HomeMy WebLinkAboutC-1524 - Jamboree Road widening, south bound lanes, Ford Road to San Joaquin Hillsj
v
1 j IQi'
TO: CITY COUNCIL
FROM: Public Works Department
a+
September 10, 1973
City Council Agenda
Item No. H -9
SUBJECT: ACCEPTANCE OF JAMBOREE ROAD WIDENING, SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD (C- 1:524)
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 widening of the southbound lanes of Jamboree Road
between Ford Road and San Joaquin Hills Road has been completed to the satisfaction
of the Public Works Department.
The bid price was: $33,393.90
Amount of unit price items constructed 33,845.74
Amount of change orders None
Total contract cost 33,845.74
Amount budgeted in the Gas Tax Fund: 40,000.00
(Account No. 19- 3319 -078)
The design engineering was performed by the Public Works Department.
The contractor is Patco, Inc., of Corona del Mar, California.
The contract date of completion was August 24, 1973. All work was com-
pleted on August 24, 1973.
eph T. evlin
lic Wo s Director
jfd
.• ` /`� Sri 7�
JUN 251973
By fhe CITY COUNCIL
CITY AF wevsxn'wv.T 46ACH
TO: CITY COUNCIL
June 25, 1973
CITY COUNCIL AGENDA
ITEM N0. H -2 (c)
FROM: Public Works Department
SUBJECT: JAMBOREE ROAD WIDENING, SOUTHBOUND LANES BETWEEN FORD ROAD
AND SAN JOAQUIN HILLS ROAD (C -1524)
RECOMMENDATIONS:
Adopt a resolution awarding Contract No. 1524 to Patco for
$33,393.90 and authorizing the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City
Clerk at 11:00 a.m. on June 12, 1973.
ff II ,
AMOUNT
ALTERNATE ITLTERNATE B
Patco; Corona del Mar *$33,393.90 *$34,335.90
E. L. White Co.; Orange 36,498.22 34,487.32
Donn 0. Michaels; Newport Beach 34,775.00 36,474.00
Sully- Miller Construction Co.; Orange 35,410.00 35,735.00
R. W. McClellan; Costa Mesa 35,619.00 37,152.20
Wilco Construction Co.; Whittier 45,567.50 45,617.50
*The contract amount shown is a corrected value based on unit prices
written in words. Patco was also the low bidder prior to making the
correction.
Alternate A provides for an asphaltic concrete /aggregate base
structural section; and Alternate B provides for a full depth asphaltic
concrete structural section. The recommendation for award is based on
Alternate A.
The low bid is 4.9% less than the engineers estimate of $35,100.00.
Funds have been provided for this project in the State Gas Tax
Fund (2106), budget number 19- 3319 -078.
This project provides for the widening of approximately 1000
feet of the southbound lanes of Jamboree Road and the improvement of storm
drain facilities into Big Canyon. This work will complete the widening
of the southbound lanes on Jamboree Road between Ford Road and San Joaquin
Hills Road.
June 25, 1973
Subject: Jamboree Road Widening, Southbound Lanes Between Ford Road
and San Joaquin Hills Road (C -1524)
Page 2.
The low bidder has satisfactorily performed similar work for
the City in the past.
The estimated date of completion is August 17, 1973.
l '
eph T. Devlin
lic ks Director
:hh
1/5 bL;
r v 29 1973
TO: CITY COUNCIL
FROM: Public Works Department
41
May 29, 1973
CITY COUNCIL AGENDA
ITEM N0. H -12
SUBJECT: JAMBOREE ROAD WIDENING OF THE SOUTH BOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD (CONTRACT 1524)
RECOMMENDATIONS:
1. Approve the plans and specifications for Jamboree
Road widening of the south bound lanes between
Ford Road and San Joaquin Hills Road.
2. Authorize the City Clerk to advertise for bids
for Contract 1524 to be opened on Tuesday, June
12, 1973 at 11:00 A.M.
DISCUSSION:
This project provides for the widening of approximately 1000 ft.
of the south bound lanes of Jamboree Road and the improvement of storm drain
facilities into Big Canyon. This work will complete the widening of the
south bound lanes on Jamboree Road between Ford Road and San Joaquin Hills
Road.
The plans were prepared by the City. The estimated date of com-
pletion is August 10, 1973.
The estimated cost of the work is $35,100.00. Funds have been
provided for this work in the State Gas Tax Fund (2106), Budget Number
19- 3319 -078.
eph `f. Devlin
lic W ks Director
hh
i6�0
NOTICE TO
Stop N
(Public Body or
ce
lilt . .i Y•Cg^'p�
.DEC 1 u 1973
COPIES SENT TO:
F] Mayor
Manager
A!torney
Prime Contractor: Patco -612 Orchid- Corona Del Mar Calif.
Subcontractor (if any)
Owner or Public Body: City of Newport Beach
Improvement known as location between Ford Rd & San Joaquin Hills Rd
in the City of Newport Beach County of Orange
State of California.
OWL ROCK PRODUCTS CO. "claimant," a Corporation
(Corporation/PartnershiplSole Proprietorship)
furnished certain labor and /or materials used in that certain work of improvement situated in the City of
Newport Beach , County of Orange
State of California, known as: (name and address of project or improvement)
location between Ford Rd. & San Joaquin Hills Rd.—Newport BeacF
That the said claimant sold and delivered to:
Patco
(Subcon tractor /Con tractor /Owner - Builder)
erecting or constructing said work of improvement or a portion thereof, the aforesaid labor and/or materials being, to
wit: (describe material and labor in detail)
Total value of material /labor agreed to be furnished .......... S $1830.23
Total value of material /labor actually furnished is ..............................S 1,830.23
Credit for materials returned, if any ...... ... ..................... .........S -0-
Amount paid on account, if an S -0-
Amount due after all just credits and offsets .. ............................... S 1,830.23
AND YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project
to satisfy claimant's demand in the amount of S I - 830.23 , as provided in Sections 3156 thru 3214 of the
Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as
provided by law.
A bond is; nor attached. (No bond required on public jobs)
(islis not)
Date 6 December 1973 Name of Claimant: OWL ROCK PRODUCTS CO.
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA 1
COUNTY OF T SS.
(Claimant or Representative)
being first duly sworn deposes and says that—he is
(Owner, Partner or Agent)
of
(Firm Name)
named as claimant in the foregoing claim; that—he has read
said claim and knows the contents thereof, and that the facts
therein stated are true.
X
(Signature of Affront)
Subscribed and sworn to before me this-
day of `
RECEIVFn ',�
ruous WORKS
DEC10 ?973®
Notary Stamp CITY OF
Stamp j\ NEWPOP,T SEAM,
CALIF.
\ l
M` COMMIssion Expires
Original of above notice received this -
BMOCA FORMA (REV. 1 711
rm Name)
By-
CrPAt Manager
(Official Capacity)
Verification for Corporation
STATE OF CALIFORNIA
COUNTY OF SS.
Los Angeles )
D.E. Sutton
(Claimant or Representative)
being first duly sworn deposes and says that—he is
Credit Manager
(Official Capacity)
of OWL ROCK PRODUCTS CO.
(Exact Corporate Name)
the corporation that executed the foregoing claim; that
_he makes this verification on behalf of said corpora-
tion; that as read said claim and knows the con-
tents theree a facts therein stated are true.
X
D; gn° eoVe%nager
Subscribed and sworn to before me this 6th
day of ,_December 19 73
-- -` 0----OFFICIAL SEAL
Notary Karen Lee Schulbr
NOTARY PUBLIC - CALMORIMA
Stamp PRINCIPAL 0"M IN
LOS ANOELLS COUNTY
My Commission Expires June 8, 1975
day of 19_
CALIFOR A PRELIMINARY 'OTICE
IN ACCORDAE WITH SECTION 3097 AND 3098, CALIFORNIAWIL CODE
THIS IS NOT A LIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR
YOU ARE HEREBY NOTIFIED THAT .. .
r
L
E CONSTRUCTION LENDER or
Reputed Construction Lender, if any.
N
D �
E
R .L
FOLD HERE
S
Owl Rock Products Co.
(name of person or firm furnishing labor, services,
equipment or material)
5435 Peck Rd.
(address of peRbn or firm furnishing labor, services,
Arcadia. Calif. 92625
equipment or material)
has furnished or will furnish labor, services, equipment or
materials of the following general description:
J eady_Mixed Concrete and /or
(general descrption of the labor, services, equipment or
Sand & Gravel
material furnished or to be furnished)
for the building, structure or other work of improvement
OWNER or PUBLICAGENCY
Por Reputed Owner (on public work)
(on private work)
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Calif.
Construction loan no. fit known)
I
Patco
FOLD HERE
ORIGINAL CONTRACTOR or
Reputed Contractor, if any
L _
locatedat: Ford Rd. & San Joaquin Hills
(address or description of job site
Rd - Newport Beach
sufficient for identification)
The name of the person or firm who contracted for the
purchase of such labor, services, equipment or material is:
Patco
(name and address of person or firm)
428' Orchid
Corona Del Mar, Calif. 92625
An estimate of the total price of the labor, services,
equipment or materials furnished or to be furnished is:
$ 10,000.00
(Dollar amount must be furnished to construction lender -
Optional as to owner or contractor)
Trust Funds to which Supplemental Fringe Benefits are
Payable.
(name) (address)
(name) (address)
(name) (address)
(name) (address)
(Material men not required to furnish the above)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
Dated: Jul 30, 1973
(signd�e/ Intlel
D. E. ✓ ✓✓1 Sutton, Credit Manager
Telephone Number 1 )
This form INo. 594 Revised) distributed through BUILDING MATERIAL DEALERS CREDIT ASSOCIATION - 1213) 382 -7151
Deah Pat:
PCease be advised that the undeuigned ha6 entmd into an aguement with Patco
wlueh is thought to be su,, <,Siaient to eau6e ub to netease the Stop Notice in
u 6 menee.
We hereby tetecue the City oS Newpmt Beach §non, any 4e6pon6ibitity bnptied in
the Stop Notice.
Because the city i6 not ab4e to .issue joint checks, it i6 a pact o$ the aSone-
mentioned anneement with Patco that aU monies owed to the undmigned 6hate be
paid not tatet than October 26, 1973.
Sin ett
• ��/ /spy ���1/
geA E. Tatson
Vice President
The unde6igned, a representative o5 Patco ha6 read this
,Same: �?
2ettek and ackno(w2edge6p
baie QUT 11 197„
...............................
N 4'S SENT T0:
Lj �s,:,•u;er
'� Pub4c Nuh= Director
�� 19nnn' �Iirecloc
❑ Cormeil�t
0 �'-k
G. L. KELLAR,
INC.
CEMENT CONTRACTOR
962
WANDA ROAD ORANGE, CALIFORNIA
Phone 531 -5547
OctobeA
16, 1973
City o5
Newportt Beach
Finance
Division
3300 :Vewpa:t BQvd.
Vewpont
Beach, Cati.S.
Att: Pat Conley
Subject:
Retea6e o% Stop Notice on that certtain
Imptovement at
San Joaquin E Jambotee,
Newport Beach.
Deah Pat:
PCease be advised that the undeuigned ha6 entmd into an aguement with Patco
wlueh is thought to be su,, <,Siaient to eau6e ub to netease the Stop Notice in
u 6 menee.
We hereby tetecue the City oS Newpmt Beach §non, any 4e6pon6ibitity bnptied in
the Stop Notice.
Because the city i6 not ab4e to .issue joint checks, it i6 a pact o$ the aSone-
mentioned anneement with Patco that aU monies owed to the undmigned 6hate be
paid not tatet than October 26, 1973.
Sin ett
• ��/ /spy ���1/
geA E. Tatson
Vice President
The unde6igned, a representative o5 Patco ha6 read this
,Same: �?
2ettek and ackno(w2edge6p
baie QUT 11 197„
...............................
N 4'S SENT T0:
Lj �s,:,•u;er
'� Pub4c Nuh= Director
�� 19nnn' �Iirecloc
❑ Cormeil�t
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
TO: Ttea6uten 04 City 04 ,iJerupott Beach
(Name of owner, construction lender or public officer)
HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
G. L. Ke a?L,_InC 4882 BoE6a Aveune, W abnioteh, Cati jo nia 4PA93
(Name and address)
has furnished or has agreed to furnish Conch ete Labot _ ,
(labor, services, equipment, materials)
of the following kind Catch 3a6,r n6
(general description of labor, services, equipment or materials)
to or for Patco for the work improvement, located at, or known as:
(nam of person to or for whom furnished)
San Joaquin £ Jamboree, 1J6v9o1Lt Beach
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 4 085.00
The amount in value of that already done or furnished by claimant is $1. 000 00
Claimant has been paid the sum of $_1.000.00 , and there remains due and unpaid the sum of $3.085.00
plus interest thereon at the rate of per cent per annum from
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST,
Dated: —_ 7 ' I
game of Claimant
Address of Claimant
STATE OF CALIFORNIA
t ss.
COUNTY OF yhange ))
and says: That The is the person(s) who signed the foregoing Stop Notice; that .—he has read the same and
to be true of h rs own knowledge, except as to any matters or things that may therein be stated on In
as to those matters and things the believes them to be true. /J
Date
1313
COPIES SENT T0:
❑ 1Lnnr
Li.' I•u blio Worku pirevtor
fawlhY 'pV °. °
intents thereof 5111
and belief and
Subscribed and sworn to before me
this ay o OeLolw, 197 i =
T50N o
__71 Notary Public and in and for said State
1977
•o.�v <o :.•': ay. .JJ.: .0000rr o- >ooa N..
STOP NOTICE
WOLCOTTY FORM 89I 119v. 2.75
V�y
7bb standard form coven most umaa Pmblema in the field indicated. Before yon s/yo< seW !t, fiD m N DLRb,
and make changes ProAer to your transaction. Comult a lawyer if you doubt We forms fit. fm roar Varpm.
September 28, 1973
Patco
612 Orchid
Corona del Mar, CA 92625
Subject: Surety: Hartford AccidsM and Indemnity Company
Bonds No.: 3.9855 83
Project: Jambo}ee Road Widening, Southbound Lane$
Betweia +Ford Road and San Joaquin Hills Road
Contract No. s 1524
The City Council on September 10, 1973 accepted the work of subject
project and authorised the City Clerk to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has been
filed.
Notice of Completion was filed with the Orange County Recorder on
September 12, 1973, in Book No. 10895, Page 680. Please notify
your surety company that bonds may be released 35 days after
recording date.
Doris George
Deputy City Clerk
dg
cc: Public Works Department
RECORDING REQUESTED
BY AND MAIL TO •
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92660
Laura Lagios, City Clerk
835? FREE
C8
NOTICE OF COMPLETION
PUBLIC WORKS
0 BK 1 O895P6 680
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. SE 12 1973
J. WYLIE CARLYLE, Co arty Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 24, 1973
the Public Works project consisting of Jamboree Road Widening, Southbound Lanes
Between Ford Road and San Joaquin Hills Road (C -1524)
on which Patco
was the contractor, and Hartford Accident and Indemnity Company
was the surety, was completed.
CITY OF NEWPORT BEACH
orks Direc
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 11, 1973 at Newport Beach, California.
VERIFICATION
I, the undersigned, say:
TY
I am the City Clerk of the City of Newport Beach; the City Council of said
City on September 10. 1973 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 11, 1973 at Newport Beach, California.
9 0
CITY OF NEWPORT BEACH
CALIFORNIA
Date: September 11, 1973
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Yx. Carlyle:
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Attached for recordation is Notice of Completion of Public
Works project consisting of Jamboree Road 1Videnixt , Southbound
Lanes Between Ford .[load an San
Joaquin ':ills road jC- 152 =') Contract No. 1524
on which Pa`c ;
was
the
Contractor
and Hartford Accident and Indemnity
CompaWs
the
surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL: dB
Encl.
r 0 /66o
Date July 12, 1973
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1524
Project Jamboree I
Ford Road and San Joaquin Hills Road
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Patco
Address: 612 Orchid, Corona del Mar, CA 52625
Alternate A $33,393.90
Amount: $ Alternate B $34,335.90
Effective Date: July 10, 1973
Resolution No. 8017
aL
Laura Lagios
LL-dg
Att.
cc: Finance Department Q
0
TO: CITY CLERK
FROM: Public Works Department
L7
July 10, 1973
SUBJECT: JAMBOREE ROAD WIDENING SOUTHBOUND LANES BETWEEN FORD ROAD AND
SAN JOAQUIN HILLS ROAD - CONTRACT 1524
Attached are four copies of the subject contract documents. Please have
executed on behalf of the City, retain your copy and the insurance
certificates, and return the remaining copies to our department.
'rnS. lter
gineer
hh
Att.
CERTIFICATE INSURANCE
ISSUED, III BEHALF OF
TRANSAMERICA INSURANCE COMPANY
INSURANCE COMPANY -
CHER
llIIIE H. ROBERTSON INSURANCE
P.O. BOX 156
CORONA DEL MAR, CALIFORNIA
Name of Insured and addressr Name ale address for whom Certificate of Insurance is Issued:
Frank Mobus & John R. Brennan DBA: City of Newport Beach
Patco 3300 W. Newport Blvd.
612 Orchid Avenue Newport Beach, California
Corona del Mar, California
This is to critify that the Company designated above has issued to the Insured named herein the policies
listed.below, and such policies apply with respect to the hazards and for the coverages and limits of liabil.
ity Indicated by specific entry herein, subject to all the terms, conditions and exclusions in such policies.
The Company agrees to give 10 days written notice to the holder of this Certificate of Insurance in the event of cancellation of any
policy or coverage listed above.
Date: 7 -6 -73
. c..Nn. OF 202.2.A -5.64
:I
By
�a
�1
COVERAGES AND LIMITS OF LIABILITY
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EXPIRATION
Bodily Injury Liability
Property Damage Liability
DATE
DATE
each person
each occident
each accident
aggregate
General Liability —
Premises — Operations
6435623
8 -1 -72
8 -1 -73
$500 ,BBB
$ 500 ,BOB
s 100 ,BBB
$500 Ow
Elevators
S ,000
S ,DOO
$ 'GOO
$ xxxX
Independent Contractors
-1 -73
$500 -GOD
$ 500 moo
$ 100 X0
$500 ,ow
Products — Completed
IF 500. ODD
$ 500 •coD
f 100 AD
$500 ADD"
Aggregate:
$ ,000
XXXX
XXXX
Operations
Contractual — as described
'below
$ 5QO ODD
$ ,000
$ 100 DOD
$500 ON
Aggregate Protective
6435623
-7-
8 -1- 3
500
500
500 000
Automobile Liability —
Owned Automobiles
$ ,ODD
$ 500 MOD
S 100 DOD
XXXX
Hired Automobiles
$ Opp
S ,000
$ ,OOD
XXXX
Non -owned Automobiles
$ ,ODD
$ ,Opp
¢ ,ODD
XXXX
Automobile Physical Damage —
Comprehensive
9
Fire,Lightning & Transportation
i
Theft
$
Collision or Upset
Actual Value Len $ Deductible
Loss Payable to:
WorkmeWs Compensation
WC 6038270
-1 -72
-
8 -1 -73
Compensation — statutory
and Employers Liability
WC 6457185
8 -1 -74
Description and Location of Operations, Automobiles Covered, Contracts, Additional Insureds, etc,:
ONTRACT: Jamboree Road Widening Southbound Lanes between Ford Road & San Joaquin Hills Rd.
DDITIONAL INSURED NAMED ON POLICY FOR LIABILITY COVERAGE:
"CITY OF NEWPORT BEACH, NEWPORT BEACH, CALIFORNIA"
"It is hereby understood and agreed that the policy to which this certificate refers may
not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days
after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach,
California, of a registered written notice of such cancellation or reduction in coverage."
The Company agrees to give 10 days written notice to the holder of this Certificate of Insurance in the event of cancellation of any
policy or coverage listed above.
Date: 7 -6 -73
. c..Nn. OF 202.2.A -5.64
:I
By
�a
�1
�.. ,�
r
,.
:�,...: .
...
h
�I
_:,
C�
�;
..
...
h
�I
C�
...
.
.�
� � .i.
_..
- . .
. _.
. .� . n
I
.�
Ill •N 1.a , • Uf
TRANSAMERICA INSURANCE COMPANY
INSURANCE COMPANY
of
Frank Mobus & John R. Brennan DBA:
Patco
612 Orchid Avenue
Corona del Mar, California
P.O. BOX 156
CORONA DEL MAR, CALIFORNIA
Rams and address for whom Certificate of Insurance Is issued:
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, California
This is to certify that the Company designated above has issued to the Insured named herein the policies
listed below and such policies apply with respect to the hazards and for the coverages and limits of liabil.
ity indicated by specific entry herein, subject to all the terms, conditions and exclusions in such policies.
COVERAGES AND LIMITS OF LIABILITY
EFFECTIVE EXPIRATION
TYPE OF INSURANCE POLICY NUMBER Bodily Injury Liability Properly Damage Liability
DATE DATE --
each person I each accident I each accident aggregate
General Liability —
Premises — Operations
6435623
8 -1 -72
8 -1 -73
$ 500 ,000
= 500 ,000
$ 100 ,000
$500 ,000
Elevators $ ,000 IF ,000 1 $ ,000 $ XXXX
Independent Contractors !8-1-72 —1 -73 $500 ,000 $500 .000 s 100 .000 5500 ,000
Products — Completed $ 500 ,000 $ 500 ,000 s 1 QQ ,000 $500 ,000
Operations FQ�5�73 R -1 -77 R -1 -73 Aggregate: $ 000 xxxz XxXx i
Contractual — as described
below 623 8 -1 -72 8-1-7 11 500 000 1 $ 000 S 000 $500 .000
nnrnnntn Prn+0rti%fA AAIRA91 R -1 -77 1 R -1 -74 1 Fnn I I ;nn _nnn
Automobile Liability —
Owned Automobiles
1
9-1-72
_ _
$
' ,000
$ ,000
$
,000
xxxz
Mired Automobiles
$
,000
$
,000
Xxxx
Non Owned Automobiles
1 $
0001
$ ,000
$
pool
XXXX
Automobile Physical Damage —
Comprehensive $
Fire.Lightning 6 transportation $
Theft $
Collision or Upset Actual Value Less j Deductible
Loss Payable to:
Workmen's Compensation
and Employers Liability
6038270 1 -72
6457185 -1 -73
1 -73
1 -74
Description and Location of Operations. Automobiles Covered. Contracts, Additional Insureds. etc.:
ONTRACT: Jamboree Road Widening Southbound Lanes between Ford Road & San Joaquin Hills Rd.
DDITIONAL INSURED NAMED ON POLICY FOR LIABILITY COVERAGE:
"CITY OF NEWPORT BEACH, NEWPORT BEACH, CALIFORNIA"
"It is hereby understood and agreed that the policy to which this certificate refers may
not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days
after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach,
California, of a registered written notice of such cancellation or reduction in coverage."
The Company agrees to give 10 Faye written notice to the holder of this Certificate of insurance in the event of cancellation of any
policy or coverage list" above.
Date: 7-6-73
alp, iiii-A"-VA 3.w SKMAedm C A I A- I A A 0 term
TRANSA INSURANCE COMPANY
In ran om ary
By
Aut tzed Repreaenta l
YOOnaY eYeYlaYlMe ins"Ohae .— N11111, o ell. 1" W / /nl LoYIMY 4.1. eie.M . e1n1K w
CITY CLERK
CONTRACT NO. 1524
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
Approved by the City Council this
29th day of May 1973.
SUBMITTED BY;
PATCO
Contractor
612 Orchid
Address
Corona del Mar, CA 92625
City Zip Code
833 -3930
P one
p - Alternate A $34T442r99. .$33;393.90..
Alternate B $3&3854.99 $34,335.90
au a agios, y erc
_ Total d Price .
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 11:00 A.M. on the 12 day of June 1973 ,
at which time they wi 1 be opened and read, for performing work as follows:
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
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 a_n t e _or oorrattee Seal
shall be mixed to a 1 ocuments requiring signatures. In the case of a arl 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
(1970 edition and supplements as prepared by the Southern California C apters of the
American Public Works Association and the Associated General Contractors of America.
Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The city has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $3.00 per set.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 7718
adopted June 12, 1972. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
The city reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 6 -12 -72
I
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the works shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this 'Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for.any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 269458 Classification C -12, C,32
Accompanying this proposal is
Cash, Certified Check, Cashier's Check or Bond
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
833 -3930
Phone Number
June 12, 1973
ate
PATCO
:Bidders Name
S/ Frank H. Mobus, II
or
re
Partnership
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:
John R. Brennan
Frank H. Mobus, III
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. None
2..
3.
4.
a
A
PATCO
Bidder's Name
H
(Individual,
re
T-a
TO _n
hip or Corp)
C
tVORIGINAL SEE CITY CLERK'S FILEOPY Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
PATCO
as
Principal,
and Hartford
Accident and Indemnity Company
as Surety,
are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten per cent
of the amount bid in Dollars ($ 10% amt.bid ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Jamboree Road Widening Southbound Lanes between Ford Road and San Joaquin Hills Road
in the City •ofVNewport 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 12th day of
June 19 73
Corporate Seal (If Corporation) PATCO
Principal
(Attach acknowledgement of
Attorney -in -Fact)
June 12, 1973
Roberta C. Soltz, Notary Public
Commission expires Nov. 27, 1976
i
Hartford Accident and Indemnity Company
Surety
By S/ Charles F. Wilson
tle 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
agreement with any other bidder, or with any 'public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange -.
ment or agreement.with•any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
'subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any: person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 7th day of June
19 73
My commission explires:
May 18, 1976
S/ Gene H. Robertson
Notary Public
i
s
c
PATCO -FRANK H. MOBUS III
PALANCE SHEET
AS AT DECEMB�R31, 19'j2
A S S E T S
CURRENT ASSETS:
Cash On Hand and In Bank $ 11,087.34
Accounts Receivable- Construction 27,846.12
Accounts Receivable - Others 299.50
Inventory 500.00
Deposits 1C 0
TOTAL CURRENT ASSETS
FIXED ASSETS:
Building - Office
Automotive Equipment
Machinery & Equipment
Office Furniture & Equip.
TOTAL FIXED ASSETS
REAL PROPERTY
Residence
PERSONAL PROPERTY
Furniture, Appliances. &
Other Household 4ssets
COST DEPRECIATION
12, 0.00 2,3,1. "
9,177.47 7,999.16
2,567.50 1,925.64
1,46o.3 414.23
$ 26 085.32 $_12,695-51
T 0 T A L A S S E T S
A B I L I T I E S A N D
'."N'�' LlAb1L1T1L5:
4ccounts Payable
Payroll Taxes Accrued
Workman's Compensation Insurance
Notes Payable -Bank
Mortgage Payable - Current Portion
Loan Payable - Current Portion
TOTAL CURRENT LIABILITIES
C A P I T A L
$ 39.892.9E
NET VALUE
10,518-52
1,183.31
c.41. 8c.
1,046.12
$ 13,389.81
35,120.00
5,000.00
$ 93,402.77
$ 13,299.4o
672.77
Accrued 4:63.91
7,000.00
3,144.00
480.00
$ 25,060.08
LONG TERM LIABILITIES:
Mortgage Payable - Long Tern Portion
Loan Payable - Long Term Portion
TOTAL LONG TERM LIABILITIES
CAPITAL-
Frank H. Mobus III= Capital
Earned Surplus - Year Ended December 31, 1972
Less: Frank H. Mobus III - Drawing Account
NET 'WORTH - As at December 31, 1972
$ 35,042.16
3.520.00
$ 13,220.68
27,827.76
11 267.91
38,562.16
29.730.53
T 0 T A L L I A B 1 L I T I E S A N D C A P I T A L$ 93,1102-77
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The..undersigned submits herewith a statement of his financial responsibility.
Attached
Page 7 . i
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.
1970 Newport Beach
1973 City of Anaheim Don Deacon 533 -5321
Bond No. 398 55 83
Executed indruplicate Wemium $263.00 /term
Page.8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted June 25, 1973
has awarded to PATCO
hereinafter designated as the "Principal ", a contract for Jamboree Road Widening
Southbound Lanes between Ford Road and San Joaquin Hills Road - CONTRACT NO. 1524
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a.bond.with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We PAT(:o
as Principal, hereinafter designated as the Contractor and 14jjrj-jpe d A id :+c &
. ..... ...............
Tndpmni ty rnm Any
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Thirty-five thousand fiftX four and 90/100 Dollars ($ 35,;054490---= - - - - -- )
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents;
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,'
fail to pay for any materials., provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts.due.under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or.Sureties vill 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.
I
Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,,
extension of time, alterations or additions to the terms of the contractor or to the
work or to the specifications.
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 5th day of July , 19 73 ,
Seal)
(Seal)
(Seal)
'Zont actor
eal )
z
CHa— Accident &. rniiemnti Sft*any
ved as
/0 "r �
Charles �dilsonorney -in - fact
Ass Y t or
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attest:
City Clerk
...........
} \��\N\
\� . \�
�� � \\
\��\....... . ...
\ \ \ \\
� } \ \\
0
:/ \
rt
/ \
Z5
0
E i m
0
PI
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Bo6No. 398 55 83
Page. 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 25, 1973
has awarded to PATCO
hereinafter designated as the "Principal ", a contract for Jamboree Road Widening
Southbound Lanes between Ford Road and San Joaquin Hills Road - CONTRACT NO. 1524
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, ppTCn
as Principal, hereinafter designated as the "Contractor ", and
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Thirty-five thousand and fifty -four and 90,OPollars ($35.054.90- - - - -).
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.
71
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change,.extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Princi al and Surety
above named, on the 5th day of July 19 73 .
•i(Seal)
(Seal)
Z /7 t (Seal)
on ractor
A roved as to form:
Ass •-E City ney
Hartford Accident and .IEbdeMnity Rq@>Pl
| f
){ \� \
:
)
y(
» (
® `
:E
/ ,)@ }
/
tri
} \
�o
.
: 2i
rt
$\;
:
} \�)
\
ƒ �
\
\\ } }\
: } {
:� ±2
m�nr0
:
)
})
�
\\
$\;
:
10
M(
\
}\
\
(;\
�
}%
>®
i
(
r
E,M
/
f
/(}:�
%
-
()
}}�/
}
/
cc
�2
:
:(D
:;
/
\
)
\ j
j m
o ]
n
:o »
k \
$ ®
/
: ®
0
CONTRACT
0
Page. 12
THIS AGREEMENT, made and entered into this loci; day of JTu/, Y , 19Z3_9
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and PATCO
hereinafter designated as the Contractor, party of the second part.
WITNESSETH2 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
Jamboree Road Widening Southbound Lanes between Ford Road and San Joaquin Hills Road
CONTRACT N0. 1524
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 ta�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 ih 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.
L
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
ATTEST:
CITY OF NEWPORT BEACH, CALIFORNIA
By° Z OZZ
ty Clerk
,71
Contractor
Approved as to
CONTRACT NO. 1524 •
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
1111
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
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. 1524 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:
1. 1 Construct C.I. #1, Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =14') complete in
place.
Eleven Hundred Ninety-
@ Five Dollars
and
No Cents
Per Each
2. 1 Construct C.I. #2 Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =21') complete in
place.
f7 -3[d4
$ 1195.00 $ 1195.00
@ One Thousand Fifty Dollars
and 1050.00.. 1050.00..
No Cents $ 47. 6948.. $ 176040
Per Each
3. 1 Construct C.I. #3 Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =16') complete in
place.
@ One Thousand Four Hundred DOI I ars
and
Nn Cents $ 1400.00 $ IMO O:
Pier Each
• 0
PR2of4
ITEM QUANTITY- ITEM DES
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 64 Construct 15" storm drain A.C.P.
Linear Feet 1500D (class II) complete in
place.
@ Thirteen Dollars
and
Forty Cents $ 13.40 $ 857.60
Per inear oot
5. 19 Construct 24" storm drain A.C.P.
Linear Feet 2000 D (class III) complete in
place.
@ Thirty Dollars
and 30.20 523.80
Twenty Cents $ 3i =29 $ 692TOO
Per Linear Foot
6. 7,650 Construct 4" thick Portland
Square Feet cement concrete sidewalk per
City of Newport Beach Std.-
110-L complete in place.
@ No Dollars
and
$ix y -five Cents $ 0.65 $ 4972.50
Per Square Foot
7. 975 Construct 8" Type "A" Portland
Linear Feet cement concrete curb and gutter
per City of Newport Beach Std.-
105-L complete in place.
Three Dollars
and
No Cents $ 3.00. $ 2925.00
Per Linear Foot
8. 40 Construct variable thickness
Tons asphaltic concrete finish course
over existing A.C. as shown on
the plans complete in place.
@ Eleven Dollars
and
No Cents $ 11.00 . $ 440.00
Per Ton
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. Lump Hand work existing slope to the
Sum adjacent slope profile as shown
on the plan complete in place.
@ Two Thousand Dollars
and
No Cents $ 2000_00 $ 2000.00
Lump Sum
10. Lump Construct sacked concrete
Sum retaining wall and splash pad
as shown on the plans complete
in place.
@Two Thousand Two Hundred Dollars
and
No Cents $ 2200.00 $ 2200.00
Lump Sum
11. 180 Construct l;" thick asphaltic
Tons concrete finish course over
A.C. base course complete in
place.
@ Eleven Dollars
and
No Cents $ 11.00. $ 1980.00
er on
12. 300 Construct 212" thick asphaltic
Tons concrete base course over
(Alternate A) aggregate base complete in
place.
@ Eleven Dollars
and
No Cents $ 11.00 $ 3300.00
Per Ton
13. 1,750 Construct 15" of aggregate
Tons base over compacted subgrade
(Alternate A) complete in place.
@ Six Dollars
and
No Cents $ 4.00 $ 10.500.00
Per Ton
PR4of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. 1,260 Construct 10," thick asphaltic
Tons concrete base course over com-
(Alternate B) pacted subgrade complete in place.
June 12, 1973
Date
@ Eleven Dollars
and
Seventy Cents $ ll.70 $ 14,742.00
Per Ton
ALTERNATE "A" BID
Total Price Written in Words:
(Bid Items 1 through 13,
excluding Bid Item 14)
Thirty -Three Thousand Three
@ Hundred Ninety -Three Dollars
and
Ninety Cents
Total Price Written in Words
ALTERNATE "B" BID
Total Price Written in Words:
(Bid Items 1 through 11 and 14;
excluding Bid Items 12 and 13)
Thirty -Four Thousand Three
@ Hundred Thirty -Five Dollars
and
Ninetv Cents
Total Price Written in Words
.33,393.90.
$ 34-5413.99
34,335.90
$ 35,96499
CONTRACTOR'S
LICENSE NO.
269458
TELEPHONE
NUMBER 833 -3930
CONTRACTOR'S
ADDRESS
612 Orchid,
Corona del Mar,
CA 92625
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PIFOVISIONS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
SECTION
PAGE
I.
Scope of Work . . . . . . . . . . . . . I . . . . . . . . . . .
1
II.
Award of Contract . ... . . . . . . . . . . . . . . . . . .
1
III.
Permits . . . . . . . . . . . . . . . . . . . . . . . . . . .
1
IV.
Completion of Work . . . . . . . . . . . . . . . . . . . . .
1
V.
Payment . . . . . . . . . . . . . . . . . . . . . . . . . .
2
VI.
Construction Survey Staking . . . . . . . . . . . . . . . .
2
VII.
Protection of Existing Property Corners . . . . . . . . . .
2
VIII.
Traffic Control . . . . . . . . . . . . . . . . . . . . . .
2
IX.
Protection of Existing Utilities . . . . . . . . . . . . . .
2
X.
Water ...........................
2
XI.
Guarantee . . . . . . . . . . . . . . . . . . . . . . . . .
2
XII.
Construction Details . . . . . . . . . . . . . . . . . . . .
3
A) Street Improvements . . . . . . . . . . . . . . . . . .
3
1) Pavement Removal, Excavation, and Subgrade
Preparation . . . . . . . . . . . . . . . . . . . . .
3
2) Aggregate Base . . . . . . . . . . . . . . . . . . .
3
3) Asphalt Concrete . . . . . . . . . . . . . .
4) Thick Lift Asphalt Concrete Pavement (Alternate B)
3
a) General . . . . . . . . . . . . . . . . . . . .
3
b) Definition . . . . . . . . . . . . . . . . . . .
3
(1) Base Course . . . . . . . . . . . . . . . .
3
(2) Surface Course . . . . . . . . . . . . . .
3
c) Asphalt Concrete . . . . . . . . . . . . . . . .
3 & 4
�z
INDEX - CONTRACT NO. 1524 - CONTINUED
SECTION PAGE
XII. Construction Details - Continued
5) Portland Cement Concrete Improvements . . . . . . . . . 5
a) General . . . . . . . . . . . . . . ... . . . . . 5
b) Curb and Gutter . . . . . . . . . . . . . . . . . 5
6) Adjustment of Utility Boxes, Manholes, Etc., to Grade 5
7) Handwork of Existing Slopes . . . . . . . . . . . . . 5
B). Storm Drain Improvements . . . . . . . . . . . . . . . . . 5
1) General . . . . . . . . . . . . * * * 5
2) Storm.Drain Pipe, Curb Inlets, an p6
3) Bracing Excavations . . . . . . . . . . . . . . . . . . 6
4) Sacked Concrete . . . . . . . . . . . . . . . . . . . 6
• SP 1 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
I. SCOPE OF WORK
The work to be done under this contract consists of widening approximately 1000'
of the southbound lanes of Jamboree Road; constructing curb, gutter and sidewalk
along the west side of Jamboree Road; constructing storm drain and catch basins
on the west side of Jamboree Road; and other incidental items of work.
The contract requires completion of all the work in accordance with these Special
Provisions; the City's Standard Special Provisions; the Plans (Drawing No. R- 5219 -S);
the City's Standard Drawings and Specifications; and, where applicable, the California
Standard Specifications, January, 1973. The City's Standard S ' ecifications are the
Standard S ecifications for Public Works Construction, 9 0 ditton wit 971 and
1 u en6 s. Copies may be purchased from Building News, Inc., 3055 Ov__erTa_nd
venue, LOS Angeles, California, 90034, telephone (213) 870 -9871. Copies of the
City's Standard Special Provisions may be purchased from the Public Works Depart-
ment at a cost of $2.00.
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
II. AWARD OF CONTRACT
All contractors shall submit bids for both Alternate "A" and Alternate "B ". The
City reserves the right to award the contract for either alternate regardless of
which alternate results in the lowest total bid.
III. PERMITS
The City will be responsible for obtaining any permits required by the State in
conjunction with the recent coastline initiative passed by the voters on November
7, 1972.
All fees will be waived by the City except that the contractor must have a valid
City business license prior to starting work.
IV. COMPLETION OF THE WORK
The contractor shall complete all work on the contract within 45 consecutive
calendar days after receiving notification of award of contract.
i
PAYMENT
SP2of6
Payment for incidental items of work, not separately provided for in the proposal
shall be included in the price bid for other related items of work.
Payment for curb, gutter and sidewalk shall be per Section 303 -5.9 of the Standard
Specifications.
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 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. 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 compensa-
tion will be made.
VIII. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications. One southbound lane on Jamboree Road shall remain
open at all times, and the contractor shall schedule his operations so that both
existing southbound lanes can be opened to traffic on week ends, holidays, and
by 3:30 p.m. on work days.
IX. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request each utility company to locate its facilities.
Construction of the storm drain and structural sections will cause work to be
performed under and very near existing sewer, gas, water, cable T.V., telephone,
and electrical lines. The contractor shall protect in place and be responsible
for, at his own expense, any damage to any utilities encountered during construc-
tion.
HIM.
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases
by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
extension 267.
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 what-
soever. Any such defects shall be repaired at the contractor's expense.
i
w U
0 0 SP3of6
XII. CONSTRUCTION DETAILS:
A) STREET IMPROVEMENTS
1) PAVEMENT REMOVAL, EXCAVATION AND SUBGRADE PREPARATION
All existing and temporary pavement to be removed and all material to
be excavated from both trench and street areas down to the subgrade
plane shall become the property of the contractor. It shall be his
responsibility to dispose of the material away from the job site in
a manner and at a location acceptable to all cognizant agencies.
2) AGGREGATE BASE
Aggregate base shall conform to the requirements for Processed Natural
Material in Section 400 -2.3 of the Standard Specifications.
3) ASPHALT CONCRETE
Asphalt concrete shall conform to the requirements of Section 400 -4
of the Standard Specifications and of the type specified on the Plans.
4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B)
a) General
It is the intent of this specification to insure a fully complete
job in accordance with standards of quality of material and work-
manship for asphalt concrete (deep lift) construction.
b) Definition
(1) Base Course - Base course is defined as that area between
final compacted subgrade up to 1 1/2" below finish street
grade. The base course shall consist of two or more layers;
the maximum compacted thickness of each layer shall not
exceed 5 112 ".
(2) Surface Course - Surface course is defined as that area
between the final compacted base course and finish grade.
The surface course shall have a compacted thickness of
1 1/2" unless the Engineer directs otherwise.
c) Asphalt Concrete
(1) The asphalt concrete to be furnished and placed for the
base course shall be III -B1 -85 -100 in conformance with
Section 400.4 of the City Standard Specifications. The
asphalt concrete to be furnished and placed for the surface
course shall be III -C2 -85 -100 in conformance with Section
400.4 of the City Standard Specifications.
(2) The full -depth (thick lift) asphalt concrete street pave-
ment section shall be placed in layers; the first base
course layer shall have a compacted thickness of 5 1/2 ",
the second base course layer shall have a compacted thick-
ness of 5 ", and the surface course shall have a compacted
0 SP4of6
4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) - Continued
c) (2) -Continued
thickness of 1 112" unless Engineer directs otherwise.
Placement of the asphalt concrete layers shall be
accomplished in accordance with Section 302 -5.4 of the
City Standard Specifications.
(3) Prime coat will not be required on the prepared sub -
grade. The tack coat in conformance with Subsection
302 -5.3 of the City Standard Specifications shall be
applied to the existing asphalt concrete surfaces and
between the base course and the surface course.
(4) The Contractor shall provide the types and numbers of
rolling equipment as required in Sections 39 -5.02 and
39 -5.03 of the State Standard Specifications. Spreading
and compacting shall be in conformance with Section
39 -6 of the State Standard Specifications or as directed
by the Engineer. Special attention is directed to the
construction of longitudinal joints as specified in the
eighth paragraph of Section 39 -6.01.
(5) The following compaction procedures will be required
for the base course, unless the Engineer directs other-
wise:
Initial rolling shall proceed directly behind the
spreader and shall consist of two complete coverages
of the asphalt mixture, and shall be performed with a
2 -axle steel -tired tandem roller. Such rollers shall
weigh not more than 10 tons.
A motor grader shall trim and shape the layer imme-
diately after completion of initial rolling. Additional
material may be end dumped as required to fill low areas.
Additional rolling shall proceed directly behind the
motor grader and shall consist of four complete coverages
with a pneumatic roller as specified in the Standard
Specifications or allowed by the Engineer. Such rollers
shall not weigh less than 12 tons.
A complete coverage will be 2 passes of the roller in the
same roller width.
Rolling shall commence at the center of the pass and work
toward the edges.
(6) The intent of these specifications is to have all break-
down and additional rolling performed while the mixture
is sufficiently hot to facilitate satisfactory compaction.
The Engineer will, therefore, vary paving rates as
necessary or require additional compaction equipment, in
order to insure adequate compaction of a hot mixture.
SP5of6
5) PORTLAND CEMENT CONCRETE IMPROVEMENTS
a) General
Portland cement concrete furnished for curb, gutter and
sidewalk shall be Class 564 -C -3000 per Subsection 303 -5
and as per 1972 amendment of the Standard Specifications.
b) Curb and Gutter
The unit price bid for Type "A" portland cement concrete
curb and gutter shall exclude curb inlet lengths and in-
clude the removal of 25' of existing curb and gutter.
6) ADJUSTMENT OF UTILITY BOXES, MANHOLES, ETC. TO GRADE
All sewer manholes, water valve boxes, sewer cleanouts, water
meter boxes, and any other miscellaneous utility box or vault
shall be adjusted to finished grade prior to placement of
portland cement concrete sidewalk or pavement. In asphaltic
concrete pavement areas adjustments to finished grade shall be
made after placement of the pavement. No separate compensation
will be made for this work.
7) HANDWORK OF EXISTING SLOPES
The existing slope shall be restored to the adjacent slope
profiles at the locations as shown on the plans. Materials
utilized for this work may be taken from the roadway excavation
and mechanically hand tamped to 90% minimum relative compaction.
All cost for this work shall be included in the lump sum price
bid.
B) STORM DRAIN IMPROVEMENTS
1) General
Existing storm drain pipe to be abandoned in place shall be filled
with sand and the ends concrete or brick and mortar plugged in
accordance with Subsection 306 -3.1 of the Standard Specifications.
Storm drain bedding shall conform to Class 2B per City of Newport
Beach Std.- 316 -L.
Backfill material in all pipe trenches above the bedding material
and around associated structures shall be placed and compacted in
accordance with Section 306 of the Standard Specifications, except
that water densified backfill including jetting as specified in
Subsection 306 -1.8.2 will not be permitted.
All native materials excavated from the storm drain trench and
associated structures not utilized as backfill will become the
property of the contractor and shall be hauled and disposed of
away from the job site as it is excavated.
2) Storm Drain Pipe, Curb Inlets, and Appurtenances
SP6of6
Storm drain pipe and fittings shall be Johns- Manville "Transite"
pipe of the size and class as shown on the plans.
Curb inlets shall be modified Type OL -A (with 3" gutter depression)
constructed in accordance with City of Newport Beach Std. -305 -L and
to the sizes as shown on the plans.
The unit price bid for each curb inlet shall be in accordance with
Subsection 306 -2.3.8 of the Standard Specifications.
3) Braciwg Excavations
In conformance with Section 6422 and 6424, the Labor Code and applicable
sections of the Construction Safety Orders of the State of California,
a detailed plan showing the design of shoring, bracing, and /or sloping
of all trenches 5 feet deep or deeper, must be submitted for the
agency's review and approval prior to commencing any such trenching
operations. If the submitted plan varies from the standards estab-
lished by the State Construction Safety Orders, the plan shall be
prepared by a registered civil or structural engineer.
4) Sacked Concrete
Sacked concrete shall be placed to the limits as shown on the plans.
The method of placement and the materials used shall conform to Sections
72 -3.02 and 72 -3.03 of the California Standard Specifications. The
cost of constructing sacked concrete retaining walls and splash pad
shall be included in the lump sum price bid.
ze �a
L
RESOLUTION NO. 8 0 17
•
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR THE
WIDENING OF SOUTHBOUND LANES OF JAMBOREE ROAD
BETWEEN FORD ROAD AND SAN JOAQUIN HILLS ROAD
AND IMPROVEMENT OF STORM DRAIN FACILITIES
INTO BIG CANYON, Contract No. 1524
WHEREAS, pursuant to the notice inviting bids for
work in connection with widening of southbound lanes of
Jamboree Road between Ford Road and San Joaquin Hills Roads
and improvement of storm drain facilities into Big Canyon,
in accordance with the plans and specifications heretofore
adopted, bids were received on the 12th day of June, 1973,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is Patco;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Patco for the
work in the amount of $33,393.90 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 25th day of June, 1973.
ATTEST:
City Clerk
Mayor
DON:sh
6/20/73
ft
CONTRACT N0, 1524
CITY OF NEWP�ORT BEACH
�
V 5' �^�r.
CONTRACT DOCUMENTS
FOR
0
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD.
Approved by the City Council this
29th day of May 1973.
[—aura Lagios, City e .
SUBMITTED BY;
ontractor
Z VGPI'H /O
ress
City Z I P Tore
0033 -3930
• Page I
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 11:00 A.M. on the 12 day of June 19 73 ,
at which time they wi I be opened and read, for performing work as foll ows:
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
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 SSeccretta an ary or Assistant Secretary are required t e Cor orate Seal
shall be affixed to all Mocuments requiring signatures. In the case of a artnersh�p
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
(1970 edition and supplements ) as-prepared by the Southern Californi'a-'C apters of the
American Public Works Association and the Associated General Contractors of America.
Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The city has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $3.00 per set.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 7718
adopted June 12, 1972: A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
The city reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 6 -12 -72
g, 1. 1
.
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the works shall prevail. In case of an error
in the extension of 'a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.,
The estimated quantities of work indicated in this 'Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
With necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing fox
the registration of Contractors, License No. Z6 9 5�si9 Classification (-/ SLLt�_� Z
Accompanying this proposal is
4KO
, Lasnier•s LnecK or
in an amount not less than 10 percent of the total bid. price.
The undersigned is aware of the provisions of Section 3100 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.
833 -3�a
Phone Number
Date
U
eD
(SEAL)
V
Authorized Signature
l s4Gt ff
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:
J o,v,v
I cep
0
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. /y6N
2..
3.
4.
5.
6.
7.
8.
9.
10.
11.
12..
Bidder's Name
Authorized ignature
Type of rgan zat on
(Individual, Co- partnership or Corp)
I
. Page 4
Bond No. 398 08 71
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, PATCO as Principal,
and Hartford Accident and Indemnity Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten per cent
of the amount bid in Dollars ($ 10 7.amt bid ), lawful money of the United
States for the payment of which sum well,and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Jamboree Road Widening, South bound lanes between Ford Road and
San Joaquin Hills Road
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 12th . day of
June 1973
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
HARTFORD ACcibENT AND INbE&TY COMPANY
888 Nodb Main St.,. Santa Ana, Calif. 92702 Ti
PATCO
rincipa% J%
BY: �iitCr 9 // ' �ffi+4 71V
Hartford Accident and Indemnity Company
Surettyy.� /
BY
�<
k\
(/
\ \ \\\
= S
}\ �0M :01 Bo
/ / }(
\ i3r)a
0 0 0�®
\ } \0
za -
/n
1 ~ 0
} /
CL
CL
-0'\
\ £:\
}} n m°
\:
[l }o
:R
:0
;$
\
�
:!
�
:\
�\
:ƒ
)
0
c
2
q
0
hi
/
,
§
\
tTl
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
agreement with any other bidder, or with any 'public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement.with' any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
'subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any. person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 7 fh day of rumx—_.
19—Z-3.
My commission expRres:
it
OFFICIAL SFAL
RORETSON
f
p j CS; :3E COUNTY,
g My Commission Expires May 18, 1976 FF
........................ ............................... d
�.
• , • i
r 4
PATCO -FRANK H. MOBUS III
BALANCE SHEET
AS AT DECEMBER31, 1972
A S S E T S
CURRENT ASSETS:
Cash On Hand and In Bank
Accounts Receivable- Construction
Accounts Receivable- Others
Inventory
Deposits
TOTAL CURRENT ASSETS
FIXED ASSETS:
Building - Office
Automotive Equipment
Machinery & Equipment
Office Furniture & Equip
TOTAL FIXED ASSETS
REAL PROPERTY
Residence
PERSONAL PROPERTY
Furniture, Appliances. &
Other Household *ssets
COST DEPRECIATION
T127M0.00 2,371.1
97177.47 7,999.16
2,567.50 1,925.64
1__6460,3 414.23
$ 26.0 5.32 $ 12
$ 11,087.34
27,846.12
299.50
500.00
1(C. -0
$ 39,892.96
NET VALUE
10,518-52
1,183.31
c.41.80
1,046.12
$ 13,389.81
T O T A L A S S E T S
L I A B I L I T I E S A N D C A P I T A L
CURRENT LIABILITIES:
4ccount3 Payable
$ 13,299.40
Payroll Taxc:s Accrued
672.77
Workman's Compensation Insurance Accrued
46)3.91
Notes Payable -Bank
7,000.00
Mortgage Payable - Current Portion
3,144.00
Loin Payable - Current Portion
480.00
TOTAL CURRENT LIABILITIES
LONG TERM LIABILITIES:
Mortgage Payable - Long Term Portion
$ 35,042.16
Loan Payable - Long Term Portion
3,520.00
TOTAL LONG TERM LIABILITIES
CAPITAL•
Frank H. Mobus III- Capital
$ 13,220.68
Earned Surplus - Year Ended December 31, 1972
27,827.76
$ 41,04b.44
Less: Frank H. Mobus III - Drawing Account
11.267.91
NET WORTH - As at December 31, 1972
35,120.00
5,000.00
$ 93,402.77
$ 25,060.08
38,562.16
29,780.53
TOTAL L A.BI L TI ES AND CA PI TA L$ 93,402.77
Page '6
''STATEMENT OF FINANCIAL RESPONSIBILITY
The.undersigned submits herewith a statement of his.finaricial responsibility.
�f
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
/7 75 r r`e iii= 111Y11 vf1i -7 Z16-k 4&4,90)V S33 °S3z/
,.._ CONTRACT NO. 1524
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
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. 1524 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:
PRICE WRITTEN IN
1. 1 Construct C.I. #1, Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =14') complete in
pl ce.
«�N / //(Al'P
@ A'V'"tX -F /U6 Dollars
and
A/O Cents
Per Each
2. 1 Construct C.I. #2 Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =21') complete in
place.
6100 TfleLi -C- A) '9
Dollars
and
d Cents
Per Each
PRICE PRI
8 !/ 1.soo 8 J/ 9soo
XW v /'i l >>
/ 0 Cc 0* /O 6 met
$ / 7f 000 8 f7Ld, N
3. 1 Construct C.I. #3 Type OL -A curb
Each inlet per City of Newport Beach
Std.- 305- L(L =16') complete in
place.
oN� 7"f/egs��iNo
@ FddR yy✓„�RF, � Dollars
and
/VO Cents $_
Per Each -
0 0
PR2of4
ITEM
QUANTITY—
T
NO.
AND UNIT
UNIT PRICE WRITTEN IN.WORDS
PRICE
PRICE
4.
64
Construct 15" storm drain A.C.P.
Linear.Feet
1500D (class II) complete in
place.
@ RTj�: AJ Dollars
f
and
R
f O rii Cents
$
/3, f�()
$ O s, �Q
Per Linear Foot
5.
19
Construct 24" storm drain A.C.P.
Linear Feet
2000 D (class III) complete in
r w `/1 -5 +7 7
place.
@ /1jTY Dollars
and
% vt/�'R� Y / Cents
$
3/• LO
$ S92.8a
Per Linear Fro t
6.
7,650
Construct 4" thick Portland
Square Feet
cement concrete sidewalk per
City of Newport Beach Std.-
110-L complete in place.
@ /kU Dollars
and
SU r' - L dl Cents
$
.CSC
$4(#7Z,sU
Per Square Foot
7.
975
Construct 8" Type "A" Portland
Linear Feet
cement concrete curb and gutter
per City of Newport Beach Std.-
105-L complete in place.
@ Dollars
and
Cents
$
✓,00
$ a995" 0
Per Linear Foo
8.
40
Construct variable thickness
Tons
asphaltic concrete finish course
over existing A.C. as shown on
the plans complete in place.
@ Dollars
and
'06) Cents
$
//, Q U
$ q 0 dd
Per Ton
i •
PR3of4
ITEM QUANTITY
TOTAL
ITEM
NO.
AND UNIT
UNIT PRICE WRITTEN -IN WORDS
PRICE
PRICE
9.
Lump
Hand work existing slope to the
Sum
adjacent slope profile as shown
on the plan complete in place.
@ ZWO F1,0 ysgiYv Dollars
L s�
i
and
Cents Cents
$
2000, 00
$ 7,40&440. 0&1
Lump um
10.
Lump
Construct sacked concrete
Sum
retaining wall and splash pad
as shown on the plans complete
in place.
@TW- ZQ wo)) Q!lsAol1ars
G, S
h/ and
/vv Cents
$
2-2-00,00
$ L?-0600
Lump um
11.
180
Construct 11-2" thick asphaltic
Tons
concrete finish course over
A.C. base course complete in
place.
@fir /p�1Fcz�J /f1Pej -P 6 /,4&Z�Z o11ars
and
Cents
$
$
Per Ton
12.
300
Construct 2�2" thick asphaltic
Tons
concrete base course over
(Alternate A)
aggregate base complete in
place.
@ /rteVGd Dollars
r
%110 Cents
$
11.00
$ 3340,ov
Per Ion
13.
1,750
Construct 15" of aggregate
Tons
base over compacted subgrade
(Alternate A)
complete in place.
S/
@ �( Dollars
d
and
/94 Cents
$
�'06
g /0500,06
Per Ton
PR4of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. 1,260 Construct 1012" thick asphaltic
Tons concrete base course over com-
(Alternate B) pacted subgrade complete in place.
@ LLe 11,e Al Dollars
�E
and
y/.: V 7V Cents $ $19(76?, dd
Per Ton
ALTERNATE "A" BID
Total Price Written in Words:
(Bid Items 1 through 13,
excluding Bid Item 14)
%NlKTY—/'r� oH2 ii.ngS.�Nn/ �a� (7 ,VR/DR,ro /wOCUCDollars
and
Allof rY Cents
Total Price Written in Words
ALTERNATE "B" BID
Total Price Written in Words:
$ 3({ol1Z.90
(Bid Items 1 through 11 and 14;
excluding Bid Items 12 and 13) jvj 4141113
7_wjd7 Y"F,VG jyoKS4A'jkFrr -Fay2 Dollars 34�3,3b
and
/,//*,E! Y Cents $3fOS5( 90
Total Price Written in Words
civaf, l2,/975
Date T
CONTRACTOR'S LICENSE NO.24 1 4 i b
CONTRACTOR'S ADDRESS (o / L
1,f
(Bidders Name
:5 Signature
TELEPHONE NUMBER 00-33
0
0
I
SECTION
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
0 i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
Scope of Work . . . . . . . . . . . . . . . . . . . . . . . .
Award of Contract . . . . . . . . . . . . . . . . . . . . .
Permits. . . . . . . . . . . . . . . . . . . . . . . . . . .
Completion of Work . . . . . . . . . . . . . . . . .
Payment . . . . . . . . . . . . . . . . . . . . . . . . . .
Construction Survey Staking . . . . . . . . . . . . . . . .
Protection of Existing Property Corners . . . . . . . . . .
Traffic Control . . . . . . . . . . . . . . . . . . . . . .
Protection of Existing Utilities . . . . . . . . . . . . . .
Water...........................
XI. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . .
XII. Construction Details . . . . . . . . . . . . . . . . . . . .
A) Street Improvements . . . . . . . . . . . . . . . . . .
1) Pavement Removal, Excavation, and Subgrade
Preparation . . . . . . . . . . . . . . . . . . . . .
2) Aggregate Base . . . . . . . . . . . . . . . . .
3) Asphalt Concrete . . .
4) Thick Lift Asphalt Concrete Pavement (Alternate B)
a) General . . . . . . . . . . . . . . . . . . . .
b) Definition . . . . . . . . . . . . . . . . . . .
(1) Base Course . . . . . . . . . . . . . . . .
(2) Surface Course . . . . . . . . . . . . . .
c) Asphalt Concrete . . . . . . . . . . . . . . . .
i.
PAGE
1
1
1
1
2
2
2
2
2
2
2
3
3
3
3
3
3
3
3
3
3 &4
6
INDEX - CONTRACT NO. 1.524 - CONTINUED
SECTION
XII.
Construction Details - Continued
PAGE
5) Portland Cement Concrete Improvements . . . . . . . . . 5
a) General . . . . . . . . . . . . . . . . . . . 5
b) Curb and Gutter . . . . . . . . . . . . . . . . . 5
6) Adjustment of Utility Boxes, Manholes, Etc., to Grade 5
7) Handwork of Existing Slopes . . . . . . . . . . . . . . 5
B) Storm Drain Improvements . . . . . . . . . . . . . . . . . 5
1) General . . . . 5
2) Storm Drain Pipe, Curb Inlets, and Appurtenances 6
3) Bracing Excavations . . . . . . . . . . . . . . . . . . 6
4) Sacked Concrete . . . . . . . . . . . . . . . . . . 6
ii.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JAMBOREE ROAD WIDENING
SOUTHBOUND LANES BETWEEN
FORD ROAD AND SAN JOAQUIN HILLS ROAD
CONTRACT NO. 1524
I. SCOPE OF WORK
SP 1 of 6
The work to be done under this contract consists of widening approximately 1000'
of the southbound lanes of Jamboree Road; constructing curb, gutter and sidewalk
along the west side of Jamboree Road; constructing storm drain and catch basins
on the west side of Jamboree Road; and other incidental items of work.
The contract requires completion of all the work in accordance with these Special
Provisions; the City's Standard Special Provisions; the Plans (Drawing No. R- 5219 -S);
the City's Standard Drawings and Specifications; and, where applicable, the California
Standard Specifications, January, 1973. The City's Standard S ecifications are the
Standard S ecifications for Public Works Construction, 9 0 E ition w t 971 and
1 u ements. Copies may be purchased from Building News, Inc., 3055 GverTand
Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the
City's Standard Special Provisions may be purchased from the Public Works Depart-
ment at a cost of $2.00.
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
II. AWARD OF CONTRACT
All contractors shall submit bids for both Alternate "A" and Alternate "B ". The
City reserves the right to award the contract for either alternate regardless of
which alternate results in the lowest total bid.
III. PERMITS
The City will be responsible for obtaining any permits required by the State in
conjunction with the recent coastline initiative passed by the voters on November
7, 1972.
All fees will be waived by the City except that the contractor must have a valid
City business license prior to starting work.
IV. COMPLETION OF THE WORK
The contractor shall complete all work on the contract within 45 consecutive
calendar days after receiving notification of award of contract.
V. PAYMENT
-� SP2of6
Payment for incidental items of work, not separately provided for in the proposal
shall be included in the price bid for other related items of work.
Payment for curb, gutter and sidewalk shall be per Section 303 -5.9 of the Standard
Specifications.
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 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. 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 compensa-
tion will be made.
VIII. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section-7-10 of
the Standard Specifications. One southbound lane on Jamboree Road shall remain
open at all times, and the contractor shall schedule his operations so that both
existing southbound lanes can be opened to traffic on week ends, holidays, and
by 3:30 p.m. on work days.
IX. PROTECTION OF EXISTING UTILITIES
X.
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request each utility company to locate its facilities.
Construction of the storm drain and structural sections will cause work to be
performed under and very near existing sewer, gas, water, cable T.V., telephone,
and electrical lines. The contractor shall protect in place and be responsible
for, at his own expense, any damage to any utilities encountered during construc-
tion.
WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases
by contacting the City's Utility Superintendent, Mr. Tan Phillips, at (714) 673 -2110,
extension 267.
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 what-
soever. Any such defects shall be repaired at the contractor's expense.
SP3of6
XII. CONSTRUCTION DETAILS:
A) STREET IMPROVEMENTS
1) PAVEMENT REMOVAL, EXCAVATION AND SUBGRADE PREPARATION
All existing and temporary pavement to be removed and all material to
be excavated from both trench and street areas down to the subgrade
plane shall become the property of the contractor. It shall be his
responsibility to dispose of the material away from the job site in
a manner and at a location acceptable to all cognizant agencies.
2) AGGREGATE BASE
Aggregate base shall conform to the requirements for Processed Natural
Material in Section 400 -2.3 of the Standard Specifications.
3) ASPHALT CONCRETE
Asphalt concrete shall conform to the requirements of Section 400 -4
of the Standard Specifications and of the type specified on the Plans.
4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B)
a) General
It is the intent of this specification to insure a fully complete
job in accordance with standards of quality of material and work-
manship for asphalt concrete (deep lift) construction.
b) Definition
(1) Base Course - Base course is defined as that area between
fin-' aT'compacted subgrade up to 1 1/2" below finish street
grade. The base course shall consist of two or more layers;
the maximum compacted thickness of each layer shall not
exceed 5 1/2 ".
(2) Surface Course - Surface course is defined as that area
between the final compacted base course and .finish grade.
The surface course shall have a compacted thickness of
1 1/2" unless the Engineer directs otherwise.
c) Asphalt Concrete
(1) The asphalt concrete to be furnished and placed for the
base course shall be III -B1 -85 -100 in conformance with
Section 400.4 of the City Standard Specifications. The
asphalt concrete to be furnished and placed for the surface
course shall be III -C2 -85 -100 in conformance with Section
400.4 of the City Standard Specifications.
(2) The full -depth (thick lift) asphalt concrete street pave-
ment section shall be placed in layers; the first base
course layer shall have a compacted thickness of 5 1/2 ",
the second base course layer shall have a compacted thick-
ness of 5 ", and the surface course shall have a compacted
-0
SP4of6
4) THICK LIFT ASPHALT CONCRETE PAVEMENT (ALTERNATE B) - Continued
c) (2) - Continued
thickness of 1 1/2" unless Engineer directs otherwise.
Placement of the asphalt concrete layers shall be
accomplished in accordance with Section 302 -5.4 of the
City Standard Specifications.
(3) Prime coat will not be required on the prepared sub -
grade. The tack coat in conformance with Subsection
302 -5.3 of the City Standard Specifications shall be
applied to the existing asphalt concrete surfaces and
between the base course and the surface course.
(4) The Contractor shall provide the types and numbers of
rolling equipment as required in Sections 39 -5.02 and
39 -5.03 of the State Standard Specifications. Spreading
and compacting shall be in conformance with Section
39 -6 of the State Standard Specifications or as directed
by the Engineer. Special attention is directed to the
construction of longitudinal joints as specified in the
eighth paragraph of Section 39 -6.01.
(5) The following compaction procedures will be required
for the base course, unless the Engineer directs other-
wise:
Initial rolling shall proceed directly behind the
spreader and shall consist of two complete coverages
of the asphalt mixture, and shall be performed with a
2 -axle steel -tired tandem roller. Such rollers shall
weigh not more than 10 tons.
A motor grader shall trim and shape the layer imme-
diately after completion of initial rolling. Additional
material may be end dumped as required to fill low areas.
Additional rolling shall proceed directly behind the
motor grader and shall consist of four complete coverages
with a pneumatic roller as specified in the Standard
Specifications or allowed by the Engineer. Such rollers
shall not weigh less than 12 tons.
A complete coverage will be 2 passes of the roller in the
same roller width.
Rolling shall commence at the center of the pass and work
toward the edges.
(6) The intent of these specifications is to have all break-
down and additional rolling performed while the mixture
is sufficiently hot to facilitate satisfactory compaction.
The Engineer will, therefore, vary paving rates as
necessary or require additional compaction equipment, in
order to insure adequate compaction of a hot mixture.
5) PORTLAND CEMENT CONCRETE IMPROVEMENTS
a) General
SP5of6
Portland cement concrete furnished for curb, gutter and
sidewalk shall be Class 564 -C -3000 per Subsection 303 -5
and as per 1972 amendment of the Standard Specifications.
b) Curb and Gutter
The unit price bid for Type "A" Portland cement concrete
curb and gutter shall exclude curb inlet lengths and in-
clude the removal of 25' of existing curb and gutter.
6) ADJUSTMENT Of UTILITY BOXES, MANHOLES, ETC. TO GRADE
All sewer manholes, water valve boxes, sewer cleanouts, water
meter boxes, and any other miscellaneous utility box or vault
shall be adjusted to finished grade prior to placement of
Portland cement concrete sidewalk or pavement. In asphaltic
concrete pavement areas adjustments to finished grade shall be
made after placement of the pavement. No separate compensation
will be made for this work.
7) HANDWORK OF EXISTING SLOPES
The existing slope shall be restored to the adjacent slope
profiles at the locations as shown on the plans. Materials
utilized for this work may be taken from the roadway excavation
and mechanically hand tamped to 90% minimum relative compaction.
All cost for this work shall be included in the lump sum price
bid.
B) STORM DRAIN IMPROVEMENTS
1) General
Existing storm drain pipe to be abandoned in place shall be filled
with sand and the ends concrete or brick and mortar plugged in
accordance with Subsection 306 -3.1 of the Standard Specifications.
Storm drain bedding shall conform to Class 2B per City of Newport
Beach Std.- 316 -L.
Backfill material in all pipe trenches above the bedding material
and around associated structures shall be placed and compacted in
accordance with Section 306 of the Standard Specifications, except
that water densified backfill including jetting as specified in
Subsection 306 -1.8.2 will not be permitted.
All native materials excavated from the storm drain trench and
associated structures not utilized as backfill will become the
property of the contractor and shall be hauled and disposed of
away from the job site as it is excavated.
2) Storm Drain Pipe, Curb Inlets, and Appurtenances
SP6of6
Storm drain pipe and fittings shall be Johns - Manville "Transite"
pipe of the size and class as shown on the plans.
Curb inlets shall be modified Type OL -A (with 3" gutter depression)
constructed in accordance with City of Newport Beach Std. -305 -L and
to the sizes as shown on the plans.
The unit price bid for each curb inlet shall be in accordance with
Subsection 306 -2.3.8 of the Standard Specifications.
3) Bracing Excavations
In conformance with Section 6422 and 6424, the Labor Code and applicable
sections of the Construction Safety Orders of the State of California,
a detailed plan showing the design of shoring, bracing, and /or sloping
of all trenches 5 feet deep or deeper, must be submitted for the
agency's review and approval prior to commencing any such trenching
operations. If the submitted plan varies from the standards estab-
lished by the State Construction Safety Orders, the plan shall be
prepared by a registered civil or structural engineer.
4) Sacked Concrete
Sacked concrete shall be placed to the limits as shown on the plans.
The method of placement and the materials used shall conform to Sections
72 -3.02 and 72 -3.03 of the California Standard Specifications. The
cost of constructing sacked concrete retaining walls and splash pad
shall be included in the lump sum price bid.
C
W