Loading...
HomeMy WebLinkAboutC-1428 - Hospital Road, Westminster water main improvement, West Street improvementMaY 71973 By the CITY COUNCIL CITY "- wtmvq!iPT 66ACH TO: CITY COUNCIL FROM: Public Works Department May 7, 1973 CITY COUNCIL AGENDA ITEM NO. H-10 SUBJECT: ACCEPTANCE OF HOSPITAL ROAD --WESTMINSTER AVENUE WATER MAIN FROM PLACENTIA AVENUE TO 15TH STREET AND WESTMINSTER AVENUE WIDENING FROM NORTH NEWPORT BOULEVARD TO 15TH STREET --COMBINED PROJECTS (C-1428) 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: The contract for the subject combined project has been completed to the satisfaction of the Public Works Department. The bid price was: $158,188.07 Amount of unit price items constructed 163,953.17 Amount of change orders 2,446.83 Total contract cost 166,400.00 Amount budgeted in Street and Alley Program 73,670.89 (Account No.02-3372-232) Amount budgeted in Water Main Replacement Program 92,729.11 (Account No.50-9272-074) 1- /402_� In order to better join the existing driveways and walls, considerable more asphalt and concrete paving was required. These items were the primary cause of the overrun in the unit price items constructed. The major change orders pro- vided for modification of the water main connection at the Bolsa Avenue -Westminster Avenue intersection and for the removal of additional sidewalk, curb, and pavement to permit a smooth transition between the new work and the existing improvements. Of the total amount expended for street reconstruction and improvements, approximately $3,000 was contributed by adjacent property owners for their share of the work (primarily for curb and gutter). The design engineering was performed by the Public Works Department. The contractor is E. L. White Company, Inc. of Orange, California. The contract date of completion was January 10, 1973. The contractor was delayed two weeks due to conflicts with the existing utilities and the time involved in performing the extra work. The contractor was further delayed nearly five weeks Page 2 May 7, 1973 Subject: Hospital Road, etc. due to rain and wet ground. The street was paved on March 1, 1973. All work was completed by April 4, 1973. �loseph T. Devlin PPublic Wor s Director JTD:jfd J February 9, 1973 PUBLIC WORKS DEPARTMMT ATTENTION: Job► Wolters CITY CLERK AGREEMENTS FROM PROPERTY OWNERS IN CONNECTION WITH THE WIDENING AND IMPROVEMENTS OF WESTMINSTER AND 15TH STREET, C-1428 Attached are copies of the agreements with the following pr"rty owners to repay the City for constniction costs advanced by the City: Mr. and Mrs. E. Malcolm Angell Mr. and Mrs. Grant E. Parker Mr. Dermis L. Riegler Mr. and Mrs. Ralph A. Ferrara Grace H. Clark Mr. and Mrs. Henry J. Tegel W. and Mrs. Henry C. Davis The agreements have been recorded and the information has been entered on the attached.'_ copies. linos lsgios City Clerk LL:-%& enc. LL:swk OF -CORDING REQUESTED BY PLEASE PEM214 TOx 32300 v YC,y'Cd L 3122E Vii" RD NLWPOi-Iy K"'CH, CALIF. 92660 22838 i1FREE C2 A G R E E M E N T Min. 3 P.M. J AN 261973 Past J. W9'SL3E CARL"yL➢ THIS AGREEMENT, made and entered into this ,,1 day of 1972, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and E. Malcolm Angell and Lucille R. Angell , hereinafter referred to as "PROPERTY OWNERS": W I T N E S S E T H WHEREAS, the City Council of the city of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoin- ing these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNERS are the owners of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: A portion of Tract 464 as shown on a Map recorded in Book 32, Page 1, of Miscellaneous Maps, Records of Orange County. more commonly known as 462 Westminster Avenue ; and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 293.00 , which represents the cost of construction of street improvements adjacent to the above-described real property. d pD v tea. 03 N ocJ BujK 10531 PAGi 481: 2. PROPERTY OWNERS agree to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed— 6 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNERS and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - Br,[,k 10531 w,1482 Date E. INK -1 —col m Angell` Lbcille hgelI— Lbcille R. Angell State of California) ) SS County of Orange On �7 7 2— before me, the undersigned, a Notary Public in and for said State, personally appeared E. Malcolm Angell and Lucille R. Angell , known to me to be the persons whose names are sub- scribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. ELLEN B. E3UHLER' NOTARY PUBLIC. CALIFORNIA ► PRINCIPAL OFFICE IN + ot4aryu 166�inand for said State ORANGE COUNTY + OFFICIAL SEAL My COmmission Expires May + *11, 1975 Approved as to Sufficiency: CITY OF NEWPORT BEACH City Mana er State of California) SS County of Orange 7? On , before me, the undersigned, a Notary Public in and for said State, personally appeared., -PlAi Ey Ranager known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal NDt-a–ry Public—in an for said State DONALD L. WEBBI JR. 4 Notary public California M Wrdnge County Y Commission EIV- ipes Ociober 26, 1975 , c \ ^: C � — Z ,.. .. R RECOMNG V!?N TC4 REQUESTED BY U,f y , Uf 22843 A G R E E M E N T J AN 26 1973 P-, 3 P J. V1111qT U7117,-, r4 THIS AGREEMENT, made and entered into this day of 197-3, by and between the CTTY OF NEWPORT BEACH, Co a municibal corporation, hereinafter referred to as '!CIT1t1",,.and 4 E. parkerand E. Parker hdreinaifter referred to as "PROPERTY OWNERS": WITNESSETH WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain ol",these improvements to owners of property adjoin- ing these streets on a voluntary basis; and �WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay,to CITY the construction cost -s;. and WHEREAS, PROPERTY OWNERS are the owners of certain real property in, the -City of Newport Beach, County of Orange, State of Cal-ifornia, more._ particularlydescribed as: A portion of Tract f4o. 464, as shom on a map recorded in Book 323 Page I of Miscellanem Maps, Records of Orange County, more commonly known as 466 Wastminstw Aveme and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties h-ereto-agree as fo*lows: 1. CITY agrees to advance the amount of $ 268.98 which represents the cost of construction of street improvements adjacent to the L above -des -cried real property. 1053 1 mi,488 2. PROPERTY OWNERS agree to reimburSE3 CITY for the advanced funds at the rate of $ 50.0 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 6 years. Said payments.are to be tendered at the City of Newport Beach, City Hall, 3340 Newp,o.rt Boulevard, Newport Beach, California on 'or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that.this Agreement further shall be -binding upon the heirs, successors and assigns of PROPERTY OWNERS and shall be recorded in the office of the -County Recorder of the County of -.Orange.,- IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - F 'late: BGOK 10531 PAGE 489 Grant E. Parker eros E. Parker _ State of California) SS County of Orange On ,�a. ,� I before me, the undersigned, a Notary Public in and for said State, personally appeared Grant E. Parker and Elaine E. Parker , known to me to be the persons -whose -names -are sub— scribed to the within instrument and acknowledged that they executed the same. Witness my nand and official seal. r.�...vs.............p...LEN .........an. / N r.ry PuNiC °? rPublic ?n Uotawj u lic ' and for said State Otiinge Cuurty My Cornrn7ssion Expires Feb. 9, 1973 " . .................... ......... .....Y.............. I....... Approved as to Sufficiency: SS County of Orange U4On '1 [ before Me, t e undersigned, a z4epluj2mud blic in and for said State, personally appeared �' ( _.City Manager ./, know o me to be the person whose name is sLfbscribed the within 7nstrument and acknowledged that they executed the sane. W —1—ness my hand and official seal. DONALD L. INEBB, 1R col#. Y to Notary Public , i .; Orange county nia .oar+� �Y Commission Expires ,0ctobar 2�a, •!A-7� _- tary Public in and for said tate . RECORDWa K#Arw f"'rat YO; REQUESTED BY C!Ty CLMOtK A —#A Cc -1 11"­­ U�V i _', IULL-VARD 3300 1 �, NEWpc "..T CAUF. 926,60 22844'FFrl'EE 02 A G R E E M,E N T RECORDED IN OFFIC'AL RECORDS OF ORANGE COUNTY, C"I"'NIA Min. P'TtP. JAN 261973 J. vu,ti­"IE ukuyLE, County THIS AGREEMENT, made and entered into this IPI day of 197_8, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY". and Dennis L. Riegler_ , hereinafter referred to as "PROPERTY OWNER": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoining these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNER is the owner of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: That portion of Lot 15 in Block 7, of Tract No. 27, as per map recorded in Book 9, Page 26, Miscellaneous Maps, Records of said Orange County more commonly known as 467 Westminster Avenue . and WHEREAS, PROPERTY OWNER acknowledges that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 232.50 which represents the cost of construction of street improvements adjacent to the above-described real property. 11 A W AN B" 10531 'P4't,,'[49Jj' 2. PROPERTY OWNER agrees to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 5 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNER and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - KOK 10531 P4492 Date: 1'73 Dennv,z)L. R41d Vj� State of California) ) SS County of Orange On before me, the undersigned, a Notary Public in and for said State, personally appeared Dennis L. Riegler, known to me to be the person whose name is subscribed to the within instrument and acknowledged that he —executed the same. Witness my hand and official sea]. Approved as to Sufficiency: Da Notary PubTi—c'in and for s—Alid- tate RUTH AMN CHRISTENSEN State of California) ) Ss County of Orange On before me, the undersigned, a Notary Public �/�I:�ACity M#nager in and for said State, personally appeared P � (�' 0, UV " F. known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. DONALD L. WEBB, JR.Notary Public in a :ate Notary Public California Orange County MY Commission, Expires October 26, 1975 • RUTH ANN CHRISTENSEN + NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN • ORANGE COUNTY + OFFICIAL SEAL My Commission Expires Feb. 14, 1975 0 Approved as to Sufficiency: Da Notary PubTi—c'in and for s—Alid- tate RUTH AMN CHRISTENSEN State of California) ) Ss County of Orange On before me, the undersigned, a Notary Public �/�I:�ACity M#nager in and for said State, personally appeared P � (�' 0, UV " F. known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. DONALD L. WEBB, JR.Notary Public in a :ate Notary Public California Orange County MY Commission, Expires October 26, 1975 referred to as "PROPERTY OWNERS": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoin- ing these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNERS are the owners of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: Lot 21 in Block 2 of Tract No. 27 Boulevard Addition to Newport Heights as shown on a map recorded in Book 9, Page 26 of Miscellaneous Maps, Records of Orange County. more commonly known as 521 Westminster Avenue ; and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 181.62 , which represents the cost of construction of street improvements adjacent to the above-described real property. f 22845 E � R r FIUA . r��;oRDS �ccoevL io �aNia ofoRA', 9GE `Ty,CtRECORDINv�e�se REQUE,9TED BY [!CR � Min. `1 P.M. J A N 26191 . 1 ZET'UnN Toe Fast LA LAC -10S, C, Ty CLERK A G R E E M E N T 6 D. �YtEE CA*,�.Y� E, County R �Qrder �C 3 NEM --%'7' E E®A� k:­ACti],iCALIF. lYI®a`926#S into day Sthis-// AGREEMENT, made and entered this of _+ .L� 197, by and between the CITY OF NEWPORT BEACH, il`municipal corporation, hereinafter referred to as "CITY", and LO Ralph A. Ferrara and Elena G. Ferrara . hereinafter referred to as "PROPERTY OWNERS": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoin- ing these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNERS are the owners of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: Lot 21 in Block 2 of Tract No. 27 Boulevard Addition to Newport Heights as shown on a map recorded in Book 9, Page 26 of Miscellaneous Maps, Records of Orange County. more commonly known as 521 Westminster Avenue ; and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 181.62 , which represents the cost of construction of street improvements adjacent to the above-described real property. 1 Bu, ,10531 ?4,494 2. PROPERTY OWNERS agree to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 4 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNERS and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - Date: �% 1 BGG'K 1053 1 PAGE 495 Ralp A. Ferrara Elena G. Ferrara State of California) ) SS County of Orange ) On before me, the undersigned, a Notary Public in and for said State, personally appeared e 'J L i I to me to be the persons whose names are sub- s -gibed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. w 1--_1_--_-' ­" pm OFFICIAL SEAL w EM i H THORNS NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN FColnmissian ORANGE COUNTY My I xpires Feb, 25, 1973 Approved as to Sufficiency: CIxx OF NEWPORT BEACH Dat 71�97' City Man er State of California) ) SS County of Orange ) On �jaL/LuyaAt t)19-73 before me, the undersigned, a Notary Public in and for said State, personally appeared�jt L j7 City Manage `�'� I/ , known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. Notary Public in and for said State DONALD L. WEBB, JR. a Notary Public California Orange County MY Commission Expires October 26, 1975 RECORDING REQUESTED BY CIh �s yf Y M Sc.y c 4 i� saeAis i e,, nwALE 926 22846 C� AGREEMENT; 42ECOR s ;N.tA OF OR �, nr i, P.m. J Ali 1'x. 2519 F° stCr Ycaul F { n ,;order THIS AGREEMENT, made and entered into this :30"/z day of c 1972, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and Grace H. Clark , hereinafter referred to as "PROPERTY OWNER": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoining these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNER is the owner of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: Lot 17, Block 2, of Tract No. 27, "Boulevard Addition to Newport Heights", as per Map thereof recorded in Book 9, Page 26, of Miscellaneous Maps, Records of said Orange County, more commonly known as 535 Westminster Avenue ; and WHEREAS, PROPERTY OWNER acknowledges that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 125.00 which represents the cost of construction of street improvements adjacent to the above-described real property. ,T 4a, CD W a M B"' 10531 w,4971 2. PROPERTY OWNER agrees to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 3 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year.'K'�-" - 3. Both parties further agree at this Areement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and Assigns of PROPERTY OWNER and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - Date • 0 ,a I C1 ark State of California) ) SS County of Orange 1053 J 498 ,71 On �cno— before me, the undersigned, a Notary Public in and for said State, personally appeared Grace H. Clark , known to me to be the person whose name is subscribed to the within instrument and acknowledged that she executed the same. Witness my hand and official seal. .�, DONALD L. WEBB, JR. w Notary Public California y Orange County otary U is in an-&-f—ors—aid tate + My Commission Expires October 26, 105 I -pill 11111r. Approved as to Sufficiency: CITY WP0RT B lH Da te'�p,�� 11. A4113„- City Man ger State of California) ) SS County of Orange ) On jo a, L7 before me, the undersigned, a Notary Public in and for said State, personally appeared \ F�A��A Manager known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. (IA DONALD L. WEBB, IR Nbtary Public in and for said State +*Notary Public California Orange County My Commission Ex�,'ces October y.6 14f �...___ 22847 FF E E MASE WURN TO% C, LAX!%G�M, CITY CL M -K cl'y C111- 11TV;­VGPT �EACH AGREEMENT EVARD 3 �OU k!rmwpn-_:�rm Cm oe)AAa RECORDED 1N OFFICI�%!- Fj -iS OF ORANCE COTITY, 0-_" Min. � PX J AN 26 1973 pa'st J. WYLIE CA"ILYLE, Cyourapt'y kLonurder THIS AGREEMENT, made and entered into this 2 4 day of 1972, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and Henry J. Tegel and Dorothy J. Tegel , hereinafter referred to as "PROPERTY OWNERS": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoin- ing these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNERS are the owners of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: The Northwesterly one-half of Lots 15 and 16, Block 2, Tract No. 27, in the City of Newport Beach, County of Orange, State of California as shown on a map thereof recorded in Book 9, Page 26, Miscellaneous Maps, Records of said Orange County more commonly known as— 3211 - 15th Street ; and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 135.00 . which represents the cost of construction of street improvements adjacent to the above-described real property. (D 2 9-400-7 FA_ B"K 10531 P,,uTo 2. PROPERTY OWNERS agree to reimburse CITY for the advanced funds at the rate of 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 3 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNERS and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - Date: i 0 — :2 / — 7-:z' State of California) ) SS County of Orange On October 24, 1972 BcoK1053 1 Pu 50 1" Henry J. Tegel before me, the undersigned, a Notary Public in and for said State, personally appeared Henry J. Tegel and Dorothy J. Tegel _ , known to me to be the persons whose names are sub- scribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. RUDY R. MEEHAN * 0 0 NOTARY P',j3L!C - CALIFORNIA ♦PRINCIPAL 0Fr'iCF IN CIRAIAGE COUNTY OFFICIAL SEAL My Commission Expires Feb. 9, 1976 Approved as to Sufficiency: State of California) Notary Pub!10'in and for said State WPORT BEAC �j SS County of Orange On Cj A4 U jj" 71 -3 before me, the undersigned, a ZN ary Public in and for said State, personally appeared_Xt 4L City Manager , tAOCLUZf�7/, known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness qv hand and official seal. DONALD L. WEBB I Notary Public r ifornt.1 Rotary Public -in and for sai-cF-Sta—te 0"atIf` e Ounty. COMA Ss. n Exp; October 26, 19 7,5 1�10 r RECORDINa REQUESTED BY WVA17'. RETE 7NN TOs 07y 1--7 �,rAJIZD NLE 22848 AGREEMENT RECORDE—, IN jC,-CIAL EECOPIDS -Cy C, 7� 1:� N I A OF Min. ) P.M. JAN 261973 Fac G J. VIYU C"'nty Recorder 0531 F11F502 THIS AGREEMENT, made and entered into this day of 1972, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and Henry C. Davis and Kise Davis . hereinafter referred to as "PROPERTY OWNERS": W I T N E S S E T H WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoin- ing these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNERS are the owners of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: Lot 14, Block 2, Tract 27, as per map recorded in Book 9, Page 26, of Miscellaneous Maps, Records of Orange County. /5/4 more commonly known as— 3231 Weitmtnst-er Aveftee and WHEREAS, PROPERTY OWNERS acknowledge that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 285.00 5 which represents the cost of construction of street improvements adjacent to the above-described real property. �Lbg. E Ra L C 'T MR, �U /[�C��/ ���U�]/���� ~� —�Q� 2. PROPERTY OWNERS agree to reimburse CITY for the advanced funds at the rate ofper year On the principal plus six percent interest on the unpaid balance for a period not to exceed arS. Said payments are to be tendered at the City Of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before—ftVember 1_11th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNERS and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written, - 2 - Date: / �? ;7 ? State of California) ) SS County of Orange 10531 Fw504 I Henry C. Davis Kise Davis On COT 25 1972 before me, the undersigned, a Notary Public in and for said State, personally appeared Henry C. Davis and Kise Davis known to me to be the persons whose names are sub- scribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. ............. I.- ... ........ — .... -.4 OFFI'�i !,L SEAL . LAURA LAGIOS CALIFORNIA NOTARY ('v cq (?FANGE COUNTY My Commissicri Expires April 3, 1975 '7 ........................................................ Approved as to Sufficiency: Dated - >57 - State of California) SS County of Orange (7/-) Notary Public in and fore ,taid State '(eC Y OF NEWPMT-,,�BEjkIqP FWUA C) -N City Manager On G"9" 2 0 1972 before me, the undersigned, a Notary Public in and for said State, personally appeared Robert L. Wynn, City Manager —, known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. ...... _S - Notary Public in an or sal tate d ­ _t C" - -rs LAU:i',A L G S --LiFORNIA - ' LINTY My Commis :ori Ex;nix3 April 3, 1975 ............... ...... ............................ Z61 r � r Bf,�K I U�� 14GGE�5 Project: Reconstruction of Westminster Avenue from North Newport Blvd. to 15th Street Estimated Costs for: Address 323/ /5 74 Vo-ee-.A 1, Portland Cement Concrete Curb and Gutter L.F.* @ $ /L.F = $ (Prel.) ¢ L.F. @ $ 2so /L.F. _ $ 285°O (Final Cost) 2. Portland Cement Concrete Sidewalk S.F.** @ $ S.F. - $ (Pref.) S.F. @ $ /S.F. _ $ (Final Cost) * Linear Front Foot ** Square Feet 7 r June 4, 1976 PUBLIC WORKS LEPAlZItM Attention: John Wolter REUASE ON REIMBURSII'= AOMMM FOR THE PROPERN AT 467 Westtnninster Avenue, Ntiport Beach Attached is a copy of the Release as recorded by the County in Hoak 11406, Page 600, on May 21, 1976. Laura Laeos City Clerk swk enc. 'Cl eii <r 43y _ MAIN RETURN TOr 202:3S �S EXEMPT 009RD0 IN OFFICIAL RtWIRM tAU .', L `:�^IOS, CITY CLERK C 9 0!I GRANGS Coj?NTv, CALIFORNIA CITY U Nn-WPORT BEACH RELEASE 1100 *.M. MAY 2Y X975 3300 NEWPOkT BOULEVARD NEWPORT BEACH, CALIFM 92660 ►VfykitU.rLE, County RKdIM WHEREAS, Dennis L. Riegler is the owner of certain real property in the City of Newport Beach, County of Orange, State of California, described as follows: That portion of Lot 15 in Block 7, of Tract No. 27, as per map recorded in Book 9, Page 26, Miscellaneous Maps, Records of said Orange County, more commonly known as 467 Westminster Avenue; and WHEREAS, on January 8, 1973 Dennis L. Riegler executed a reimbursement agreement in connection with certain funds advanced by the City of Newport Beach for street improvemen t-,"c-dSoining the property described hereinabove; and WHEREAS, Dennis L. Riegler agreed to pay back the money advanced by the City of Newport Beach for curb and gutter construction within a five-year period at six (6) percent interest, or at no interest if paid back within one (1) year; •I WHEREAS, said reimbursement agreement was recorded in the Office of the County Recorder of Orange County in Book 10531, Page 490, Official Records of Orange County; and WHEREAS, the Finance Director has determined that the sum of money advanced by the City of Newport Beach has been repaid. NOW, THEREFORE, in consideration of receipt of the sum of $232.50, the City of Newport Beach hereby releases and extinguishes the obligations of Dennis L. Riegler as set forth in said Reimbursement Agreement. DATED: I� —7SS_ Newpo11 each. �,T h() City Manager x a ng This recording is for the benefit of the City of Newport Beach purJuant to Government Code No. 6103. puty City `Clerk of California) I SS -f G'3 -tinge ma� 0 before me, the undersigned, a Notary Public in and for said, State, personally appeared Robert L. *1 known to me to be 'tlhe person whose name is suscribed to the within instrument and acknowledged that he executed '.-,he same. Witness my hand and official seal. DONALD t. WIE b Y Pu2 California Notary publ;c California r O� Commission County M Co Y nn?."esion Expires e October 26, 1975 Pau "Ic '07 ind, or sd',MtF�' May 12, 1975 Mr. J. Wylie Carlyle, County Recorder P. O. Box 238 Santa Ana, CA 92702 Please record the attached release for monies owed in connection with curb and gutter reconstruction on the property located at 467 Westminster Avenue, Newport Beach. Mr. Riegler has paid the reimbursement agreement in full. Please return the document to us with the recording information listed thereon. Laura Lagios CMC City Clerk LL:awk enc. 2284 [MFREE AGREEMENT; RECORDED IN OFFIC' \L RECORDS OF ORAIJ^,E CCM.NTY, C;'."`" �41A P^i of P.M. JAN 261973 J. WY CE UFULE, THIS AGREEMENT, made and entered into this 8 1-4 day of 197$, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and Dennis L. Riegler , hereinafter referred to as "PROPERTY OWNER": WITNESSETH WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoining these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNER is the owner of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: That portion of Lot 15 in Block 7, of Tract No. 27, as per map recorded in Book 9, Page 26, Miscellaneous Maps, Records of said Orange County more commonly known as 467 Westminster Avenue and WHEREAS, PROPERTY OWNER acknowledges that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 232.50 , which represents the cost of construction of street improvements adjacent to the above-described real property. YLY456 �:Ut! i'js REQU:=31 D BY clr `.. H 32co ; vARD NEW7G .T E_"AZ11, CALIF. 92660 2284 [MFREE AGREEMENT; RECORDED IN OFFIC' \L RECORDS OF ORAIJ^,E CCM.NTY, C;'."`" �41A P^i of P.M. JAN 261973 J. WY CE UFULE, THIS AGREEMENT, made and entered into this 8 1-4 day of 197$, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY", and Dennis L. Riegler , hereinafter referred to as "PROPERTY OWNER": WITNESSETH WHEREAS, the City Council of the City of Newport Beach has determined that it is desirable and necessary to initiate street improve- ments on streets that are more than fifty percent improved and to assign the costs of certain of these improvements to owners of property adjoining these streets on a voluntary basis; and WHEREAS, one method available to complete such work is the advancement of construction funds by the CITY to owners of adjoining property after an agreement between the parties has been executed by which the owners agree to repay to CITY the construction costs; and WHEREAS, PROPERTY OWNER is the owner of certain real property in the City of Newport Beach, County of Orange, State of California, more particularly described as: That portion of Lot 15 in Block 7, of Tract No. 27, as per map recorded in Book 9, Page 26, Miscellaneous Maps, Records of said Orange County more commonly known as 467 Westminster Avenue and WHEREAS, PROPERTY OWNER acknowledges that said described real property is located in an area requiring street improvements; NOW, THEREFORE, IN CONSIDERATION of these premises, the parties hereto agree as follows: 1. CITY agrees to advance the amount of $ 232.50 , which represents the cost of construction of street improvements adjacent to the above-described real property. E-110531 pa,491j' 2. PROPERTY OWNER agrees to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 5 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNER and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - c E-110531 pa,491j' 2. PROPERTY OWNER agrees to reimburse CITY for the advanced funds at the rate of $ 50.00 per year on the principal plus six percent interest on the unpaid balance for a period not to exceed 5 years. Said payments are to be tendered at the City of Newport Beach, City Hall, 3300 Newport Boulevard, Newport Beach, California on or before November 15th of each year. 3. Both parties further agree that this Agreement shall run with the real property herein described in favor of and enforceable by the CITY and that this Agreement further shall be binding upon the heirs, successors and assigns of PROPERTY OWNER and shall be recorded in the office of the County Recorder of the County of Orange. IN WITNESS WHEREOF the parties hereto have set their hands the date first above written. - 2 - Date: /-4'73 Ri State of California) ) SS County of Orange 10531 PAG1492 Onbefore me, the undersigned, a Notary Public in and for said State, personally appeared Dennis L. Riegler known to me to be the person whose name is subscribed to the within instrument and acknowledged that he executed the same. Witness my hand and official seal. .............................. RUTH ANN CHRISTENSEN i I. NOTARY PUBLIC -CALIFORNIA PRINCIPAL OFFICE IN .'' ORANGE COUNTY . OFFICIAL SEAL My Comm,Wian Expires Feb. 1/, 1975 Approved as to Sufficiency: Da Notary ub is in and tor said tate RUTH ANINI CHRISTENSEN State of California) ) SS County of Orange ) On t(�JACCn.V� 197before me, the undersigned, a Notary Public jj CitM Hager in and for said State, personally appeared IA.: LII P E: " y known to me to be the person whose name is subscribed to the within instrument and acknowledged that they executed the same. Witness my hand and official seal. '. DONALD L. WEBB, JR. Notary Public California ° Orange Coun4y My Commission Expires October Z6, 1975 Notary Public in and for said tate January 19, 1973 Mr. J. Wylie Carlyle, County Rpoorder P. 0. Box 236 Santa Ana, CA 92702 Attached for recordation are agreements with property owners to pay the City of Newport Beach for improvements in connection with Hospital Road -Westminster Avenue street improvements. The names and addresses are: E. Malcolm Angell and Lucille R. Angell, 462 Westminster Avenue N Grant E. Parker and Elaine E. Parker, 466 Westminster Avenue Dennis L. Riegler, 467 Westminster Avenue Ralph A. Ferrera and Elena G. Ferrara, S21 Westminster Avenue �. Grace H. Claris, S35 Westminster Avenue a Henry J. 'egel and Dorothy J. Tegel, 3211 - 15th Street Henry C. Davis and Kiss Davis, 3231 - 15th Street Please return the recorded documents to my office. Daum Lagios City Cleric LL:swk enc. .._,. AUG 281972 August 28, 1972 TO: CITY COUNCIL By Oho CITY COUNCIL r,ITy 04, "NW141AT "%*"' FROM: Public Works Department SUBJECT: HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN FROM PLACENTIA AVENUE TO 15th STREET AND WESTMINSTER AVENUE WIDENING FROM NORTH NEWPORT BOULEVARD TO 15th STREET - COMBINED PROJECTS. (C-1428) RECOMMENDATIONS: DISCUSSION: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 9:30 A.M. September 18, 1972. This project will provide for: A. The installation of a new 12" water main in Hospital Road and in Westminster Avenue from Placentia Avenue to 15th Street. B. The widening to 40' traveled way and reconstruction of Westminster Avenue from North Newport Boulevard to 15th Street; construction of new and reconstruction of exist- ing curb and gutter and sidewalk along portions of Westminster Avenue. C. Construction of a storm drain system at the intersection of Westminster Avenue and North Newport Boulevard to connect to an existing system in North Newport Boulevard. Property owners who do not now have curb and gutter or sidewalk were offered the opportunity to have these improvements constructed adjacent to their property at their expense. In line with Council policy regarding Street and Sidewalk Improvements (L-5), they were asked to either: a). Voluntarily pay their share of construction funds, or b). Agree to finance their share of construction funds thru the City over a three year period. The percentage of property owners who want curb and gutter con- structed is 52%. The percentage favoring sidewalk construction is 12%. Exhibit "A" shows those properties favoring and opposing these improvements. The estimated cost of the work excluding engineering is: 0 August 28, 1972 Page 2. Subject: Hospital Road - Westminster Avenue Water Main from Placentia Avenue to 15th Street and Westminster Avenue Widening from North Newport Boulevard to 15th Street - Combined Projects (C-1428) a. Street, sidewalk, and curb and gutter reconstruction $90,800.00 b. New curb and gutter and sidewalk 2,200.00 c. Storm drain construction 10,000.00 d. Water main improvements 90,000.00 Total Project Cost $193,000.00 Funds available for the project are: 1) General Fund - Street and Alley Program $100,800.00 2) Water Fund - Water Main Replacement Program 90,000.00 3) Property Owner's Share 2,200.00 Total Funds Available $193,000.00 The work will be performed by a private contractor. The plans were prepared by the City. The estimated date of completion is December 29, 1972. )IT yx,��' Joseph T. Devlin I f�3N Public Works Director CSB:hh Att. AUG 211972' By f6. CITY COUNCIL CITY @0 OVOW A! QGACN August 14, 1972 T0: CITY COUNCIL O A�w w� FROM: Water Committee " SUBJECT: MINUTES OF JULY 26,.1972 MEETING OF THE COUNCIL WATER COMMITTEE 1. 0 C.W.D. Water Quality and Consumer Cost Report G-7 The staff reviewed the findings of the recent Water Quality Report by the Orange County Water District. The purpose of this report was to attempt to quantify the benefits to water users of a high quality water supply. Substantial savings to water users when the supply is of high quality were demonstrated. It was the feeling of the Committee that the City should en- courage the Coastal Municipal Water District to explore the feasibility of using California Project -Water -in Orange County. Although the cost per acre foot of using California Project Water would be higher than water obtained from the Colorado River it appears that, based on findings in the report, there would be a substantial savings to the customer if a higher type -water quality could be -obtained for use in Orange County. The staff was directed to write a letter to the Coastal Municipal Water District encouraging them to look into the feasibility and district wide advantages of obtaining better quality water. 2. 16th Street Reservoir Because of the increased use -of water westerly -of -the Upper Bay there is a need at this time'to reactivate the existing City owned reservoir on 16th Street: If this reservoir is put into service it will improve the level of water service to Newport Heights and both West and Central Newport. The engineering necessary to restore the reservoir to -service should proceed immediately as it appears that -the reservoir should be in opera- tion prior to next summer's peak water demands. The major items of work which are needed to restore the reservoir to service are: A. Demolition of the existing roof. B.. Sandblasting the interior and re -caulking of the joints. C. Coating the interior walls. D. Reconstructing the inlet-outlet pipes. August 14, 1972 Page 2. Subject: Minutes of July 26', 1972 Meeting of the-Council-Water Committee Constructing a new roof. F. Installing miscellaneous new piping, etc. G. Installing pumping and pressure regulating facilities. The Committee also felt that it would be advantageous to the City if the undeveloped property to the west of the 16th Street reservoir site could be acquired at this time for the possible construction of future water storage facilities. Since this property may be developed in the near future the City should proceed immediately with an appraisal. 3. 12 Inch.Main in Westminster Avenue and Hospital Road The Committee reviewed the need for the installation of a new 12 inch water main in Westminster Avenue and Hospital Road. This main will improve the reliability of water service in the West and Central Newport area, and will also serve as a replace- ment for an existing deteriorated and undersize 4 inch cast iron water main in Westminster Avenue. It is felt that a con- siderable cost savings to the City could be achieved if the main could be installed along with the current projects for improving both Westminster Avenue and Hospital Road. Funds should be provided at this time so that the water work can be completed prior to road construction. Resolution of the City of Buena Park The Committee reviewed the Resolution of the City of Buena Park urging the Board of Directors of the Metropolitan Water District to make every effort to prevent the increase in cost of purchasing M.W.D. water. The overall effect of reducing the cost per acre foot of water was not readily apparent. There was some concern over the alternate methods of financing that may be used, e.g., increasing the M.W.D. tax rate. The Committee felt that the City should take no action on this resolution at this time. 5. State Water Project Tour The City has received notice from the Coastal Municipal Water District that the proposed 3 day inspection trip of the California Water Project is planned for October 27, 28 and 29. The present plan is for 4 members of each agency to attend. Estimated cost per person is $80.00 and would be paid by the member agency. Any Councilmen desiring to take advantage of this tour should contact the Public Works Director. All reservations should be in no later than August 10. August 14, Page 3. Subject: 1972 Minutes of July 26, 1972 Meeting of the Council Water Committee 6. Rusty Water Complaints The priority and methods available for improving the water quality on the Peninsula were discussed. In recent years top priority.in main replacement has been given to areas where alley reconstruction was scheduled. A program on the Peninsula to cement line the larger diameter mains and to replace the smaller diameter mains is now being investigated. Since any relining of the larger mains will require the 18" westerly feeder to the Peninsula to be cut off for an extended period, top priority should first be given to improving the reliability of the 18" easterly feeder in Bayside Drive. Funds for the engineering of the feeder in Bayside have been budgeted this fiscal year with construction scheduled for FY 73-74. In the meantime the staff will look into the possibility of starting to replace and reline the more critical smaller diameter mains. RECOMMENDATIONS OF THE WATER COMMITTEE 1. Direct the staff to obtain an engineering proposal to prepare plans and specifications to reactivate the 16th Street reservoir. 2. Direct the staff to obtain an appraisal of the 1 1/2 acre site adjoining the present 16th Street reservoir site, and approve a budget amendment in the amount of $750 to cover the cost of the appraisal. 3. Approve a budget amendment in the amount of $90,000 for the in- stallation of a 12 inch water main in Westminster Avenue and Hospital Road. Respectfully submitted by: Councilman Croul, Chairman, and Councilman Store Minutes Prepared by: 1evl i n, 3/C t6 6 ll lc'3.7 V x y i:.. 2( jd i 0 I 1,* ti 1 � O ., �eE400N SCT. a October 4, 1972 TO: CITY CLERK FROM: Public Works Department SUBJECT: CONSTRUCTION OF WATER MAIN REPLACEMENT, HOSPITAL ROAD - WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET AND FOR WESTMINSTER AVENUE -,,STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET - CONTRACT C-1428 Attached are four copies of the subject contract documents,. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remain- ing copies to our department. Steve Bucknam Project Engineer SB:hh Att. SEP 251972 By the CITY COUNCIL CITY OF #4FWFJ%AT CGACH September 25, 1972 TO: CITY COUNCIL H - 3 G FROM: Public Works Department SUBJECT: HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN FROM PLACENTIA AVENUE TO 15th STREET AND WESTMINSTER AVENUE WIDENING FROM NORTH NEWPORT BOULEVARD TO 15th STREET - COMBINED PROJECTS (C-1428) RECOMMENDATION: Adopt a resolution awarding the contract to E. L. White Company Incorporated of Orange for $158,188.07 (Alternate "A"). DISCUSSION: Three bids were received and opened in the office of the City Clerk at 9:30 A.M. on September 18, 1972. Bidder Amount Alternate "A"--fft—ernate "B" E. L. White Co., Inc., Orange $158,188.07 $160,978.97 Gallacher Co., Inc., Costa Mesa 184,954.48 189,748.98 Sully Miller Contracting Co., Orange (Late Bid) /` Z7y Alternate "A" provides for crushed aggregate base, and Alternate "B" provides for asphaltic concrete base. The low bid on Alternate "A" is 10.5% lower than the engineer's estimate of $176,694.00. Funds for this project are available in the Street and Alley Program, Account No. 02-3372-232 in the Water Main Replacement Program, Account No. 50-9272-074 and through property owner participation. This project will provide for: A) The installation of a new 12" water main in Hospital Road and in Westminster Avenue from Placentia Avenue to 15th Street. B) The widening to 40' travelled way and reconstruction of Westminster Avenue from North Newport Boulevard to 15th Street; construction of new and reconstruction of existing curb and gutter and sidewalk along portions of Westminster Avenue. C) Construction of a storm drain system at the intersection of Westminster Avenue and No. Newport Boulevard to connect to an existing system in North Newport Boulevard. The low bidder has satisfactorily performed similar work for the City in the past. Plans were prepared by the City. The estimated date of completion is December 29, 1972. ph (f. )Devlin is ks Director CSB:hh I * 0 CONCRETE MATERIAL, INC. Oderfl 99/uni 'Ind Z'quipmr,111 for ('olfilizerelal and 7lesidefllial Service TELEPHONE: (714) 638-53EO 13832 BEACH BOULEVARD WESTMINSTER. CALIFORNIA 92683 Ti.*ve 8, 1973 Chief Disbursing Officer ('itv of Newport Beach 13300 Newport Boulevard Newport Beach, C.qlJ.fr)r-4,- Prime Cor t ra c for " (C T! "oncrete Sub-Contr,nctor Pro jest: Street T,,.gL)rove- ments - Pl.acentia Ave. to 1.501 and Westmi.T).ster to Nfel=:,nort T311rd. to l5th St. (" e- t 1 er"e-n - PIP=Isp be ad -,71J. -sed tb,,.it i7hesStop M-ticF: filed led by us in the nmoiint of 51,262.03 ap-aip,sr. the above project is 1herel-v re leased and withdrawn, and you are autl.orized by means of this letter to release ary monies beim withheld by rea.sor of said Stop Notice. cc: F. T.. White I s, P Concrete jMi 6 Y3 SPI TP: Vpry truly vours Rube- Walt -on red -it Manager 0 Stop Notice It NOTICE TO (P�IXMN l Lender) Standard Concrete Material, Inc. 13832 Beach Blvd.. WPGtminctPr_ Ca_ c) Prime Contractor: t • L. W Subcontractor (if any) H 6, Owner or Public Body: C1t I rovement nown as tre � enue rom NewDor .3.ilf�...... ........ COMES SEDT TO: nu,n, l nnrnev I'uhllr \Yorke Direeyy ' 1'InnnAg/ Ui[ectuy Illherj7 f Tat +.-� � i"n411vi lt. ,Ca. aster in the City of Newport Beach _County of_ Orange Sta e of C Iifor ia. SttanAar� Concrete 'Material, Inc. "claimant,"a California corporation /Corporation/PartnershipjSole Proprietorship) Nished certain labor and/or materials used in that certain work of improvement situated in the City of ewport Beach , County of_ Orange State of Califgrnia, known as: /name and address of project or improvemen') Street improvements. Placentia Ave. to 125th St. & Westminster Avenue That the said claimant sold and delivered to: H F- H Concrete, 1521 San Carlos, Oran&e, Ca. (Subcontra(,torIContractorlowner Bui!dcr) erecting or constructing said work of improvement or a portion thereo'; the aforesaid labor and/or materials being, to wit (describe material and labor in detail) Ready mixed concrete,m; huild;ni matPLLLLs, labor anA P ,,; mPn Total value of material/labor agreed to be furnished .......... S 2. , t�_7 4. 81 Total value of material/labor actually furnished is ..............................5 2,674. 81 Credit for materials returned, if any ....................................... S Amount paid on account, if any ......................................... S 1 , 41 2 . 7 8 Amount due after all just credits aad offsets . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S_L.2a2_LL 1 . AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of S , as provided in Sections 3156 thru 32214 of the Civil Code, and in addition thereto sums sufficient to cover interest. court costs and reasonable costs of litigation, as provided by law. A bond i. s not ,attached. (No bond required on public jobs/ lisle; not, June 4, 1073 St d d C t F Verification for Partnership or Sole Ownership STATE OF CALIFORNIA 1 COUNTY OF j SS. (Claimant or Representative) being first duly sworn deposes and says that—he is (Owner, Partner or Aqent) at _– (Firm Name) named as claimant in the foregoing claim; that—he has read said claim and knows the contents thereof, and that the facts therein stated are true. X /Signature of Affia.at) Subscribed and sworn to before me the day of 19� Name of Claimant:- an ar oncretP JatPYlal,Inc . !Firm By. -,R -Name) President (Official Capacity) Verification for Corporati STATE OF CAL117ORNIA COUNTY OI' J55. Orange R. F. .Jiminez (Claimant or Representative) being first duly sworn deposes and says that—he is V Z('S' Pre Sl dPnt /Official Capacity) 013—tandard Concrete Ma r; �jy Tnc. _ (Exact Corporate Name) a. California corporation the corporation that executed the torego ng claim; that _he makes this verification jj4ehalf of said corpora- tion; that_ he reads Im and knows the con- tents 'h that thjWcts therein stated are toe. Subscribed and sworn to before me this 4t1) dayof—?une )9-2-3 2/16 Orilla E. Baker Notary Stamp Notary ;l Clr. r. 41 Stam ORI,..L11 c. . P Stamp .M• Commission Expires My Ccmmissior, [ Original of above notice received this —_day of 19- 8MDCA FORM 4 (REV. 1 ]1) 6 0 : 0 4 May 22, 1973 E. L. White Co., 'no. f32 N. Lesson Street Oran e, CA 92667 Subject: Surety . Ieatherby Insurance Company Bonds No. : B-011923 Project: : Water Main 'Replacement Hospital Road/ Westminster Ave, from Placentia Ave. 15th St. E Westminster Ave. Street Improvements, -Yam No. Newport Blvd. 15th Street. ;bntract No; 1428 The City Cbuncil on May 7, 1973 acoepted the work, of subject project and authorized the •City Clerk to file a Notice of Cm pletion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Cmmletion was filed with the Orange County Recorder on May 9, 1973 in Book No. 10687, `aye 547. Please notify your surety company that bonds may be released 35 days after recording date. _oris M. George Deputy City Clerk rMG : �,wk cc: %''ubli.c Works Department to to RECODING REQUESTED uY AND MAIL TO City of ':elanort Eeach City Clerk 3300 '"eunorL ^_1%ri. aetrport eaci;, CP. 92660 ^ 10229 C8 NOTICF: OF COMPLFTIOI`J PUBLIC WORKS �058T .x541 RECORDED IN OFFICIAL RECORDS OF ORANGE COUN%Y, CALIFORNIA 9:05 k[A. MAY J 1973 To All Laborers and Material Men and to Every Othe:- Person Interested: YOU WILL PLEASE TAKE NOTICE that on _ April 4, 1973 the Public Works project consisting of Water Main Replacement Hospital Rd/Westminster Ave from Placentia Ave to 15th St and Westminster Ave Street Improvements, from No. Newport Blvd to 15th St,_(C-1428) on which E. . L. White Co. , Inc.__ was the contractor, and Leat_herby Insurance Come__ was the surety, was completed. CITY OF NEWPORT BFACH �—U6*lic rks Direc or VERIFICATION I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on Magt 8, 1973 _ at Newport Beach, California. V ERI FI CA TION I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 7, 1973 .---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 May 13, 1973 at Newport Beach, California. 0 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673-2110 Date: `.tav 8, 1973 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 7,ATaf.er Main rt t•pla-zament Hospital Road/Westminster Avenue and for Vrestmineter ..v.:nue 3tr;;et lnlpruv, r,I eatd;ontract No. 1"2 on which L ; ,eta Co. , jnC. was the Contractor and Leatherby Insurance Corapany was the surety. Please record and return to us. Very truly yours, Laura Lagios City Cleric City of Newport Beach LL: dg Encl. N TO: Public Works Department FROM: City Clerk 4 Date October 12, 1972 SUBJECT: Contract No. 142E ,=Main Repiarement F srital Wnadr,,--stxdmster Avenue Project an or Attached i- signed copy of subject contract for transmittal to the contractor. Contractor: f:. L. `41dte Co., Inc. Address: £;32 PI. Len"m St., Orange, :A 92667 7.5R,,198.D7 Amount: $ Effective Date: ()ctober 12, 1972 7F.24 Resolution No. Laura Lagios LL:dg Att. cc: Finance Department Q B N 9 ` ' OND o.---_- 1 25 ;:✓ iZ ` E. ---h . WHITE CO. IPiC r ,. A I ! , f 1„.� � 7.. ✓, PRINCIPAL-.___'___________. .> EFFEcrIvi- DATE UNTIL CANCELLED EXPIRATION DATE ___________________._____—___—. (Insert "Until Cancelled” if applicable) BOND [State HighwaPermit Know All Men by These Presents: WHEREAS, The hereinafter named principal has made or, will make application to the DEPART- MENT OF PUBLIC WORKS, DIVISION OF HIGHWAYS, of the State of California, for the issuance of a permit___, in accordance with and subject to the provisions. of Article 2, Chapter 3, Division I of the Streets and Highways Code, and/or in accordance with and subject to the provisions of Division 15 of the Vehicle Code, as amended; for -------- JACiffNG-A__24"_DI9TE,q_STEEL__CASISi�_gCROSS_rlFwanur_ ,BOUL.'_V_�1FiD__ T__HOSPITAL_B.OBD__FA4_TEF'i_PITRPnSF. �'_TNST4T 7.TN(; A1'_WAMP Mdlx onRoad--------------------------------- = — --= — -=- — ----- -- - —S and, WHEREAS, Said Department of Public Works, Division of Highways, acting by and through its duly authorized officers, has determined and required that said applicant shall file a bond to the people of the State of California conditioned for the proper compliance with the requirements of said legislative Act and./or Acts and the regulations thereunder of said Department of Public Works, Division of Highways, and precedent to the taking effect of such permit___, in the penal sum of T'70_— Tx_oUsar_rD_ Dollars Now, THEREFORE,* undersigned principal and_.._LE;ATKit_Z%S_UZB ICF.. CO �iY____________ a corporation organized and existing under the laws of the State of -------- and authorized to transact business in the State of California, as surety, are held and firmly bound in the whole sum Dollars, lawful money of the United States of America, unto the State of California, and unto the Department of Public Works, Division o:: Highways, of said State, and unto the Director of Public Works, the State Highway Engineer, and the several engineers, officers and employees of said Division of Highways, each and all, both in his and their official and individual capacities, all hereinafter designated as the obligees herein, for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if the said—.—_E.--I ti-MEZTr __Ca_r_ his, their, or its heirs, executors, administrators, successors, and .assigns shall properly comply with the requirements of said Act and/or Acts of the Legislature of the State of California, herein before referred to, and of the terms and conditions of said permit_, for___JgCbISIG_A_24_'' Dlnr:rFmra car __ CASING ACROSS NEWPORT BOULEVARD AT HOSPITAL ROAD FOR ME--PU$POB_-Qx__jyjg3pt,i,f.:r A 12" WATER MAIN. issued by said Department of Public Works, Division of Highways, and shall indemnify and save harm- less the above obligees, and each of them, from any and all claims, suits, action or actions of every name, kind and description, brought :for or on account of any damage or injury to the State highway, or any part thereof, or to any real or personal property, or to any person or persons whomsoever, occasioned by or arising out of the doing of any work under permit or permits covered by this bond or occasioned by or arising out of any failure of the principal to comply with any of his or its obligations under any such permit or permits, and shall properly safeguard said work and the State highway and all bridges and other structures thereon, and shall bear the entire expense of replacing the highway and every part thereof in as good condition as before, then this obligation to be void; otherwise to be in full force and effect. Unless otherwise stated herein, this bond shall cover any act or omission of the principal under the permit_-_- above referred to done or omitted at any time between the date hereof and 30 days after written notice of the cancellation of this bond is received by the Division of Highways of the State of California from the surety. IN WITNESS WHEREOF We have hereby set our hand arid seals this ---------- 4th ----------------- ____ day of____OCTOBER ----------------------------- 1972_-- E._L.WHITE; _CO.�INC.----------- 73 INGIPA L --1N-D-- ND APPLICA ,N�T ------ M2--NORTH. LEMO?f_&xREET.�_OBAP:4$.;__L'ALL"OEiIdIt1 BUSINESS ADDRESS LEATHERBY INSURANCE COITANY -- — — ----------------`---------- SURETY ORNEY IN FACT � � � ,OROE L -- .ByBy -------------- ------------------------------------------------- STATE OF CALIFORNIA oF_______j0RAXGE_. — ---------------- Iss. On tbis______A�t--..__.day of_—. ---OCTOBER --------------------------------- ---- in the year one thousand nine hundred ,nd—SEVENTY-TWO - ---- - -------------- ------ - ---- before me.--.__.._J,-_E. -- _____________________County ---- — --------------- a Notary Public in and for the ........... _ .......... County of_ ORANGE ------ --, State of California, residing therein, duty commissioned and sworn, personally apPeared__.______GE0RGE L. WYE -- — - -------- ­_ -------------- - ------ — ------ ------- - - ------------------------------------_----- known to me to be the person____ whose name___ isIXFo subscribed to the -within instrument as the Attorney in fact and of the.___W1 and the said--------_----_---'-_--_-- ------------ - acknowledged to me subscribed the name of"' LFATIMBY INSURANCE COMPANY thereto as surety and--_. --------- --own name— as Attorney in fact Iia Wr�rllEss Wz-mimop, I have hereunto set my band and affixed any official seal, in liJ Cont; of---' n __�()RANII the day and year in this certifi e rst a ydit z C7 Noltary. Pu�bli c in ---- - —Cou;tY Of -z W_GE------- at ofCalifornia. My'commissiox expires— JULY OFFICIAL SEAL JERNIGAN NOT. USLIC-CALWORNIA PRINCIPAL OFFICE 1,14 ORANGE COUNTY .......My.�pmmi5sion Expires July 21, 1975 h M a CONTRACT NO. C-142.8 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR WATER MAIN REPLACEMENT HOSPITAL ROAD - WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15 -IH STREET AND FOR WESTMINSTER AVENUE STREET :IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET Approved by City Council this 28th day of August, 1972 Laura Lagios, City C r SUBMITTED: CITY CLERK E. L. 'White Co., Inc. 'Contractor 832 No. Lemon TW—ress Orange 92667 71tyZip 639-8555 Phone $158,188,07 Total Bid Price - Base Bid Only rays i � OCITY OF 111'vTCRi LEACH, CALIFOX NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newpor- _r.ach, California, until 9:30 _ A.M. on the 18th day of _ September , 19_7.2 at which time they will be opened and read, for performing work as follows: WATER MAIN REPLACEMENT, HOSPITAL ROAD - WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET AND FOR WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET CONTRACT NO. 147.8 Bids must be submitted on the proposal form attachec with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the b'.'dder 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 tie 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. [resignation of Subcontractors C. Bidder's Bond D. Non -collusion Affidavit E. Statement of Financial Responsibility F. ,lechnica' Ability and Experience References These documents shall be affixed with the signature and titles of the persons si=wing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corpora=e Seal shall be affixed to all documents requiring signatures. In the case of a Partne 'rip, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordan-e with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be ob incd at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • Page la 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 $3.00 per set. 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. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770-1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6-12-72 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,, 248797 Classification C-12 �C p le. Accompanying this proposal is Bidders Bond , Certified Check, Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 639-8555 hone Number 9/18/72 Dat,. E. L. White Co., Inc. :Bidder's Name (SEAL) S/ E. L. White, Pres. Authorized_Signature _ uthorized Signature Corp. 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: E. L. White, Pres. & Manager Elaine Stevens, Sec. -Treasurer DESIGNATION OF SUB -CONTRACTORS Page 3 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 Pipework E. C. Thomas Cont. 18321 Edgewood, Villa Park, CA 2,. Conc. H. & H. Concrete 1521 San Carlos Ave., Orange, CA 3. 4. 5. 6. 7. 8. 10. 11 12. E. L. White Co., Inc. Bidder's Name . S/ E. L. White, Pres. i g� ure 0 Corp. Type of Organization (Individual, Co -partnership or Corp) 832 No. Lemon Orange, CA: 92667 X22ress k. FOR J)GINAL SEE CITY CLERK'S FILE COO Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, E. L. White Co., Inc. , as Principal, and Leatherby Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Water Main Replacement Hospital Road - Westminster Avenue from Placentia Avenue to 15th Street and for Westminster Avenue Street Improvements from North Newport Boulevard to 15th Street. 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 18 day of September 1972 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) J. E. Jernigan, Notary Public Commission expires July 21, 1975 TA Title E. L. WHITE CO., INC. Principal Leatherby Insurance Company Surety S/ Louis G. Graham, Jr., Attorney -in -Fact I'J V 9 NON -COLLUSION AFFIDAVIT • 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 18th day of Sept. , 19 72 . My commission expires: May 14, 1975 S/ E. L. White, Pres. Elma Elaine Stevens Notary u is *ORIGINAL SEE CITY CLERK'S FILE*PY Page 6 STATEMENT Of FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.finamial responsibility. On file with City Clerk Have been, in the contracting business since August of 1965. Completed: 3.5 million dollars in work in 1969 2.8 fl it it 1' 1970 2 1971 Own: $250,000.00 worth of heavy construction equipment & property Can bond $1,000,000.00 on contracts. Have Accounts Receivable $195,330.64 Cash in bank $ 15,000.00 Keep all accounts paid current. S/ E. L. White, Pres. Si ne 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. Oct. 8, 1971 City of Orange March 1972'. City of LaHabra June 1972 City of Fountain Valley Aug. 1972 City of Santa Ana Aug, 1972 City of Westminster Sept. 1972 City of Westminster S/ E. L. White, Pres. • Page 8 BOND NO. B-011923 LABOR AND MATERIAL BOND PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR PARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted September 25, 1972 has awarded to E. L. White Co., Inc. hereinafter designated as the "Principal", a contract for Water Main Replacement Hospital Road - Westminster Avenue from Placentia Avenue to 15th Street and for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We E. L. WHITE CO.. INC. as Principal, hereinafter designated as the Contractor and LEATHERBY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of CFVFNTV_NTNF THnIICANn NTNFTY_Fn11R ANn n3/lnn-------- Dollars ($19.094.03 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. y` Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,. extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of SEPTEMBER , 1972, (Seal) ontractor inrVIA Mi NP, I (Seal) Approved ((as to form: a City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ate Attest: r City Clerk M State of CALIF. i County of ORANGE f ssc On SEPTEMBER 28, 1972 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared JACQUELINE E. JERNIGAN known to me to be Attorney -in -Fact of LEATHERBY INSURANCE COMPANY, the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto sec my hand and affixed my official he day and year seated in this certificate above. mmnunun,awwn9nnmmnuF imimnmv, 2 a. O PA.:IAL SEAL' My Commission Expires -_�..� N .JOAN C KELSEY --- Notary Public abbe FURNIA PRING PVL OFF-C.E IN E ORA -,E to-.NTY FORM 199 imissicn Expires ;:cv. 15, 1914 E ......nninnu.w.... ...nnnun....... �J Page 10 BOND NO. B-011923 PERFORMANCE BOND PREMIUM: $1,055.00 EXECUTED IN FOUR PARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 25, 1972 has awarded to E. L. White Co., Inc. hereinafter designated as the "Principal", a contract for Water Main Replacement Hospital Road - Westminster Avenue from Placentia Avenue to lbth streetan or Westminster Avenue Street Improvements from North Newport Boulevard to 15th Street in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, E. L. WHITE CO.. INC. as Principal, hereinafter designated as the "Contractor", and LEATHERBY INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EIGHTY-EIGHT AN?,, 07/100 ONE HIINnRED FIFTY-EIGHT THOUSAND ONE HUNDRED/ Dollars ($158,188.07 �r said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. I P 23 0 0 Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of SEPTEMBER 1972 Approved as to form: S City Attorney (Seal) (Seal) ~ (Seal) Contractor (seal urety - - Scale of CALIF ' County of ORATIGE � ss: On SEPTEMBER 28, 1972 1 before me, a Notary Public in and for said Count)- and State, residing therein, duly commissioned and sworn, personally appeared JACQUELINE E. JERNIGAN known to me to be Attorney -in -Fact of LFATHERBY INSURANCE COMPANY, the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official e -all, the day and year stated in this certificate above. t .......... 11 1 1. 1- • �,EAL C. KELSEY . ..... ............ My Commission Expires...;-. E ----- ------- PRIN,!PxL OFFICE IN r�otary'�Ublic OliA.'SoE :O.:NTY FORM 199 ,'r�rnrnissjon Expires Fay. 15, 1974 I. . 1.111.111 ................ . . . ..... 1 ................::a CONTRACT THIS AGREEMENT, made and entered into this Page 12 day of OCT 12 1912 , 19_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and E. L. White Co., 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 Water Main Replacement Hospital Road - Westminster Avenue from Placentia Avenue to 15th 5treet and for Westminster Avenue Street improvements from North Newport Boulevard to 15th Street 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 works 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 Proposals 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. CITY OF NEWPORT BEACH, CALIFORNIA 7 By —'Tit e� Approved as to form: City Attorney CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 September 8, 1972 PROPOSAL AND SPECIAL PROVISIONS FOR HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN REPLACEMENT TRW- PLACENTIA AVENUE TO 15th STREET AND WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15th STREET 1972-73 CONTRACT NO. 1428 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that bid items No. 19A, 19B, 20A, and 20B have been amended and are included in the attached revised proposal. PROPOSAL: The original proposal (printed on white paper), pages PR 1 thru 8 is superseded in its entirety to include the changes in bid items No. 19A, 19B, 20A, and 20B, to re- place them with bid items 19A, 19B, 19C, and 20. Two copies of the new revised Proposal printed on pink paper shall be used for bidding Contract No. 1428. SPECIAL PROVISIONS: Please be advised that line 1, paragraph 2, Section X (work within State Highway No. 55 Right of Way), SP 3 of 13, has been revised and shall now read as follows: "The contractor is required to post a $2000.00 bond on State of California Bond Form. NOTE Please sign and show the date of receipt on this addendum and insert a copy with your proposal. Steve Bucknam Project Engineer [.xA,TJ SIGNATURE AND DATE OF RECEIPT BY CONTRACTOR S/ E. L. White, Pres. 9/12/72 nATF 9/18/72 • 9-8-72 •ISED PR 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN REPLACEMENT FROM PLACENTIA AVENUE TO 15th STREET AND WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15th STREET 1972-73 CONTRACT NO. 1428 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1428 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 294 Install 6" asbestos cement water main Linear Feet (Class 150) and appurtenances, complete in place @ Eight Dollars and forty six Cents $ 8.46 $ 2487.24 Per Linear Foot 55 Linear Feet Install 10" asbestos cement water main (Class 150) and appurtenances, complete in place. 2 Ten Dollars and thirty five Cents Per Linear oot 10.35 o- 569.25 • 9-8-72 W SED PR 2 of 8 110QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 2815 Install 12" asbestos cement water main Linear Feet (Class 150) and appurtenances, complete in place @ Thirteen _ _ Dollars and two Cents $ 13 n9 $_ 36 .6553 30 Per Linear Foot 4. 160 Install 12" ductile iron pipe Linear Feet (Class 2) with "lock type" mechanical joints and appurtenances, complete in place @ Twenty three Dollars and eleve Cents $ 23.T1- $ 3.697.60 er inear o0 5. 142 Install 24" jacked steel casing Linear Feet complete in place @ Fifty four Dollars and sixty eight Cents $ 54-69 $ 7,764.56 Per Linear Foot 6. 6 Install 6" (Ring-tite) gate valve Each @ Two hundred forty seven Dcllars and thirty eight Cents $ 247.38 $ 1484.28 Per Each 7. 1 Install 8" (Ring-tite) gate valve Each @ Three hundred twenty five _ Dollars and fift Cents $ 325.50 $ 325.50 Per Eac 8. 1 Install 10" (Ring-tite) gate valve Each @ Five hundred seven Dollars and sevens eight _ Cents $ 507,78 $ 507.78 Per ac • 9-8-72,&VISED VK o UT U ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 7 Install 12" (Ring-tite) gate valve Each @ Five hundred fifty three Dollars and thirty five Cents $ 553.35 $ 3,873.45 Per Each 10. 2 Relocate existing fire hydrant Each assembly @ Five hundred thirty three Dollars and eighty Cents $ 533.80 $ 1.067.60 Per Each 11. 1 Install 24" x 12" welded connection Each assembly with 12" gate valve. @ Sixteen Hundred twenty seven Dollars and ----- Cents $1.627.00 $1,627.00 Per Each 12. 4 Relocate existing water meter and Each install 1" water service to meter, complete in place @ One hundred fifty six Dollars and ------- Cents $ 156 -nn $ 624 nn er Each 13. 3 Install fire hydrant assembly with Each 6" flange - Ring-tite valve @ Nine hundred twenty four Dollars and ------- Cents $ 924.00 $ 2,772.00_ Per Each 14. 1 Install 4" pressure regulator Lump Sum assembly @ Thirty five hundred eighty Dollars and ------- Cents $3,580.00 $ 3,580.00 Lump Sum • 9-8-72 REVISED PR 4 of 8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 1 Install 2" water service as Each bleed -off valve @ Three hundred seventy eight Dollars and 378.00 378.00 — -------- Cents $ $ e� r Eac 16. 30 Lower existing 6" asbestos Linear Feet cement pipe water main @ Five Dollars and twenty one Cents $ 5.21 $ 156.30 —er—'inear Foot 17. 993 Construct permanent asphaltic Linear Feet concrete trench patching - 6" thick @ Two Dollars and seventy Cents $ 2.70 $ 2,681.10 er Linear Foot 18. 40 Construct permanent portland cement Linear Feet concrete trench patching - 8" thick @ Three Dollars and thirteen Cents $ 3.13 $ 125.20 Per Linear Foot 19A. 480 Construct 1" thick asbestos asphaltic Tons concrete surfacing. @ Eighteen Dollars and '- Cents $ 18.00 $ 8,640.00 Per Tori 19B. 960 Construct 2." thick asphaltic concrete Tons base course @ Eleven Dollars and four Cents $ 11.04 $10,598.40 Per Ton 9-8-72 REVISED PR5of8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19C 7,020 Construct 14" thick aggregate base Tons course (53,131 S.F.) and 16" thick aggregate base course (26,564 S.F.) @ Four Dollars and eleven _ Cents Per Ton $ 4.11 $ 28,852.20 20 (Thick Lift Construct 9" thick asphaltic concrete Alternate) base course (53,131 S.F.) and 10" thick 4,470 asphaltic concrete base course (26,564 S.F.) Tons Nine @ Dollars and forty five Cents $ 9.45 $42,241.50 Per Ton 21. 7,575 Square Feet Construct 4" thick asphaltic concrete driveways, parking areas and shoulders. @ ----- Dollars and Seventy four Cents $ 74 $ 5,605 So Per Square Foot 22. 1,602 Construct variable thickness asphaltic Square Feet concrete feather join. @ ------ Dollars and Forty three Cents $ .43 $ 688,86 Per Square Foot 23. 2,719 Construct 6" type "A" portland cement Linear Feet concrete curb and gutter per CNB Std -101-L. @ Three Dollars and thirteen _ Cents $ 3.13 $ 8.510.47 Per Linear Foot 24. 88 Construct 6", type "C" Portland Linear Feet cement concrete curb and gutter per CNB Std. -102-L. @ Three Dollars and thirteen Cents $ $ 275.44 Per Linear Foot 9-8-1972 REVISED I13.IF.5 Q ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 75 Construct 6" thick Type "I" portland Square Feet cement concrete commercial driveway approach per CNB Std. 108-L. @ One Dollars and four Cents $ 1.04 Per Square Foot 26. 1,547 Construct 6" thick Type "I" portland Square Feet cement concrete residential driveway approach per CNB Std. -110-L. $ 78.00 @ ----- Dollars and Ninety one Cents $ .91 $ 1,407.77 Per Square Foot 27. 4,800 Construct 8" thick portland cement Square Feet concrete cross gutter per CNB Std. -105-L @ One twent fo er Squareur Foot Dollars and Cents $ 1,24 $ 5,952.00 28. 2,616 Construct 4" thick portland cement Square Feet concrete sidewalk per CNB Std.103-L @ ------- Dollars and Sixty four Cents $ .64 $ 1,674.24 Per Square Foot 29. 998 Construct 4" thick portland cement Square Feet concrete pavement @ ------ Dollars and Seventy six Cents $ .76 $ 758.48 Per Square Foot 30. 640 Construct 6" thick portland cement Square Feet concrete alley approach per CNB Std. -106-L @------- Dollars and Ninety one Cents $ .91 $ 582.40 er Square Foot 9-8-1972 REVD PR 7 of 8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31. 9 Each Adjust manhole cover to grade. @ Eighty four Dollars sixty and Cents $ 84.60 $ 761.40 Per Each 32. 15 Adjust valve box to grade. Each @ Fifty two Dollars and ----- Cents $ 52.00 $ 780.00 Per Each 33. 72 Construct 18" storm drain R.C.P. (2000-D) Linear Feet or A.C.P. (Class III) - complete in place. @ Twenty Dollars and eighty Cents $ 20.80 $ 1,497.60 er Linear Foot 34. 93 Construct 24" storm drain R.C.P. (2500-D) Linear Feet or A.C.P. (Class IV) encased complete in place. @ Thirty two Dollars and fifty five Cents $ 32.55 $ 3,027.15 Per Linear Foot 35. 1 Construct curb inlet No. 1 Type OL -A Each (L=22') per CNB. Std. -305-L @ Twenty Seven Hundred Fifty Nine Dollars and ---- Cents $2,759.00 $ 2,759.00 Per Each 36. 1 Construct curb inlet No. 2 Type OL -A Each (L=14') per CNB Std. -305-L. @ Twenty one Hundred Sixteen Dollars and Cents $2,116.00 $ 2,116.00 Per Each 37. 1 Construct curb inlet No. 3 Type OL -A Each (L=23') per CNB Std. -305-L. @ Twenty Eight Hundred Ninety Seven Per Each Dollars and Cents $ 2,897.00 $ 2,897.00 9-8-72 REVISED PR 8 of 8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 6 Install Standard Survey Monument per Each CNB Std. -113-L. @ Fifty nine Dollars and ----- Cents Per Each ALTERNATE A TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1 - 38; INCLUDING ITEMS 19A, 19B, and 19C) EXCLUDING ITEM 20A One Hundred Fifty Eight Thousand One Hundred Eighty Eight Dollars and seven Cents ALTERNATE B TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1-38; INCLUDING ITEMS 19A and 20A) EXCLUDING ITEMS 19B and 19C $ 59.00 $ 354.00 One Hundred Sixty Thousand Nine Hundred Seventy Eight Dollars and ninety seven Cents $ 160,978.97 CONTRACTOR'S LICENSE NO. DATE 9/18/72 248-797 E. L. White Co., Inc. 1 er s Name S/ E. L. White, Pres. uthorized Signature ADDRESS 832 No. Lemon Street, Orange CA 92667 TELEPHONE N0. 639-8555 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT INDEX TO i SPECIAL PROVISIONS FOR WATER MAIN REPLACEMENT HOSPITAL ROAD -WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET 1972-73 AND FOR WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET 1972-73 C-1428 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION AND ORDER OF WORK . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . '1 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . . . . . . . . . 2 VII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE . . . . . . . 2 VIII. SHUTTING DOWN THE EXISTING WATER MAINS . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . 2 X. WORK WITHIN STATE HIGHWAY NO. 55 RIGHT OF WAY . . . . . . . . . . . . . 2 XI. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XIII. A. CONSTRUCTION DETAILS - WATER IMPROVEMENTS 1. Asbestos Cement Pipe Water Mains . . . . . . . . . . . . . . . 3 a. General . . . . . . . . . . . . . . . . . . . . . . . . . 3 b. Class of Pipe . . . . . . . . . . . . . . . . . . 4 c. Pipe .Materials and Manufacture . . . . . . . . . . . . . . 4 d. Handling, Loading, and Unloading Pipe . . . . . . . . . . . 4 i I , INDEX TO SPECIAL PROVISIONS CONTRACT 1428 XIII. A. CONSTRUCTION DETAILS - WATER IMPROVEMENTS (CONT -D) 2. Ductile Iron Pipe and Jacked Steel Pipe Casing . . . . . . . . 4 a. General . . . . . . . . . . . . . . . . . . . . . . . 4 b. Ductile Iron Pipe . . . . . . . . . . . . . . . 5 1. Class of Pipe and Type of Joints . . . . . . . . . . . 5 2. Pipe Materials and Manufacture . . . . . . . . . . . 5 3. Handling, Loading and Unloading Pipe . . . . . . . . . 5 c. Jacked Steel Casing . . . . . . . . . . . . . . . . . . . 5 3. Relocation of Pressure Regulator Assembly . . . . . . . . . . 6 4. Gate Valves. . . . . . . . . . . . . . . . . . . . . . . . . 6 5. Fire Hydrant Assemblies . . . . . . . . . . . . . . . . . . . 6 6. Fire Hydrant Relocations . . . . . . . . . . . . . . . . . . . 6 7. Welded Connection to 24 -Inch Reinforced Concrete Cylinder Pipe . . . . . . . . . . . . . . . . . . . 6 8. Water Services to Meters . . . . . . . . . . . . . . . . . . . 6 9. Trench Excavation and Backfill . . . . . . . . . . . . . . . . 7 10. Trench Patching . . . . . . . . . . . . . . . . . . . . . . . . 7 11. Bracing Excavations . . . . . . . . . . . . . . . . . . . . . 7 XIII. B. CONSTRUCTION DETAILS - STREET IMPROVEMENTS 1. Pavement Removal, Excavation, and Subgrade Preparation . . . . 7 2. Asphaltic Concrete Construction a. Aggregate Base Course. . . . . . . . . . . . . . . . 8 b. Asbestos Asphaltic Concrete Surface Course . . . . . . . . 8 c. Asphaltic Concrete Base Course (Thick Lift). . . . 9 d. Asphaltic Concrete Drives, Parking Areas and Shoulders 10 e. Variable Thickness Asphaltic Concrete Feather Joints 10 3. Restoration of Existing Improvements . . . . . . . . . . . . . 10 4. Landscaping Protection and Restoration . . . . . . . . . . . . 10 5. Relocation of Mailboxes . . . . . . . . . . . . . . . . . . . 10 6. Portland Cement Concrete Improvements . . . . . . . . . . . . 10 a. General . . . . . . . . . . . . . . . . . . . . . . . . . . 10 b. Cross Gutters, Spandrels . . . . . . . . . . . . . . . . . 11 c. Curb and Gutter . . . . . . . . . . . . . . . . . . . . . 11 ii INDEX TO SPECIAL PROVISIONS • CONTRACT 1428 XIII. B. CONSTRUCTION DETAILS - STREET IMPROVEMENT (CONT'D) 6. Portland Cement Concrete Improvements (Cont'd) d. 4 -inch P.C.C. Sidewalk . . . . . . . . . . . . . . . . . . 11 e. Alley Approaches . . . . . . . . . . . . . . . . . . . . . • 12 7. Storm Drain Construction a. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 b. Storm Drain and Appurtenances . . . . . . . . . . . . . . . 13 8. Protection of Existing Property Line Monuments . . . . . . . . • 13 9. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . . . . 13 10. Survey Monuments . . . . . . . . . . . . . . . . . . . . . . . . 13 iii • CITY OF NEWPORT BEACH _ . SP 1 of 13 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN REPLACEMENT HOSPITAL ROAD -WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET AND FOR STREET IMPROVEMENTS WESTMINSTER AVENUE FROM NORTH NEWPORT BOULEVARD TO 15TH STREET 1972-73 CONTRACT NO. 1428 I. SCOPE OF WORK The work to be done under this contract consists of the installation and replacement of water mains and various appurtenances, including temporary pavement restoration in Hospital Road between Placentia Avenue and North Newport Boulevard; and the reconstruction of Westminster Avenue from North Newport Boulevard to 15th Street and construction of a storm drain system in Westminster Avenue at North Newport Boulevard. The contract requires completion of all the work as shown on the Plans (Drawing Nos. W -5088-S and R -5170-S) and in accordance with these Special Provisions, the City's Standard Specifications (Standard Specifications for Public Works Construction, 1970 Edition including 1971 and 1972 supplements), the City's Standard Special Provisions and Standard Drawings. The City's Standard Specifications are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870-9871. The City's Standard Drawings and Special Provisions may be obtained at the Public Works Department for a fee of $3.00. II. AWARD OF CONTRACT Bidders shall submit bids for both Alternate "A" and Alternate "B". Award of the contract will be made on either Alternate "A" or Alternate "B". The City reserves the right to award the contract on the basis of either Alternate "A" or Alternate 1B% III. COMPLETION OF WORK The contractor shall complete all the work covered under this contract within 90 calendar days after execution of the contract by the City and as specified in Sections 6-8 and 6-9 of the Standard Specifications. IV. PAYMENT Payment for all incidental items of work not separately provided for in the Proposal shall be included in the unit price bid for the various items of work and no additional compensation shall be made. SP 2 of 13 V. TRAFFIC CONTROL AND ORDER OF WORK • The contractor shall provide traffic control in compliance with Section 7-10 of the Standard Specifications. During water main, storm drain, portland cement concrete curb and gutter, sidewalk, median, and cross gutter construction, streets may be restricted to one traffic lane, controlled by Flagmen, during working hours, but must be restored to two way traffic at the end of each working day and on weekends and holidays. During subgrade preparation, placement of base material, and asphaltic concrete base and surfacing operations, Westminster Avenue from Beacon Street to Fifteenth Street may be closed to all but local traffic on a block by block basis. (The maximum time allowed for this closure will be 14 calendar days.) The above controls apply to all streets except Hospital Road from Placentia Avenue to Newport Boulevard, on which one'traffic lane (11 feet wide) in each direction shall be maintained at all times during construction. Access to the Park Lido Medical Center driveway on the north side of Hospital Road (Sta 4 + 30)(water improvements) may be blocked for a period not to exceed two working days during construction. Construction of water mains shall commence from Placentia Avenue along Hospital Road, then along Westminster Avenue to 15th Street in an easterly direction. VI. NOTIFICATION TO RESIDENTS AND BUSINESSES The city will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the city, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, 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 prior to shutting down of water service to affected residences and businesses. VII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE Prior to construction, the contractor and the engineer will determine what utility boxes and/or covers, etc. are broken and not salvagable. Cracked water meter boxes shall be salvaged and reset by the contractor. Badly broken or shattered water meter boxes will be replaced by the city and reset by the contractor. Utility boxes, water meter boxes, and/or covers, etc. broken as a result of the contractor's operations, shall be replaced at the contractor's expense. All utility boxes, valve covers, etc. shall be reset to the existing adjacent pavement surfaces on Hospital Road and to the future pavement surface on Westminster Avenue. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. • • SP 3 of 13 VIII. SHUTTING DOWN THE EXISTING WATER MAINS The Utility Superintendent, Mr. Tom Phillips, (714) 673-2110, Extension 267, of the City's Utility Division shall be notified at least 24 hours in advance of the need to shut down any existing water main. No shutdowns will be allowed on Fridays, Saturdays, Sundays or legal holidays. The Utility Division is located at the City Corporation Yard, 592 Superior Avenue, Newport Beach, California. IX. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction shall be the responsibility of the contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed on all items normally accepted by agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional compensation will be made. WORK WITHIN STATE HIGHWAY NO. 55 RIGHT OF WAY This contract requires completion of all work within the State of California Division of Highways right of way (Highway 55- Newport Boulevard) to be done in accordance with the requirements of State Encroachment Permit No. 772-U-798645 attached hereto, and the State of California Standard Specifications, 1971 edition. The contractor is required to post a $4,000.00 bond on a State of California Bond Form P-4 which will cover his work within the State right-of-way for a two-year period. The contractor will also be required to make arrangements to pay t e tate Division of Highways for inspection, striping, and testing charges. XI. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are shown on the Plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility to locate its facilities. XII. 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 shall 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. XIII. A. CONSTRUCTION DETAILS - WATER IMPROVEMENTS Asbestos Cement PiDe Water Mains General The price bid per linear foot for asbestos cement water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks, miscellaneous fittings and appurtenances, slope protection, and landscaping replacement, etc. required to construct operative water mains, excluding gate valves, temporary, and permanent trench resurfacing • • SP 4 of 13 (111. A. CONSTRUCTION DETAILS - WATER IMPROVEMENTS (CONT'D) I. Asbestos Cement Pipe Water Mains (Cont'd) b. Class of Pipe All asbestos cement pipe supplied under this contract shall be a minimum of Class 150. Pioe Materials and Manufacture Asbestos cement pressure pipe shall conform to Section 207-7 of the Standard Specifications and these Special Provisions. All asbestos cement pipe delivered to the construction project shall be marked in conformance with Section 207-7.8 of the Standard Specifications. In addition to these requirements, all asbestos cement pipe products which are manufactured of foreign materials or outside the United States shall be sampled and tested at a distribution or storage point in California in conformance with the hydrostatic strength, flexural strength, and crushing strength requirements of A.S.T.M. Specification C-296. The contractor, at no cost to the City, shall supply the facilities and arrange for the testing by a testing laboratory licensed by the State of California. A Certificate of Compliance certifying the above requirements and signed by the testing laboratory shall be furnished to the engineer prior to the time of delivery of the pipe. All pipe not conforming to the above requirements will not be acceptable for the project. Handling, Loading, and Unloading Pipe Asbestos cement pipe shall be handled in such a manner so as not to be dropped or bumped. The pipe shall be so loaded that the spigot end of the pipe shall not come in contact with the back of the bell of the adjacent pipe. Machined ends of the pipe shall be protected from damage by scratching or chipping, and any damaged section will either be rejected or shall be cut and anew machined end section made conforming to the original section. Repaired pipe shall be submitted to the engineer for his approval as to compliance with these specifications. 2. Ductile Iron Pipe and Jacked Steel Pipe Casing a. General The price bid per linear foot for ductile iron pipe water mains shall include the cost of excavation, backfill, ductile iron pipe water main, and all fittings including thrust blocks, bends, adaptors, etc. necessary to construct and connect an operative water main under Highway 55 to the new asbestos cement water mains in Hospital Road and Westminster Avenue. The price bid per linear foot of jacked steel casing shall include the cost of jacked steel pipe casing excavation, backfill, sand fill, blocking, and appurtenances necessary to install a complete casing under Highway 55 and shown on the plans. • • SP 5 of 13 XIII. A. CONSTRUCTION DETAILS - WATER IMPROVEMENTS (CONT'D 2. Ductile Iron Pipe and Jacked Steel Pipe Casing (Cont'd) b. Ductile Iron Pipe 1. Class of Pipe and Type of Joints All ductile iron pipe supplied under this contract shall be a minimum of Class 2 (wall thickness 0.37 inches) as specified by ASA Std. A 21.50 (AWWA H3-65). All joints for ductile iron pipe used in this contract shall be "lock -type" mechanical joints except for flanges at bends at the ends of the casing, as manufactured by U. S. Pipe Corporation. Installation shall conform to Subsection 306-2.3.4 (d) of the Standard Specifications and to ASA Std. A 21.11 (AWWA C111). 2. PiDe Materials and Manufacture All ductile iron pipe supplied under this contract shall conform to the requirements of ASA A 21.51 (AWWA C151). 3. Handling, Loading and Unloading Pipe Ductile iron pipe shall be handled in such a manner so as not to be dropped or bumped. The pipe shall be so loaded so that the spigot end shall not come in contact with the back of the bell of the adjacent pipe. Ductile iron pipe shall be placed on sleepers notless than 4 inches in width. Pipe unloaded by hand shall be snubbed all the way down the skids, and if the pipe is unloaded on paved streets, it shall be rolled on wooden planking to the place of storage. Pipe that has been dropped or severely bumped shall be hydro- statically tested at the contractor's expense before being installed. The test pressure shall be not less than 500 pounds per square inch, and held for a period of not less than 30 seconds. Pipe that leaks or shows any other defects shall be rejected. Pipe shall be handled only by means of end hooks, manila rope, wire rope covered with fire hose or equivalent padding, fabric slings or rubber -lined clamps. All ductile iron pipe outside of casing shall be wrapped with an 8 mil polyethylene plastic wrap, and shall be backfilled with sand having a minimum sand equivalent of 30, to a foot above the pipe. c. Jacked Steel Casi Jacking of the steel casing under State Highway 55 shall conform to Subsection 306-2.4 of the Standard Specifications. • . • SP 6 or 13 ' I. A. CONSTRUCTION DETAILS - 14P.;ER IMPROVEMENTS (CONT'D) 3. Pressure Regulator Assembly The unit price bid for the pressure regulator assembly as shown on Sheet 4 of the Plans shall include vault, cover, pipe, fittings, flanged gate valves (4 -inch), 4 -inch pressure regulator valve, all gages, and all appurtenances thereto, and no additional compensation will be allowed. Provisions shall be made by the contractor prior to installation of the regulator assembly to reduce water pressure in the following mains: the 4 -inch C. I. in north Newport Boulevard and the 4 -inch C. I. in Broad Street west of Westminster Avenue. The contractor shall coordinate this operation with the city's Utility Division. 4. Gate Valves All gate valves supplied under this contract shall conform to the require- ments of Subsection 207-14.2 of the Standard Special Provisions. The unit price bid for gate valves (6", 8", 10", and 12") shall include all valves excluding those included in tapping sleeve connections, and fire hydrant assemblies. 5. Fire Hydrant Assemblies Installation of all fire hydrant assemblies except as noted on Hospital Road shall conform to CNB -STD -500-L. The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, ring-tite flanged gate valves, thrust blocks, and pipe required to connect the assembly to the gate valves and water main. 6. Fire Hydrant Relocations The contractor shall relocate the two existing fire hydrants on Hospital Road near Placentia Avenue in conformance with CNB -STD -500-L and as shown on the plans. The unit price bid for fire hydrant relocation shall include the relocation of the existing hydrants and construction of new risers, elbows, ring-tite gate valves, thrust blocks, and any pipe necessary to connect the relocated hydrant to the new water main. 7. Welded Connection to 24 -inch Reinforced Concrete Cylinder Pipe The unit price bid for the installation of the welded connection to the 24 -inch R.C.C.P. in Placentia Avenue at Hospital Road as shown on Sheet 2 of the Plans shall include 12 -inch flanged standard steel pipe outlet with cement mortar coating welded complete in place onto the 24 -inch R.C.C.P., hot tap of 24 -inch R.C.C.P., and 12 -inch gate valve. 8. Water Services to Meters New one inch (1") copper water services (per CNB -STD -501-L) shall be installed in streets where shown on the Plans for existing and relocated water meters, and air release purposes. The unit price bid for water services shall include a new crater service lateral, angle meter stop, corporation stop, service clamp and all other appurtenances required to connect the existing or relocated water meters to the new water mains. (XIII 0 0 CONSTRUCTION DETAILS - WATER IMPROVEMENTS (CONT'D) Trench Excavation and Backfill SP 7 of 13 Trench excavation and backfill operations shall conform to Section 306 of the city's Standard Specifications. Bedding materials utilized in street and alley areas shall be clean sand having a minimum sand equivalent of 30. Sand bedding shall extend to one foot over the top of the pipe, conforming to Section 306-2.1 of the Standard Specifications. Backfill material shall extend to existing surface in all asphaltic concrete alleys and streets, to within 8 inches of the existing surface in all portland cement concrete streets, and to existing grade in all parkway areas. 10. Trench Patching Permanent Portland cement concrete and 6 -inch thick permanent asphaltic concrete trench patching as specified herein shall be paid for by the linear foot of water main trench in lieu of the thickness and tonnage measurement specified in Section 306-1.12 of the Standard Specifications. Measurements in street areas shall be from gutter lip to gutter lip where applicable. Asphaltic concrete used for street and alley patching shall be 6 inches thick and shall be Type 111-C2-85-100 in conformance with Section 400-4 of the Standard Specifications. Limits shall be Hospital Road and Westminster Avenue from Placentia Avenue to the westerly side of North Newport Boulevard to a point where Westminster Avenue street reconstruction begins. Portland cement concrete trench patching shall be 8 inches thick with a medium broom finish and be constructed in concrete street areas. Portland cement concrete shall be Class 6.0-B-3000 or Class 6.0-C-2000. Portland cement concrete patched area shall be securely barricaded immediately following placement and no vehicular traffic will be allowed until compressive test yield a combressive strength of 2500 psi in accordance with A.S.T.M. C-39. 11. Bracing. Excavations In conformance with the Labor Code, a detailed plan showing the design of shoring, bracing, and/or sloping of all trenches 5 feet deep or deeper, must be submitted for agency acceptance, prior to commencing any such trenching operation. If the submitted plan varies from the standards established by the State Construction Safety Orders, the plan shall be prepared by a Registered Civil or Structural Engineer. CONSTRUCTION DETAILS - STREET IMPROVEMENTS Pavement Removal Excavation and Subgrade Preparation The cost of pavement removal, roadway excavation, subgrade preparation, cut and fill slope grading in yard areas including replanting lawn areas XIIf B. CONSTRUCTION DETAILS AEET IMPROVEMENTS (CONT'D) • SP 8 of 13 and all miscellaneous earthwork and removals shall be considered as in- cluded in the unit prices bid for other items of work and no additional compensation will be made. The contractor shall prepare the subgrade by scarifying, cultivating, watering, or drying and compacting the road bed to a depth of 6" below subgrade in conformance with Section 301.of the Standard Specifications. Clearing and grubbing shall be in accordance with Section 300 of the Standard Specifications. The contractor shall protect those trees and shrubs within the right-of-way which are indicated to remain on the plans. 2. Asphaltic Concrete Construction a. Aggregate Base Course Placement of crushed aggregate base shall conform to Subsection 400-2.1 of the Standard Specifications. b. Asbestos -Asphaltic Concrete Surfacing The 1" asbestos -asphaltic concrete surfacing shall not be placed until all of the asphaltic concrete base course is constructed. Asbestos -asphaltic concrete surfacing shall be Type III -C2-85-100 using paving grade asphalt and conforming to Section 400-4 of the Standard Specifications and as hereinafter modified. The asphalt binder mixed with mineral aggregate shall be between 8.5% and 9.5% 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 follow- ing 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: • XI'iI. 6. CONSTRUCTION DETAILS �IREET IMPROVEMENTS (COPlT'D) SP9of 13 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 16 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 asbestos asphaltic concrete mixture shall have a temperature of 3100 F to 3500 F at the time of discharge from the mixer. The mixing operations shall be performed in a manner that will pro- vide 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 inade- quate mixing or other malfunction, and materials containing such streaks or pockets will not be accepted by the Engineer. Unaccept- able 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 trans- ported 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 not be 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 then 3000 F will be automatically rejected. A SS-lh liquid asphalt tack coat shall be applied at the rate of 0.04 to 0.80 gallons per square yard to the asphaltic concrete base course prior to placing the asbestos asphaltic concrete. The contractor is cautioned that asbestos -asphaltic paving mixtures set up at higher temperatures than normal asphaltic concrete mix- tures and every effort shall be made to compact the mat as close as practical to 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. c. Asphaltic Concrete Base Course (Thick Lift) Asphalt concrete base course (thick lift) furnished for construction Hill. G. CONSTRUCTION DETAILS - •EET IMPROVEMENTS (CONT'D) • SP 10 of 13 shall conform to Section 400-4 of the Standard Specifications and Subsections 302-5.3 and 302-5.5 as amended in the 1971 Supplement. Each lift shall be no greater than 6" in thickness and shall be Type III -B1-85-100 in conformance with Section 400-4 of the Standard Specifications. If the contractor elects to the placement of asphaltic concrete pavement over aggregate base in lieu of thick lift asphaltic concrete he shall conform to Sub -Section 400-4.2 and as amended above of the Standard Specifications. The asphaltic concrete base course shall be Type III -C-1-85-100. Prior to placement of the base course a prime coat shall be applied to the crushed aggregate base. d. Asphaltic Concrete Drives, Parking Areas, and Shoulders Asphalt concrete furnished for construction of the 4" thick asphaltic concrete driveways, parking areas, and shoulders shall be Type III -D-85-100 in conformance with Section 400-4 of the Standard Specifications. Four foot wide asphaltic shoulders shall be constructed in areas where proposed new curb and gutter is not constructed in accordance with typical parkway Section #3, Sheet #7 of the plans. It is not certain at the time of bidding the amount of asphaltic shoulder required therefore the City reserves the right to waive Section 3-2 of the Standard Specifications. e. Variable Thickness of Asphaltic Concrete Feather Joins 1 Asphaltic concrete used for variable thickness asphaltic concrete pave- ment, and miscellaneous joins shall be constructed with Type III -D-85-100 per Section 400-4 of the Standard Specifications. Restoration of Existing Improvements Restoration of existing improvements shall conform to Section 7-9 of the Standard Specifications. Landscaping Protection and Restoration The contractor shall be responsible for replacing"�.%Il landscaping and sprinklers (in addition to Section 7-9 of the Standard Specifications) damaged or removed during construction in conformance with Section 7-9 of the Standard Specifications. The materials and plant species used for replacement shall be the same or equal to those damaged or removed. 5. Relocation of Mailboxes During construction operations the existing mailboxes shall be relocated outside of the work area 'near the right-of-way line. The relocation may be performed by either resetting the posts in soil or by setting the posts in 5 gallon buckets. Upon completion of construction, the mailboxes shall be reset at locations designated by the Engineer. Portland Cement Concrete Improvements General Portland cement concrete furnished for curb, gutter, walks, cross- XIII. B. CONSTRUCTION DETAILS•- STREET IMPROVEMENTS (CONT'D) SP 11 of 13 gutters, driveways and alley approaches shall be Class 564-C-3000 per subsection 403-5 and as per 19.72 amendment of the Standard Specifications. Portland cement concrete used for alley approaches and cross gutters shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designation: C78-64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. Portland cement concrete supplied for all structure shall be 564-B-3000 and construction shall conform to Section 306 of the Standard Specifications. All sidewalk and drive approaches that extend beyond the street right of way line shall be deeply scored at the right of way line. b. Cross Gutters, Spandrels The unit price bid for portland cement concrete cross gutters and spandrels shall include the curb returns adjacent to the spandrels and the 4 -inch aggregate base. I . c. Curb and Gutter The unit price bid for Type "A" portland cement concrete curb and gutter shall exclude curb inlet lengths. The city will replace all existing curb and gutter. Curb returns will be constructed at all street inter- sections where curb returns do not presently exist. The cost of curb returns in spandrel areas shall be included in the cost for cross gutters and spandrels. There are approximately 1096 linear feet of proposed straight curb and gutter on the west side of Westminster between North Newport Boulevard and 15th Street and on the east side of Westminster between Broad Street and Clay Street that are shown and included in the bid quantities of curb and gutter. These areas will be constructed at the property owner's option. The city reserves the right to waive the requirements of Section 3-2 of the Standard Specifications as applied to curb and gutter. In areas where curb and gutter will not be constructed, a paved flow line as shown on typical parkway section No. 3, Sheet No. 7 of the Plans will be constructed. The exact locations for new curb and gutter will be determined prior to construction. d. 4 -inch P.C.C. Sidewalk The unit price bid for removal and replacement of existing P.C.C. sidewalk will be based on the quantity of replacement sidewalk bid item No. 28 of the Proposal. In areas where sidewalk does not presently exist, the property owners will have the option to construct new sidewalk. If the property owners are receptive to sidewalk, the estimated additional sidewalk is 700 square feet. Additional sidewalk shall be constructed to the typical parkway. XIII. B. CONSTRUCTION DETAILS STREET IMPROVEMENTS (CONT -D) • SP 12 of 13 typical section No. 2 as shown on Sheet No. 7. As it is impossible to determine at the time of bid the exact amount of sidewalk to be constructed under this bid item, the city reserves the right to waive the requirements of Section 3-2 of the Standard Specifications. The exact locations for additional sidewalk will be determined prior to construction. e. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach STD -106-L with the following exceptions: 1. Portland cement concrete shall be 6-1/2 inches thick instead of 6 inches thick. 2. Curb return radii shall be as shown on Plans. The cost of constructing the 4 -inch thick layer of aggregate base shall be included in the unit price bid for the alley approach to be constructed. 7. Storm Drain Construction a. General Storm drain bedding and backfill shall be placed to the street subgrade line unless otherwise shown on the Plans. The sand bedding material under the pipe shall have a minimum sand equivalent of 40. A portland cement and sand slurry mixture shall be used as a backfill material around all storm drain pipe to one foot over the top of pipe, as shown on the Plans, except between catch basins No. 2 and 3 as shown on Sheet No. 6 of the Plans. Each cubic yard of the cement sand slurry mixture shall be composed of one 94 -pound sack of portland cement and an aggregate consisting of rock dust and plaster sand or sands of a similar nature per cubic yard. The mixture design and water content shall be such as to aid backfill consoli- dation around the pipe and to prevent any future settlement. Special care shall be taken to insure that all voids are completely filled with the slurry mixture. Portland cement concrete used for the encasement of storm drain pipe as shown on the Plans shall be 517-C-2500. Backfill material in all pipe trenches and associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications, except that water densified backfill including jetting as specified in Subsection 306-1.8.2 will not be permitted. All native materials excavated from the storm drain trenches and associated structures not .tsed for normal backfill will become the property of the contractor and Shall be hauled and disposed of away from the job site as it is excavated. 1XIII. B • CONSTRUCTION DETAILS - STREET IMPROVEMENTS (CONT'D) b. Storm Drains and Appurtenances • SP 13 of 13 The contractor shall provide the continuous flow of storm and nuisance water during the progress of the work by constructing temporary berms, channels, sandbags, etc. to avoid damage to adjacent properties. All storm drain pipe shall be reinforced concrete pipe at size and class as shown or, the plans, and with the tongue and groove type joint. Joints shall be mortared on the inside and outside of the pipe. The unit price bid per linear foot of storm drain pipe shall be in accordance with Subsection 306-2.3.8 of the Standard Specifications. The unit price bid for each catch basin shall be in accordance with Subsection 306-2.3.8 of the Standard Specifications. B. Protection of Existing Property Corners 4 10 Every effort shall be made by the contractor to protect any existing property corners uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no separate compendstion will be made. Adjustment of Utility Boxes, Manholes, etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility box or vault shall be adjusted to fin- ished grade prior to placement of Portland cement concrete sidewalk or pavement. In asphaltic concrete pavement areas adjustments to finished grade shall be made after placement of the pavement. No separate compensa- tion will be made for this work. Survey Monuments Survey monuments shall be constructed in accordance with CNB -Std. -113-L. Field staking for the installation of survey monuments will be performed by the City. I S`PIEOF WIFpyH - Prig c 1 i ^Ic4 ',ll r OF m M �♦;' � � ''''`'ire IF E1eH. F WO KS PEanuT No. 77 2 -U -7;)B64 DIST. Co. RTE. P.M. 07 ORA 055 o.6 STATE OF CALIFORNIA PUBLIC WORKS, DIVISION OF HIGHWAYS UTILITIES ENCROACHMENT PERMIT To City of Newport Beach 3300 W. Newport Blvd. Los Angeles California Ne:•.1port Beach, CA 92660 Attn: Mr. Benjamin B. Nolan Dated .____---August---21 _. _-_... 12 7?.. ,Permittee I. Subject first to the applicable law, and second, to the terms and conditions Relating to Utility Encroachments issued by the State of California, Department of Public Works, Division of Highways, which by this reference is made a part hereof, permission is hereby given to make minimum dimension excavation as necessary for a bore pit and a receiving pit and jack and bore without the use of seater or air a 24" diameter x 1/4" steel casing from 801 south of the centerline to 621 north of the centerline for the purpose of installing and maintaining a 12" diameter water main within the Division of Highways' right of way across Newport Blvd., Ora -057-0.6, approximately ?5' north of the centerline of Hospital Road as shown on attached plans, W.O. G1 -5088-S, Sheets 1 and ?. of 15. All existing traffic lanes on Newport Blvd. shall be maintained at all times. All existing landscaping and A.C. ditches damaged or destroyed by the Permittee's activities shall be replaced at no expense to the State. The Permittee's contractor shall be required to furnish a $2,000 bond effective for 2 years covering the work within the State Highway right of way on State Bond Form P-4 and secure a Rider authorizing him to do this work. (Continued) in accordance with your Plan No .......... ---- ------- ..__...........attached. 2. This Permit has been issued by the Division of Highways pursuant to: Complete ( ) Your Application of--- ------- .......... --------- ........... ....._... Ma`J-- -�_..._... I 19 .7�.. Proper ( ) Utility Notice No. ............ ..... of ........... ...................._.... ...._.......—_, 19......... Line ( ) Agreement No . .............. of ------------ ----.............. - ., 19 .-...... 3. This Permit applies only to the work specifically authorized above. 4. Inspection required by Division—Full (x ) Partial ( ) - 5. This Permit shall be void unless the work hereinabove provided for shall have been completed before November 21 ..., 197.?_.., unless time extension granted by separate Rider. November DISTSIBUTION: DEPARTMENT OF PUBLIC WORKS 2 White to Parmith¢ Division of Highways I CVhite to Attee. Superintendent LBCH I Pink to Headquarters—Nl tee. H 1 131ue to Dist Utilky End kwer H78 1 Yollnw to filr JTP:jk C�ermit Ic.r,e„t„ YUSEBY(ORA.)...... . SIGNAL LAB rp J T..POSTOPlPhos, n..,d A r wm,,, (Copies of the incorporated Terms and Conditions may he obtained upon request.) ..... ,. .. .. .. ... ....-.___..__...... ... ........_ _.. ...... _...... _- .. .. ..._.... .. ..-. ..... .... ._ .. ..... ._ cs. na. ..ase am. m o. se. A osr. ' ..__.__` City of Newport Beach 77? -u-798645 The Permittee's contractor vaill be required to reimburse the State for all inspection costs required for theinspection of the work performed in State Highway right of way. These costs are to be determined in accordance with the State's standard accounting procedures. The Permittee shall furnish the State the name and address of the contractor at the time the contract is awarded. All pavement markings damaged or -destroyed by the Permittee's activities shall be replaced by the City at their expense. All work shall be performed within the hours designated by the Division of Highways. This permit shall be kept at the site of the work and must be shown to any representative of the Grantor or any law enforcement officer on demand. The attached SUBSTRUCTURES, BORE and SIGNALS sheets are part of this permit. SPEC,&L CONDITIONS FOR BORING WTIONS TO BE ATTACHED TO AND MADE A PART OF PERMIT N0, 772-u-798645 All boring operations shall be made without the use of water or air excepting that a minimum amount of water supplied from a container mounted on operator's equipment may be used for bit lubrication only, if approved by and used in the presence of a Division of Highways representative. If considered necessary by the Division of Highways' Representative, the Permittee shall, at his expense, pressure grout from within the casing and/or from the top of pavement, the area between the pavement and the casing, in order to fill any voids caused by the work as covered under this permit. FORM 07-EP-Bor. Rev 2. 2/4/55 r�Hlnlnn++n�c SOCIAL TERMS AND CONDITIONS (SUBSTRUCTURES) TC BF ATTACHED TO AMD MADE A PART OF ENCROACtLRENT PERMIT N0. 772-U-798645 A. Inspection Requirements It is imperative that the Permittee notify the State Inspector at least 8 hours prior to starting any work under this permit. State Inspector _ Mr. E. Huseby Phone 714-639-6851 between 8-9 AM or if no answer phone --- betweenA.M. and 4:OU P.M. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified on the face of the permit. 3. All work shall be performed on weekdays during the normal working hours (7:30/4:00) of the Division of Highways' inspector unless other times are specifically authorised. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all wort shall be done in accordance with the Division of Highways' Standard Speci- fications dated January 1971 to the satisfaction of the Division of Highways' representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: A minimum of (SEE PERMITianes shall be In addition, minim um c earances of two tion, and a five-foot clearance between shall be maintained. provided for traffic in each direction. feet adjacent to any surface obatruc- the excavation and the traveled way P:roviaion shall be made for barricades, lights, and flagmen to adequately Protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance of.Work upon Highways". When necessary for public safety, flagmen shall be on duty twenty-four hours a day at no expense to the State. When the permit authorizes installaticu uy the open -cut method, not more than one lane of the highway pavement shall be open -cut at any one time. After the Pipe is placed in the open section, the trench is to be backfilled in accord- ance with Specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2., CONSTRUCTION REQUIRE�S: Unlees otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42 -inches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of 1'i inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; a -so, provide an unfractured pavement Joint and rigid bonding of pavement replacement patch. A.C, pavement shall be scored as per P.C.C. pavement except where in the opin.Lon of the State Inspector the pa%—enf`. has been cut neat and straight a.tong both sides of trench to provide a;': :!nfractured and level pavement joint f os• bonding existing pavement and replacement patch. 7 -MP7607............. _ _....._.. ........._,............ _... ..._ ..._. ---- NOV 73. Rev (over) R. -pairs to P.C.C. pavement, shall be made within 5 working days of compieLion backfill and shall be Me of Portland Cement Conte containing a iaifimum of 7 sacks of cem per cubic yard. Replace nt of P.C.C. pavement stall equal existing pavement thickness. The concrete shall be satisfactorily ,;,_.rec and protected from disturbance for not less than 48 hours. High early ceme:it may be required at the discretion of the Division of Highways' repre- sentative. Repairs to A.C. pavements shall be made within 5 working days of completion of backfill and shall be made with asphaltic concrete meeting State speci- fications, with every effort made to match the existing pavement as to color and surface texture. Replacments of A.C. pavement shall equal existing pavement thickness but not less than 3". Rock base shall be required. Structural backfill within the existing orproposed roadbed area shall be com- pacted in horizontal layers not exceeding 8' in thickness using approved hand., pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill outside of slope lines and not beneath any roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have a "Sand Equivalent" value of not less than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. In such areas consolidation by pond- ing and getting will be permitted when, as determined by the engineer, the back- fill material is of such character that it will be self -draining when compacted and that foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jettingof the upper 4' below finished rade is not ermitted. WW en ponding an jettingis permitted. ma erial or use as strut ural backrill. shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and getting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain the required compaction. By acceptance of this permit, the Permittee agrees to pay all laboratory costs in connection with the necessary tests as may be required by the Division of Highways' engineer to determine the sand equivalent value of the backfill material and the trench backfill compaction. It is further under- stood that the frequency of such tests shall not exceed one test per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Division of Highways or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and replaced equal In dimersions to that removed with score marks matching existing score marks. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the Division of Highways' representative. If considered necessary by the Division of Highways' representative, the Permittee shall at his expense, pressure grout from within the casinx and/or from the top of pavement, the area between the pavement and the casing in order to fill any voids caused by the work as covered under this permit. Service connections must be installed at an angle of 90 degrees from the center line of the State Highway which the main line traverses. 0 MAINTENANCE - PERMITS SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 772-U-798645 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISION OF HIGHWAYS' SIGNAL LABORATORY AT 213-723-1373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AhD/OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYM M OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. -rte-650.... _.............. _..... DP(' 63 "The permittee for himself, his personal representatives, successors in interest and assigns, as part of the con- sideration hereof, dries hereby covenant and agree that (1) no person on the ground of race, color, or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furn- ishing of services thereon, no person on the ground of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, . Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Trans- portation -Effectuation of Title VZ of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the breach of any of the above non-discrimination covenants, the State of California, shall have the right to terminate the permit and to re-enter and repossess said land and the facilities thereon, and hold the same as 1f said permit had never been made or issued." P� PFRMIT No. 772 -U-7`R3Wl'; DIST. - CO. RTE. P.M. 07 ORA U55 o.6 STATE OF CALIFORNIA PUBLIC WORKS, DIVISION OF HIGHWAYS UTILITIES ENCROACHMENT PERMIT To City of Newport Beach 3500 W. Newport Blvd.Los AngelesCalifornia-------------------- Newport Beach, CA 92660 D Attn: Mr. Benjamin B. Nolan ated______-August 21 19.7-- , Permittee 1. Subject first to the applicable law, and second, to the terms and conditions Relating to Utility Encroachments issued by the State of California, Department of Public Works, Division of Highways, which by this reference is made a part hereof, permission is hereby given to make minimum dimension excavation as necessary for a bore pit and a receiving pit and jack and bore without the use of water or air a 24" diameter x 1/4" steel casing from 80' south of the centerline to 62' north of the centerline for the purpose of installing and maintaining a 12" diameter water main within the Division of Highways' right of way across Newport Blvd., Ora -055-0.6, approximately, 351 north of the centerline of Hospital Road as shown on attached plans, W.O. 1-5088-5, Sheets 1 and 3' of 15. All existing traffic lanes on Newport Blvd. shall be maintained at all times. All existing landscaping and A.C..ditches damaged or destroyed by the Permittee's activities shall be replaced at no expense to the State. The Permittee's contractor shall be required to furnish a $2,000 bond effective for 2 years covering the work within the State Highway right of way on State Bond Form P-4 and secure a Rider authorizing him to do this work. (Continued) in accordance with your Plan No --------------- .------------------------- attached. 2. This Permit has been issued by the Division of Highways pursuant to: Complete' ( ) YourApplicationof-----------------------------------------M---y--24 ------- .,19.72. Proper ( ) Utility Notice No. _. of . ------- ._.----------------------------------------------- 19 ------ Line( ) Agreement No................ of ------------ .---------------------------------------------- 19 ------- 3. This Permit applies only to the work specifically authorized above. 4. Inspection required by Division—Full (x ) Partial ( ) 5. This Permit shall be void unless the work hereinabove provided for shall have been completed before November 21 -. 1972..., unless time extension granted by separate Rider. . 1. . .... . DISTIUISUTION: DF.i,,w-r It:NT of PUBLIC WoltKs 2 Whit,- W Pomnittec Division of highways t White to YI[ce. Superinti-ndent LBCH I Pink to Headquarters—'11tee. HQ 1 Rlae b, Dist. Utility Etww,—er HTB - - - ._ - - .............. I Mlow to file JTP : j k ICreento HUSEBY(_ORA.).........SICD`AL.LAB By J..T.POSTOII n......,,., PL f,,,i,.. .A st. Permit (Copies of the incorporated Ternis and Conditionq may be obtainers upon request.) 0 0 Oit:y of Newport Beach _D_ 772-U-738647 i'he Permittee's contractor will be required to reimburse the State for all inspection costs required for theinspection of the work performed in State Hight:ay right of' way. These costs are to be determined in accordance with the State's standard accounting procedures. The Permittee shall furnish the State the name and address of the contractor at the time the contract is awarded. All pavement markings damaged or destroyed by the Permittee's activities shall be replaced by the City at their expense. All work shall be performed within the hours designated by the Division of Highways. This permit shall be kept at the site of the work and must be shown to any representative of the Grantor or any law enforcement officer on demand. The attached SUBSTRUCTURES, BORE and SIGNALS sheets are part of this permit. SPEC:U CONDITIONS FOR BORING 01PATIONS TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 772-U-798645 All baring operations shall be made without the use of water or air excepting that a minimum amount of water supplied from a container mounted on operator's equipment may be used for bit lubrication only, if approved by and used in the presence of a Division of Highways representative, If considered necessary by the Division of Highways' Representative, the Permittee shall, at his expense, pressure grout from within the casing and/or from the top of pavement, the area between the pavement and the casing, in order to fill any voids caused by the work as covered under this permit. FORM 07-EP-Bor. Rev 2. 2/4/55 PLAIN l nNA1)4l:ri — i SIAL T EFiF?S AND CONDITIONS (SUBSTRUCTURES) 'O ES ATTACHED TO AUD :MADE A PART OF ENCROACHMENT PERMIT NO. 772-U-798645 A. Inspection Requirements It is imperative that the Permittee notify the State Inspector at least 48 hours prior to starting any work under this permit. State Inspector _ Mr. E. Huseby Phone 714-639-6851 between 8-9 AM or if no answer phone --- betweenA.M. an P.M. 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified on the face of the permit. 3. All work shall be performed on weekdays during the normal working hours (7:3of4:oo) of the Division of Highways' inspector unless other times are specifically authorized, B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Division of Highways' Standard Speci- fications dated January 1971 to the satisfaction of the Division,of Highways' representative and the following special provisions: 1. SAFETY AND TRAFFIC CO?UROL: A minimum of (SEE PERMITIanes shall be provided for traffic in each direction. In addition, minim u -=--clearances of two feet adjacent to any surface obstruc- tion and a five-foot clearance between the excavation and the traveled way .hall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance c:f.Work upon Highways". When necessary for public safety, flagmen shall be on duty twenty-four hours a day at no expense to the State. When the permit authorizes installation uy the open -cut method, not more than one lane of the highway pavement shall be open -cut at any one time. After the p.1pe is placed in the open section, the trench is to be backfilled in accord- ance with Specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2., CONSTRUCTION REQUIRNMEMS: Unless otherwise authorized, pipes and conduits shall be installed in a manner, to provide a minimum clearance of 42-1nches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of 1 i inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement joint and rigid bonding of pavement .replacement patch. A.C. pavement shall be scored as per P.C.C. pavement except where in the opinLun of the State Inspector the .;^^r.' has beer, cut neat and straight a:tong both sides of trench to provide a,: --nfractured and level pavement joint for bonding existing pavement and ;epiacemunt patch. 7 -imp-607 NOV 71 Rev ....... .- .(over}. .--- _ .. -_ ........_.__.._.- _. ._........ _ _ _. _. heFgirs to P.C.C. pavemen% shall be made within 5 working days of complexion ;>ack_Cill and shall beof Portland Cement Con to containing a „_fl- crsm We of 7 sacks of cem per cubic yard. Replac�nt of P.C.C. pavement s:ali equal existing pavement thickness. The concrete shall be satisfactorily ,:,Ire, and protected from disturbance for not less than 48 hours. High early temett may be required at the discretion of the Division of Highways' repre- sentative. Repairs to A.C. pavements shall be made within 5 working days of completion of backfill and shall be made with asphaltic concrete meeting State speci- fications, with every effort made to match the existing pavement as to color and surface texture. Replacments of A.C. pavement shall equal existing pavement thickness but not less than 3". Rock base shall be required. Structural backfill within the existing or proposed roadbed area shall be com- pacted in horizontal layers not exceeding 8' in thickness using approved hand, pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill outside of slope lines and not beneath any roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have a "Sand Equivalent" value of not less than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. In such areas consolidation by pond- ing and jetting will be permitted when, as determined by the engineer, the back- fill material is of such character that it will be self-draining when compacted and that foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jetting of the upper 4' below finished grade is not permitted. en pon�g and j�ing is permitted, ma��alor use as structural 5ackfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain the required compaction. By acceptance of this permit, the Permittee agrees to pay all laboratory costs in connection with the necessary tests as may be required by the Division of Highways' engineer to determine the sand equivalent value of the backfill material and the trench backfill compaction. It is further under- stood that the frequency of such tests shall not exceed one test per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Division of Highways or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and replaced equal in dimersions to that removed with score marks matching existing score marks. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the Division of Highways'.representative. If considered necessary by the Division of Highways' representative, the Permittee shall at his expense, pressure grout from within the casing and/or from the top of pavement, the area between the pavement and the casing in order to fill any voids caused by the work as covered under this permit. Service connections must be installed at an angle of 90 degrees from the center line of the State Highway which the main line traverses. MAINTENANCE - PERMITS 10 SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT N0. 772-U-798645 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISION OF HIGHWAYS' SIGNAL LABORATORY AT 213-723-1373, AT LZAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND/OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION, REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. 74,T-650 _- Dnr 63 9 "The permittee for himself, his personal representatives, successors in interest and assigns, as part of the con- sideration hereof, .does hereby covenant and agree that (1) no person on the ground of race, color, or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any Improvements on, over, or under such land and the furn- ishing of services thereon, no person on the ground of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, . Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Trans- portation -Effectuation of Title VI of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the breach of any of the above non-discrimination covenants, the State of California, shall have the right to terminate the permit and to re-enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued." 0 6 CERTIFICATION REGARDING WORKMEN'S COMPENSATION INSURANCE I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self-insurance before commencing any of the work. E. L. WHITE CO., INC. 1 By 4' CERTIFICATION REGARDING WORKMEN'S COMPENSATION INSURANCE I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self-insurance before commencing any of the work. E. L. WHITE CO., INC. CERTIFICATE f OF LEATHERBY INSURANCE BOX 5347 (7 14) 87 9 -89 03 INSURANCE FULLERTON CERTIFICATE CITY OF NEWPORT BEACH ISSUED TO CITY HALL, 3300 W. NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA NAMED E. L. WHITE CO., INC. INSURED P. 0. BOX 5667 ORANGE, CALIFORNIA 0 SERVICE CALIFORNIA 92632 (213) 691-0718 REVISED CERTIFICATE - SUPERSEDES CERTIFICATE ISSUED 9-27-72 THIS IS TO CERTIFY that the following described policies and/or certificates are in force and expire as indicated herein: KIND OF INSURANCE INSUROR POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION ZENITH NATIONAL EFF 10/l/71 STATUTORY WORKMEN'S COMPENSATION INS. CO. DM 715358 EXP 10 1 72*CALIFORNIA COMPENSATION- • BODILY INJURY LIABILITY LEATHERBY€I��b��l $ 2550;000 EACH PERSON (INCLUDING AUTOMOBILE) INS, CO. L-01 05 40 b $ 5500.000 EACH OCCURRENCE CONJINENTAL CAS. RDU888789771-5 1 7 $ ,000 AGGREGATE PROD. 1* PROPERTY DAMAGE $ 100 EACH OCCURRENCE LEATHERBY -Ol 05 40 11 �I�IUt!1�1 ,,000 GENERAL INS. CO. DU8887897 0 000 $ 500 ,,000 AGGREGATE AUTOMOBILE 71-5/l/74 $ 500• EACH OCCURRENCE COMBINED SINGLE LIMIT BODILY EFF $ .000 EACH OCCURRENCE INJURY AND PROPERTY DAMAGE EXP EFF EXP AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF $ FIRE AND THEFT $ COLLISION OR UPSET EXP LESS $ DEDUCTIBLE LOSS PAYABLE TO REMARKS *WORKMEN"S COMPENSATION RENEWED IN LEATHERBY INS. CO. EFF. 10/1/72, CONTINUOUS UNTIL CANCELLED - POLICY NO. C-01 02 09 ** IT IS HEREBY AGREED THAT LIABILITY COVERAGES INCLUDE $500,000 AGGREGATE PROTECTIVE, PRODUCTS & CONTRACTUAL . THE CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED PER ENDORSEMENTS #8 ATTACHED. JOB: Water Main Replacement, Hospitial Road - Westminster Ave. from Placentia Ave. to 15th St. & for Westminster Street Improvements (Contract #C-1428) This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed as extending coverage not afforded by the policy (Ias) shown above or as affording insurance to any insured not named above. This policy shall not be cancelled nor materially reduced in coverage until after 10 days written notice of such cancellation or reduction in coverage shall have been mailed to this certificate holder, by registered mai 1. DATE 10-2-72 BY FORM 148-C UTHORIZED R RES NTATIV[ CERTIFICATE OF LEATHERBY INSURANCE INSURANCE BOX 5347 FULLERTON (7 14) 879-8903 CERTIFICATE • CITY OF NEWPORT BEACH ISSUED TO , CITY HALL, 3300 W. NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA NAMED • E. L. WHITE CO., INC. INSURED . P. 0. BOX 5667 ORANGE, CALIFORNIA 16 SERVICE CALIFORNIA 92632 (213) 691-0718 THIS IS TO CERTIFY that the following described policies and/or certificates are in force and expire as indicated herein: KIND OF INSURANCE INSUROR POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION ZENITH NATIONAL STATUTORY WORKMEN'S COMPENSATION C EXP * CALIFORNIA COMPENSATION— BODILY INJURY LIABILITY JEFFIO/1/71 LEATHERBY L-01 05 40 F /l 77 s 2501 ,000 EACH PERSON (INCLUDING AUTOMOBILE) INS.. Co. �1VU6US s 500, .000 EACH OCCURRENCE r.nNTINENTAI EAS 3, 71-5 1 74 s 5500 ,000 AGGREGATE PROD. PROPERTY DAMAGE LEATHERBY L-01 05 40 7/1/71 s 100, 000 EACH OCCURRENCE GENERAL INS. CO. F INUOUS s 500, . 000 AGGREGATE AUTOMOBILE ONTINENTAL CAS. RDU8887897 X /71-5/l/7$500 ,000 EACH OCCURRENCE COMBINED SINGLE LIMIT BODILY EFF $ ,000 EACH OCCURRENCE INJURY AND PROPERTY DAMAGE EXP EFF EXP AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF s FIRE AND THEFT $ COLLISION OR UPSET EXP ILESS $ DEDUCTIBLE LOSS PAYABLE TO REMARKS * WORKMEN'S COMPENSATION RENEWED IN LEATHERBY INSURANCE CO., EFFECTIVE 10/1/72, CONTINUOUS UNTIL CANCELLED - POLICY NO. C-01 02 09 JOB: ldater Main Replacement, Hospital Road - Westminster Ave. from Placentia Ave. to 15th St. and for Westminster Avenue Street Improvements (Contract No. C-1428) THE CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED PER ENDORSEMENT ATTACHED. This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed as extending coverage not afforded by the policy(les) shown above or as affording insurance to any insured not named above. This policy shall not be cancelled nor materially reduced in coverage until after 10 days written notice of such cancellation or reduction in coverage shall have been mailed to this certificate holder., registered mail . LEATHER INSURAP;CE SERVICE DATE SP to amhpr 27y pg BY FORM 1480 UTKORIZED REPRIESENTATIVIE i Effective Date: 7/1/11 Endorsement No: f ADDITIONAL INTEREST ENDORSEMENT IT IS AGREED THAT THE INSURANCE AFFORDED BY THIS POLICY APPLIES SEVERALLY AS TO EACH INSURED EXCEPT THAT THE INCLUSION OF MORE THAN ONE INSURED SHALL NOT OPERATE TO INCREASE THE LIMIT OF THE COMPANY'S LIABILITY; AND THE INCLUSION HEREUNDER OF ANY PERSON OR ORGANIZATION AS AN INSURED SHALL NOT AFFECT ANY RIGHT WHICH SUCH PERSON OR ORGANIZATION WOULD HAVE AS A CLAIMANT IF NOT SO INCLUDED. IT IS FURTHER AGREED THAT CITY OF NEWPORT BEACH 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA IS RECOGNIZED AS AN ADDITIONAL INSURED UNDER THE POLICY BUT ONLY AS RESPECTS CLAIMS COVERED BY THE POLICY AND RESULTING FROM OPERATIONS PERFORMED FOR THEM BY THE NAMED INSURED. All other terms and conditions of this policy remain unchanged. LEATHERBY INSURANCE COMPANY BY — POLICY NO. L-01 05 40 INSURED E. L. WHITE CO., INC. FORM 104 Y Leatherby Insurance Company Adminirfrafi., Home Office OmhRnieS 1400 North Harbor Blvd. • Fullerton, California 92635 (213) 691-0718 • (714) 879.8903 THE PREMIUM FOR THIS BID BOND IS INCLUDED IN THE MASTER BID BOND CHARGE. Bond No. B-011283 BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, E. L. WHITE CO as Principal, and the LEATHERBY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New York, and authorized to do business in the State of CALIFORNIA as Surety, are held and firmly bound unto the CITY OF NEWPORT BEACH DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: WATER MAIN REPLACEMENT ON HOSPITAL ROAD, WESTMINSTER AVENUE FROM PLACENTIA TO 15TH STREET, CONTRACT NO. 1428. according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the LEATHERBY INSURANCE COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise it shall be and remain in full force and effect. Signed, Sealed and Dated this 18th day of SEPTEMBER I q_Z2_ Form B-291 - Contract - Bid Bond E. L. WHITE CO., INC. J ; Principal LEATHERBY INSURANCE COMPANY By:.C.f 1_01S G. GRAHAM, JR. Aftornay-in-Fact / 1 State of CALIF. } .t County of ORANGE On SEPTEMBER 18, 1972 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared LOUIS G. GRAHAM, JR. known to me to be Attorney -in -Fact of LEATHERBY INSURANCE COMPANY, the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WjTNESS, WHEREOFhIXIIXhavel�he-utjt..q,X,jpy hand and affixed my official seal the day an ear stated in this certificate above. OFFICIAL SEAL 'c J. E. JERNIGAN My Colo ' irEeOTARY PUBL_tC-EALIFORNIA ____ ___-_--____ _ _-.--. 1,- .- _I_(A/----_-----_--_--__---,--- _ PRINCIPAL OFFICE IN ----�- �V ORANGE COUNTY tAt'Y PaF FORM I My Commission Expires July 21, 1975 UU „IIIIIIII,IIIIIIIIXIIII,IIIIII......1111111,111„......II,I,.I...... IINI„NIIINININ I,INIIINN..... 11 CERTIFICATE OF LEATHERBY INSURANCE INSURANCE BOX 5347 FULLERTON (7 14) 879-8903 CERTIFICATE - CITY OF NEWPORT BEACH ISSUED TO . CITY HALL, 3300 W. NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA NAMED . E. L. WHITE CO., INC. INSURED . P. 0. BOX 5667 ORANGE, CALIFORNIA 0 SERVICE CALIFORNIA 92632 (213) 691-0718 THIS IS TO CERTIFY that the following described policies and/or certificates are in force and expire as indicated herein: KIND OF INSURANCE INSUROR POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION ZENITH NATIONAL EFF70/1/71 STATUTORY WORKMEN'S COMPENSATION EXP * CALIFORNIA COMPENSATION - BODILY INJURY LIABILITY LEATHERBY L-01 05 401NU /77 S 250, .000 EACH PERSON (INCLUDING AUTOMOBILE) INS. CO. 1N Ol/J15 $ 500, X000 EACH OCCURRENCE CONTINENTAL CA i 71-5 1 74 s 500 .000 AGGREGATE PROD. PROPERTY DAMAGE LEATHERBY L-01 05 40 7/1/71 S 100, .000 EACH OCCURRENCE GENERAL INS. CO. INUOUS r $ 500, .000 AGGREGATE AUTOMOBILE ONTINENTAL CAS. RDU8887897 71-5 1 7 W 500 1.000 EACH OCCURRENCE COMBINED SINGLE LIMIT BODILY EFF S ,000 EACH OCCURRENCE INJURY AND PROPERTY DAMAGE EXP EFF EXP AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF S FIRE AND THEFT $ COLLISION OR UPSET EXP LESS $ DEDUCTIBLE LOSS PAYABLE TO REMARKS w WORKMEN'S COMPENSATION RENEWED IN LEATHERBY INSURANCE CO., EFFECTIVE 10/1/72, CONTINUOUS UNTIL CANCELLED - POLICY NO. C-01 02 09 JOB: Water Main Replacement, Hospital Road - Westminster Ave. from Placentia Ave. to 15th St. and for Westminster Avenue Street Improvements (Contract No. C-1428) THE CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED PER ENDORSEMENT ATTACHED. This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed as extending coverage not afforded by the policy(ies)'shown above or as affording inLance to any insured rat named above. This policy shall not be cancelled nor materially reduced in coverage until after UU days written notice of such cancellation or reduction in coverage shall have been mailed to this certificate holder., registered mail . DATE September 27, 1972 LEATHERBY INSURANCE SERVICE P9 BY / ✓ J FORM 146E TNORIZED REPRE ENTATIVE Effective Date: 7/1/71 Endorsement No: C 6J ADDITIONAL INTEREST ENDORSEMENT IT IS AGREED THAT THE INSURANCE AFFORDED BY THIS POLICY APPLIES SEVERALLY AS TO EACH INSURED EXCEPT THAT THE INCLUSION OF MORE THAN ONE INSURED SHALL NOT OPERATE TO INCREASE THE LIMIT OF THE COMPANY'S LIABILITY; AND THE INCLUSION HEREUNDER OF ANY PERSON OR ORGANIZATION AS AN INSURED SHALL NOT AFFECT ANY RIGHT WHICH SUCH PERSON OR ORGANIZATION WOULD HAVE AS A CLAIMANT IF NOT SO INCLUDED. IT IS FURTHER AGREED THAT CITY OF NEWPORT BEACH 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA IS RECOGNIZED AS AN ADDITIONAL INSURED UNDER THE POLICY BUT ONLY AS RESPECTS CLAIMS COVERED BY THE POLICY AND RESULTING FROM OPERATIONS PERFORMED FOR THEM BY THE NAMED INSURED. All other terms and conditions of this policy remain unchanged. POLICY N0. L-01 05 40 FORM 106 LEATHERBY INSURANCE COMPANY INSURED E. L. WHITE CO., INC. E CONTRACT NO. C-1428 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR WATER MAIN REPLACEMENT HOSPITAL ROAD - WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET AND FOR WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET Approved by City Council this 28th day of August, 1972 CL'!tr- Laura Lagios, City Clork SUBMITTED: L. �u��t����� Contractor Z. C n Lc� /�t2i0✓1 AUJ—re ss a�7ZG�z ty Lip �,r -zr�� Phone Total Bid/Price -Base • rayC i *CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newporr -cath, California, until 9:30 A.M. on the 18th day of September , 19 72: at which time they will be opened and read, for performing work as follows: WATER MAIN REPLACEMENT, HOSPITAL ROAD - WESTMINSTER AVENUE FROM PLACENTIA AVENUE TO 15TH STREET AND FOR WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15TH STREET CONTRACT NO. 1428 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 SID" 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. ,Technica4 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 Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 • Page la 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 $3.00 per set. 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. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770-1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6-12-72 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. Z ctZ-7-77 Classification,,—_/Z �2 Accompanying this proposal is -1'41,pr' a.17d E7 s4Ypte. (Cash, Certified Check, Cashiers 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. (-/id ) /,3 r`- g:3 s7s` Phone Numtfer Date�- s; �lt.�-�•-c� EAL� Authorized Signature-- uthorized Signature ( 0 11 a - Type of0rg Anization (Individual, Corporation, or Co -Partnership) List below names of President, Secretary, Treasurer and Manager if and names of all co-partners if a co -partnership: Oc, � 1�1�� f� , NzktaaeP L 4inP cel�/�yLe✓I �JOc., l✓Ujui'r'r� a corporation, Page 3 DESIGNATION OF SUB -CONTRACTORS The undersigned- certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub -contractors listed will be used for the work for which they bid, subject to the approval of the City 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 4. 6. 8. 9. 10. 11, 12.. Bi dder I s Nam Authorized ignature Typtbof Organization (Individual, Co -partnership or Corp) i 124.47 ress BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and Page 4 as Principal, 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 lg Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) 0 Title Surety Iv Page 5 . NON -COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 j >N day of /fes>• , 19 71,-. My commission expjres: Notary Public Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 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 Signed ------7 z September 8, 1972 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL AND SPECIAL PROVISIONS FOR HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN RE LACE ENT R PLACENTIA AVENUT TO 15th STREET AND WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15th STREET 1972-73 CONTRACT NO. 1428 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that bid item's No. 19A, 19B, 20A, and 20B have been amended and are included in the attached revised proposal. PROPOSAL: The original proposal (printed on white paper), pages PR 1 thru 8 is superseded in its entirety to include the changes in bid items No. 19A, 19B, 20A, and 20B, to re- place them with bid items 19A, 19B, 19C, and 20. Two copies of the new revised Proposal printed on pink paper shall be used for bidding Contract No. 1428. SPECIAL PROVISIONS: Please be advised that line 1, paragraph 2, Section X (work within State Highway No. 55 Right of Way), SP 3 of 13, has been revised and shall now read as follows: "The contractor is required to post a $2000.00 bond on State of California Bond Form. NOTE Please sign and show the date of receipt on this addendum and insert a copy with your proposal. Steve Bucknam Project Engineer SB:hh SIGNATURE AND DATE OF RECEIPJT BY CONTRACTOR /i� / Prt ZZ L DATE %L 1 , • 9-8-72 R,SED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT HOSPITAL ROAD - WESTMINSTER AVENUE WATER MAIN REPLACEMENT FROM PLACENTIA AVENUE TO 15th STREET AND WESTMINSTER AVENUE STREET IMPROVEMENTS FROM NORTH NEWPORT BOULEVARD TO 15th STREET 1972-73 CONTRACT NO. 1428 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 I Gentlemen PR 1 of 8 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 the work required to complete Contract No. 1428 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 294 Install 6" asbestos cement water main Linear Feet (Class 150) and appurtenances, complete in place @_ Eaht Dollars and Cents $ -1 Per Line 55 Linear Feet Install 10" asbestos cement water main (Class 150) and appurtenances, complete in place. i @ _ �/7� Dollars and y Cents Per Linear foot 4. 160 Install 12" ductile iron pipe Linear Feet (Class 2) with "lock type" mechanical joints and appurtenances, complete in place @ fie A- Dollars --%— and Cents $ $ 4E f7 !� elerrZi neap 5. 142 • 9-8-72 RWSED PR 2 of 8 11iMt QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS Doll ars PRICE PRICE 3. 2815 Install 12" asbestos cement water main $-5�, $ 776"1.16 Linear Feet (Class 150) and appurtenances, complete 6. 6 in place Each @ / {��,� /��,7 Dollars _ and Cents $ !3, oz $ 36,es 1. 6 Per Linear Foot Cents $L Z7 -5 � $ l t/LZR 4. 160 Install 12" ductile iron pipe Linear Feet (Class 2) with "lock type" mechanical joints and appurtenances, complete in place @ fie A- Dollars --%— and Cents $ $ 4E f7 !� elerrZi neap 5. 142 Install 24" jacked steel casing Linear Feet complete in place @ y' �%�J f Doll ars a2: rtil 'E,44k-k and Cents $-5�, $ 776"1.16 Per Linea Foot 6. 6 Install 6" (Ring-tite) gate valve Each @ Dollars and _ Cents $L Z7 -5 � $ l t/LZR Per Each 7. 1 Install 8" (Ring-tite) gate valve Each @ ��Pt� �pog� �,jjo Dollars and ,C Cents $ J,? S $ 27A- �U Per Each B. 1 Install 10" (Ring-tite) gate valve Each @✓�7uuILvr��P✓i�✓� Dollars and 70✓j> ��, ! �:�1 Cents $ a7.7f7 $ SD'71Z Per EachT� ~• • 9-8-72$VISED rn ) UT ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE W, 10 11 12. 13 14 7 Each 2 Each 1 Each 4 Each Install 12" (Ring-tite) gate valve @ Lop F, A j Dollars and lrii ly �,Cents --Te—r—T ac Relocate existing fire hydrant assembly @ Dollars and F, G Cents Per Each I I Install 24" x 12" welded connection assembly with 12" gate valve. $ 5-33.80 $ @r5l �}QP,lq IL/u Doll ars P �n and Cents $ % %, Cr $ / „77.00 Per Each Relocate existing water meter and install 1" water service to meter, complete in place @ Dollars I and Cents $ /_S`ti.er0 $ 6 .V'r>n er Each 3 Install fire hydrant assembly with Each 6" flange - Ring-tit/e valve @ /1l(h P 1 Le / P✓t Dollars and Cents Per Each 1 Install 4" pressure regulator Lump Sum assembly @ k %iV > Dollars and �— Cents Lump Sum $ 7Z•oo 9-8-7 • VISED PR 4 of 8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 1 Install 2" water service as Each bleed -off valve Dollars and Cents Per Each 16 17 do 19A. 30 Linear Feet 993 Linear Feet 40 Linear Feet 480 Tons Lower existing 6" asbestos cement pipe water main $ 378.nn $ Z7�oc @ Dollars / and ,O 1„v Cents $ _5. Z/ $ /.54.a0 Per Foot Construct permanent asphaltic concrete trench patching - 6" thick @ Dollars and L5QJ l Cents �r Linear Poot Construct permanent Portland cement concrete trench patching - 8" thick @t �� Dollars and,—, / 7 /r� r4v'/,-7 Cents Per Linear Foot Construct 1" thick asbestos asphaltic concrete surfacing. @/dc7 Dollars �— and Cents Per Ton^ 19B. 960 Construct 2" thick asphaltic concrete Tons base course $ f,7n $ e4 W/ /D @ ZZ 17 () P.12 Dollars and u 1' Cents $ // $ Per Ton 0 9-8-72 REVISED PR5of8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19C 7,020 Construct 14" thick aggregate base Tons course (53,131 S.F.) and 16" thick aggregate base course (26,564 S.F.) @ e,� Dollars and L w tjv:i Cents mer Ton $ 4 $ ZZro 20 (Thick Lift Construct 9" thick asphaltic concrete Alternate) base course (53,131 S.F.) and 10" thick 4,470 asphaltic concrete base course (26,564 S.F.) Tons @ /1c n -e Dollars _ and Cents $ j 2115 $ we _17e _r Ton 21. 7,575 Square Feet Construct 4" thick asphaltic concrete driveways, parking areas and shoulders. Dollars and 10yyh,amu,' Cents Per Square FOct $ 74,1 $ 41 C- Cb 1,602 Construct variable thickness asphaltic Square Feet concrete feather join. @ Dollars and Cents $ er Square Foot 23. 2,719 Construct 6" type "A" portland cement Linear Feet concrete curb and gutter per CNB Std -101-L.. i @!i)e-e Dollars and z 4e,,2 _ Cents Per Linear Foot 24. 88 Construct 6", type "C" portland Linear Feet cement concrete curb and gutter per CNB Std. -102-L. Dollars and cr'7Y/('e7 Cents Per Linear .Z/3 $ X00.8(, 21J7 4kV_ I 0 9 9-8-1972 REVISED ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 75 Construct 6" thick Type "I" portland Square Feet cement concrete commercial driveway approach per CNB Std. 108-L. @ CY) e Dollars _ and mina i' Cents $ AD $ Per Square Foot 26. 1,547 Construct 6" thick Type "I" portland Square Feet cement concrete residential driveway approach per CNB Std. -110-L. @ Dollars and P Cents $ Per Square Tot 27. 4,800 Construct 8" thick Portland cement Square Feet concrete cross gutter per CNB Std. -105-L @ 0 H P Dollars and Cents Per Square Foot/ 28. 2,616 Construct 4" thick Portland cement Square Feet concrete sidewalk per CNB Std.103-L @ Dollars and Cents $ /n�_ $ Per Square Fopt 29. 998 Construct 4" thick portland cement Square Feet concrete pavement @ Dollars and F'ersquare� oo Cents $ .76 $ r 30. 640 Construct 6" thick portland cement Square Feet concrete alley approach per CNB Std. -106-L @ �- u Dollars and Cents $ .9/ $ r Z, (zo Per Square of l 0 0 9-8-1972 REVISED PR 7 of 8 ITEM NO. QUANTITY AND UNIT Linear Feet UNIT ITEM DESCRIPTION PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 31. 9 35. 1 Construct curb inlet No. 1 Type OL -A Each (L=22') per CNB. Std. -305-L @u iw du.4/,ied/cf,TrrrDollars Each Adjust manhole cover to grade. (L=14') per CNB Std. -305-L. @ f -L-4 Dollars and Cents $� $ 7LL�D er Each 32. 15 Adjust valve box to grade. Each , @j ,,_� �, Dollars and Cents $ Per Each 33. 72 Construct 18" storm drain R.C.P. (2000-D) Linear Feet or A.C.P. (Class III) - complete in place. @ Lu Nco Dollars '_/ and Ct Cents $ ZD 34. 93 Construct 24" storm drain R.C.P. (2500-D) Linear Feet or A.C.P. (Class IV) encased complete in place. @ 1r,Z as�/c 2Jy Dollars and I Iii Cents 'l er Linear ootf 35. 1 Construct curb inlet No. 1 Type OL -A Each (L=22') per CNB. Std. -305-L @u iw du.4/,ied/cf,TrrrDollars and Cents $1715�1)e $ 27��•�p Per Each 36. 1 Construct curb inlet No. 2 Type OL -A Each (L=14') per CNB Std. -305-L. /,uo�%+Hv (�,kd��rd�rYvvn Dollars and Cents $ 7114,do $ 2111,.oc� Per Each 37. 1 Construct curb inlet No. 3 Type OL -A Each (L=23') per CNB Std. -305-L. and ----- Per Each Cents J • 9-8-72 REVIS• PR 8 of 8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 6 Install Standard Survey Monument per Each CNB Std. -113-L. @ E4�f/(, P Dollars and Cents $ Sy nn $ 354,n e - Per Each ALTERNATE A TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1 - 38: INCLUDING ITEMS 19A, 19B, and 19C) EXCLUDING ITEM 20A the ... �1c2,1Zf.-a � G27�Tst�a..«/ Dollars and C2 I., rdGL::" ,64 Z-7- A r TIz ��� � � r > cit Cents $ /oS1l Pte? o 7 ALTERNATE 8 TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1-38; INCLUDING ITEMS 19A and 20A) EXCLUDING ITEMS 19B and 19C CONTRACTOR'S LICENSE NO. Z,18 -7f7 DATE %//,4/7Z ADDRESS TELEPHONE NO. Dollars and Cents $ /gyp{ 97,?7 4--.L U'te �',�.. Bidder' Na Vu-th—orized Signature s ow." I Z cn cF� Li aw '-0z F U [aJ rul 1 fl Y 1 Q F Z i a t v n N O b N h $) 11 S Q z44 4 , GS fl N \ ilzF j �v A, . v �Y ;; NJ \ I jNj rul a■ 0 Li z --TIT2 d ` Q m� M I I t a OV NN NN ^! N NZ d tt La V Vim. Uf��� _ 1-141 �: J J Li } { \ B EUR / e . . \ , & q ~ ƒ \ w N K � - g d Q i a l w J |.\ ^ < V5 , m i a , § \ \ \ \ , \ \ \ \ \ ) , N, 2 & % , !t 24 v f • /} . \/\- z \ /Q % 3 \ It \ t )\ ( |\ $ EUR 3 � d F N • W y;' O �Zcn Z�aw r- z ca —oz W LIM. iaummn�ne��n Ngq�uIIIIIBIIelllll�l IINNN�IIIIIRI�RIIII�f III�I��IIIIINIbIIA �AAINRNAAIINdII� �INN�IRII�IN�II� �I��NII�IIIIRI�IIH pI��IIII�IINI�IIN LIM.