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.