --q N O m. {rn ri M, C) m � w g � 1 I c 3 3 n a -c � n l - �A 4e G Cl � I. 1• P O D` lV (� !1 9 V (v � �„ it I� V r e\ f�V a\ h o�� r \ ♦`0�N N W�o 04 V � N N�D n n Z �t lti O NIVN ° !y !� N 14 �! � D n p `✓I' T� q D `NN pl hN o � o \ � ivp �vNNc 0 0 (C Z Q� vo N V N N IvWo D N 0 � (1 �NN(uW� N LA h D ti` ritl o I'z i _ a tti w poNNNWw�J .Wry �uti NNIN� cl rill oN\v) IN -Ilk m�1 m n :2 --q N O m. {rn ri M, C) m � w g � 1 I c 3 3 n a -c r. 0 z -4 rn n rn I N �-4 li it Id2i rj kI, C9 N N N 11'J 1k,4 N 14 AIN 1 1a N in AI ZI z it 0 z -4 rn n rn I rn x � m � \) � §/ �§ ) \ k �| I � � { §», &.�2 . y . \� .. \%) }® 3 � X k A � K ? § \/ � !^ °0„ » , _ ƒ & � m � \) � §/ �§ ) \ k �| I � � { li m 0 --1 > 0 0f z mr rrn n m-ilcn z N C 3 3 D FV--1 r_ rri ` - h t T ? 1 kJ 1 •n r , i � a F y\ � s a V R o �l+ O T4 1 1N I 1� Z D 2 Z 2 -a m 0 --1 > 0 0f z mr rrn n m-ilcn z N C 3 3 D FV--1 r_ rri