Loading...
HomeMy WebLinkAboutC-1510 - Drainage project K Street, Balboa Boulevard, L Street, I StreetN',(aU 1975 December 22, 1975 By +he �... wuUNCIL CITY COUNCIL AGENDA ITEM N0. H -9 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF STREET AND STORM DRAIN IMPROVEMENTS, "K" STREET, BALBOA BOULEVARD, "L" STREET, AND "I" STREET END (C -1510) 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 construction of the street and storm drain improvements in "K" Street, Balboa Boulevard, "L" Street and "I" Street end has been completed to the satisfaction of the Public Works Department. The bid price was $138,276.89 Amount of unit price items constructed 135,543.51 Amount of change orders 536.57 Total contract cost 136,080.08 Amount budgeted in the General Fund 138,276.89 One change order was issued to cover the cost of repairing a deter- iorated sewer manhole. The design engineering was performed by the Public Works Department. The contractor is A.C. Craig and C. R. Welshiemer of Santa Fe Springs, California. The contract date of completion was October 27, 1975. All work was completed on October 8, 1975. 1 eph T. evlin lic Works Director :jd TO: CITY COUNCIL FROM: Public Works Department June 9, 1975 CITY COUNCIL AGENDA ITEM N0. —H-2(b) SUBJECT: STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET, AND "I" STREET END (C -1510) RECOMMENDATION: Adopt a resolution awarding Contract No. 1510 to A. C. Craig and C. R. Welshiemer Constructors of Santa Fe Springs for $138,276.89, and authorizing the Mayor and the City Clerk to execute the con- tract. DISCUSSION: Two bids were received and opened in the office of the City Clerk at 10:30 a.m. on May 22, 1975. Bidder Bid 1. A. C. Craig and C. R. Welshiemer Constructors $138,276.89 Santa Fe Springs 2. Markel Cement Contracting, Inc., Costa Mesa $161,774.00 The low bid is 1.2% less than the Engineer's estimate of $140,000. The estimated cost of contract construction based on the unit prices bid by the low bidder is: a. Storm drain system, "K" St., Balboa Blvd., "L" St. $ 60,000.00 b. Storm drain system, "I" Street End 14,276.89 c. Street and miscellaneous reconstruction 64,000.00 Total Project Cost $138,276.89 Funds in the following amounts are available in the current budget: a. Construct "K" St. storm drain system (02- 3497 -007) $ 60,000.00 b. Repair bulkheads and harbor street ends (02- 4197 -052) 4,565.24 c. Reconstruct Balboa Blvd. between "L" and "K" Sts. (02- 3374 -056)* 64,000.00 *Street improvements at "I" St. have been included. Total Amount Budgeted $128,565.24 June 9, 1975 Subject: Street and Storm Drain Improvements - - "K" Street, Balboa Boulevard "L" Street, and "I" Street End (C -1510) Page 2 A budget amendment transferring $9,711.65 has been prepared for Council consideration if the contract is awarded. There are sufficient un- encumbered funds in the Street and Alley Program to provide for the budget amendment. A. C. Craig and C. R. Welshiemer Constructors is a newly - formed combination. A. C. Craig has been doing business as Diamond Builders for many years. A check of references supplied indicates that C. R. Welshiemer has successfully performed as the project superintendent on several State high- way construction projects involving complex concrete construction. The plans were prepared by the Public Works Department. The esti- mated date of completion is October 27, 1975. An exhibit is attached showing the locations of the project. 4 seph T vlin P blic Wo s Director :jd (_i.JL.1ST A1` 'V CLUB nl' 1 1 � G �j 1 h EUOrO O.P e� An ae ..... �`P.p !,E QDSE MdOdPdTd D vw6.E 'g •� 4i`co t�l a. � •P O.P. �P whR ' 0 m m - C Z t CI V u a 2 3 i 4�EC�C U9�JP \� l�O Y ?3 v h i PE ~- --� S�' � �PErr!,�O SVNOV7 v/E tea` /v 0 `V' l 1 FFI'V N�,y'oLOO f(/'�� V�I G� � OUO 1. ,Iw,yI 7� '(n9396 � n clr � "7 `�IJ vdV �j C F ♦� v �j ,- i ' � ® oh EQ �, D M D \ p2 Pb �� ♦ `;� I Q \ M /DaMd2 . pUgLIC h .N r pN BEAC'H f � EXH /B /T ♦� -vim r'$T.,49raae�wa,i "sr.,!"r"sr�w� \' STATE B,c-4C,I i UG/1T RESOLUTION NO. 8 j 7 j A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT IN CONNEC- TION WITH STREET AND STORM DRAIN IMPROVEMENTS, ='..,.., "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END, CONTRACT NO. 1510 WHEREAS, pursuant to the notice inviting bids for street and storm drain improvements, "K" Street, Balboa Boulevard, "L" Street and "I" Street End, in accordance with the plans and specifications heretofore adopted, bids were received on the 22nd day of May, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is A. C. Craig and C. R. Welshiemer Constructors; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of A. C. Craig and C. R. Welshiemer Constructors for the work in the amount of $138,276.89 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of June , 1975. Mayor ATTEST: City Clerk DDO /bc 6/6/75 1.j&AL NOTICE LEGAL NOTICE. CITY OF NEWPORT BEACH, CALIFORNIA , NnPTrr TMWTMr.RTM -'STREET :ANb.'STOJRM"DRAIN fRPROVEMENTS. :'.-K-1 ft#EkT,,BALBOA BOULEVARD, - -$�_ na 'qTREET MM '"I" STREET END CONTRACT NO. 1510 B..... M# N, submitted op,thp, proposal f6im attacMd wltb.-,fhk contoact documents. furnished by.. the Public Works D , ep I ir .. buss I L'- The, addiffunal'copy of ;the proposal form is to be retained bytbe bidder for lds records. - Each bild :must be a6com ed by cash ' certified check or Bidder's Bond, made'-payable to the City of Newport Beach, for an amount not , 2e quallo at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked an the outside of the envelope containing the bid. The contract do.ownents that must be completed, exe- cuted, and returned In the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non-collusion Affidavit E. Statement of Financial Responsibility F. Technical. Ability and , Experience References These documents shall be affixed with the signature and titles of; the persons signing on behalf of the bidder. For corporations, the signatures of the PRESIDENT or VICE PRESIDENT and SECRETARY or ASSISTANT SEC- RETARY are required and the CORPORATE SEAL shall be affixed to - all documents requiring signatures. In the can 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 9 Chapter ,` Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposaL Ons- set of. plans and contract, documents; 'including special provisions, may be obtained at the Public Works Department, City Hill, Newport Beach, California, at no cost to I . icensed contractors It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973.Edition) as prepared by the Southern California Chapters of the Amor- Ican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90024,(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 $5.00 per. set. ' A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon Award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material, Bonds,, and Faithful Performame Bonds must, bean Insurance company or surety -company licensed by the State ofCalifornia. The companies mug also have a current, General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the, latest edition of Best's Key Rating Guide (Prop- arty - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Se etions 1770 et seq.X the City, Council of the City of Newport Beach has aseer- talaw. I the Vueza I prevailing, rate of per diem wages. In the locality In which the, work is to be performed for each craft, 6129sificatinn, or type of workman or mechanic needed, to execute the . contract. and has set forth these items to Resolution No. 8090 adopted' September 10, 1973. A. copy of said resolution is available to the office of the City Clark. All parties to the contract shall be governed, by all provisions of the California Labor Code relating. th, Of6vg1ling wage rates (SecUohs. 1770-1781 includva�. The . C*. reserves r I Any or all Mo, the to ye* x,75 By TO:..CITY COUNCIL FR$'M.. �ATic Works Department April 28, 1975 CITY COUNCIL AGENDA ITEM NO. H -11 SUBJECT: STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET, AND "I" STREET END C -1510 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on May 22, 1975. DISCUSSION: This project will provide for: A. Construction of a storm drain system in "K" Street, Balboa Boulevard, and "L" Street, to replace an existing inadequate system in "K" Street. B. Construction of a storm drain at "I" Street End to replace existing undersized curb drains. C. Reconstruction of portions of the above streets to accommo- date the new grades required for adequate drainage, including curb, gutter, sidewalk and concrete street pavement, and other appurtenant improvements. An exhibit is attached showing the locations of the project. The estimated cost of contract construction is: a. Storm drain system, "K" St., Balboa Blvd., "L" St.' $ 72,000 b. Storm drain system, "I" Street End 5,200 c. Street and miscellaneous reconstruction 62,800 Total Project Cost $140,000 Funds in the following amounts are available in the current budget: a. Construct "K" Street storm drain system $ 60,000 b. Repair bulkheads and harbor street ends 4,500 c. Reconstruct Balboa Blvd. between "L" and "K" Sts. 64,000 Total $128,500 April 28, 1975 Subject: Street and Storm Drain Improvements "K" Street, Balboa Boulevard, "L" Street, and "I" Street End - C -1510 Page 2 A budget amendment will be prepared for Council consideration at the time of award of the contract if required. The plans were prepared by the Public Works Department. The estimated date of completion is October 10, 1975. oseph T. Devlin ublic ks Director I B:jd Att. I� O,o `-! $4VO Op�NY � Y BEACH .. T .7 PURL'IC 'r lod ` 2 ` srieeEr,aam v1eow i.� ►i�✓er*cvrs -� .. C� \'\ r'T, 94ta4t 6vrsr, [ "sr., ! "r'sr. owp Sl tl Ow' UGL/T November 22, 1976 C -1510 0.. Pat Dunigan called this date to inform Anderson, McPharlin & Conners that all Stop Payment Notices on this contract have been cleared. Ethel r NEWTON E.ANOERSON (I89) "1961) ELDON V. McP HARLIN WI! LIAM J. CONNERS KENNETH E. LEWIS LUTHER L.JENSEN G. WAYNE MURPHY NELSON P. STEITZ ALDEN F. HOUCK THOMAS J. CASAMASSIMA MICHAEL C. PHILLIPS DAVID T. DIOIASE ERIC WINTER RICHARD D. JACKSON ROBERT H. MOORE LAW OFFICES Anderson. MCPharlin Conners SUITE 1710 CROCKER BANK PLAZA 611 WEST SIXTH STREET Los Angeles. California 90017 AREA CODE 213 62s -2421 November 11, 1976 Ms. Laura Lagios, City Clerk City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, California 92660 Re: Surety: American Bonding Company ERWIN H. HAAi OF COL NS EL IN REPLY PLEASE REFER TO FILE NO. 4249- 004- 05 /EVM Bond: 040054 Principal: Craig - Welshiemer Obligee: City of Newport Beach Job:- ;V/J- /O Contract -9-62 - Street and Storm Drain Improvements Dear Ms. Lagios: This firm represents American Bonding Company which, as surety for A. C. Craig & C. R. Welshiemer Constructors, executed to you the bonds on the above - captioned project. A. C. Craig & C. R. Welshiemer Constructors is now in default under said contract and bonds in that they have failed and refused to make payment for the labor and materials furnished to them and used in the prosecution of the work, as a result of which, numerous claims and suits have been filed against American Bonding Company. It is requested that no further payments be made to A. C. Craig & C. R. Welshiemer Constructors without the written consent of American Bonding Company. we are now investigating the matter, and as soon as we have any further information, we will advise you. In the meantime, we will appreciate it if you will advise us as to the amount of the unpaid contract balance and furnish us with copies of all stop notices that may have been filed w u. If there are an questions, lease call l r 10:} u , y g p w Yours very truly, ELDON V. McPIiARLIN EVM: dma �% CLJr. cc: American inq Comoanv ty of Newport Beach (PuBc Body r.r Lrr.dcr) TO P.I,01110I.0 AND V 'SIP JIM r, rFt II' :fj''' Q)] CL�lI Or Blue DiamonTIV. o �u1Jy- 1liller Contracting Co. 30OU E. South ong 13each, Uallf. ' ACAINST 1'rimcContractor: A.C. Craig & C.R. Welsheimer Subcontractor (ifuni ;) A.C. Craig & C.R.'Welsheimer Owner orl'ub)icBody:_ City of Newport Beach Improvement known as K'r Street, Balboa v in d1c City of_ Newport Beach County of Orange County State of CalifOnlia. Blue Diamond Div. of Sully– Miller Cont'. "claimant;'•+ corporation (Corporation /Parincrsbip /Solt Propr'cfarsLiU) it1m1511Cd CC: 2 : :in labor atld %CI materials used in tb flt CC +2 :an 1'.'O '' Of iliiprovelacill Siivaled iii the Newport Beach Lrange City of — County of . _ State of 1 or is kno•.tu �nie t a dres r „ t or im u a C^ { �tYeet, afi�oa �� "v(., t' f'1 S°JE eet,p'&° Gtr btree Tliat the said claimant sold and delivered to: ' (SubcontroCor /Contrccror /Ow::er- Builder) erecting or constructing said work of improvenimt or a portion tlicrcof; die aforesaid labot and /or materials being, to wit: (describe tllalcriaf and labor in dead) Supplies Concrete and/or Aggregate Materials Total value of material /labor agreed to be furnished .............. $ 4,791.70 Total value of material/labor actually furnished i5 ............ _.-_. ........ ..._....._..._ ............... $ Credit for materials retumcd, if any .......... •_ ....................... ........ ....... .... _ ................. ........ $ Amount paid on account, if -my _ ..... _....__.. .............. .... -•---._..-_.. ... _ ........ .. ...... ....... $ Amount due after all just credits and oE'' sets ............. ....................... __.... .. _....... S— ' AND YOU ARE HEEEBY NOTIFIED to tvidillold suffic4 af�ies/ cld by'you on the abovo described protect to satisfy claflnant's demaud in the, amount of $ as provided in Scc ions Ii02.1 C.�.P, ..v1 _ ndciiiou ihers � _urns scfficienF i'o cover inlet 2, ^%ur: cons and .:ason- W6 costs of litigation, as provided by law. A bond is not attached. (No bond required on public jobs) (is /is not) Date March 12, 1976 ' Name of Clavnan rz. �' ' � f s 1 12 ­'67, 1 Cont 4. ?,oa4..,-.VeriGcation for Partnership or t %'• '+ Sole Owrcrship [] STATE OF CALIFORNIA COUNTY OF (Cfaimant or Rrprrscntafioc) being first duly sworn 0%-poses and says that ---he is_ of (Oumer, Parincr or Agent) (Firm Name) named ru claimant in the iorcroing claim; that __he has read saiJ chin and Ivo•ws the contents Urereof, and that the facts lheicin stated are true. C3 ! E Dip►�.+oND -_ IATLRIAIS Ii 11. 1. Blue Diamo o u er r. car Nome - B Assistant Credit Manager (Official Capacity) Verification for Corporation STATE OF CALIFOINLS COUNTY OF 3SS. Los Angeles )) O. William Watson (Cleimart or Rca:esen(aticc) being first duly sworn deposes and says that be It Assistant Credit Manager Official Cayacitu) Sully– filler Contracting Co. Of (Exact Corporate Name) the rnrporaGon that csrcuted the Vant, ' g claim; that _be makes this v 'ficahon on hsaid co.�o :a- tion; that —he h s ran aid claiow the con- tents cof, an 'a c facts tt are true. (S!(;rv:furc of A /lion!) 12th Subscribed d SNY s to 1x E:re me thi day ofIa rc°fi sG Notts' Stamp = `isti'.•y%+ Nly Comm EUL&NI. CISNEROS N:; fa RY�P �,L:FORNIA pR:Nc:P.4, OFFICE IN LOS AMGELES COUNTY scion Expires Warcn 4, 1978 Wfy Cnmmlrslon F.rn!,cr O.:.inal of ve notice reccived this day —,19_ RELEASE MATERIALS AND LABOR Date.... .............. TO WHOM 11 MAY CONCERN: For a valuable consideration the undersigned.'.4jnz✓ :::.........hereby releases the property 'f Vn at... arAg�A.. Z?et,-i ..... -- ----- v &.gr .... in the City of ��o ................... ..................................... California, from any liability for lien for all materials delivered by it, and labor performed, to or for that said property for or an account of ZA to this date. SA 9t � ....................... ............... This release is conditioned upon the clearance by the bank upon which it is drawn, of the check received in payment for the above mentioned materials and labor. dASTI! 7�-W� FIR" NAME ADDRESS C, c I fy—, --Q WotCotft form 1514—R,,. Z-60 AkVKURIZED REPREJENTATWE -/V 0 City of Newport Beach City Clerk 3300 Newport Blvd. Newport Beach, California Subject: Recall of Notice to Withhold Gentlemen: 0 January 31, 1976 This letter is to formally notify you that all problems precipitating our Notice to Withhold concerning payment to Outside Equipment Unit'd by Craig & Wilshiemer has been rectified. We wish to be on file as nulifying our claim. We thank you for your effort and consideration concerning the past problem. Date,;? % /a C�-PI_S S�_tii TJ: �C' M nycr m; aer P s'; Di..:;:;or ❑( Ce:u4e: "cre=r OtIler (] Councilmeq Very tr Ly , v ^ar.• Tom Woo : Outside Equipment ltd rte.. NOTICE TO WITHHOLD STOP NOTICE TO OWNER (or holder of funds) OF MATERIALS FURNISHED OR LABOR PERFORMED TO City of Newport Beach OWNER: NOTICE IS HEREBY GIVEN, That the undersigned has performed labor and /or furnished materials to Crai g & Wilshiemer , general contractor, in the repair, construction, or alteration of that certain structure or improvement situated at your property on Lvt- L Street & Balboa Storm Drain Project. of Tract recorded in Book , Pages_ of Maps, of the County Recorder of Orange County, State of California, also described City of B;axp ^r+ Reach ,California. The following is a statement, in general terms, of amount of labor or kinds of material furnished: Outside Equipment Unit'd furnished minor construction equipment on a rental bases to Craig & Wilstiiemer. This verbal contract was with Don Brockman (Sup't) and with the knowledge of the principals. The equipment was on a use /rental bases. The same has been furnished between the _1 st_day of. A„gnst —,19-75—, and the 31st day of October , 19 7? . The amount in value of that already furnished is Thirteen Hundred Forty Four Dollars & Eight Cents (x1344.08 ), and the total amount agreed to be furnished Nothing has been paid on account of the above matters except.— leaving a balance still due, owing and unpaid of Thirteen Hundred Forty Four$ &8¢01344.08 ). You are hereby notified to WITHHOLD from said contractor sufficient money to answer the foregoing claim, and any lien that may be filed therefor for record under article two, title four, part three of the California Code of Civil Procedure. Outside Equipment Unit'd 1078 W. 11t12 Street Upland, California 91786 (Complete Address) r X NOTICE TO WITHHOLD WOLCOTTE FORM E04. REV. 11.66 January 19, 1976 .. ne •.. Wect: Surety : Farmers Home Mutual Inscnanoe Company Bonds No. : 040054 Project : Street and Sbap Drain Dqpravem nts, "R" Street, Balboa Boulevard, "L" Street and "I" Street And Contract No.: 1#74 Notice of Completion was filed with the Crangs County Aeoorder on Decanter 30, 1975, in Book L1608, Page 1104. Please notify your surety 00%Mw that bonds new be released 35 days after recording date. Laura Logics, C4✓ City Clerk LL:swk PLEASE ro: , r CL77KEQOES ED BY 31 AL ` EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 1 1608PG 1 104 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA 9:0e A.M. DEC 301975 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 8, 1975 the Public Works project consisting of Street and Storm Drain LTproyEnients "K" Street, Balboa Boulevard, "L" Street and "I" Street End on which A. C. Craig & C. R. Welshierner Cons runt rc was the contractor, and Farmers Hann Mutual Insurance Company was the surety, was completed. V ERIFICATI I, the undersigned, say: CITY OF NEWPORT BEACH c Works Director 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,c,,,W, 23, 1075 at Newport Beach, California. VERIFICATION OF �IJY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on December 22, 1975 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 23, 1975 at Newport Beach, California. i 0 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: Decker 23, 1975 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 Street and Storm Drain im tts "K" Street, Balboa Boulevard, "L" Street and "I" Street End Contract No. -LV-D on which A. C. Craig & C.R. h-elsheimer was the Contractor and Farmers Hcm Mzbial Iramrance Cmp,any was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. v STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS "' _ ;' � ice, TO: C iTy F,F IV cw e c z -r 3 e_. nz' CA ;Name of owner, construction lender or public officer) "3 CUC e' -�uJPo•<< 3WJ It; r � l3cn�.y C ��,i HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, `A ?- lepcs - y L -IJTaL .11.k n.io -'a: C-.,�^ gzr.43 (Name and address) has furnished or has agreed to furnish Cc'N —L-N 6 -LN k&,uLA , Uabor, services, equipment, materials) of the following kind (L,��c.c��Ar t_� 4, C p6_; I -i it, Q'kion: -_ - - , (general description of labor, services, equipment or materials) to or for C p x - - iL3 • c,a ice^ 2 C f) - _cu I.0 for the work improvement, located at, or known as: (name of person to or for whom furnished) is ?0 ' 8t'r•,.c 10 >. L, :Z.ZWL (address, legal description, description of site or project The amount in value of the whole agreed to he done or furnished by claimant is $ -1_2- LH i � The amount in value of that already done or furnished by claimant is Claimant has been paid the sum of $_ Stet rK and there remains due and unpaid the sum of $ 741 k. i plus interest thereon at the rate of per cent per annum from i 2- 1 i - -M , 19 -?Z. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated:_�Z =% -l5 STATE OF CALIFORNIA /I ss. Orange __ 1 1 COUNTY OF Name of Claimant Address of Claimant Richard H. Burns and says: That _he is the person(s) who signed the foregoing Stop Notice; that. —he has read the same and to be true of h own knowledge, except as to any matters or things that may therein be stated on h as to those matters and things _he believes them to be true. Subscribed and sworn to before me dty Sviorn, deposeg =,� • � / cmiferits tpereof this 3rd day of December 19 75 L L N ry Public and in and State This standard form coven most naual problem, to the field Indicated. Before yov efgo, read It, fill to ell blanks, STOP NOTICE and make changes proper to your transaction. Consult a lawyer if you doubt the fmm'a fitness for your muyose. WOLCOTTS FORM 894 -REV. 2 -73 V E ( FFfCfA.L SEAL p ICk IN MMISSICH [XVI1t[s ! %A2CH 22, 1977 This standard form coven most naual problem, to the field Indicated. Before yov efgo, read It, fill to ell blanks, STOP NOTICE and make changes proper to your transaction. Consult a lawyer if you doubt the fmm'a fitness for your muyose. WOLCOTTS FORM 894 -REV. 2 -73 U i This fbrm (No. 594 Revised) distributed thiough.BUILDING.MATERIAL DEALERS CREDIT ASSOCIATION (213) 382,7151 NOT.I.CE .-CAUFORNIA"AREUMNARY IN ACCCfNCE WITH SECTION 3097 AND 3098, CALI FORIWIV I L CODE THIS IS NOT A LIEN, THIS IS A REFLECTION ON THE INTEGRITY OF ANY 1,4111111111TRACTOR OR SUBCONTRACTOR YOU ARE HEREBY NOTIFIED THAT ... Hat�ty - 1pn1= Rental ,m �. or, (name o services. CONSTRUCTION LENDER or equipment or material) Reputed Construction Lender, if any. IW on rrnvk Flvd- add or firm furnishing labor, services, Garden Gr Ye California -926-4 3 equipment clu jornri Lindola Avis has furnished or will furnish labor, Services, equipment or Anakkei;# California materials of the following general description: L ; no, :"-0'654 Miscellaneous rental W (general description of the labor, services, equipment or equi Pmeto`R�fumished or to be furnished) FOLD HERE for the budding,- structure or other work of improverliftent O located at: S to EM drwi-n W(address or description of job site T, anti Ralhoe 1 h "each Nsufficien fr ,loWert The name of the person or firm who contracted for the Epurchase of such labor, services, equipment or material is: OWNER or PUBLIC AGENCY Cra i Cirinpttruntion Ror Reputed Owner (on public work) "— .P�hipmpy- address of person or firm) (on private work) 12631 F, Tmpprial Hwy-#101 F- City of Newport Beach Santa Fe Rpringm, Califnrniq C 3300 Newport Blvd. 90670 Newport BoachpCalifor-nia An estimate of the total price of the labor, services, 0 equipment or materials furnished or to be furnished is: $ � PL -J (Dollar amount us be furnished to construction lender optional as to owner or contractor) Construction loan no. y Trust Funds to which Supplemental Fringe Benefits are FOLD HE Payable. (name) (address) (name) (address) (name) (address) (name) (address) ORIGINAL CONTRACTOR or (material men not required to furnish the above) Reputed Contractor, if any If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved 17", lg—vu,"I: Zone tructloh�, '4101 property may be subject to mechanic's liens. r'. . frz:31'... Dated: 7-17-75 Santa Fe-: (signature) (J 1, —X T 0I.PhOne Number 1714 1 537-669! This fbrm (No. 594 Revised) distributed thiough.BUILDING.MATERIAL DEALERS CREDIT ASSOCIATION (213) 382,7151 9 TO: Public Works Department FROM: City Clerk 4 Date July 14, !975 SUBJECT: Contract No. 1510 Project E Stom Dredn Impmvements Balboa Blvd. , "T", n;n" ,-M "i1' St -Teets Attached is signed copy of subject contract for transmittal to the contractor. Contractor: A. C. Czeig S C. R. Welshp_i=s Constructors Address: 12631 East Imperial Highway, Santa Fe Springs, CA 90670 Amount: $ 138.276.89 Effective Date: 7 -8- Resolution No. 851 Laura Lagios LL-dg Att. cc: Finance Department [-1 CITY OPEWPORT BEACH - PUBLIC WORKS DEjNTMENT MEMO T0:_ C+:�, Ctu, -�- Date S�JN 7,,i79- FROM: SUBJE 16 • ��lTa rl.w,i r!O 1/�l00 /fin ln�i r•� �i�c C, {,� Cti?o rv�cT. �71.e CoT�— pJor.a��r� C'O • — I„raa nod ,ou d a t .w r a. v'ro'-c T_, �, n n . �. •a :E/ I �CNU Co-n t�i�ar FC <� cL. Copies To:� FZe Signe PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS Santa Fe Springs, CA 90670 City Z P 213 868 -1764 Approved by the City.Council this Telephone 28th day of April 1975. • • � � i F _ e %' _ _ ... ` ��.� jam, . let �k.J� —, +.. �' ...'.:. _'^ .°^'u^_i —a5 .� . .. �...:.. .�- r. Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 22nd day of May , 1975 , at which time they will be opened and read, for performing work as follows: STREET AND STORM DRAIN IMPROVEMENTS K STREET, BALBOA BOULEVARD, L STREET, AND I STREET END CONTRACT NO. 1510 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility. F. Technical Ability and Experience References These documents shall be affixed with the.signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the—Corporate 3 ___ Seal shall be of fixed to all moments re— gquuir g signatures. In the case of a als rtnership, 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.) Page la• .. The``City has adopted .the .Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters o e erican 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and. Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders.Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 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 words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the 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. 304877 Classification A Accompanying this proposal is Cas Certi ie Check, Cashier's Check or Bon 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. 213 868 -1764 Phone Number May 22, 1975 Date W:1<461�L7 W-MaymN, "117 , (SEAL) s /G. WPlshiPmer A o lze Sl' d gnature / 7 Au orized Signature Cn- PartnPrchI Type of Organisation (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: Page, 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. ,p. a a Type of Organization (Individual, Co- partnership or Corp. FOR ORWAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, A. C. Craig .& C. R. Welshiemer Constructors , as Principal,. and American Bonding 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 in--- - - - - -- 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 11 11 T 11 Street End - Contract No. 1510, bid date: 5/22/75, 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 gist day of May , 19-2r _. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Jessie Castaneda, Notary Public 5/21/75 Commission Expires October 2. 1977 , p' . American Rnnding rmmpanoy Surety By C/NeaI L Witt Title Attorney -in -Fact 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 agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 21 st day of May , 19 75 . My commission expires: October 27. 1978 SC. R. Welshiemer / ti S R. C. Craig Mary Grace Masterman Notary Public i FOR OIONAL SEE CITY CLERK'S FILE COP* Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. S C. R. Welshiemer Signed 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. 12Z California Department of Transportation $10 000 000 interchange Bill Frenstra 714 383 -4452 1972 California Depart nt of Trans�nrtation El PAonte Rus Lanes Frank Wheeler 213 620 -4302 1975 City of Garden Grove Sidewalk and Curb street $105,000,000 Page 8 LABOR AND MATERIAL BOND BOND ND, 040054 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 9, 1975, has awarded to A. C. Craig 1 C. R. Welshiemer Constructors hereinafter designated as -the "Principal ", a contract for Street and Storm Drain Improvements - - "V! Street. Balboa Boulevard, "L" Street and "I" Street End C -1510 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies . or teams.used in, upon,.for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We A. C. CRAIG & C. R. W=HIEM CONSTRUCTORS as Principal, hereinafter designated as the Contractor and pgR�,gm_AHCg COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 81Mtm8 THOUSAND, ONE HUNDRED THIRTY -SIGHT AND 45/loo - - - -- Dollars ($ 69,138.45 ) 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 presentso 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. Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, I companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named agreed that the death of any such principal obligations under this bond. executed this bond as an individual, it is shall not exonerate the surety from its IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of June, , 19 75 Premium for this Bond Is included under Perform- ante Bond premium, This bond was approved by the City Council of the City of Newport Beach by motion on ae A. C. CRAIG & C. R. 1) FARMS NOME MOTOAL IN Q OMF48Eal) g • (Seal) Ardold Forter, Attorney -in -Fact (Seal) ' Attest. .. City Clerk . �"€ -. � -•-�, '�. �_ `�"'°��v -"�- `� �; �"�.... ��' - - _...< -ter z." ---=s' m 0 al 'XI :4 W 1-3 0 Irl CL IE M m CL w CL ( //\ \� � \(\ ELI m 0 al z W 1-3 0 m 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 10 BOND No. 040054 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 9, 1975 has awarded to A. C. Craig & C. R. Welshiemer Constructors hereinafter designated as the "Principal ", a contract for Street and Storm Drain Improvements - - "K" Street, Balboa Boulevard, "L" Street and "I" Street End C -1510 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, A. C. cRAIG & C. E. WELSHIEM CONSTRUCTORS as Principal, hereinafter designated as the "Contractor ", and FARM= HOMB MUTUAL _.INSURMCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE BIGHT 6, 89/100 HUNDRED THIRTY -EIGHT THOUSAND, TWO HUNDRED SEVENTY - Dollars ($ 138,276.89 ), 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. .1 (Performance Bond - Continued) 0 Page 11 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 16th day of June, 1975 Premium: $1,556.00 /per Term. A. C. CRAIG & C. R. S K1RMER (Seal) CONSTRUCTORS - s (Seal) A.- (Seal) on tractor FARMERS iDMR MUTUAL INSURANCE COMPANY (Seal) BY (Seal) Arfiold Porter, Attorney -in -Fact (Seal) Surety t rm!? \}\\ 0a 0 \( / \\{ ML 0 E{ \ L (/ }f aCL E ® �i* �B \\K \} !E$ ƒ2 I(ƒ , 222 \ \(\ I }z } i$( { } [ § » - n , m # 0 m d m # @ 9 q 2 � \ \ 2 / ) / I / 9 { } [ § » - n , m # 0 m d m # @ 9 q 2 � FARME10 HOME MUTUAL INSURANO CO. No. 4 -3 Minneapolis, Minnesota CERTIFIED COPY OF POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FARMERS HOME MUTUAL INSURANCE COMPANY, a corporation of the State of Minnesota, hav- ing its principal offices in the city of Minneapolis, Minnesota, pursuant to authority granted by a resolution of its Board of Directors adopted April 1, 1970 which reads as follows: "The President, the Vice President, or the Treasurer of this Corporation shall have authority to appoint in writing such attorneys -in -fact as the business of the Corporation may require, and to authorize such attorneys -in -fact, and each of them to execute on behalf of the Corporation, any bonds, recognizances, stipulations, contracts of indemnity and other undertakings of like char- acter, or to exercise any lesser number of said powers as hereinhefore set forth. "Said appointments shall be attested by the Secretary or an Assistant Secretary of this Corporation under its seal. The signa- ture of the Secretary or any Assistant Secretary to certified copies of such powers of attorney may be original or facsimile, and when the corporate seal is affixed thereto, any third party may rely on said certified copies of powers of attorney as the act and deed of this Corporation. The President, the Vice President, or Treasurer may revoke any appointment made pursuant hereto, and revoke any and all authority conferred by any such appointment" does hereby nominate, constitute and appoint Arnold Porter its true and lawful Attorney -in -Fact, to make, execute,.seal and deliver for and on its behalf, as surety, and as its act and deed, Any and all Bonds and Undertakings of Suretyship The execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Corpora- tion, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regu- larly elected officers of the Corporation at its office in Minneapolis, Minnesota, in their own proper persons. IN WITNESS WHEREOF, the FARMERS HOME MUTUAL INSURANCE COMPANY, has caused these presents to be signed by its President and its corporate seal to be hereto affixed, duly attested by its Secretary, this 14 th day of April 19 71 FARMERS HOME MUTUAL INSURANCE COMPANY Clyde R. Johnson By A. J. Kelly (Seal) Secretary President STATE OF MINNESOTA: l ss. County of Hennepin J On this 14th day of April ' 19 71 ,before me, the undersigned, a Notary Public in and for the State of Minnesota, duly commissioned and sworn, personally appeared and to be know to be the President and Secretary, respectively, of FARMERS HOME MUTUAL INSURANCE COMPANY, the corporation that executed the foregoing instrument and acknowledged the said instrument to be the free and vol- utary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute the said instrument and that the seal affixed is the corporate seal of said Corporation. WITNESS my hand and official seal hereto affixed the day and year in this certificate above written. Merle D. Wilts Notary Public in and for Hennepin County, Minnesota My Commission expires: March 2, 1973 CERTIFICATE I, the undersigned, certify that I am the Assistant Secretary of Farmers Home Mutual Insurance Company, a Minnesota corporation, and that the attached Power of Attorney remains in full force and effect, and has not been re- voked; and furthermore that the resolution of April 1st, 1970, adopted by the Board of Directors of said company as set forth in said Power of Attorney, is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name xed t corpo seal of the said Com- pany this June 16, 1975 ' (SEAL) Tel FHM1- 101.4.71 nni .S ary Page 12 CONTRACT THIS AGREEMENT, made and entered into this 8 rff day of -j vi -Y , 19 7y , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and A. C. Craig & C. R. Welshiemer Constructors 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 ,. - i and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and'Specifications therefor; to furnish at his own proper cost and expense all tools. equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City;: 'and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications. the City will pay and the Contractor shall receive in.full compensation therefore the lump sum price. or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work. according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 9 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 By: f Mayor- ft ,9��/lgi9 �L .�lYl' /did'ilJr� C�iys *r.✓cfoQ4 7con contractor (SEAL) By: it e BY: 91 of Title µgz..:._rGC Wes. C�y�Ym!�i•_^.aii ._ ..�^' u��+s�+v".��`'x '." .,,_�Y • PR 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END LdQry ITOYI lIM&I[C 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. 1510 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 1. 1 Clearing and grubbing Lump Sum Twenty -five Thousand @ Six Hundred Fifteen Dollars and Thirty -eight Cents $ - - - -- $ 25,615.38 Per Lump Sum 2. 400 Construct Type "A" portland Linear Feet cement concrete curb and gutter per CNB Std. -105 -L and as shown @ Four Dollars and Fif#y Cents $ 4.50 $ 1.800.00 Per Linear Foot 400 Construct 6" Type "C" portland Linear Feet cement concrete curb and gutter per CNB Std. -106 -L @ F „r Dollars and —Nrl Cents $ 4.00 $ 1,600.00 Per Linear Foot 0 W IN 1 Construct portland cement concrete Lump Sum street end retaining walls and Type "B" planter curb per CNB Std. -105 -L 2.W1 PR2of4 @ Eleven Thousand One Hundred Dollars and No Cents $ L.S. $ 11,100.00 Per Lump Sum 1 Construct 8" thick Portland cement Each concrete crossgutter per CNB Std.- 109-L and as shown, over compacted native soil @ Five Hundred Dollars and No Cents Per Each 4,200 Construct 6" thick portland cement Square Ft. concrete pavement per CNB Std.- 118 -L, over compacted native soil 111 IO @.0np Dollars and Twant� -five Cents $ 1.25 $ 50.00 Per Square Foot 12,320 Construct 8" thick portland cement Square Ft. concrete pavement per CNB Std. - 118 -L, over compacted native soil @ One. Dollars and Fifty -five Cents $ 1.55 $ 19,096.00 Per Square Foot 2,540 Construct 4" thick portland cement Square Ft. concrete sidewalk per CNB Std. -110 -L @ One Dollars and No Cents Per Square Foot 1 Construct 6" thick Type "I" port - Each land cement concrete residential driveway approach per CNB Std. -113 -L ,l lil @ Twn Hundred Dollars and Cents $. 200:00. $ "200.00 Per Eac ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 4 Construct 6" thick Type "A" Portland Each cement concrete alley approach per CNB Std. -117 -L and as shown, over compacted native soil PR3of4 @ One Hundred Dollars and No Cents $ 100.00 $ 400.00 Per Each 11. 1 Construct the "K" Street - Balboa Lump Sum Boulevard - "L" Street storm drain system, including curb inlets, and appurtenances @ Forty -eight Thousand Twenty -Five Dollars and Fiftvrnne Cents $4R_n75 51 $ aA_n95 51 Per Lump Sum 12. 1 Construct the "I" Street storm drain Lump Sum system, including curb inlet, pipe, and appurtenances @ Dollars and No Cents Per Lump Sum 13. 1 Construct reinforced standard pre - Each cast concrete sewer manhole I per CNB Std. -401 -L @ Fifteen Hundred Dollars and No Cents $ 7.500.00. $ 1-son-on Per Each 14. 1 Construct terminal sewer cleanout Each per CNB Std. -400 -L @ Five Hundred Fifty Dollars and Cents $ 550.00 $ 55jI_(1Q Per Each 15. 1 Construct 8" vitrified clay pipe Lump Sum sewer @ Five Hundred Dollars and No Cents $ 500.00 $ 5nn_00 Per Lump Sum ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1 Install fire hydrant assembly per Each CNB Std. -500 -L 17 IF 19 5 Each 4 Each 1 Lump Sum PR4of4 Fifteen Hundred Dollars and No Cents $ 1.500.00 $ 1.500.00 Per Each Adjust existing water valve box to finished grade Twn Hundred Dollars and No Cents Per Each Adjust existing sewer manhole to finished grade 11 11 1141 111111 Twn Hijndrad Fifty Dollars and Na cents $ 25n.nD $ l�nnn_nn Per Each Guard underground construction Twenty-six Hundred Dollars and No Cents $ 2.600.00 $ 2.600.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Dop Hundred Thirty-eight Thousand Two Hugdred Seventy-Si ollars and .. M 22, 975 Da te CONTRACTOR'S LICENSE NO. 304877 TELEPHONE NUMBER 213 868 -1764 CONTRACTOR'S ADDRESS 12631 u.• ., y.- Santa Fe Springs. 90670 CITY OF.NEWPORT BEACH PUBLIC WORKS DEPARTMENT i INDEX TO i SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS "K STREET, BALBOA BOULEVARD, "L" STREET D I STREET END CONTRACT NO. 1510 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . ... . . . . . . ... . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 2 VII. NOTICE TO RESIDENCES. . . . . . . . . . . . . . . . . . . . . . . 3 VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . -. . . . . . . 3 IX. PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . . . . 3 X. WATER ........................ .....3 XI. GUARANTEE . . . . . . . . . . . ... . . . . . . . . . . . . 4 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . . . . 4 A. Surface Water . . . . . . . . . . . . . . . . . . . . . . 4 B. Ground Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Dewatering . . . . . . . . . . . . . . . . . . . . . . . . . 4 XIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . . 4 XIV. CONSTRUCTION DETAILS. . . . . . . . . . . . . . . . . . . . 5 A. Clearing, Grubbing and Other Removals . . . . . . . . . . . 5 B. Portland Cement Concrete Improvements 6 C. Storm Drain Systems 6 D. Adjustment of Manholes, Water Valve Boxes, Etc. to Finished Grade . . . . . . . . . . . . . . . . . . . . . . . 6 E. Backfill : . : . . . . . . . . . . . . . . . . . . . . . . . . . 7 6 1 • 3 I CITY OF NEWPORT:SEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END CONTRACT NO. 1510 SCOPE OF WORK 0 SP 1 of 7 The work to be done under this contract consists of removal of existing street improvements; and construction of curbs, gutters, P.C.C. paving, sidewalks, storm drain pipe, reinforced box culverts, curb inlets, catch basins and other incidental items of work as shown on the plans. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. D- 5070 -S), the City's Standard Special Provisions and.Standa.rd Drawings, and the City's_Standard Specifica- tions.(Standard Specifications for Public Works Construction, 1973 Edition with 1974 Supplement );_copies of which are available at Bui ing News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. II. COMPLETION, SCHEDULE; AND PROSECUTION OF WORK The contractor shall complete all work on the contract within 140 consecutive calendar days after award of the contract by the City, and as specified in Section 6 of the Standard Specifications. The construction schedule sub- mitted by the contractor shall be approved by the engineer. prior to the start of any work. The work shall be carried on at such places at the project and also in such order of precedence as may be found necessary by the engineer to expedite the completion of the project and minimize obstruction to normal use of streets and roads. Where work..has begun on any portion or designated part of the project, it shall be carried forward to final completion as rapidly as practi- cable. All operations shall be conducted so as not to interfere unnecessarily with the authorized work of utility companies or other agencies in any public street, alley, way, or parking area. II L. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will .be made therefor. 0 SP 2 of 7 Payment-for incidental items of work, not separately provided for in the pro- 'posal,,shall be included in the price bid for other related items of work. IV. TRAFFIC CONTROL.AND ACCESS The contractor shall provide traffic control and access in compliance with Subsection 7 -10.of the Standard Specifications, except as modified herein. In order, to expedite the work, the intersection of Balboa Boulevard and "L" Street may be closed to all through traffic for a maximum period not to exceed 45 calendar days. Prior to commencing the work, the contractor shall submit a written traffic plan to the engineer for approval. The plan shall show the periods of street closure if any, the location and signing of all detours and barricades, and any other details required to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. V. PERMITS The City has obtained the following approvals and permits which are available for inspection at the Public.Works Department: 1. Permit for discharge of waste water: County Sanitation Districts of Oran a County (see also Section XII, Surface and Groundwater Control 2. Project approval: California Regional Water Quality Control Board -- Santa Ana Region (see also Section XII, Surface and Groundwater Control, 3. Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. 4. Permit: Department of the Army, Los Angeles District, Corps of Engineers. The contractor shall be responsible for making himself aware of and conduct- ing his operations,in accordance with the requirements of these approvals and permits.. All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. The contractor shall obtain the following permits, prior to any construction: 1. Permit to perform excavation or trench work from.the Division of Industrial Safety, State of California (see Section XIII, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge .(see Section XIVA, Clearing and..Grubbing). VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys, including construction staking, shall be under _ r .. _. � � '.. .,__ z sr - _ - .. _, -,._. .rte °+m w,a.. - - c�.._i. ,...- s..t,. -°..., _,. s. a .»-tea �:..r.. r�'. -. - ;.:.s"- 0 SP3of 7 the supervision.of a California licensed surveyor or civil engineer. .Staking shall'be performed on all.items ordinarily requiring grade and alignment at intervals normally.accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. VII. NOTICE TO RESIDENCES The City will mail preliminary notice to all residents affected by this work. Between 40 and 55 hours before closing a section of street or restricting vehicular access to and from driveway approaches, the contractor shall dis- tribute to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of ..the schedule will require renotification using an explanatory letter. VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facili- ties. Construction of the storm drain and structural sections will cause work to be performed'under and very near existing sewer, gas, water, telephone and electrical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construc- tion of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Standard Specifications. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from con- struction of the improvements. The contractor is advised that other contractors or utilities may be install- ing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. IX. PROTECTION OF EXISTING PROPERTY CORNERS 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 compen- sation will be made. X. 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 Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. VMW 0 _ .•.�.`• �iF.�.t -. h. in..erl '.:'. Y.CL�i �.T .. R'�'�'ei'L SP4of 7 XI. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City .Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. XII. SURFACE AND GROUNDWATER CONTROL A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. Prior to commencing construction, the contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside; California 92506, Tele- phone (714) 684 -9330, Mr. Herrera). Upon approval of the plan by the City and the Board, the contractor shall be responsible for the imple- mentation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. B. Ground Water It is anticipated that ground water will be encountered at various times and locations during the work herein contemplated: The contractor, by submitting a bid, acknowledges that he has investigated the risks arising from ground water and has prepared his bid accordingly. C. Dewatering All water removed from excavations shall be pumped to a portable settling box of a size and configuration capable of removing suspended . solids from the dewatering operation. The discharge from the box shall have a 22" standard fire hose connection. The discharge from the box shall be metered. Water from the settling box shall be discharged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the Orange County Sanitation District No.;.5. The City has obtained and paid for the necessary permit from Orange County Sanitation District No. 5. One standard fire hydrant meter will be furnished to the contractor and may be picked up at the City's maintenance yard at 592 Superior Avenue from the Utility Division. All costs involved in the dewatering operation shall be included in the price bid for the related item requiring dewatering. XIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. 0 0 S P 5 of 7 Guarding -_The wills -and faces of all excavations over 5.feet in depth shall be effectively guarded by a shoring system, sloping.of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain.a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for guarding underground construction. XIV. CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals These items of work shall be performed in accordance with the require- ments of Subsection 300 -1 of the Standard Specifications, except as modified below: Branch and root trimming of existing trees shown to be protected in place shall not be done by the contractor. The contractor shall, however, allow sufficient time for and coordinate his activities with City forces who will root prune the trees after the necessary adjacent improvements have been removed. 2. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 3. All material removed under clearing and grubbing, remove and dispose of, utilities reconstruction, or excavation from trench or street areas down to the subgrade plane, that is not suitable for use on this project as directed by the engineer, or as otherwise specified herein, shall become the property of the contractor and shall be disposed of away from the job site in a manner and at a location acceptable to all cognizant agencies. Excess clean sand obtained from excavations shall be placed and spread at the locations.as shown on the plans or as directed by the engineer. Prior to dumping any spoil or waste material from the job site at any sanitary ".landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; it's purpose is simply to provide authorization for the contractor to use these disposal facilities for excess material. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifications. Bricks not removed by the adjacent property owners shall be care - fully and neatly removed and stockpiled by the contractor, and reinstalled after the adjoining improvements are completed. The contractor shall install bricks that are in the best condition first, and any bricks remaining after all areas are reinstalled shall be disposed of.,by` the contractor at..the direction of the engineer. If required,.,any.br.icks damaged as a result of the contractor's opera- tions, shall b.e replaced at his expense. Installatioq.of removed 0 i bricks shall conform.to the grade of the adjoining improvements, and shall be of at least the quality and appearance of the area prior to removals. Payment for clearing and grubbing, remove and dispose of, and remove and replace in kind shall be made at the lump sum price bid for clearing and grubbing. Payment for other removals shall be included in the various corresponding items of reconstruction. B.. Portland Cement Concrete Improvements SP 6 of 7 All portland cement concrete shall be Class 564 -C -3000. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, unless otherwise modified. Aggregate base will not be required for the cross gutter or alley approaches as shown on the standard drawings. Portland cement concrete used for the cross gutter,.street pavement, and alley approaches 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 imme- diately following placement, and no vehicular traffic shall be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. Payment for constructing the P.C.C. cross gutter shall.include the gutter, spandrels, curb returns, and gutter transitions. Payment for constructing Type "A" P.C.C. curb and gutter.shall exclude curb inlet and local depression lengths. Payment for constructing P.C.C. street pavement shall exclude the sur- face area of any part of the storm drain system. C. Storm Drain Systems All.curb inlets shall have a protection bar installed per CNB Std.- 300 -L. The neoprene bearing pads to be installed as shown on the plans shall extend the entire length of the new structure, and shall extend beyond the spring line of the existing pipes to be protected. At the direction of the engineer, portions of existing storm drain pipe shown to be removed may be abandoned in place, in which case the entire length of pipe shall be completely filled with a 1 -sack portland cement and sand slurry. All costs incurred in the abandonment or removal of the existing storm drains shall be included in the lump sum prices bid for constructing the storm drain system, and no separate or additional compensation will be made. D. Adjustment of Manholes, Water Valve Boxes, Etc. to Finished Grade .All sewer manholes, sewer cleanout, and water valve boxes shall be set to proper finished grade prior to the placement of portland cement con- crete improvements. `:mss- • f I E. Backfill Section 306 -1 -3.5 of the Standard Specifications is hereby . amended to require a minimum of 95% relative compaction of all trench backfill in paved areas. The contractor shall densify by jetting and/or pondin19 sUDDlemented as reduired with mechaniral davirac to rmmnly with *hie SP7of7 0 0 i C. R. CRAIG & C. R. WELSHIEMER Engineering & Constructors Lic. No 304877 12631 E. Imperial Hwy. Santa Fe Springs, CA 90670 July 1, 1975 City of Newport Beach 3300 Newport Blvd... Newport Beach, CA 92660 ATT: Al Beingessner Dear Sir: REF: 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 liablity for Workmen's Compensation or to under —take Self Insurance before commencing any of the work. Sincerely, c' C. R. WELSHIEMER dew/CRW POBLiL WORKS J(;!. 19751 .9 OF CITY NE"JR, B vl CALIF, �O N � * A5 CITY CITY OF NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY AT,tENDED IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. (C -1510) MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Street and Storm Drain Improvements "K" Street, Balboa Boulevard, "L" Street, and 11,11, Street End (C-01U) This is to certify that the CONSOLIDATED AMERICAN INSURANCE COMPANY Name of Insurance Company has issued to A. C. CRAIG & C. R. WELSHIEMER CONSTRUCTORS Name of Insured SANTA FE SPRINGS, CALIFORNIA 90670 (Aaaress of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its.officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CARROLL INSURANCE, INC. Address of Agency or Broker: P.O. BOX 2008, ANAHEIM, CALIFORNIA 92804 Telephone No. 714976 -6311 Countersigned Effective date of this endorsement: s M. Carroll, Agent nsurance company Representative 6/16/ 19 75 , Endorsement No. re jai ) /e jai Policy Term Limits of Liability Coverage Policy No. Each Occurrence I Aggregate REQUIRED BY OF NEWPORT BEACH CAL 160083 4/14/75 to 4/14/76 (Minimum: *$500,000) (Minimum: $ *500,000 Protecti, 1,000,000 Products 500,000 Contracti SHOW C MPLETE INFORMATION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single From:4 /14/75 $ 500,000. Protecti Limit Bodily Injury or Property Damage CAL 160083 To: 4/14/76 $ 500,000. $ I, uUu,uuu-_Products - Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CARROLL INSURANCE, INC. Address of Agency or Broker: P.O. BOX 2008, ANAHEIM, CALIFORNIA 92804 Telephone No. 714976 -6311 Countersigned Effective date of this endorsement: s M. Carroll, Agent nsurance company Representative 6/16/ 19 75 , Endorsement No. re jai ) /e jai -- A STOCK CSUALW �t. INSURANCE COMPANY Zenitb AaAnai 3n�Urance Co*np CERTIFICATE OF INSURANCE WORKMEN'S COMPENSATION TO: CITY OF NEWPORT BEACH CITY HALL 3300 W. NEWPORT BLVD. poUcyft. N 285876 Agency: CARROLL INSURANCE, NEWPORT BEACH, CALIFORNIA P.O. BOX 2008 INC. From: 5/22/75 ANAHEIM, CA. 92804 EmploysrA. C. CRAIG & C. R. WELSHIEMER 5/22/76 CONSTRUCTORS To: 12631 EAST IMPERIAL HIGHWAY SANTA FE SPRINGS, CALIFORNIA 90670 THIS IS TO CERTIFY that we have issued to the above named employer a valid Workman's Compensation insurance policy In a form approved by the Insurance Commissioner of the State of California. DESCRIPTION OF OPERATIONS COVERED JOB: Street and Storm Drain Improvements "K" Street, Balboa Boulevard, 111,11 Street, and "I" Street End (C- 1510). This policy shall not be cancelled nor reduced in coverage until attar ten (10) days' written notice of such cancellation or reduction In coverage shall have been mailed to this certificate holder. COUNTERSIGNED AT this 16th day of CC- cc- CC- CC- WC-48 TOM ) -%O ANAHEIM, CALIFORNIA JUNE 18 75 ZENITH &Ni6NAL INSURANCE COMP Y gU'P. ' AUTHORIZED RE ESENTATIVE .. .,. ... -- _.,�,r ` � �: ,(. M V) I I 0 ca pQ VA LJ ti N LAJ U < z La Li Ir z (5 oz L'i Adlk z 71 , < �il ,;f) is f NZ tit Q ot nil i� i sz %*�qt tqA� NJ t.- v V J Q h Yi N Q Q K Q Q h lQ Iq CY N lit Li V% J'i m N 144 CONTRACTORS STATEMENT OF �RERIENCE /'2 1 1 A l:urpuralion /7r (.:.. iTY 7�.._ .1� • _W., /s5�/!•_4C /- /.[f��__5..�/{Js l_.C/��..[.Li.a,s� .. f-j A Co -pa l-ln, t:sbip ° NAME ,Y - - -- ^ i Nary4 ,t Girreepond With Contrac(or's License in Every Detail) J Al, Individual n I PRINCIPAL OFFICE /263 / E. I1n�t16 h!-1 FS/1� __J!f _ !�FE�;fJ /16'NS. l,: /Y.. .Y i%D ,)� Combination ° (Stunt „r P.O. Bnxl / ICity) V if tie.e. �' /.tP trod. -j The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made I. Are you licensed as a Contractor to do business in California ? - 4r5. - Licerue No.3VVo077 Tx pe 2. flow many years has your organization been in business as a contractor under your present business name? i !l/Ew 3. Ilow many years experience m �Z /CJ/1/lV1V✓! t �l/L�a /:..%�nstructiun work has your organization bad J / (Type) (a) Asa general contractor'.. _ A0 yes" _. (b) As a subcontractor? - /1/O .N.6 4. Show the projects your organization has completed during at least the last five years in the following tabulation: To assure nuizimum consideration for your prequalification rating, be specific as to the nature of the work your firm actually pedurmed. TYPE OF WORK VALUE OF WORK i Elam , rc(See V r, and P) LOCATION OF \ \'t IBA FOR WHom 1'I RI'UI,41clt t( e kind f 1- vemcN7 I Ili RF'ORhtEO - Ly20 !Ic/r ffa fo. d l�.►rs• l�i/i /Si�/�air�jiG /1SDOO L�cJL4A.CIEt: C£n//EA//4 S'chv�/ 71t' f ".... �� ✓�p.Y��A ,;Ga. %�tl / -VO/ /9 7S. ,...�5.. S{n.. t�.ad . .. .So,.000 ._ ... ll/eaw&X A. 197 Gr.✓ -j AoSouo' ... CgRrdcN.lrrw ✓£ Cr., �/961' 7o h1 ip '*d'VanJ ,4r Ii .. a Sc/rov! j�is Ir LUir/1frd- - lA�s>f. /I /�dsto.v ((Wo C } o (yArdba (,ro ✓6 qq 1 r9/111r' vfT 3,vvuo.,:/oiieao 1 iVi�al ls�dKVri�f/.� /7t✓ A9 e, of MryhW415 y / : 77-�1.. ri"AcA .r Fz - �r4r�+ 6 J. K 5 ?i.rv!r{= .l_.m'}J... �IS N/A��7d &3ioC1v'. /�7iwpt��..Cil, ! ift7Awwyy ... '_..s '---. K.Jr =fl'iE i . Xis /0.na /...T.✓ { "ch.P. orE.titro., .D�P�, o.� ..T trs{f�r IOw 5. Have you or yt.:r organization, or any olficer or partner thereof, failed to complete a contract ? -Jf4j If so, give details - - ---------------------- .--------- . - --------------------------- .. - ... ...._ ah, ". the e.ar, :,..r : Lyle ..: she :,rie, indicate whether a "general" ur "hn:ited" Partncnl,ip, and li,l the °.,,,. es ,.I all p:r men. .haw the cra:l n., 9e .,( :k! :o rbb..vinn, and list the nnnu•. of ,en nlewhers m n:ui Orr. there,:(. vns4 :and°vit ur aHidava, on p:,: ; and 4::n::a be coo pleted and exr,,Acd. `Ah'c' pmq,r.ddicam•n i. lased ,n, a .,,n,Liv:li,m of .......I orRxnitntionr, show the c.panence, equipnent' .Ord linan i:d reeowce. nl Il:r a m,hincd ,:m:mi: annns. (4] PLFASE INCLUDE 2 COPIES OF ANY A'I'TACHNIENTS TO THIS PAGE. al-ECO, JETIMAN, JR. CERTIFIED PUBLIC ACCf-IUXTAKT 13378 EAST TELEGRAPH PGAD SANTA FE SPRINGS, CALIF., 90670 TELEPHONE (213) 944-7691 may 16, !915 AFustus C. Craig dba Diamond Builders 12631 imperial Hignway Santa Fe Springs, Calif. 90670 Dear Sir: 'The accompanying balynew Meet of Agpstus C. Craig Us Diamond Baillovs is 0. February A 1975 and the related statements ot earnings and pinprivLors e1wity for the Wo monthythen- ended were not audized vy_mn and according!.*..- 1 is not express and Opinion on them. A statement of changes in financis. position has not been presented as required by gyn,rally accepted prinalplive. Yours e ry Craly, Otto Jensen Jr. Certified Public Accou=n!, k� ,LTST'JS C. Cy7G Dak - � =lU40N rB J =MR�S -D NCE -SHEET February 9«197 : ASSETS v � "42—NT ASS" asp ble - trade Li- rece]vable - sundaw ««22 T«al current F-sseLs W-,.7K) 4.15SI-P omotITS ari-ve eTuipment, 2. a :a iment 7 ETa ,quipmerlt aw -oo Less Accu-mulated depreciatsn w, .w l« ed assets Cash LLUILIU. i ES -e w secured C 'Cra"";2 C) :» le »:(e,:«, z y a« z T P \LA 7 .1 AGUSTUS C. CFP.TrG DBA URINGS _v3 iaomtl,,- ended Fel-.raary %-a ::!a i 1:7 inanct Qs auu tools 'ph .1 Ag-JS'!rJS C. CRSI-1 DB.k f ]EP—OMM"ID—BUILDERS OF PROP—R='ORS' ZJIF't• Tvo months ended February 28, -I TTIAL AL JA,Nuf,Ry ly 1j ',75 UIdAk7- If a corporation, answer this: Capital paid In cash, $... _---------------------------------- When incorporated. . .... . . .. . -------------- .--- --- ---------- ........ In what State -- --- ..- ------- -- - --- - -------- ----- -- -- President's name .. --- -- --- -- - - ------ _ ------ ....._------- Vice President's name .. -- ------ --- -1------............Secretarv:s name Treasurer's name . ..... . . .................................. If a copartnership, answer this: Date of organization . . ._...._.__ . . .. . . . .. ........ . State whether partnership is general, Iimited or association Name and address of each partner: WHERE PREQUALIFICATION IS BASED ON A COMBINATION OF ORGANIZATIONS, THE APPROPRIATE AFFIDAVITS BELOW MUST BE EXECUTED FOR EACH MEMBER OF SUCH COMBINATION. AFFIDAVIT FOR INDIVIDUAL -. --...... dofn g business i ( Name of individual) / ( Name of firm, if any) certifies and says: That he is the person submitting the foregoing statement of experience and financial condition; that he e ° ?gl" has read the same, and that the same is true of his own knowled e; that the statement is for the purpose of inducing the State of California to supply the submitlor with plans and specifications, and that any depository, vendor, or other agency el therein named is hereby authorized to supply said State of California with any information necessary to verify the .state- ment; and that furthermore, should the foregoing statement at any time cease to properly and truly represent his financial condition in any substantial respect, he will refrain from further bidding on State work until he shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct. eel Subscribed at .... ....- - ---� - -- -� ✓- -— - - .. ............ State of_... _✓126GY_:!... -- NurE: Statement will he returned unless affidavit is on.___ A- -- 19 %J / . complete in EVERY respect. ---------- ._. (Applicant most sign here) AFFIDAVIT FOR CO- PARTNERSHIP -- -------- -- ---- ---- -- -------- ------------- ---------------- .._ ------------------ .------------- ... — certifies and sails: That lee is a partner of the partner - (Name of partner) ship of. ... . . . .. . .. ... .. .._ .........___... _......._..... .. ........... ; that said partnership .submitted the foregoing statement of !Name of firm) experience and financial condition, that he has read the same and that the same is true of his own knowledge; that the statement is,for the purpose of inducing the State of California to supply the submittor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said State of California with any information necessary to verify the statement; and that furthermore, should the foregoing statement at any time cease to properly and truly represent the financial condition of said firm in any substantial respect, they will refrain from fur- ther bidding on State work until they shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct Subscribed at_.... - - - .. .......... .. , State of .... ------ ........- -> � cio) (coancy) Not,-: Statement will be returned unless affidavit is on. complete in EVERY respect. (D81e) ............ - ..... . — - slgn The foregoing statement and affidavit are hereby affirmed. (Member of firm must hem) O:xme of firm) _. ...... .... ... . _- ___ ..........,..... ....,.., ..,._ &emaini.:e members of fin, in here) [ I3] V a, CONTRACTOR'S NANCIAL STATEMENT ❑ A Corporation ❑ A Co- partnership v (� An Individual NAME.. ----------------------- ------- ------ --------- - - - - - -- ❑ Combination s. Condition at close of business --------- _ --1�d-_, ------ JJ --------------------- - -- -- - - - - -- ------- -19i.? ASSETS Current Assets 1. Cash .., ...................... ,..._ ----- ------ -- ----_------- --- .----- - 2. Notes receivable--- - --- -----_-- _------- ------------------------- 3. Accounts receivable from completed contracts .__.__ _ ---- 4. Sums earned on incomplete contracts ----- -------------------------------- 5. Other accounts receivable ......... .----------- ---------------- .................... 6. Advances to construction joint ventures _-------------------------------- 7. Materials in steel, not included in Item 4 ---- ._ .................. ....__ 8. Negotiable securities ................. -. - ___. -_ -----------------..°--.._...- 9. Other current assets ................. ._ . -- --------------- ........... Fixed and Other Assets 10. Real estate _ ......... - 11. Construction plant and equipment ...... ._. 12. Furniture and fixtures ................... 13. Investments of a non - current nature....... 14. Other non - current assets TOTAL AssETs ---- __ ---- .------------------ LIABILITIES AND CAPITAL Current Liabilities 15. Current portion of notes payable, exclusive.of equipment obligations and real estate encumbrances ... ............. .. _.------- 16. Accounts payable - - -- -. - . . _ .. .. ................. °. -_. ... _....... °- - - - - - -- ---- - - - - -f 17. Other current liabilities_ .. ..... .. . ... _ ............... .._. ........ . -_- --- _-- _- _- . - -- --- TOTAL......... — ...... ................. _. TOTAL SQ_ Other Liabilities and Reserves 18. Real estate encumbrances . ... ............................... �>..1:39.7400 19. Equipment obligations secured by equipment - __- .1. j 20. Other non - current liabilities and non current notes pas able 21. Reserves _....... ... .... _ ... -............ . .... — ..TOTAL. - . ........ TOTAL ----- -`—?- ✓1% L�. .. Capital and Surplus i 22. Capital Stock Paid Up - .... - ..._ ............. . _... -. It - - -.- 2.3. SllrplllS (or Net Worth). ..... / TOTAL......... ..... ................ y{Z�Q CI ',. E_j.. TOTAL LIABILTIES AND CAPITAL_ ...... _ ............ .................. 1 ............. . CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold _ 25. Liability on accounts receivable pledged, assigned or sold,......................................... 26. Liability as bondsman - °° ©`. 27. Liability as guarantor on contracts or G-+ v, ounts t r tars ............._ l/ _ 28. Other contim4ent liabilities _ _- -- TOTAL CONTINGENT LIABILITIES .. ..... -. Nor ..— She..+ details under main headings in first velumn, extending totals of min headings to second column .S� CITY OF #tEWPORT BEAM PUBLIC WORKS DEPARTMENT i CONTRACT DOCUMENTS FOR i STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END CONTRACT NO. 1510 Submitted by: JrJ /j 11' %�• P�QA/ t �.,c? LIiE /S%J�GE�6wF La.�sfr�a�o.QS I Contractor /Zb31 E. -1 mpE.eia l /,�w Address City f f Zip ?/3 96,8. 1,76,31 Approved by the City Council this Telephone 28th day of April 1975. La a agtos, C ty Cl c Total Bid Price achM l /3/9,9 aof • � ?.r 0 0 D � w Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 22nd day of May 1975 , at which time they will be opened and read, for performing work as follows: STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET, AND "I" STREET END CONTRACT NO. 1510 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of.the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of.the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President.and Secretary or Assistant Secretary are required an t� he C_o�rporra —te Seal shall be affixed to—all �ments re— q— u ring signatures. In the case of a al�rtnership, 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.) 'r Page la The City has adopted the -Standard Specifications for Public Works Construction (1973 Edition) as prepare . y the Southern California Chapters of 5e 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 $5.00 per set. A standard "Certificate_. of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders-Rating of A or better; and a Financial. Rating of at least AAA as per the latest edition of Best's key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 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 words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the 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. _30M72 Classification this proposal i s unecK or i 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. Phone Number AJJ..W 22- Date 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: i 0 • 0 • DESIGNATION OF SUBCONTRACTORS The undersigned certifies tha listed contractors in making will be used for the work for City Engineer, and in accorda specifications. No change ma the prior approval of the Engineer. t he has used up his bid an which they b nce with the y be made in Page 3 the sub -bids of the following d that the subcontractors listed id, subject to the approval of the applicable provisions of the these subcontractors except upon Item of Work Subcontractor Address 1. 2. 00" A/E 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. —% Bidder's Name * r 66416 ignature �RYKiIKAa.G.�i Type of Organization (Individual, Co- partnership or Corp.) a , BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, A. C. CRAIG & C. R. WELSHIEMER CONSTRUCTORS , as Principal, and AMERICAN BONDING COMP as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT BID IN - - - - - -- 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 Street and storm drain A itreet End.- Contract no. 1510, bid date: J /[[/15, 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 21st day of May, , 1975 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Premivm charged under Bid Mnd Service Undertaking, A. C. CRAIG 6 C. R. WELSHIEMER CONSTRUCTORS Principal BY: , AMERICAN BONDING COMPANY Surety By Neal L. Witt, Attorney -in -Pact Title - - E \ j 7 ® & 0. � � 0 0 * � n § k � 2 c � } (/ j r° z \\ kk {{ _ :a [z E(21\ | /\(CL \� § E[{, w \ / ƒ\[ .� __a| ,£■ ( lE�, ƒ� Hon . � ± � IE{ ` \ /}\ � [_( 3 C) k� I. p�� If 2ƒ ƒ RE im - E \ j 7 ® & 0. � � 0 0 * � n § k � 2 c � AMERI(!�N BONDING COMIANY LOS ANGELES, CALIFORNIA A STOCK COMPANY CERTIFIED COPY OF POWER OF ATTORNEY No, 80 AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administrative office in the City of Los Angeles, State of California, does hereby make, constitute and appoint Neal L. Witt, of Los Angeles, California as Attorney(s) -in -Fact, with full power and authority hereby conferred to execute and deliver and affix the seal. of the corporation thereto, if a seal is required, for and on its behalf as Surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, bail and surety and fidelity bonds. The American Bonding Company further certifies that the following is a true and exact copy of Article VII Section 3, of the By -Laws of American Bonding Company duly adopted and now in force, to wit: SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall he executed in the name of the corporation by the president, any vice - president, secretary, any assistant - secretary or the treasurer, or by such other persons as may from time to time be properly authorized The president, any vice - president, the secretary, any assistant - secretary or the treasurer may appoint or remove resident vice - presidents, resident assistant- secretaries, attorneys in fact, agents or other persons who shall have authority to issue and deliver bonds, undertakings, recdgnizances or other written obligations in the name of the corporation. The corporate seal is not necessary for the validity of any bonds, undertakings, or other obligations of the corporation. The signature of any authorized officer and the seal of the corporation may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond: or undertaking of the corporation; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly authorized officer and its corporate seal affixed, this__duy .- 27, 1' Date (SEAL) State of California County of Los Angeles AMERICAN BONDING COMPANY By sl W. B Gillingham Title Vice President On this— __27th --- day of______. —�_J °_ 19 73 , before me a Notary Public, personally appeared the above named officer of American Bonding Company, a corporation, known to me to be the person and officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation voluntarily executed the same. sl Margaret S. Rodriguez Notary Public My Commission Expires November 3, 1973 CERTIFICATE I. the undersigned, certify that f am the Assistant Secretary of American Bonding Company, a Nebraska corporation, and that the attached Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article VII Section 3, of the By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate Company this may -21, 1975 -- (SEAL) Assistant Secretary F,am AS ItxM1A arv. 12 -e5 0 0 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 agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me thi s,1day of , 19 7j, a0000� 1L My commission expires: �Q OFFICIAL SEAM MARY GRACE MASTERMAM NOTARY PUBLIC . CALIFORNIA PRINCIPAL OFFICE IN LAS ANGELES COUNTY MY ODMR cn E*rn OdDhff 21, 1978 11 0 Page 6 STATEMENT OF FINANCIAL RE SPONS IB I L 171 The undersigned submits herewith a state of his financial responsibility. w� 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. S'L P Z % i S'L P Z 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END CONTRACT NO. 1510 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 4 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. 1510 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 1. 1 Clearing and grubbing Lump Sum ,3s.,t�i.� +....�.,� Dollars 38 47 106, tents $ $ Per Lump 2. 400 Construct Type "A" portland Linear Feet cement concrete curb and gutter per CNB Std. -105 -L and as shown @Ir.Nt/ Dollars and Cents Per 'Linear Yb 01 400 Construct 6" Type "C" Portland Linear Feet cement concrete curb and gutter per CNB Std. -106 -L i @ J Dollars and DO DO p o Cents $ Ale $146000 Per Linear Foot • • PR2of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21 1 Construct portland cement concrete Lump Sum street end retaining walls and Type "B" planter curb per CNB Std. -105 -L @ 41lrwrr✓ Dol 1 ars and &a'g ents Per Lump Sum 1 Construct 8" thick portland cement Each concrete crossgutter per CNB Std.- 109-L and as shown, over compacted native soil @ A�/(� /q�cli,FOG Dollars and Cents $ $jeD Per Each 4,200 Construct 6" thick Portland cement Square Ft. concrete pavement per CNB Std.- 118 -L, over compacted native soil @ (Yi)tJ2 Dol l ars J _ and Cents Per Squar oot 12,320 Construct 8" thick Portland cement Square Ft. concrete pavement per CNB Std.- 118 -L, over compacted native soil 2,540 Square Ft. $ S $ saso O° - @ Dollars • and sS O9 00 Wee Cents $� � $ 6 Per SqP r Foot Construct 4" thick portland cement concrete sidewalk per CNB Std. -110 -L Dol l ars and Cents Per Square Foot 9. 1 Construct 6" thick Type "I" port - Each land cement concrete residential driveway approach per CNB Std. -113 -L $ z $ Atrf42 @ tE,lir�lrQ�It�oiG� Dollars 0 Ar and Zoo 2� / .iYt�p Cents Per Each @JU /�cytg(ir� Dol l ars and A4 "f �p _ Cents $ /�Qr�°� $ f o ✓ Per Each 14. 1 Construct terminal sewer cleanout Each per CNB Std. -400 -L @'AA40m Dollars and qp A-SS J istp Cents $ SSO Per Each 15. 1 Construct 8" vitrified clay pipe Lump Sum sewer kAil. � t�ifoWA4Z Dollars and EP ire Cents $I$S00 Per Lump Sum • • PR3of4 UNIT TOTAL TEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 4 Construct 6" thick Type "A" Portland Each cement concrete alley approach per CNB Std. -117 -L and as shown, over compacted native soil @ &xe /444&dVA&d& Dollars �,,h and Cents $ /p0=° $ Per Each 11. 1 Construct the "K" Street - Balboa Lump Sum Boulevard - "L" Street storm drain system, including curb inlets, and appurtenances Ad& Dollars 0 �►- �saGAil o�Cents and $ <$��" i Per Lump Suf 12. 1 Construct the "I" Street storm drain Lump Sum system, including curb inlet, pipe, and appurtenances Dollars ,I &iir fB 14Aa #-~ and Qp Cents $ a ya&G *$ 02rho. _ Per Lump Sum 13. 1 Construct reinforced standard pre - Each cast concrete sewer manhole I per CNB Std. -401 -L @JU /�cytg(ir� Dol l ars and A4 "f �p _ Cents $ /�Qr�°� $ f o ✓ Per Each 14. 1 Construct terminal sewer cleanout Each per CNB Std. -400 -L @'AA40m Dollars and qp A-SS J istp Cents $ SSO Per Each 15. 1 Construct 8" vitrified clay pipe Lump Sum sewer kAil. � t�ifoWA4Z Dollars and EP ire Cents $I$S00 Per Lump Sum • 0 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1 Install fire hydrant assembly per Each CNB Std. -500 -L @iii,) Dollars and /YLD Cents Per Each 17. 5 Adjust existing water valve box Each to finished grade @ Dollars and iye.t� Cents Per Each 18. 4 Adjust existing sewer manhole to Each finished grade @ Dollars and �e Cents Per Each 19. 1 Guard underground construction Lump Sum @ Dollars and Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: 2 Z Date G CONTRACTOR'S LICENSE NO.__5 Q t1B 2% CONTRACTOR'S ADDRESS e PR4of4 $ $/ ✓ wars and g� rents Total $ 40 746 TELEPHONE NUMBER 219- CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET NO 1.1 STREET END CONTRACT NO. 1510 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . ..1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . .. . . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 2 VII. NOTICE TO RESIDENCES . . . . . . . . . . . . . . . . . . . . . . 3 VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . 3 IX. PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . 3 1 X. WATER ........................ .....3 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . . . . . . . . 4 A. Surface Water . . . . . . . . . . . . . . . . . . . . . . 4 B. Ground Water . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Dewatering . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 XIII. GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . . 4 XIV. CONSTRUCTION DETAILS. . . . . . . . . . . 5 A. Clearing, Grubbing and Other Removals . . . . . . . . . . . 5 B. Portland Cement Concrete Improvements . . . . . . . . . . . 6 C. Storm Drain Systems . . . . . . . . . 6 D. Adjustment.of Manholes, Water Valve Boxes, Etc. to Finished Grade . . . . . . . . . . . . . . . . . . . 6 E. Backfill . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 i I II III. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END CONTRACT NO. 1510 SCOPE OF WORK SP of The work to be done under this contract consists of removal of existing street improvements; and construction of curbs, gutters, P.C.C. paving, sidewalks, storm drain pipe, reinforced box culverts, curb inlets, catch basins and other incidental items of work as shown on the plans. .The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. D- 5070 -S), the City's Standard Special Provisions and Standard Drawings, and the City's.Standard Specifica- tions (Standard Specifications for Public Works Construction, 1973 Edition with 1974 Supplement), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies ..of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall complete all work on the contract within 140 consecutive calendar days after award of the contract by the City, and as specified in Section 6 of the Standard Specifications. The construction schedule sub- mitted by the contractor shall be approved by the engineer prior to the start of any work. The work.shall be carried on at such places at the project and also in such order of. precedence as may be found necessary by the engineer to expedite the completion of the project and minimize obstruction to normal use of streets and roads. Where work has begun on any portion or designated part of the project, it shall be carried forward to final completion as rapidly as practi- cable. All operations shall be conducted so.as not to interfere unnecessarily with the authorized work of utility companies or other agencies in any public street, alley, way, or parking area. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will .be made therefor. • 0 SP 2 of 7 Payment for incidental items of work, not separately provided for in the pro- posal, shall.be included in the price bid for other related items of work. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in compliance with Subsection 7 -10 of the Standard Specifications, except as modified herein. In order to expedite the work, the.intersection of Balboa Bo ulevard.and "L" Street may be closed to all through traffic for a maximum period not to exceed 45 calendar days. Prior to commencing the work, the contractor shall submit a written traffic plan to the engineer for approval. The plan shall show the periods of street closure if any, the location and signing of all detours and barricades, and any other details required to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. V. PERMITS The City has obtained the following approvals and permits which are available for inspection at the Public Works Department:, 1. Permit for discharge of waste water: County Sanitation Districts of Oran a County (see also Section XII, Surface and Groundwater Control. 2. Project approval: California Regional Water quality Control Board - -Santa Ana Re ion (see also Section XII, Surface and Groundwater Controlgj. 3. Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. 4. Permit: Department of the Army, Los Angeles District, Corps of Engineers. The contractor shall be responsible for making himself aware of and conduct- ing his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and:no additional compensation will be.made therefor.: The contractor shall obtain the following permits, prior to any construction: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section XIII, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge (see Section XIVA, Clearing and Grubbing). VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys, including construction staking, shall be under �,.. � � .... _ � ..._ � .. 'L .tee;+ • � � SP 3 of 7 the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included.in the various items of work and no additional allowance will be made therefor. VII. NOTICE TO RESIDENCES The City will mail prelimi.nary notice to all residents affected by this work. Between 40 and 55 hours before closing a section of street or restricting vehicular access to and from driveway approaches, the contractor shall dis- tribute.to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the City and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotification using an explanatory letter. VIII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities.are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facili- ties. Construction of the storm drain and structural sections will cause work to be performed under and very near existing sewer, gas, water, telephone and electrical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construc- tion of the items shown on the plans. The contractor's attention is called to Section 5.and Subsection 7 -9 of the Standard Specifications. Existing buildings and structures abutting proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from con- struction of the improvements. The contractor is advised that other contractors or utilities may be install- ing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. IX. PROTECTION OF EXISTING PROPERTY CORNERS 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 compen- sation will be-made. X. 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 Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. f i XI. XII 0 SP4of7 GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such.defects shall be repaired at the contractor's expense. SURFACE AND GROUNDWATER CONTROL A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project ,shall be treated by filtration or retention iri a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. Prior to commencing construction, the contractor shall submit a plan for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, Tele- phone (714) 684 -9330, Mr. Herrera). Upon approval of the plan by the City and the Board, the contractor shall be responsible for the imple- mentation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. B. Ground Water It is anticipated that ground water will be encountered at various times and locations during the work herein contemplated. The contractor, by submitting a bid, acknowledges that he has investigated the risks arising from ground water and has prepared his bid accordingly. C. Dewatering All water. removed from excavations shall be pumped to a portable settling box of a size and configuration capable of removing suspended solids from the dewatering operation. The discharge from the box shall have a 21-2" standard fire hose connection. The discharge from the box shall be metered. Water from the settling box shall be discharged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the Orange County Sanitation District No; 5. The City has obtained and paid for the necessary permit from Orange County Sanitation District No. 5. One standard fire hydrant meter will be furnished to the contractor and may be picked up at the City's maintenance yard at 592 Superior Avenue from the Utility Division. All costs involved in the dewatering operation shall be included in the price bid for the related item requiring dewatering. XIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. SP5of7 Guarding -`The walls,- and faces of all excavations over 5 feet in depth shall be effectively guarded by ;a shoring system, sloping of the ground, or other equivalent means. ;;Trenthes.less than ,S feet in depth shall also be guarded when examination indi .sates °hazardous ground movement may be expected. The contractor shall_obtain.a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the.permit shall be included in the lump sum, price bid for guarding underground construction. XIV. CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals These items of work shall be performed in accordance with the require- ments of Subsection 300 -1 of the Standard Specifications, except as modified below` 1. Branch and root trimming of existing trees shown to be protected in place shall not be done by. the contractor. The contractor shall, however, allow sufficient time for and coordinate his activities with City forces who will root prune the trees after the necessary adjacent improvements have been removed. 2. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 3. All material removed under clearing and grubbing, remove and dispose of, utilities reconstruction, or excavation from trench or street areas down . to the subgrade plane, that is not suitable for use on this project as directed by the engineer; or as otherwise specified herein, shall become the property of the contractor and shall be disposed of away from the job site in a manner and at a location acceptable to all cognizant agencies. Excess cieanfsand, obtained from excavations shall be placed and ..spread. at-the,,locations . as shown on the plans or as directed by the engineer.. Prior to.dumping any spoil or waste material from the job site at Any sanitary landfill sitte in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit.; it's purpose is simply to- provide authorization for the contractor to ;use these disposal facilities for excess material. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard ..Specifications. Bricks not removed by.the adjacent property owners shall be care- fully and neatly removed and stockpiled by the contractor, and reinstalled after the adjoining improvements are completed. The contractor shall install bricks that are in the best condition first, and any bricks remaining after all areas are reinstalled shall be disposed of by the contractor at the direction of the engineer. If required, any, bricks damaged as, a result of the contractor's opera tions, shall be replaced at hit expense. Installation of removed «. SP6of7 bricks Shil V conform to the grade of the adjoining improvements, and shallhe of :at least the quality and appearance of the area prior to, Fremov41s,V Payment for clearing and grubbing, remove and dispose of, and remove and replace in.kind shall be made at the.lump sum price bid for clearing and grubbing. Payment for other removals shall be included in the various corresponding items of reconstruction. B.' Portland- Cement Concrete Improvements All portland cement concrete shall be Class 564 -C- 3000.. Construction shall be performed according to the requirements of the applicable sections of the.standard.Specifications, unless otherwise modified. Aggregate base will not be required for the cross gutter or alley approaches as shown on the standard drawings. Portland cement concrete used for the cross gutter,.street pavement, and alley approaches 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 imme- diately following placement, and no vehicular traffic shall be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. Payment for constructing the P.C.C. cross gutter shall.include the gutter, spandrels, curb returns, and gutter transitions. Payment.for constructing Type "A" P.C.C. curb and gutter shall exclude curb inlet and local depression lengths. Payment for constructing P.C.C. street pavement shall exclude the sur- face area of any ,part of the storm drain system. C. Storm Drain Systems All curb,inlets.shall have a protection bar installed per CNB Std.- 300 -L. The neoprene bearing pads to be installed as shown on the plans shall extend the entire length of the new structure, and shall extend beyond the spring line of.the existing pipes to be protected.. At the direction of the engineer, portions of existing storm drain pipe shown to be removed maybe abandoned in place, in which case the entire length of ,pipe shall be completely filled with a 1 -sack portland cement and sand slurry: All costs incurred in the abandonment or removal of the existing storm drains shall be included in the lump sum prices bid for constructing the storm drain system, and no separate or additional compensation will be made. D. Adjustment of Manholes., Water Valve Boxes, Etc. to Finished Grade All sewer manholes, sewer cleanout, and water valve boxes shall be set 0 SP7of7 s. E. Backfil7 Section 306 -11. 3.5:af_ the ,Standard Specifications is hereby amended to require.a.minimum. of:95% relative.compaction of all trench backfill in paved areas. ..-The contractor shall densify by jetting and /or ponding supplemented s. required with mechanical devices to comply with this special provision. It is the intent of this special provision that no trench backfill settlement will be allowed. 0 0 RESOLUTION NO. A RESOLUTIONi OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT IN CONNEC- TION WITH STREET AND STORM DRAIN IMPROVEMENTS, "K" STREET, BALBOA BOULEVARD, "L" STREET AND "I" STREET END, CONTRACT NO. 1510 WHEREAS, pursuant to the notice inviting bids for street and storm drain improvements, "K" Street, Balboa Boulevard, "L" Street and "I" Street End, in accordance with the plans and specifications heretofore adopted, bids were received on the 22nd day of May, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is A. C. Craig and C. R. Welshiemer Constructors; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of A. C. Craig and C. R. Welshiemer Constructors for the work in the amount of $138,276.89 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of Jane 1975. Yor ATTL'ST : City Clerk D;, . 'bc 5i�:/75