Loading...
HomeMy WebLinkAboutC-2780 - McFadden Square Street Improvements (Assessment District No. 59)CITY OF NEWPORT B ACH February 25, 1992 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Damon Const. Co. 455 Carson Plaza Dr., Unit F Carson, CA 90746 (714) 6443005 Subject: Surety: Reliance Insurance Company Bonds No.: 131828514i Contract No.: C -2780 Project: McFadden Square Street Improvements (Assessment District No. 59) The City Council of Newport Beach on January 13, 1992, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on February 4, 1992; Reference No. 92- 067263. Sincerely, ` e Wanda E. Raggio City Clerk WER:pm cc:- Public Works Department 3300 Newport Boulevard, Newport Beach d �L78d FOR GOOD AND VALUABLE CONSIDERATION, receipt of which is hereby ackilowl to eQ, the- undersigned, i does hereby release from the effect of that certain Stop Notice or Notice to Wiihh(ft idEJ a Office of the CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT FFR 97 1992 on • against DAMON CONST. CO. as General Contractor, on job known as M° Ffu oaw SCJVAW srw+b r W02kifermk • " in the amount of $ 2 is , 2.6O , '0-0 DATED: FE$�•iAIR� j 1 t ) IqZ STATE OF CALIFORNIA COUNTY OF ORANGE On ) ss. ) and State, personally appeared known to me to be the person FIR � • *� • t�7DKk3 l BY RN&ILe CONTRACTORS LICENSE NO. IS J�! before me, the undersigned, a Notary Public in and for said County within instrument and acknowledged to me that On and State, personally appeared known to me to be the President, and to be the whose name subscribed to the executed the same. , before me, the undersigned, a Notary Public in and for said County known to me Secretary of the Corporation that executed the within instrument, known to be the persons who executed the within instrument on behalf of the corporation herein named, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREO I have hereunto set r 1 certificate first above fA v Ran m°�"'if N mo. mcoiai and affixed my official seal the day and year in this NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE Form pmvmee LAW OFFICES OF JEFF R. WHEATLEY 2000 E. NUtwood Ave., Suite 101, Fullerton. CA 92031 courtesy of: ��, Construction Law 1 -714- 992 -0300 or 1 -000 -422 -2090 RECORDING REQUESTED BY AND WHEN RECORD /ED RETURN TO: City Clerk/ / -X Beach of Nppeiiiaaa r Beach 3300 Ne Newport wBeach, CA Boulevard 4L 92- 067263 r 5ORD" IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA pM. FEB 41992 P.M. Q. c6w zeZ ecorder "Exempt from recording fees �max to Government Code Sect-1 61C Jr e Cc``l�o NOTICE OF COMPLETION t�F e4�V9� NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3ibG— ,Newpc3Yt Boulevard, Newport Beach, California, 92663, as Owner, and Damon Const. Co., 455 Carson Plaza Drive, Unit F, Carson, CA 90746 as Contractor, entered into a Contract on October 5, 1990 Said Contract set forth certain improvements, as follows: McFadden Square Street Improvements (Assessment District No. 59), C -2780 Work on said Contract was completed on Jame 5. 1991 and was found to be acceptable on January 13, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Co., 505 N. Brand Blvd., Suite 770, Glendale, CA 91203 BY u is or I or VERIFICATION I certify, under penalty of perjury, correct to the best of mmy� knowledge. Executed on Newport . r iii i City Clerk that the foregoing is true and at Y • • TO: CITY COUNCIL FROM: SUBJECT: DISCUSSION: Public Works Department January 13, 1992 CITY COUNCIL AGENDA ITEM NO. F -13 ACCEPTANCE OF MCFADDEN SQUARE STREET IMPROVEMENTS (C -2780) 1. Accept the work. 2. Authorize the City Clerk Completion. 3. Authorize the City Clerk to days after the Notice of recorded in accordance with the Civil Code. to file a Notice of release the bonds 35 Completion has been applicable portions of The contract for the construction of the McFadden Square :a.rvv t and plaza improvemonts has boon comploted io Uiv satisfaction of the Public Works Department. The bid price was $1,859,850.80 Amount of unit price items constructed 1,984,207.04 Amount of change orders 53,504.49 Total contract cost $2,037,711.53 The increase in the amount of the unit price items constructed was due to errors in the estimated quantities and additional sidewalk and pavement removal and replacement. Fourteen Change Orders were issued. The first, in the amount of $3,320.90, provided for additional surveying to provide horizontal control for the removal of reinforced concrete encountered in the plaza area. The second, in the amount of $11,270.64, provided for changes in the irrigation materials and the salvaging rather than disposal of the surplus palm trees. The third, in the amount of $3,427.33, provided for salvage of the surplus street light poles. The fourth, in the amount of $3,088.18, provided for additional surveying and demolition on Balboa Boulevard adjacent to Cannery Village Realty. The fifth, in the amount of $2,452.35, provided for removal of concrete footings interfering with the new palm trees and the construction of a planter wall adjacent to Cannery Village Realty. The sixth, in the amount of $2,507.10, provided for the relocation of a palm tree which could not be planted in its planned location due to existing underground utilities and for a change in the planters at the westerly end of the Ocean Front parking lot. A Subject: Acceptance of Mcfadden Square Street Improvements (C -2780) •January 13, 1992 Page 2 The seventh, in the amount of $5,892.00, provided for the re- construction of the McFadden Landing monument. The eighth, in the amount of $2,554.79, provided for additional conduit for telephone service to the lifeguard tower and modifications to the 21st Street signal. The ninth, in the amount of $9,424.22, provided for the construction of the newspaper rack enclosure and the removal and disposal of additional reinforced concrete found in the plaza area. The tenth, in the amount of $2,752.25, provided for up- graded palm trees as requested by the Park Superintendent. The eleventh, in the amount of $2,090.93, provided for changes in the parking layout of the Ocean Front lot. The twelfth deleted the concrete block beach shower pedestal and changed the lump sum price from $7,000 to $5,000. The thirteenth, in the amount of $910.58, provided for additional top soil in the turf areas. The fourteenth, in the amount of $1,223.22, provided for the installation of a pedestrian push button at the 21st Street traffic signal. • Funds for the project were budgeted in the Gas Tax Fund, Account No. 7193- 3020006 and the Assessment Fund, Account No. 7403- 3210012 and 7403- 3210013. The contractor is Damon Construction of Carson.. The original date of completion was May 8, 1991. Delays caused by extra work and inclement weather resulted in a revised completion date of June 5, 1991. The construction work was completed by that date. The contract called for a landscape maintenance period of a minimum of 90 ,days after planting. This period ended on November 4, 1991. Benjamin B. Nolan Public Works Director TO: Finance Director February 27, 1991 FROM: Public Works Department SUBJECT: ASSESSMENT DISTRICT NO. 59 (MCFADDEN SQUARE) MCFADDEN SQUARE STREET IMPROVEMENTS, C -2780 During the 1989/90 fiscal year, the McFadden Square Improvement Project and Assessment District #59, C -2780, was in the final design stages. In order to successfully complete the project, it became necessary to combine several repair and reconstruction projects. Additionally, it became apparent that there would be a shortage of funds and it was decided to redistribute funds using carry over and transfer of surplus funds from various projects. The carry /over, transfer, and combination of funds was originally slated to be done at the end of the 1989/90 fiscal year. Those accounting revisions were not made and funds continued to be expended from these accounts. The following information is presented in an attempt to resolve the accounting of these projects. Attached are summaries of the various projects showing actual funds expended as shown on the accounting details and the McFadden Square Improvement Project Accounting Summary. The carry over projects, except for the Ocean Front Street End project (Acct. #02- 3397 -496), should no longer appear in the budget. Funds in the amount of $45,963.31 should remain in the Ocean Front Street End account until the Stop Payment Notice pertaining to work performed by Heritage Construction is resolved. The final balance of funds for these projects is $40,000 less than the amount that was actually carried over and transferred at the end of the 89/90 fiscal year. It is expected that this shortfall could be corrected by utilizing unappropriated surplus funds. The combined projects shown in the summary should not appear in this years budget. The amounts shown for each project in the - Accounting Summary reflect the fund balances to date. It should be noted that the balance of $1,312,770.00 shown in the final account configuration includes the carry over/ transfer of $415,000 and recent balances of the projects to be combined in the amount of $897,770.00. This fund balance is the actual amount that should have been appropriated for the McFadden Square Improvement Project, Acct. # 40- 3497 -465 before construction began. Also shown is the Assessment District # 59, Acct. # 40- 3297 -554, which shows $620,000 in assessments that will be collected from the property owners in the district. For your referance, the project costs and account balance as of February 20, 1991 are shown in the summary. i Steve Badum Project Manager I. a • MCFADDEN SQUARE IMPROVEMENT PROJECT ACCOUNTING SUMMARY Final Accounting of Carry over/ Transfer Projects Account Number Project Title Amount 02- 3497 -464 Cannery Village St. Imp. $ 148,095.60 02- 3397 -463 Villa Way Widening 87,000.00 02- 3397 -496 Ocean Front St. End Repair 30,789.63 02- 7697 -458 Ocean Front Swk. Repair 788.75 02- 3197 -498 Corp. Yard Shop Bldg. C 108,079.57 Total Carry over/ Transfer = $ 374,753.55 Actual Carry over/ Transfer, 7 -1 -90 = $ 415,000.00 II. Combined Funds from Existing Projects Account Number Project Title Amount 02- 3497 -465 McFadden Square St. Imp. $ 302,757.99 02- 3397 -490 Ocean Front Pkg. Lot Imp. 103,000.00 02- 3497 -507 McFadden Plaza Imp. 288,349.25 02- 3497 -486 McFadden A.D. Consultant 4,662.80 19- 5630 -002 Traffic Signal Gas Tax 69,000.00 BA 008 Budget Amendment 9/24/90 130,000.00 Total Combined Funds = $ 897,770.04 III. Final Account Configuration ( not incl. const, contract) Account Number 40- 3497 -465 40- 3297 -554 Project Title Amount McFadden Square Imp. $ 1,312,770.00 McFadden Square A.D. 59 620,000.06 Total Funds = $ 1,932,770.00 IV. Project Costs to Date A. Original Construction Contract, $ 1,859,850.00 B. Extra costs to date, 49,850.00 Subtotal = $ 1,909,700.00 C. Total Contingency Funds Available = $ 23,070.00 V. Account Balance as of 02 -20 -91 Account Number Project Title Amount 40- 3497 -465 McFadden Square Imp. $ 775,935.18 40- 3297 -554 McFadden Square A.D. 59 526,888.36 Total Funds = $ 1,302,823.54 MCFADDEN SQUARE ASSESSMENT DISTRICT NO. 59 FINAL ACCOUNTING SUMMARY I. Acct. # 02- 3497 -465, McFadden Square Priority "A" Repairs A. Budget Appropriation 7 -01 -89 $490,000.00 B. Warrants Vendor P.O. Date Amount OTT Engr. 33851 10 -20 -89 $ 985.00 OTT Engr. 33851 11 -03 -89 3,463.54 OTT Engr. 33851 03 -09 -90 23,042.11 OTT Engr. 34238 03 -09 -90 67,764.36 OTT Engr. 34238 04 -20 -90 34,973.40 James Adams 04 -20 -90 1,293.24 James Adams 05 -31 -90 2,043.75 James Adams 05 -31 -90 37.50 James Adams 05 -31 -90 1,200.00 James Adams 05 -31 -90 1,687.50 James Adams 05 -31 -90 900.00 HDR Engr. 34941 06 -15 -90 9,599.29 HDR Engr. 34941 06 -30 -90 10,616.91 HDR Engr. 34941 06 -30 -90 13,657.07 HDR Engr. 34941 09 -07 -90 6,007.42 HDR Engr. 34941 10 -05 -90 1,752.65 HDR Engr. 34941 & 34238 11 -16 -90 8,218.27 Total Funds Expended= $ 187,242.01 Balance - $ 302,757.99 II. Acct. # 02y3497 -507, McFadden Plaza Improvements A. Budget Appropriation 7 -01 -89 $ 600,000.00 B. Warrants Vendor P.O. Date Amount Bayshore Elec. 11 -02 -90 $ 11,650.75 Balance = $ 588,349.25 City Fund Balance = $ 288,349.25 * ( $300,000 City Funds, $300,000 Estimated A.D. #59 Funds) • • III. Acct. # 02- 3497 -486, McFadden Square Assessment District Consultant A. Budget Appropriation 02 -13 -89 $ 10,000.00 B. Warrants Vendor P.O. Date Amount Kinkos Copies 06 -16 -89 $ 76.85 Petty Cash (Recordation) 07 -28 -89 15.00 Professional Assessment 09 -18 -89 608.00 BSI 12 -01 -89 56.52 BSI 12 -01 -89 2,000.00 BSI 12 -01 -89 375.00 BSI 11 -16 -90 2,205.83 Total Funds Expended = $ 5,337.20 Balance = $ 4,662.80 IV. Acct. # 40 -3497 -465, McFadden Square Improvements A. Budget Appropriation 07-01 -90 $ 1,441,888.97 Corrected amount per Summary $ 1,312,770.04 B. Warrants Vendor P.O. Date Amount Damon Const. 36277 12 -28 -90 $ 28,000.00 Damon Const. 36277 01 -11 -91 305,750.23 Damon Const. 36277 02 -22 -91 200,000.00 HDR Engr. 02 -08 -91 3,084.63 Total Funds Expended = $ 536,834.86 - Balance = $ 747,609.16 V. Acct. # 40- 3297 -554, McFadden Square Assessment District #59 A. Budget Appropriation 07 -01 -90 $ 620,000.00 B. Warrants Vendor P.O. Date Amount Damon Const. 36277 12 -22 -90 $ 27,651.47 Damon Const. 36277 02 -22 -90 65,460.17 Total Funds Expended = $ 93,111.64 Balance = $ 526,888.36 ' • OCEAN FRONT SIDEWALK REPAIR PHASE II & III FINAL ACCOUNTING SUMMARY I. Acct. # 02- 7697 -458, Ocean Front Sidewalk Repair A. Budget Appropriation 7 -01 -88 $360,000.00 B. Warrants Vendor P.O. Date Heritage Const. 34809 05 -04 -90 Heritage Const. 34809 06 -06 -90 Heritage Const. 34809 07 -31 -90 Heritage Const. 34809 08 -24 -90 Heritage Const. 34809 09 -07 -90 Harbor Blueprint $ 8,247.06 03 -23 -90 Industrial Asphalt 05 -18 -90 Industrial Asphalt 05 -18 -90 Total Funds Expended= Balance Amount $ 63,862.02 176,981.74 50,502.32 41,596.84 25,591.37 222.17 305.35 149.44 $ 359,211.25 $ 788.75 II. Acct. # 02- 3397 -496, Ocean Front Street End Reconstruction A. Budget Appropriation 7 -01 -89 $ 85,000.00 B. Warrants Vendor P.O. Date Amount Jennings Masonary 35061 08 -10 -90 $ 6,755.00 Heritage Const. 34809 09 -07 -90 1,492.06 Total funds Expended = $ 8,247.06 Less retention to Heritage Const. per Stop Notice = $ 45,963.31 Balance = $ 30,789.63 I. CANNERY VILLAGE STREET IMPROVEMENTS ASSESSMENT DISTRICT NO. 58 (CANNERY VILLAGE) FINAL ACCOUNTING SUMMARY Acct. # 02- 3494 -464, Cannery Village Street Improvements A. Budget Appropriation Actual Funds Available B. Warrants 7 -01 -88 $570,000.00* $624,346.25 ** Vendor P.O. Date Norris Repke 32248 11 -30 -88 Norris -Repke 32248 11 -30 -88 Norris -Repke 32248 12 -16 -88 Norris -Repke 32248 02 -24 -89 Norris -Repke 32248 06 -02 -89 Norris -Repke 32248 06 -02 -89 Norris -Repke 32248 07 -01 -89 Petty cash, Map recordation Daily Pilot, Legal Notices Clayton Engr. 34548 04 -06 -90 Clayton Engr. 34548 05 -18 -90 Clayton Engr. 34548 06 -19 -90 Clayton Engr. 34548 06 -30 -90 Clayton Engr. 34548 08 -24 -90 Clayton Engr. 34548 11 -16 -90 Pacific Irr. 34928 08 -24 -90 Converse Consultants 09 -21 -90 F.J. Johnson 10 -05 -90 F.J. Johnson 10 -19 -90 Total Funds Expended= Balance Amount $ 293.00 673.00 262.50 5298.50 1657.16 558.79 530.41 10.00 15.00 59,995.44 162,145.98 106,163.69 86,504.97 26,305.35 22,825.01 898.54 1330.00 673.81 $ 103.50 $ 476,250.65 $ 148,095.60 * $ 470,000 City funds, $ 100,000 Est. Assessment District funds ** $ 154,346.25 actual Assessment District funds (cash pmt. & bond sales from A.D. 58) + $ 470,000 City funds. II. Acct. # 02- 3397 -463, Villa Way Widening A. Budget Appropriation 7 -01 -88 $ 87,000.00 B. Warrants - none Balance = $ 87,000.00 i1 L1 0 CORPORATION YARD SHOP BUILDING "C" FINAL ACCOUNTING SUMMARY Acct. # 02- 3197 -498, Corporation Yard Bldg. "C" A. Budget Appropriation 7 -01 -88 $380,000.00 B. Warrants vendor P.O. Date Amount O.C.Farm 08 -25 -89 $ 133.30 Hanks Electrical 09 -08 -89 50.57 Buchanan Arch. 34105 11 -19 -89 5,100.00 Buchanan Arch. 34105 02 -09 -90 5,500.00 Buchanan Arch. 34105 03 -09 -90 5,000.00 Buchanan Arch. 34105 04 -20 -90 6,000.00 Steen Const. 34963 06 -15 -90 21,693.24 Steen Const. 34963 06 -30 -90 72,684.14 Steen Const. 34963 09 -07 -90 85,253.60 Steen Const. 34963 10 -05 -90 32,479.97 Steen Const. 34963 11 -16 -90 26,572.16 Steen Const. 34963 01 -25 -90 9,524.59 Geoffrey Davis 08 -24 -90 320.00 Balport Lock 09 -21 -90 14.34 Balport Lock 09 -21 -90 7.97 Balport Lock 09 -21 -90 86.07 Balport Lock 10 -19 -90 7.97 Balport Lock 10 -19 -90 14.34 Balport Lock 10 -19 -90 118.04 Balport Lock 11 -16 -90 26.11 Balport Lock 01 -25 -91 17.53 Ace Key 10 -03 -90 7.97 Converse Consultants 11 -16 -90 436.70_ ABC Lumber 12 -14 -90 27.46 ABC Lumber 01 -25 -91 27.31 Barr Lumber 12 -14 -90 72.60 Barr Lumber 12 -28 -90 9.55 Moultrip Finish Hardware 12 -28 -90 74.47 Moultrip Finish Hardware 01 -25 -91 12.55 Orange Coast Hardware 12 -28 -90 64.90 Orange Coast Hardware 01 -11 -91 43.53 Tru -Top Inc. 12 -28 -90 32.30 Tru -Top Inc. 12 -28 -90 45.58 Acct. 92 12 -27 -90 441.91 Senik Paint 01 -11 -91 19.60 Total Funds Expended= $ 271,920.43 Balance = $ 108,079.57 TO: Finance Director February 27, 1991 FROM: Public Works Department SUBJECT: ASSESSMENT DISTRICT NO. 59 (MCFADDEN SQUARE) MCFADDEN SQUARE STREET IMPROVEMENTS, C -2780 During the 1989/90 fiscal year, the McFadden Square Improvement Project and Assessment District #59, C -2780, was in the final design stages. In order to successfully complete the project, it became necessary to combine several repair and reconstruction projects. Additionally, it became apparent that there would be a shortage of funds and it was decided to redistribute funds using carry over and transfer of surplus funds from various projects. The carry /over, transfer, and combination of funds was originally slated to be done at the end of the 1989/90 fiscal year. Those accounting revisions were not made and funds continued to be expended from these accounts. The following information is presented in an attempt to resolve the accounting of these projects. Attached are summaries of the various projects showing actual funds expended as shown on the accounting details and the McFadden Square Improvement Project Accounting Summary. The carry over projects, except for the Ocean Front Street End project (Acct. #02- 3397 -496), should no longer appear in the budget. Funds in the amount of $45,963.31 should remain in the Ocean Front Street End account until the Stop Payment Notice pertaining to work performed by Heritage Construction is resolved. The final balance of funds for these projects is $40,000 less than the amount that was actually carried over and transferred at the end of the 89/90 fiscal year. It is expected that this shortfall could be corrected by utilizing unappropriated surplus funds. The combined projects shown in the summary should not appear in this years budget. The amounts shown for each project in the _ Accounting Summary reflect the fund balances to date. It should be noted that the balance of $1,312,770.00 shown in the final account configuration includes the carry over/ transfer of $415,000 and recent balances of the projects to be combined in the amount of $897,770.00. This fund balance is the actual amount that should have been appropriated for the McFadden Square Improvement Project, Acct. # 40- 3497 -465 before construction began. Also shown is the Assessment District # 59, Acct. # 40- 3297 -554, which shows $620,000 in assessments that will be collected from the property owners in the district. For your referance, the project costs and account balance as of February 20, 1991 are shown in the summary. Steve Badum Project Manager E • • MCFADDEN SQUARE IMPROVEMENT PROJECT ACCOUNTING SU14MARY Final Accounting of Carry over/ Transfer Projects Account Number Project Title Amount 02- 3497 -464 Cannery Village St. Imp. $ 148,095.60 02- 3397 -463 Villa Way Widening 87,000.00 02- 3397 -496 Ocean Front St. End Repair 30,789.63 02- 7697 -458 Ocean Front Swk. Repair 788.75 02- 3197 -498 Corp. Yard Shop Bldg. C 108,079.57 Total Carry over/ Transfer = $ 374,753.55 Actual Carry over/ Transfer, 7 -1 -90 = $ 415,000.00 II. Combined Funds from Existing Projects Account Number Proiect Title Amount 02- 3497 -465 McFadden Square St. Imp. $ 302,757.99 02- 3397 -490 Ocean Front Pkg. Lot Imp. 103,000.00 02- 3497 -507 McFadden Plaza Imp. 288,349.25 02- 3497 -486 McFadden A.D. Consultant 4,662.80 19- 5630 -002 Traffic Signal Gas Tax 69,000.00 BA 008 Budget Amendment 9/24/90 130,000.00 Total Combined Funds = $ 897,770.04 III. Final Account Configuration ( not incl. const. contract) Account Number 40- 3497 -465 40- 3297 -554' Project Title Amount McFadden Square Imp. $ 1,312,770.00 McFadden Square A.D. 59 620,000.00 Total Funds = $ 1,932,770.00 IV. Project Costs to Date A. Original Construction Contract, $ 1,859,850.00 B. Extra costs to date, 49,850.00 Subtotal = $ 1,909,700.00 C. Total Contingency Funds Available = $ 23,070.00 C, • V. Account Balance as of 02 -20 -91 Account Number Project Title Amount 40- 3497 -465 McFadden Square Imp. $ 775,935.18 40- 3297 -554 McFadden Square A.D. 59 526,888.36 Total Funds = $ 1,302,823.54 el- 0 0 MCFADDEN SQUARE ASSESSMENT DISTRICT NO. 59 FINAL ACCOUNTING SUMMARY I. Acct. # 02- 3497 -465, McFadden Square Priority "A" Repairs A. Budget Appropriation 7 -01 -89 $490,000.00 B. Warrants Vendor P.O. Date Amount OTT Engr. 33851 10 -20 -89 $ 985.00 OTT Engr. 33851 11 -03 -89 3,463.54 OTT Engr. 33851 03 -09 -90 23,042.11 OTT Engr. 34238 03 -09 -90 67,764.36 OTT Engr. 34238 04 -20 -90 34,973.40 James Adams 04 -20 -90 1,293.24 James Adams 05 -31 -90 2,043.75 James Adams 05 -31 -90 37.50 James Adams 05 -31 -90 1,200.00 James Adams 05 -31 -90 1,687.50 James Adams 05 -31 -90 900.00 HDR Engr. 34941 06 -15 -90 9,599.29 HDR Engr. 34941 06 -30 -90 10,616.91 HDR Engr. 34941 06 -30 -90 13,657.07 HDR Engr. 34941 09 -07 -90 6,007.42 HDR Engr. 34941 10 -05 -90 1,752.65 HDR Engr.. 34941 & 34238 11 -16 -90 8,218.27 Total Funds Expended= $ 187,242.01 Balance = $ 302,757.99 II. Acct. # 02y3497 -507, McFadden Plaza Improvements A. Budget Appropriation 7 -01 -89 $ 600,000.00 B. Warrants Vendor P.O. Date Amount Bayshore Elec. 11 -02 -90 $ 11,650.75 Balance = $ 588,349.25 City Fund Balance = $ 288,349.25 * ( $300,000 City Funds, $300,000 Estimated A.D. #59 Funds) 0 E III. Acct. # 02- 3497 -486, McFadden Square.Assessment District Consultant A. Budget Appropriation 02 -13 -89 $ 10,000.00 B. Warrants Vendor P.O. Date Amount Kinkos Copies 06 -16 -89 $ 76.85 Petty Cash (Recordation) 07 -28 -89 15.00 Professional Assessment 09 -18 -89 608.00 BSI 12 -01 -89 56.52 BSI 12 -01 -89 2,000.00 BSI 12 -01 -89 375.00 BSI 11 -16 -90 2,205.83 Total Funds Expended = $ 5,337.20 Balance = $ 4,662.80 IV. Acct. # 40- 3497 -465, McFadden Square Improvements A. Budget Appropriation 07 -01 -90 $ 1,441,888.97 Corrected amount per Summary $ 1,312,770.04 B. Warrants Vendor P.O. Date Amount Damon Const. 36277 12 -28 -90 $ 28,000.00 Damon Const. 36277 01 -11 -91 305,750.23 Damon Const. 36277 02 -22 -91 200,000.00 HDR Engr. 02 -08 -91 3,084.63 Total Funds Expended = $ 536,834.86- - Balance = $ 747,609.16 V. Acct. # 40- 3297 -554, McFadden Square Assessment District #59 A. Budget Appropriation 07 -01 -90 $ 620,000.00 B. Warrants Vendor P.O. Date Amount Damon Const. 36277 12 -22 -90 $ 27,651.47 Damon Const. 36277 02 -22 -90 65,460.17 Total Funds Expended = $ 93,111.64 Balance = $ 526,888.36 P 0 0 OCEAN FRONT SIDEWALK REPAIR PHASE II & III FINAL ACCOUNTING SUMMARY I. Acct. # 02- 7697 -458, Ocean Front Sidewalk Repair A. Budget Appropriation 7 -01 -88 $360,000.00 B. Warrants Vendor P.O. Date Amount Heritage Const. 34809 05 -04 -90 $ 63,862.02 Heritage Const. 34809 06 -06 -90 176,981.74 Heritage Const. 34809 07 -31 -90 50,502.32 Heritage Const. 34809 08 -24 -90 41,596.84 Heritage Const. 34809 09 -07 -90 25,591.37 Harbor Blueprint 03 -23 -90 222.17 Industrial Asphalt 05 -18 -90 305.35 Industrial Asphalt 05 -18 -90 149.44 Total Funds Expended= $ 359,211.25 Balance = $ 788.75 II. Acct. # 02- 3397 -496, Ocean Front Street End Reconstruction A. Budget Appropriation 7 -01 -89 $ 85,000.00 B. Warrants Vendor P.O. Date Amount Jennings Masonary 35061 08 -10 -90 $ 6,755.00 Heritage Const. 34809 09 -07 -90 1,492.06 Total funds Expended = $ 8,247.06 Less retention to Heritage Const. per Stop Notice = $ 45,963.31 Balance = $ 30,789.63 0 0 CANNERY VILLAGE STREET IMPROVEMENTS ASSESSMENT DISTRICT NO. 58 (CANNERY VILLAGE) FINAL ACCOUNTING SUMMARY I. Acct. # 02- 3494 -464, Cannery Village Street Improvements A. Budget Appropriation Actual Funds Available B. Warrants 7 -01 -88 $570,000.00* $624,346.25 ** Vendor P.O. Date Norris Repke 32248 11 -30 -88 Norris -Repke 32248 11 -30 -88 Norris -Repke 32248 12 -16 -88 Norris -Repke 32248 02 -24 -89 Norris -Repke 32248 06 -02 -89 Norris -Repke 32248 06 -02 -89 Norris -Repke 32248 07 -01 -89 Petty cash, Map recordation Daily Pilot, Legal Notices Clayton Engr. 34548 04 -06 -90 Clayton Engr. 34548 05 -18 -90 Clayton Engr. 34548 06 -19 -90 Clayton Engr. 34548 06 -30 -90 Clayton Engr. 34548 08 -24 -90 Clayton Engr. 34548 11 -16-90 Pacific Irr. 34928 08 -24 -90 Converse Consultants 09 -21 -90 F.J. Johnson 10 -05 -90 F.J. Johnson 10 -19 -90 Total Funds Expended= Balance Amount $ 293.00 673.00 262.50 5298.50 1657.16 558.79 530.41 10.00 15.00 59,995.44 162,145.98 106,163.69 86,504.97 26,305.35 22,825.01 898.54 1330.00 673.81 $ 103.50 $ 476,250.65 $ 148,095.60 * $ 470,000 City funds, $ 100,000 Est. Assessment District funds ** $ 154,346.25 actual Assessment District funds (cash pmt. & bond sales from A.D. 58) + $ 470,000 City funds. II. Acct. # 02- 3397 -463, Villa Way Widening A. Budget Appropriation 7 -01 -88 $ 87,000.00 B. Warrants - none Balance = $ 87,000.00 IM 0 CORPORATION YARD SHOP BUILDING "C" 0 FINAL ACCOUNTING SUMMARY Acct. # 02- 3197 -498, Corporation Yard Bldg. "C" A. Budget Appropriation 7 -01 -88 $380,000.00 B. Warrants Vendor P.O. Date Amount O.C.Farm 08 -25 -89 $ 133.30 Hanks Electrical 09 -08 -89 50.57 Buchanan Arch. 34105 11 -19 -89 5,100.00 Buchanan Arch. 34105 02 -09 -90 5,500.00 Buchanan Arch. 34105 03 -09 -90 5,000.00 Buchanan Arch. 34105 04 -20 -90 6,000.00 Steen Const. 34963 06 -15 -90 21,693.24 Steen Const. 34963 06 -30 -90 72,684.14 Steen Const. 34963 09 -07 -90 85,253.60 Steen Const. 34963 10 -05 -90 32,479.97 Steen Const. 34963 11 -16 -90 26,572.16 Steen Const. 34963 01 -25 -90 9,524.59 Geoffrey Davis 08 -24 -90 320.00 Balport Lock 09 -21 -90 14.34 Balport Lock 09 -21 -90 7.97 Balport Lock 09 -21 -90 86.07 Balport Lock 10 -19 -90 7.97 Balport Lock 10 -19 -90 14.34 Balport Lock 10 -19 -90 118.04 Balport Lock 11 -16 -90 26.11 Balport Lock 01 -25 -91 17.53 Ace Key 10 -03 -90 7.97 Converse Consultants 11 -16 -90 436.70_ ABC Lumber 12 -14 -90 27.46 ABC Lumber 01 -25 -91 27.31 Barr Lumber 12 -14 -90 72.60 Barr Lumber 12 -28 -90 9.55 Moultrip Finish Hardware 12 -28 -90 74.47 Moultrip Finish Hardware 01 -25 -91 12.55 Orange Coast Hardware 12 -28 -90 64.90 Orange Coast Hardware 01 -11 -91 43.53 Tru -Top Inc. 12 -28 -90 32.30 Tru -Top Inc. 12 -28 -90 45.58 Acct. 92 12 -27 -90 441.91 Senik Paint 01 -11 -91 19.60 Total Funds Expended= $ 271,920.43 Balance = $ 108,079.57 0 MCPADDEN SQUARE IMPROVEMENT PROJECT ACCOUNTING SUMMARY I. Final Accounting of Carry over/ Transfer Projects Account Number Proiect Title Amount 02- 3497 -464 Cannery Village St. Imp. $ 148,095.60 02- 3397 -463 Villa Way Widening 87,000.00 02- 3397 -496 Ocean Front St. End Repair 30,789.63 02- 7697 -458 Ocean Front Swk. Repair 788.75 02- 3197 -498 Corp. Yard Shop Bldg. C 108,079.57 Total Carry over/ Transfer = $ 374,753.55 Actual Carry over/ Transfer, 7 -1 -90 = $ 415,000.00 II. Combined Funds from Existing Projects Account Number 02- 3497 -465 02- 3397 -490 02- 3497 -507 02- 3497 -486 19- 5630 -002 BA 008 Proiect Title Amount McFadden Square St. Imp. $ 302,757.99 Ocean Front Pkg. Lot Imp. 103,000.00 McFadden Plaza Imp. 288,349.25 McFadden A.D. Consultant 4,662.80 Traffic Signal Gas Tax 69,000.00 Budget Amendment 9/24/90 130,000.00 Total Combined Funds = $ 897,770.04 III. Final Account Configuration ( not incl. const. contract) Account Number 40- 3497 -465 40- 3297 -554 Proiect Title Amount McFadden Square Imp. $ 1,312,770.00* McFadden Square A.D. 59 620,000.00 Total Funds = $ 1,932,770.00 * ( total of actual carry over and existing projects ) IV. Project Costs to Date A. Original Construction Contract, $ 1,859,850.00 B. Extra costs to date, 49,850.00 Subtotal = $ 1,909,700.00 C. Total Contingency Funds Available = $ 23,070.00 V. Account Balance as of 02 -20 -91 Account Number Project Title Amount 40- 3497 -465 McFadden Square Imp. $ 775,935.18 40- 3297 -554 McFadden Square A.D. 59 526,888.36 Total Funds = $ 1,302,823.54 OF0 zs-o- 0cq .......... . ........... . ... .......... . Locn /eeCrC 76 (no - ORD - - - - -- -Z , .... . . :.:. ' � ACCOUNT IN VOICEN ,`• "' TOTAL AMOUNT . ,..; ,NUMBER �.' .. AMOUNT ._... _ 1 I Plitt iY`!T ?. C27697458 63,S62.02 Lyon '= "a } 1 3 #� Vmc mms t 4. SO r C �a .a. r r lot , , 'T A Tai „ W ;, G' ,85[.'UZ 3Y Y J _..rw.iJi _ ]SVr:.°iw aA. n,211 s`•:._�. �.`VtMn_ ,...:: : 5' _ a, v.:'.::C.. rv+ ,,::.:.re 4...n. ..w.e _, v. ,.... x ;: INVOICE NO: ACCOUNT -. -... �._ - I .;• a TOTAL AMOUNT .. _ r ,: - NUMBER- '".-:: AMOUNT. ..: . t 6'" -FAY- #2 :027697458. 275,982.74 �`" s� s 176,981.74 .. Y it : :. i NS -0u' / "Y 't .'�. ^ ::: . THQP S T,CAHT E AECPH - i s.5 CALIFORNIA ag- CITY OF NEWPORT BEACH 0 -� CALIFORNIA : 3300 NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA 92663 : - (714)644 -3117 MER OF 345: HE-RITAGE CONSTRUCTION P.O. 8423 ROLIAND MIC 1S, CA. 9174ii r,. s' �s LIDO VILLAGE OFFICE 16 -iBOE CITY NATIONAL BANK 1220 3388 VIA LIDO NEWPORT BEACH, CALIFORNIA 92663 No. 125131 s� 176,981.74 .. : :. i NS -0u' / "Y 't .'�. ^ ::: . THQP S T,CAHT E AECPH - C. ^ -�+•. EMCqlKEy O STHITMINO IT�Y NEWPORT BEACH - pAYtg1EN�...QF1TL$4SLISTf- s.5 CALIFORNIA ag- CITY OF NEWPORT BEACH 0 -� CALIFORNIA : 3300 NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA 92663 : - (714)644 -3117 MER OF 345: HE-RITAGE CONSTRUCTION P.O. 8423 ROLIAND MIC 1S, CA. 9174ii r,. s' �s LIDO VILLAGE OFFICE 16 -iBOE CITY NATIONAL BANK 1220 3388 VIA LIDO NEWPORT BEACH, CALIFORNIA 92663 No. 125131 aE°R"�a EllF'CHASE ... : .. ACCOUNT .. 4 Q,RUE�T70 INVOICE NO :v .:" .. i�. NUMBER AMOUNT :,', :... •.. TpTAL AMGWNt� 3300 NEWPORT BLVD NEWPORT BEACH, CALIFORNIA 92663 ' (714) 644 -3117 No 129006 , 34509 PAY fl3_.. 027607453 501,502.32 VOID AFTER 90 DAYS z ''_-. • TiEPITAGE misnucTIOId 7l3i /00 P.O. £3423 50, 502.32 EOlANTTD ii IGHTS, CA. 01748 NOT NEGOTIABLE; . z . w L ti < I iF� \ F ; pill - C n 516,501.32 aE°R"�a CITY OF NEWPORT BEACH. " ° ° " "` " °` ° "' °E M CITY NATIONAL BANK &� �. ee CALIFORNIA 3388 VIA LIDO 1220 NEWPORT BEACH, CALIFORNIA 92663 _ 3300 NEWPORT BLVD NEWPORT BEACH, CALIFORNIA 92663 ' (714) 644 -3117 No 129006 , PAY )'THE )ER E OF VOID AFTER 90 DAYS z ''_-. • TiEPITAGE misnucTIOId 7l3i /00 P.O. £3423 50, 502.32 EOlANTTD ii IGHTS, CA. 01748 NOT NEGOTIABLE; . z . .: ACCOU I _ "INVOICE NO: MB '`_F: TOTAL AMOUNT P. .. ._ s,.., NU'efl� AMOUNT - ..- •'. - .•. ::_ .rv'�. . .Y Iv. T 4' £2769.7.458 41i59f. 4 ) I ) 1 X I )) ) T I T AL 41/5 ,6 E4 i� a•' V 1.��STATEMENTwR � Ztn1�ewCI�ECI�,3 u.. • - S x E'w°e CITY OF NEWPORT BEACH UOVILL #BBOFF,CB 1616o6 h >,•' -xd RJ• CITY NATIONAL BANK - - rA¢ 33BB VIA LIDO - 1220 y CALIFORNIA - NEWPORT BEACH. CALIFORNIA 92663 - - - u = 3300 NEWPORT BLVD. NEWPORT BEACH, CAUFORNIA 92663 q - (714) 8443117 N0. 130156._..; P.,.4.' PAY.:r' - - - � ",: TO THE VOID AFTER 90 DAIS " ORDER OF - H�flTTAC_ CCP;STRUC IN GE-24 ^yC #3:058 4i•S9o.o4 )j P.O. 537C. ";;tf a,CWl.ARV:HETCHI.S :A 91743 F5 NOT. NEGOTIABLEt - - ACCOUNT �Ew�Re CITY OF NEWPORT BEACH LIDO VILLAGE OFFICE iNYO10EN0 - - -- I`0,+' F� > CALIFORNIA NUMBER _ TOTACAMOUNT K`` - - AMOUNT NEWPORT BEACH, CALIFORNIA 92663 u �14'ab_# N0. 13820 . ± PT.IVT 4 �M. PYOT 4 _ c721 97:6 i.G52. s TO THE RDER OF VOID AFTER 90 DAYS . hzd,TAc I 1= t2, 25 5i .� T P.C. 6-77U, a ROWLAND H..TGHTS CA 92748. a " > y NOT NEGOTIABLE "_ .y EA •. 4 A� � .4'Nx� /fib S g : � f r S1• q yyv.S i �Ew�Re CITY OF NEWPORT BEACH LIDO VILLAGE OFFICE ~` CITY NATIONAL BANK 16 -)606 - I' F� > CALIFORNIA 3386 VIA LIDO - NEWPORT BEACH, CALIFORNIA 92663 1220 _ 3300 NEWPORT BLVD. NEWPORT BEACH, CALIFORNIA 92663 u (714)644 -3117. N0. 13820 . ± �M. PAV' TO THE RDER OF VOID AFTER 90 DAYS . hzd,TAc I 1= t2, 25 5i .� T P.C. 6-77U, a ROWLAND H..TGHTS CA 92748. a " > y NOT NEGOTIABLE "_ m z Ui Im At dL PRINTED IN U,S.A. u U 16 U r4 IA C) w Po 00:00 om "I" V so, zz: Z IL- o . -* t4 rz 1• j,.t 4 'T rtIi; r, 100 01 Pao. :3 W c0 M -io, 10 .�o 10 oo Q •o -0 W % W, fu m rq (.4 N N "!ni,tv U -j zd '4 o PRINTED IN U,S.A. u U J (I., U C) w Po 00:00 • !*o. Do co so, zz: Z IL- o V% ^ -* t4 r j,.t 4 'T rtIi; r, fIIII r- 01 Pao. :3 W UJ -io, 10 .�o 10 oo Q •o -0 W Lv II- Im- W, fu m rq (.4 N N "!ni,tv U -j zd '4 o W. at x U -C z z It CL w w I.- W,UA,LW (4 4c U.) 0 o v -J fz_oo 10 U) Ix w W CK It fal o 41 ri . .. ... cl; C:) 0 0, 00 16 Aliblw U U u LIS Aj V 0 r1j oo ;0000 ic. Q. 0. �(L IL cl- CL a am SICK ex oe jx Cc x1m w of ;a. a. CL,o. CL a- im CL m aC WIM ce Qtlw Z CK Ulu m u v 1.5 j j!-j 3:X3'33317933 -j -J! -A -j -1 1 aia m 60 In 0 wo 0 of to ,Uj LU LU �Lu w w iiiv to PRINTED IN U,S.A. u U J (I., U C) w Po 00:00 Go no !*o. Do co RA uI, i^I'A vI,,iLA V% ^ -* t4 r j,.t 4 'T rtIi; r, fIIII r- 01 Pao. 3N 01 -io, 10 .�o 10 oo Q •o -0 cr w N r,!r- r, rI.. N m rq (.4 N N "!ni,tv zd '4 o 1 3- x U -C z z It 39 Im �x 3 PRINTED IN U,S.A. . .. ... ... ... ` v i t II 1f .............. .. ... .... f • n • 0 • Ir a, y w 0 a Z u Z H s M 3 Y J r J P +¢ P u r H l7 \ Q� �Y O � K 4 v ae v ra w av Z 7 N 2 tt N 1 to Jo H R a o � V tU Ill � tX :7 Q z I-- N s( � O O Z u H ozH z a � z w ty F- a: Y !n !Ll J � u Z LL N 2 O v V 4 J C7 a 0 1 v s� �r 1 u rJ -= b tY w N N !11 2 ,y • • • 1 i 1 0 tX CY oy' m x r4:.,X . IL a arlai'a. K'Y 3 'w w :u -!u w w.w eaoc�000 co no '0. 00 Imo. M1 M1 -M1 M1 M1.h P P ln'P P/T�41- AD -O 's3' O i i • • • , i • • • • • • • • . • • • CILK - 0 M N1 I VVI ca, A to, 0'P 00 m rn ou C3 0 Qw�j ML. z z! 0 z Z:zi o, 10`0 PPa r-I n on rl) m 0 PRINTEIDN U.S.A. 0 • • • • • . ...... .... M N1 I VVI ca, A to, 0'P 00 m rn ou C3 0 Qw�j ML. z z! 0 z Z:zi o, 10`0 PPa r-I n on rl) m 0 PRINTEIDN U.S.A. 0 • • • • • . .... .... ir1 if • Ej 1! 0 Z W t7 a CL a m z r v v 4 z H 2 F" H Y J r J P Q P V r H V' o� a a 2 CX v CX .. m �u 1 r� z� N 2 K r 4 /A J Q H d' Q O w w D ¢ H 4 F d 0 N O Z uH t- Z O u F- �2 W N N 0. Y VJ !L J f.D *i Z LL H Z O O cru u Q J a a� Lj r, W !R o V N a O v3' W T f- L Q O r a z W x ,r x ��ci�I 1 Iniai 1 n `P I i 1 i 10 to P t, 10 ,i r t v N L K .. V` v J.. 41 1 i i i i I i f 4 i 1i{ fI{ f i' i i 1 .. { 1 `I 1 _I �i I j i i 1 i r i p 'URCHA$E l' 7NVAICE NO 4 '; ` ACCOUNT' .' 9RDERNO < .;: �j'_ ,._ —' NUMBER AMOUNT 77 - AMODNT Y, c� �' �./�R 1v{AAS' aJy'SL NVXtYi'F�. , � �' ii"°sayS:�y�}"el �, �C"4 C 1 �y C• t4'. � '�Sh�y��•�..'f i 1 7 I 4�54v NYp!T ; _ �(�.�i 49 7 44 54 .i9 p 99 _r•4:4 rE"'"Oa> 'CITY OF AI EWPQRTT BEACH.. .... " "' , NATIONAL BAMK . 16 -16DB E A L } f, O.R N 1 A 3368 VIA LIDO 7220 NEWPORT BEACH CALIFORNIA 92863 3300 NEWPORT BLVD. _ ; a NEWPORT BEAGH;CALIFORNIA 92663 s(7'1A) 644-3117,:., +� r��g /� q 421, w 1G. TO ORDER;OF -'T •" :. . :.. :�-401D AFTER'90 DAYS >1!, ~CIAYTON Lax Lp'2tda U. —Liz z3a i2i421: 99. 5.44 23011 mOULT 4 LAuUNA _..?rKUY I Lt S G« 92653 t, NEGOTIABLE .. 1 I i i fS c� �' �./�R 1v{AAS' aJy'SL NVXtYi'F�. , � �' ii"°sayS:�y�}"el �, �C"4 C 1 �y C• t4'. � '�Sh�y��•�..'f i 1 7 A' x ..''CITY rE"'"Oa> 'CITY OF AI EWPQRTT BEACH.. .... " "' , NATIONAL BAMK . 16 -16DB . A L } f, O.R N 1 A 3368 VIA LIDO 7220 NEWPORT BEACH CALIFORNIA 92863 3300 NEWPORT BLVD. _ ; a NEWPORT BEAGH;CALIFORNIA 92663 s(7'1A) 644-3117,:., +� r��g /� q 421, w 1G. TO ORDER;OF -'T •" :. . :.. :�-401D AFTER'90 DAYS >1!, ~CIAYTON Lax Lp'2tda U. —Liz z3a i2i421: 99. 5.44 23011 mOULT 4 LAuUNA _..?rKUY I Lt S G« 92653 t, NEGOTIABLE .. ' PURCHASE" INVOIC'NO. ORDER NO.' 4X40 Ay ?j4y741, 4 11E ;2t 145,v t j •r. 1 i i4MOUN�,� yy� 1 (` [f!1 I f (c (t t t Cl t' t i r �ryV;w TvIT ALL i4MOUN�,� yy� ''�tiRGHASEt ' NUMBER!- AMOUNT �( t': T07AL AMOUN `��' : 023497464 1 106,1163.69 V �w I;^f.'}' s ._.1, '.. J.v i'�tLEW�Re ', CITY OF NEWPORT BEACH • ;.. �.: 1 ... .. LNO VILLAGE OFFICE .: .. CITY NATIONAL BANK 16 -1606 'CALI. FO RNIA 3398 VIA UDO NEWPORT BEACH. CAL, IFORNIA 92683 3300 NEWPORT BLVD.' NEWPORT BEACH, CALIFORNIA 92663 (714) :6441 - 117: "It x' 125851 "s PAY TO THE,:,. :: '•:'. �,. -.: .. ... ":.,, OF .::, Ap,i` :' _ .:. ..:.. -VOID AFTER 90 DAYS -. _. .., . }ORD!EERR 1324 � Vtst11.3YilSAZit;.�L�yt1� � � 23011 AS`J2.1T,T_oN, s ,a LAGUNA ,1 ! CA CA 9 VlJ 92653, , , . NOS NEGOMBLE . 106,163.69 co. `V"i .-"tf ;- }4xTHISECVC'�(5„TEM l� .r sa '��' PAYli1fNT^AC rncftiLK.t^ n ._ �w I;^f.'}' s ._.1, '.. J.v i'�tLEW�Re ', CITY OF NEWPORT BEACH • ;.. �.: 1 ... .. LNO VILLAGE OFFICE .: .. CITY NATIONAL BANK 16 -1606 'CALI. FO RNIA 3398 VIA UDO NEWPORT BEACH. CAL, IFORNIA 92683 3300 NEWPORT BLVD.' NEWPORT BEACH, CALIFORNIA 92663 (714) :6441 - 117: "It x' 125851 PAY TO THE,:,. :: '•:'. �,. -.: .. ... ":.,, OF .::, Ap,i` :' _ .:. ..:.. -VOID AFTER 90 DAYS -. _. .., . }ORD!EERR 1324 � Vtst11.3YilSAZit;.�L�yt1� � � 23011 AS`J2.1T,T_oN, 6%191,30? 706,263. &9 •' LAGUNA ,1 ! CA CA 9 VlJ 92653, , , . NOS NEGOMBLE . f ACCOUNT:- - _ a-.• y,.T�.,. - INVOIOEN NUMBER AMOUNT - T. ' ORDER NO _ �T TOTALAMDON t 446 may :^.4 4 UZ 3- e97411 :, 4T 8 .u1 - 4514 - y..`T - 5.�976v;)u1 °t 65 T. n.y - - - J. IM tnt Ll - y� P 4° 1 1 f fr3 iNi eW w c i ;.,.:..: '•iY T.)(,r I. TIAL.- 1?" .J -" 5. ^+: `A'v%��* �..�,pN23'k+,+ €�y}- .A``z- N•rf-f:ia- +.>°�o-+" ��9'.aK�� - r '�.�yE -. PLEASE DETYICHT�'i1S STATENtEt�Tx r '°�`- 4 '"' '�` "i< y BEFDRE DEPOSITING CHECK¢x �,.' 3 �`.1�sk.x a�'Er+�t CI7Y- OP.Tt1EDfl79EA�'�'•�' ����'� �.. S E , EWER, CITY OP NEWPORT BEACH Loo ViL GEDFAM ,B,BD9 :. CITY NATIONAL. 13ANK 1 6 - - - - 3388.'VIAI.IDO - n - -C A L, I F O R N 1 A, - NEWPORT BEACH,. CALIFORNIA 92663 _ _ 3300 NEWPORT BLVD. +oFOa +' NEWPORT BEACH, CALIFORNIA 92663 - ' -- (714) 644 3117. - -- �0 PAY TO THE,, VOID AFTER, 9D DAY6, . T ORDER OF - .. . • - _- 'CI A y70 .,N& 3 CR�NG II� 3C 9Li 1 6$ag 3 85 6453.46 e� 23011 MOULT ON P Or, WY,.J -11 w .L 3U ?3a '�.IL:L� - CA - 9'53 - - , N �, M 9,1 57\ v, ry yt .. 'PO-.7 '.. '_Li00 VRLRGE OFFICE a•,..: ¢¢ We iII 77 f1 C4f7 CITY NATIONAL BANK :I C 3388 VIA LIDO 1220 y y O R N I k NEWPORT BEACH: "CALIFORNIA 82883 a• ..: h CALIFORNIA 82663 W-3137 y ' Y .r 3 j y Oyu«' 6 AFTER BO DAYS NOT ,HEG07lABLE' ee -_ £ as h vyyRi --T .Jy. .ya TO: Finance Director FROM: Public Works Department 0 February 11, 1991 SUBJECT: ASSESSMENT DISTRICT NO. 59 (MCFADDEN SQUARE) MCFADDEN SQUARE STREET IMPROVEMENTS, C -2780 It is recommended that the following changes be made to the 1990 -91 Capital Improvement Budget with respect to the McFadden Square project: A. Redistribution of funds Funding for the McFadden Square Street Improvement and Assessment District No. 59 project resides in several 1990/91 capital improvement budget accounts as shown below. In order to simplify accounting of the project it is recommended that the existing accounts be combined into three separate accounts as shown below. Additionally it will be necessary to redistribute the McFadden Plaza Improvement project, 50% city share to the improvement project and 50% property owner share to the assessment district account. b. Carry -over / Transfer Upon examining the final 1990 -91 budget package, it appears that $85,000 of the original carry -over / transfer amount of $415,000 was not carried over into this years budget ( See pg. 5 of the June 11,1990 Memo). The missing funds will be required for the successful completion of the construction contract. C. Assessment District No. 59 The 1990 -91 budget shows revenue and matching expenditure in the amount of $750,000 ( $450,000 in 02- 3297 -554, $300,000 portion of 02- 3497 -507) for Assessment District No. 59 (McFadden Square). The assessment district cost has been recalculated utilizing construction bids and the total property owner assessment is revised to $619,668.65. Of the total assessment, $495,031.84 will be utilized for construction of the assessment district improvements, $81,260 will be utilized to reimburse the City for incidental costs such as design engineering, administration, inspection, legal counsel,and other housekeeping items, and the balance of $43,376.81 will be reserved for financing costs (7 %) such as bond reserve and bond discount. i d. Budget Amendment To provide adequate funds for the McFadden Square Street Improvement project, it will be necessary to execute a budget amendment in the amount of $130,000.00 from the unappropriated surplus. The budget amendment will be submitted to the City Council at the September 24, 1990 meeting. Existing Funding Account # Proiect Amount 02- 3497 -465 McFadden Square Priority "A" $684,400* 02- 3397 -490 Ocean Front Parking Lot $103,000 19- 5630 -002 Traffic Signal ( Gas Tax ) $ 69,000 * ** 02- 3297 -554 Assessment District No. 59 $450,000 02- 3497 -507 McFadden Plaza Improvements $600.000 ** Total = $1,906,400 Revised Account Funding 02- 3497 -465 McFadden Square Street Imp. $1,302,400 19- 5630 -002 Traffic Signal ( Gas Tax ) $ 69,000 * ** 02- 3297 -554 Assessment District No. 59 $ 620.000 Total = $1,991,400 * $354,000 carry over from 1989 -90 F.Y., $330,000 carry over from Cannery Village appropriation and transfer to McFadden Square ( per 1990 -91 budget document ) ** City share 50 %, property owner share 50% * ** Portion of gas tax acct. for traffic signal in project It is our understanding that the above changes, except the budget amendment, can be accomplished through an administrative adjustment to the 1990 -91 budget. Benjamin B. Nolan Public Works Director At the January 22, 1990 Study Session, City Staff presented the McFadden Square Traffic Circulation Concept Plan to City Council. In general, the proposed circulation plan consists of the constuction of a signalized intersection at 21st Street and Balboa Boulevard and various street modifications to improve traffic circulation within the McFadden Square Area streets and parking lots. Additionally included will be the construction of a mini -plaza at the northerly end of the Ocean Front parking lot. The purpose of the mini -plaza is to safely redirect bicycle traffic in and out of the Ocean Front lot and to provide separation between bicycles and pedestrians. Also, some additional street improvements which have been identified through the design process have been added to the project. On March 26, 1990, City Council authorized supplemental engineering to incorporate this work into the McFadden Square Street Improvement/ Assessment District project which is currently nearing completion of design. Funding for the construction of this project is available within the current budget, however; it will be necessary to redistibute surplus funds. The following projects are currently under construction and will have surplus funds; Account # Project Surplus Funds 02- 3497 -464 Cannery Village St. Imp. $138,000 02- 3397 -463 Villa Way Widening $ 87,000 02- 3397 -496 Ocean Front St. End Repair $ 40,000 02- 7697 -458 Ocean Front Sidewalk Repair $ 30,000 02- 3197 -498 Corporation Yard Shop Bldg. C $129.000 Total $ _Z" L115,1 o00 City Staff recommends that these surplus funds be transferred to the McFadden Square improvement project and carried over into the next fiscal year. Additionally, it is proposed that the various budgeted projects listed below also be combined into the one account to streamline bookkeeping. Existing Funding Account # Project Amount Funded 02- 3497 -465 McFadden Square St. Imp. $353,000 02- 3397 -490 McFadden Square Pkg Lot $103,000 02- 3497 -507 McFadden Plaza Imp. $600.000 total = $1,056,000 *( 50% City Share, 50% for A.D.) Fiscal Year 90/91 Funding 02- 3497 -465 McFadden Square St. Imp. $1,476,000 ** * *( Includes $300,000 A.D. contribution ) N • • • rn 1-4 N V) 00 r- 10 CL -j a IQ 4i W U, v- z D 0 iPPP; l � a r to N.�: I _ I .' � . pp i J -i -i z 0 0 1 CE z zi UJ UJ w U. ol C) 00 00 ca t rn K)! cv, 0. Z 1LILLI LIT 0 is -10 le 0- WC le 4 I� I j 1 i �i! I� I z 09 re 0 uj U) Of z I-- 0 z 1: z to W uj tu ol In m uj fel M .01 In :. CL Z s Tjr, ci 9 0 10 0 0 0 1; %• -C 0- CY co DIN. U.S.A. 7 in z m (L "D -j 0 w w t7l oa C) :;P w Io, 0, (),10, o, OF, 4D.- o C) 0 z {aa co aa!xI m eo 0, V, co 00 0% a: 10 EZ .z z Z:z zwiz Z;z Zzi W CL -j J i ZZ z z z zz U5 0 z a C, Q;� n Cliln el m :z z Z:z Z ziz Z Z: -lK tow ma cy 4; � a:a cy CY (n z mz Z Z:z z ;r z z Z! tu w ul WAU 11) w I" uj Lu; ic, 0 aiin 010 4m iz. n'o n O: , wpu u t.);u v1 1 00 00 M.C* UD -0 zw --Y,5 co • h;r, r-- I, p- h r-: on r') lrl M N1 @ N ;N w v' �j � NI p(m � �je r .1D 00 GOO (DO' uj ic 4r g!z -C i< Z 4- 1 • i i i i i i i i• i• i i i• i i i i i O r- -I u 0 0 • le a m z w a IL PRINTED :N U.S.A. I I f- i 1: i• i i e.. p ao i i j j K•, , i I .' . I I I, I I o ...' I- ,J ''u, M DD � LL j ;.I I, 1 M g i p n lr � � f � �:• I � ' i i ' I I O 4l 0 n n. O 2 KT ., r I 1 N a CD. ;o 1 r Ill u f i. 10 0 f j j I Ax /L d a D. � V I ¢ ec a a¢ kN N N :N J I4QQ;a .. X aaaD ` z Iz z Zia Opp U U SJ m 1 I s ron!o U N iLA 6A 1A h I if ' SY W 7�1 M MM za vao:o O •S l I1. .Z V S,'4' ? zr 0 k - z Lit SD • • • • N O-Z 10! 41 cy, C) rl %t!t^ 't O ,0 V% In �r r%j P, in O. p V% C? 01 C3 P4 00 , ON In O It d 0 in MI 10,M1 P. N P 14 r- 'r rn 0 O�N'0'01 0,00, z fz 0, 4A '0 'D !7 IN I I 01 10 10 a, %:-:% C, 10 • • • • • • • N O-Z 10! cy, C) rl %t!t^ 't O ,0 V% In �r r%j P, in O. p V% C? 01 C3 P4 00 , ON In O It d 0 in MI 10,M1 P. N P 14 r- 'r rn 0 O�N'0'01 0,00, z fz 0, 4A '0 'D !7 IN I I 01 10 10 a, %:-:% C, 10 �11.0 in M ir- 0 In! PD N1 r,l!r- �t a, 120 In i co In • • • N O-Z 10! cy, C) rl %t!t^ 't a, 0 P 10 N 01 't n lrk N 01 10 10 a, C, �11.0 I ry '0 N1 r,l!r- �t a, 120 In i co In L9 LD D W,Wlk7 0 to LD m m :3 M =3 m z 00, 4-1 " zxz zazz in 1-4 .0 1: 00 W U.1 •-.V\ w w W LU W N w w Lu w ;t w LU:W 1,-I d W Usvc 10 4a -_O r- M1 Er C) 0 M r, N 01 00r-,' z z i,- N ;e z z z z z to 'Dinh, o' in 0 011Z ca W- tom w 0 r- Lu M 00 0 c:i 0 to (D>- to W 1.9 < (M to'kq'sX. V,ui:9 01 "1 z It -T d I.T ry C) z z CL '0 z z z n- z C) W,00 w w v '0 00 W w tu: LU Uj w W, tu, in to LD ID O H H 4 to Z "1 -11 tn�A in z z W V) L4 (a 4 -cc 0 1.9 ,4:p ZM i,- I, cr W� >. w fl- 1," l- x F W N Lx w V- 7- "4 W P" W --r w In dc CY Let (A) w IAJ 0 O'n z z z i-1 2. Y w < 4 LU x Jx w W U) LLI Z:z Ix (x M A IX _j _J Zi J -Jel _j z _j -J� 1, w Z z h-0 to 1-w M,Y] '26 u w:&j fl. 0 I M 0 0.' SK " X H M ":Uj W W, u to I- to C) to to w ul W W�O, u C4 z z z S 0000 Z 0 00 to 00 Z w OD,00,W z z tu '0 W Lu- w,v , 0 3C,X: :w �w -t t w w (v Lu w Z ln Z Z'2' ,.W 't (4 0,�cc ic' CD w 9 ..... ... OK" 49, fe, LA �4 l6lr,� tri to r1i " 1�11 $.40 M 0 Q a a z z z z 't z �t 4 z z 'in' to �T u; (9 1,7" 4 LU Val. IM M tn" 0 n n P-1 C) 0 z in z z w w w W'In:I 0 W S: W v) (A Lue we W, (x IX < �0--* !KO; at 0 0 -C 4 Ir, C) "'D 00f 0 00 aQ) 'D fA Lr% I rn 1� C; 1PI 1P, -01 NI=A 0 fn 0 I'll N (NJ -1 rD I-1 a I-D (7) a tr% 't 400 't 10 IN In in in n 0 IO (=k i-4 0 CD ca 0 -t :,7 0 w u]w v uIV 16JA1 u U14i 4,0 V 0 u IV V V �jION (j w Ulu 41 u u u u�V V.0 u P Oio 0 0 0 0 0 io -3 C:) 0 0 0 0 (D 01 01 1, C) al 0-0 !D 0 010-0 '0 CD 0 (D — 11 1 too M W, 1"., a, 0, 0, crla C� CP, 0, 0, o., 0, '0 00 v 00 M 0, (7,0' 0, 0.1 11)" 'ON fV1 a, a, D, 00 P M1 w z O �b C3 (D 10 a, C) V� r. -n 0 C)l OJ rM (V 0 V) rn ION rNIC) CDmN (4 rLJ Pq 0 rn IO.011.jO 0 0 Vntn 0 0 OIL) ID C3 '0 c 0 00 0 0 1r- Q, cm•'- 0 0 f,i n V-1 't"'? 0 6'0 lrl rIN Li 0 0Q Irtu-V 0,00 'D O '0 0 0: Itz 04 w M ot M Wif w LU 1.1 w w oe te::O� M w w w w w Lu c I d cc Ix I M M 11 W,W,W ul w 11 CK,(K GK Ix M 0� X X IX = w Xar:w: cle M M :x 3c.{3 �3 �Ici3t,:x 74 M :A -9 X'M :A -A �r 11 cl. 1a Cl. CL a. M a. 0. (L 13. a- la a- CL I CL lL CL IW w w w Ili tulvi W LAj W w w w w W Lij W 111w W'M w M ex'M W,= ¢¢ cc w w gid M M M W,W 01`ZY (ZI tn if 7- zlz z z M 23',2 Z z z z zi; 7-1 :c-, -C 4M t mm 4xltl4 IZ a� 0� M!W � mice 1z M!o, M M:w Cc w M M to lz Oin n Oi4 th O;C) 0,0 0 n 1114 , : ."M oIciQ 4 x -C < X: , Ir £I£ E: XIM X X: T ris: x E E r II tu w ui w 01 [U!LLJ W W;W W W,Uj Lu W,gjl W W w Micr ac WIM w 1%fw x 1xiez M lx ce Ix M odim a. w,lx 0�' (x O::M CK cc, c>:I. 0 '41 to WO % ♦ 1 i� V) V)Itn W wf %i% C4 W.0 w ;Ill 11 ♦ l, 11 itu ul w 1 uj w tu�w ui w tu U) w W�w U.1 w, %. %1% % .% P- [I CK M rj� m�xe(x x w cr I M fr WIX I M ce.1 (ZPjlY) W14A w cnil/) 'ZI W:4z, to WO `Z? II :.Oc Q 4i4 S Sim ;E ' m !W iJi u. IL" (oltu Lp '9 ,v tD Q�� 42 wit-0 lo it 4 ry 0 0 cy c3l -0 � cr 3.0713 a C7 i cy cff 4313 ci Of > 11 11 iz z:z1z z 7i.-- z zi�z z z1z Z-Z z z zi w lx;= 'r Mfo: M ¢�Vr. ii- >w'. r ir w M W ui w w =l w Uj LLilui Ill Ui'm Q c, Q.0 4a M!,=i IU L"iw cl ai'a W WjW cm Onlo W fat 'M 0; ;w w wiui w jj,uj uj uj1w g., itiltu Lu WlJi w Ito a, n 0 M10 a OiQ O Clio 0 nln Q 'ZI ziz z ziz z Z z z ziz z z!z z u !,x c <,.gc -C Q;.x < qc!R x -c< < ci-c iz 2122 z Z Z Z!z z zlz z :1il& �'LJW � �:W!I& �l� I t,- x!-c -,c < <JG *x iu Z, :u Lj uiu. u U%u u uftj V uiu y wiv f.., C.P V;u u (J,u U,uiu ix: E::E-x K: vix x Via: z: z X: X: X: z 1-t 4,r trl xI lrl�xw lr, rl1w1 wl arlilr, .n uli NO 4, 01,0 �O I z '0 0: o '0 '01'0 'o Z 0 i�ci �a '01"D '0 0�0 1 0: '0 0 n 0",o a '0­0 '0 c,! -t 't 't d. .t t 't i -t 't did' 4 4 4 t 't 't srlt 't 't;,t 't -T,! 4 't ttt 't 1 ;d * 'I.: r1; r- r- r- ;h N p, r, r- r- r- 11 ,N h r- r- N r, 4 r--,N f.- Nit- r- N! 0, 0, i>�P it � Q, 0, a, ci, U. V, a 0, ty'!a T 'u,10% 0, 't t 4 i 't 't 't 4 't 41� -t 11.4 't 't;,t -t -1 -4 f, -1 -It -T 4 It It pn In iM In l.1 f4l) In In I'l; ?I), P-1 V1 I'l II ?n Pei vi w):ri Pei j�;!M 1%.) (�Jt) "WiM -j -4 �oi N �J; N 'V N,pj \j i N 11 -4 N N :N N ei N -N N' -j N rQ. rq nj N: 0 oi"D 0 LD!O C3 C)!o c)u:'O C) 0:0 0 11 0,0 O:LD C) Osl-) ez) CXO'D O"m oc)i WC W w x C0A 0 x c w I ow X[ w W L) z rim lI w a ! x vcz z alC - =�iz x zlz,= ZIC I F<iI I I.e , < . , < " j, mlg u !Jilt/ x ,Ji& W w x � I a tt, M I V � M T- L T • • • . ......... L44 e ivvv C, ,�-T�IrTT �tj 'o M Z (D Ln o"- I Z Z Z z t 0 LU La I.- w H. UJ FcNz L9 Z w U, Z M �l jo. N: to 0: 0 M o 00 uj 40 uj"W"Lu 00, W to OD 0� u Z Z X z z rx Ix -So -4 -j 1� H U O U CL U Z 0 L9 - ;X bo 00 CO co 0 Z Z Z'oo W 't ;Vt r'J'4, , " H uj:,t 0, in to kn iz ��r 't 4 oz, z z r1l M N1 gr 0 0 z 40 w Z J 'N; t4 N P 0, rD 0; CJ u u w ulna i i C)�o OCR 0 0 0 11 0 . 01000 Or 0,:e)% CP, a a, P 0, I UN 01, N N Q U*i r-c" C, m 0. a o CD o C) 0 0 0 op C� CD ku W. WILU W w w w UJIW W W 1W UJ -91:3 39 ILU Uj W kit w -ji U) uj w ul Ul w UJ W cnlN 0 tN w w w to 0 H % ZIZ Z miz Z Zit Z Zia% z W�w ac MjW m 'CL cz ir in 0 CIO 0 0 io 2E IL-Ir x X.M: z: rw ce wiw w w1a: M, celm 0:: wilt CK U7 V, UIP V'Ito v -i -X -j -i > M 9X �I lx lz cis � --e* w U) w: Al W WiW W Lij: .ww W�,w 'm !z Z zlz Z Zlz Z Z:Z Z ZpZ z :z Z ZZ Z = Z X Z:z Z Ziz z -X, -x sx vci< Q tj kd7v ul v v v;,j 1,o 10 43!,0 0 �3110 _r 't; -t 4 It It R�o 0 O!Ul `-D O:o 0 01-o C3 L).C:, CD im Ex u1V 141 % Z;Z Z Zlz x 4(jx -C <1 U111.: if Z I I'm ul • • • • 0 L��77 -� 7q C CS 14.04 W ID CL ,�-T�IrTT �tj 'o M Z (D Ln o"- I Z Z Z z t 0 LU La I.- w H. UJ FcNz L9 Z w U, Z M �l jo. N: to 0: 0 M o 00 uj 40 uj"W"Lu 00, W to OD 0� u Z Z X z z rx Ix -So -4 -j 1� H U O U CL U Z 0 L9 - ;X bo 00 CO co 0 Z Z Z'oo W 't ;Vt r'J'4, , " H uj:,t 0, in to kn iz ��r 't 4 oz, z z r1l M N1 gr 0 0 z 40 w Z J 'N; t4 N P 0, rD 0; CJ u u w ulna i i C)�o OCR 0 0 0 11 0 . 01000 Or 0,:e)% CP, a a, P 0, I UN 01, N N Q U*i r-c" C, m 0. a o CD o C) 0 0 0 op C� CD ku W. WILU W w w w UJIW W W 1W UJ -91:3 39 ILU Uj W kit w -ji U) uj w ul Ul w UJ W cnlN 0 tN w w w to 0 H % ZIZ Z miz Z Zit Z Zia% z W�w ac MjW m 'CL cz ir in 0 CIO 0 0 io 2E IL-Ir x X.M: z: rw ce wiw w w1a: M, celm 0:: wilt CK U7 V, UIP V'Ito v -i -X -j -i > M 9X �I lx lz cis � --e* w U) w: Al W WiW W Lij: .ww W�,w 'm !z Z zlz Z Zlz Z Z:Z Z ZpZ z :z Z ZZ Z = Z X Z:z Z Ziz z -X, -x sx vci< Q tj kd7v ul v v v;,j 1,o 10 43!,0 0 �3110 _r 't; -t 4 It It R�o 0 O!Ul `-D O:o 0 01-o C3 L).C:, CD im Ex u1V 141 % Z;Z Z Zlz x 4(jx -C <1 U111.: if Z I I'm ul • • • • 0 L��77 -� 7q • • • • • • • • • f • • • i • • i • • f • W" • M P cc Lk 2 4 4 n I1 r U U a z H 2 1- H 3 } J J 4 U H U'0 O a JO O Z O C M N S U L e 1 r_ z 0 H ] z F CL V J C HO aC 1- ( W L 00 (o < z 1• H s z C Z � V O i U F U < aF ( x i W F 1-r VI 0 } VI � t7 t z I, z Z 0 O U U a J 4 0: W Z W 17 C a O I O w 1D Ln i UU . a . W F Z. c 1- a: W : 0.0 • • • • • • • Q' .: '•.J In a-CFT N m Q 0 :0 n m P O N m Y n :0 n m P pp- N .1 Y n n m P O- N NM d pp Q d d Q I(i Y1 Ifr YI Yi n Yl YI .. N �p m N m O W m O 0 n n n n n 11 n o n n g a a v a I In in CA ti O1J7 CA N IAO ?O.�P P H 1 OO N In H '1f< • • . • . • • . . . . . • . • • . . • . P I 1• N q O IA 1n1P N N N PPPh N O P.•O M1 P hM. N 10 P -1Ph M M N 101 a W r- Go PC(} In ? N PO co W co co W %a 00110N 1V7 o N N10 In H H HNN NN.+N M N In .-t 'C 10 ti h 0 1 M M M M H 10 H 0 0 0 0 V7 O .•• V) VI V) IA V7 P 10 O O V) In • • • • • • • • • • • • • • IA 01A NNN N M1 100 M MNH co V71010101 01 W P W 101100 N P O co W co co H 1 Ln 1DN N M H H N N N N P (.D (0 (? C0 CO l0 z z z z 0 7 7] 7 7 7 0 >> z z >> 7 O W W W W O O U U W W U U z z U W (0 C0W(9 H H t7(0 Z (Ozzz Zzz z , H Z H H H H a a Z In H a CO O H Z H H 4rrr r x O -1 OMMHM1100 a 0 I 1001 0 MM 01-1- O O O O CZ m-.1 JJJW W P HV) N N 1000.01-1 MIA 10 N M W W 0-1J O W O O O O O 7771-1- 0 I N N 0 to to 00 NP W N N N N » • xN -IM cr in 10 NVINVI4a 1O W W HH W W W W .dP W W PPHH W V1N 00.0000 u n O OU u.zzzz WC)o zz OW O oz l O W Z000001,10 Szz Q: -Zz 200 Oz O OH O IA W U U U U Z Z wOU W W 0 0 0 0 1- 0 0 O O O W W U U U • 1 •1 ). O O 1 U H U U U U z U U U U U H O o U U U U U U C I 0 - JJJ J0 0 r- >10W O - :(.0(:)> _j -j r- z z z 2 01 IA VI H 10 z z Z z z O z z z z z z U z z Z z z z z 0 ((1 0.' H H H H H H 1 W H I H DIN VI 0 0 2 2 a Y H /-• 4 4 a s 4 a 4 a a H H Y VI to 0.' w 1- 0 00 x 4 r r x x x x J x x x x x r r 4 O.. .. O N 1 J U a 4 4 a i 7 W O J J W W W W a W W W W W J J O a a Z W W W W W W Z W 1 1- »rrrr(>rrrrrF -» Y YYY Y Y H 1 - 0 M1.- 0r -0 N0 a000<<.4a W 6aaa a 00 0 M10 W aaaaa a P CL 1 zMMoMOMM C)10 z zmm McOz C)(0mww zz 10 MO Z W W W W W W h O O.- +.+N.+N W W I 0100 1 I 1 1 W 1 1 1 1 I.00 U.+N NMM WM M M 0 -1 U (71 1 UH.a .tiHHHH z. -IUUZ Z Z zU' z 7_ zz ZUU.i. -I_, N 1 1 1 1 1,( O M ? I M M M M M M M O M 0000 O O O O O M M M M 0 0 0 0 0 N • M N ,J N -1 -1 0 0 0 0 l'- 0 VI N 0 0 J J H H F-I H. H O O 10 z zzzZzzzzzz CY 0: zCr6 K O Y - H 0 2 NN2S22aS2222 NN 0:Mza0: 0: O z 10 1 O 0 0 0 0 m 0 0 0 0 0 000000 H 4 1 1. 7 4¢77-1 -207 -3n -3 Qa I I zzzzzz O Y 0 00001 00 W CO .-I -1 O H O W W O N 0 N 0 I NO 01001, W 0mo IA 1,h �D 1D 10 0000,00 O W W p • * . i 9 • . M o M M M M M M M M • • • '• 1 7 7 1 ! H H 1 NN W W Sh 0 W WONH W W W W W 1-+. -1000 ON N N N O O O 1 '1 u71 (AONHN HM HH H H.-1H .�+ H.o Ln W W ON N N N O h h M co 0HIA 1a 00N M10 MM MM MM M MM 1D NN 0MMMM O O O 1 • w . • • w w 1 V 7 M V) 1-a N ti H O M M 00 O O O 0 O 1 O O W M W 1 10 '1 H H H 0 - 0 IA O to In O O 0 a O 0. 0 0 cc 0 00 0 0 a 0 a ( U U U U U U U U U U U U V U U U U U U U U U U U U U U U U U U U U U U U U U U U U U W W W W W C 7� W W W W W W W W W W W W W W W W W W W W W W W P P P P P W W W W W P P P W 01 W P P 01 W W W W W W W W W W W W W W W W W CO W W W W W W W W W W ap W W W W W W W W W o W co W W W W W co co co co co 1 1 + I I 1 1 IA In N H M W W W W CO W 1D 10 10 10 10 10 O O A M W W ^I M O O 10:r N N H M H O M 10 H H CO U) CO HOOONN H.1 HN.+N N.Q .+r1 .11 .a H H.-1 rIH H HO NN ONM M HN O O 0`1 ON 1-1 N 0 O o ti O 1 I 1 I- I I 11 1' .I- 1 1 1 41 t I I I .1,,1 1 1 1 -' 1. 1 1 1 1 1 1 4 i W M1M1M1 W W 0101 (7-0 1.- 1.- 1.- I. -1.-I 1-/N N N N N N N NM 1D 1p 1,..1 ...I .-1 NM J) 10 r- (%j 1,10 NID h h hht- 11 oo 11 OO 11 00 11 0 11 II DODO M M M MM M M M M MMM MM M M M M MMMMM MMMMM II 11' >> > > II II 00 11 II - II 11 II II II II + II a a n. a a m a 0. II 0 0 11 r r II 11 11 W Id W W L.1 W IJ W W LJ W Ll W W 6.1 hl IA W W LI 1,1 W I..1 W W W W LJ 11 x x x F. F., x x x It 11 U U II II It N VIN VI ✓1 N N VI VI VI N N N VI V1 V1 N N NIN (/f N V1 N ✓1 N VIN II H H H I-I H H H H 11 O O 11 0. Q. it 1- 1- 11 It ¢ 4 4 4 4 4 414 4 4 4 4 4 Q a C Q 4 Q 4 G 4 +x 4 a a 4 4 11 11 a 4 11 N N 11 N V) 11 11 J 222222 SI2222222 SS2222222T22ZS II M(Y M 0:(Y Cr 2 CY II0.W II IT CZ 11 1-1 1-1 II 11 J 0.0.0.0.0.¢ M CL M CL a o_ a a a a a a(1. 0. 0_ M a a n. a a a II 3333333311 u 11 (L a. of 0011 V) 11 + II N N N 0 VI (A N V) 1.1 x x It \ \ 11 11 0 II ZZZZZZZZZZZZZZZZZZZZZZZZZZZZ 11 -w .. . .,.- . - -.II 11 U.1 W II 1-1-u z 11 M O:K Z OY M MM 0.zMM MM MM(Y0.z M M 70.(0 CY a MX 11. ZZZ Z ZZ Z Z II NV) I.I (DID II Z Z If H If 0 0 0 0 0 0 0�0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 11 a 0: 0: CY z z m (Y 11 0. (1' 11 z z 11 W VJ II Y 11 If 00000000II CLM II 0.CY 11 x x It CY 11 11 W w 11 0011 V 7 ✓t 11 a 11 0.' CY (Y Z a m M.(k m m m m z a z CY a z z cc O: (Y 0. (Y a z (Y a Il x x x 1: x x x x II z z it + 1 11 N N u x if 1-r 1-1-1-1-1-11-1-1-rrF- F-1-1- F -1-1-1, 1- 1- 1- 1- 1 - 1--1-1- II z 0: (k (1: zz z z 11 11 NN 11 W W 11 - -11 N 0NN 0 0 0 0 0 0 V) N 0 0 0 N N N N N 0 V) V) V A) V) V) V) I A I A V) V) 11 1- 1- 1- 1- 1- 1- 1- 1- if 4 a 11 0 0 [I V) N 11 W 11 W W W W 11 V) VI V) V) VI 0 0 0 11 11 Z z 11 V) VI 11 11 1-+ M+ " •f W IJ W W W W W w w w w w w w w LJ W W W W W W W W W W W W II ...... _. w 11 >- >. 11 W W 11 4 4 11 (n 11 (Y (Y M Cr >>» > »> > » » » » » »» II 1-1- -1-1-1-1-1- r 111- 1- 11 11 11 z 11 4 4 a a 4 4 4 a 4 4 a�4 a a a a a a 4 4 a a a 4 4 a 4 G 4 a 4 a II N 0 (A N V) O (A V) It 1-1 H 11 1- r 11 0 0 11 (9 11 J J J J II 11 5 K 11 N N 11 N (n II -H 11 a 4 4 a W 00000001000000o W W W W W W W W W W W W W W W 0000000000o W W W W W W W W W W IJ W OoO I I W W II (0( W W W 0(D (7 W W W C7 CD CD 11 (_ CL 11 11 II,w U. 11 II z 11 V) 11 I1 if V) V) V) V) - _ H H H H H" F+ H H I-I H H H M+ H H H H H H H H H H H. H H 11 J J J J J J J J It 1- r 11 00 11 W W I I U 11 z 0: m (Y v t N V) N N V) N V) N N V) N N V) V) N N V) N V) V I V) N✓ t V) 0 N N 11 > > > > >>> 7 11 U U it 11 CID 11 H 11 ¢ a a a zz 0.zz(Y 0.10. 0: Z Z Z w 0:(Y O: a CY ZZ 0: Y0: 0: Z Q 0: II -. - 1120.11 » 11 0011 w 11 JJJJ W W W W > W W W > W W LJ >> W W W W W W > W W W > >> W W W W W W W W W » »11 I I } }} z c1- } } 0: K 0: }} } z CYz 11 1- 1- 11 VI o 11 Ex 0. I 1 0.0. 11 a-C 11 L6 LL it U. 11 11 all »> U' W(7O a H H H H H H "I H H H H H H H H H H H H H H H H H H H H H 11 Z 2 Z Z Z Z Z Z I I Z Z 11 x x I I U U 11 0: 11 W W W W >! MU(X(Y «z0 :1CX z Cc 0: za zz z z zz zzz z(rz zzz l l UUUUUUUUII U U 11H H 11 xx 111-110: z(Y 0: it 1 II if II 11 11 7 I II II If II 11 11 a1 M1 M1 M1 M1 M1 M1 M1IM1 M1 M1 h M1 M1 M1 M1 M1 M1 M1 h M1 M1 M1 h h h I- M1 M1 II 1 1 7 1 7 1 4- 1 11 In to 11.10 10 II 10 10 11 Off 0 0 0 0 1 7 0 1 1 1 1.1 1 1 1 1 1 1 1 1 1 1 1 1 1 7 1 1 1 1 1 1 11 10 10 10 10 10 10 10 10 11 10 10 1110 10 11 W co 11 O 11 0 0 0 0 + 7 0 7 7 1 1 1 1 1 1 1 Jr 1 1 1 1 1 1 1 7 _r 1 7 7 7 7 I. 7 11 1 7 7 1 1 1. 1 1 11 1 1 I I 1 1 it 1 1 it off 0 0 0 0 • M1 M1 h M1 M1 h h M1 1-. M1 1, h h M1 h M1 h M1 h 1,h h h.M1h h hM1 It M1 M1 M1 M1 I1, h : +h.P?IIhM1IIM1hIllM1M11 /.011HHH. -+ P 01 01 01 01 01 PP PCTP UPP PPP 0101- PP/TPO.P, P01P 11 0101 P 010101 P 1101 P 11 0101 II PP I1 °.O II 0000 1771111171171715711717117111111 ,11111`17111111.11111111 ".1D It 1010100 tt' J MM M M M M M M M MM M M M M M M M M M N7 MM M M M M M II.M MM MM - In 11. MM 11 -M M If M M 11, In 11 M MM 11 N N N N N NNN N N N N N N N N N N N N N N N N N N N N 11 N N N N N N N N 11 N N 11 N N I I N N 11. N 11 N N N j C OOOOo00000000000o000O0000OOOII OOOOOOo O1100110011 OOII 'Oil1DOC) ' If It it 11 11 u zz II 11 mum - o qc 11 16 x 11 II.�[c� 11 1,1 =z 1 11 Ik' 4! x aAi sus„ , ?y .. i a22Z zzxzzz<z(�zzzzz(xzzzzz(ra(Ezzz ZzZ aa2Qaa aa4sCa¢aaYt a'a2zz 11 a :.z.-C 44 a4'�a' 11 as 11 �.c=114a 11`<C Il aH >HS=1':'• - M W W W W W W W 0]3W 33337533333 3.3W W W 114D;,4J33 .'t�,i. lJ. C1 C7 (1;(nW 11 ca-a 11107. 11 M07 o n n g a a v a 0 CPI w In in, "o O C:l 00 0 oto 0 0 010 0 ol '00 kn knitn to 1 N 00 0, 0 zz ev sad�f in 00 lll., w :0- at Itz w W [A �m Z z Z, rn w t4 wo 2 0 11 1O 1 1 I.- I.- I.- w CJ Z 0 Z U ujwwujzzHz"z W W V W U-W,:, uvuutotoczwcr: to rn m 0 m w M. d! `0 z '0 z,,d' Z Z Z'Z 0 0, O.C. -C c,wc < tj -4t 41 t: zzzlzmitn pej,tn� < -c ac < j z z X x w uj 4J U W14j, w W mmmm to C:) (::> 1A Lf% P-1 O pn 0000 • 'o ;0,>, -tltlt,llr -N It tin rm 00! C) fn fw� 4.j 41 V, u w ol1w a, C) 0,0 0 o 0 o o 000, o, PI O. OH O. PP cy, 0 1 0�C '­#3 0 N 0 0, rj, C3 0 aeg P.1 (Ij Cj jn'.& 10 •jo o P, .0 %0 �O�OCO;000fG O' 4401 U I co CO DI W D UD M D! -1 . - m m mm m f o 0 t7 0 0000O,o o ol o in N V* C4 w to LU 40 cl a a I= a a W. g2l, 0 'm 00 0: an' CK cme CK W. W X W X w i 12W 1=21 00; OIX- lz cx: cr w cog (Ox- cag-; Coe- ol U w uI V U CA U tj t.M V u Vi w u Lr% N 00 co cq 00 00 001 00 00 to 00 00 10! 00 co M C. Ol Vi Cl ol 0� C. ol CK Cl O. C�i C. 0, IIJ ri Ni ti n fl-i M1 ti cx ui ol pn Pil pn Pn pn in f-I in m 1 rm rm nj Irli rJ m ^j C4 mj ru 24 0 0 C) a CD co, o a CV � o C) ao o a. Z izetttiuo: 0: CK a,) Wox -C z oc -C 04 ox !to 31 LU U, 0 I E CID Z CL u 0 -i I 0- ce 0 P.- w !C: O !c z 0 z c -X z ic w C* UJI -j 0 Z 0 4J dc 0. uj ol 01 C) 0 1n 1 40 It 1% 'RiNTED N U,S.A, f. co,00lr- 0, 0, 0, c. cp� a, CD 0 0 0 0 0 N N N N f\j (.4 N Nlr V U� LJ v (A Z, ZI; V tj Q w u u f wlt u u I u Lp 0 %j:(j j V u La W[W,U) tolo (m &W 4D wiw L9 W!co to 0 00 0 0,0 a 010 a 010 a J -J -J -J -J -Ji-J -J,-J;-j -J -X-J - J.Ji-J -J J:-j J. -J'-J -.11 -J,-j -.11 _j;_j j -jij..j j n m ml m ca to-Im m M! (a m Mica m ofn m m1co m mlm (a catm Cal m co ca mim ca (D L 9L IL: CL 0.0. IO. CL 0;'.0. lil� (LiC. M MICL 0. Oifl. 0. 4'O. ; 0� CL: CL M, 0.'0. cL IL OL (L O oio o o!o o 60 C) 010'a o;o o 010 cloic) o 0,C) 0 010 0 0,0 0,0 c = Mix x x Mix = =I= x mix I =1= = mix x mix = mix x x,= = w n V) FAIN OR (n; 'A (A Oicn (n cn:cn (A mlien 'A Cni(A 01(nio w W;tn CA Wich w w(A 4n 0 93 gmlcb a 0:4m r-, a, a m ck!o a M�a dm oicii a cl!o 13 010 imlo.cl a 041 95 0 K cr jX Ix or clel 1% w CKI m cc (X; CK w lz' w lz W;lX m ce,w w crl i I cc Jz 0: 0: lz CK! M, 0: m Q 44 ge X; OC -K -t 4 Cioc -914ciQ 4. CL 1xi (L IL (Li A. a. IL 0- fl. CL; 4:116. a. CL i CL fi, m 4. (L 0.,IL CL (L!CL 4. 0-im CL 0.14L CL CK i%.W r tic gr; cz Cie mi lz cc CK,cc cr cr!cg tz CK, W ii CX iXi(X CC OeLa: a: (XIIX 0: 66 o 30 00000'.0 o aio o &0 a 0-0 o 0,�o o 0,0 o 0;040 C) 0 W 41 4j:tj u j! 4j w U! Ljj fj u y: u t.� t�),Lj w Witu Li Wiu w Aj o 00 00, 00 w 00,00 00 00 00 co *0� go OD 00100 00 oojw 00 00iou co 00! w to OW 00 00 co 00 00'001 !O� 0, 0,1q, 0� cplo� a, M,lo, (), 000, PPP. 0, 0� Ill 0� PIP ol ol� *I 0� CK ol *1 ci�i ol ol ol I i I -it It; It It t �r It It! It It It: It It ltlr 't -&;,r 4�,t 't 414 't *!,r -4 4 t N. r, r- n N r-, � r- A l h N N-�?- P, N-! N. N N j N- f� NlN. N N-- f� r- r-iN N P, PP PP 0,10, o, o.!O, oK ollo� a, 011 jol 0� 01;01 (), 01:0% m olic), ol oliclo. 0% 000, ol -i� � �:� i pn fn fn!. If4j s ' M poi,,n In M:f.1 " �= � � " fnfon M m In: F'W In IV* pn m m! tn pn in #,n fn tn Mwl M. Ini %J " N " ml N Owl N N! N " "' N " m mi N "! N N rm� " mi r%i N N: N N N," N N: D 0 0 0 C) C) 0 0 0 C) 0 o o 0 caO o 0 0 0 C3 a 0 0 o CD 0 0 0 CD:o C) C3: tj tr tj W ix fK cr CA 0:; X ix o:!,W = Ix 0: cc cc 10!, 0: 0 w 0_ cc lz::, u 2412 4 284414C 41c,q4 -O4C -ClK oC, C 49C w 0 W m W 3 U)i U !*s v mix mjn Rlx *313 3 3 1 a M 3f *3 1 rtT T -J-� IT �7 1 KI 0 41,tz; lr- N P, - -1-14 r r 0 '0 Or f f- 0 10 10 rmn a 0, 0, t to )'0 r r ri `o L LA 40, in 10 pn t. '0 N O� 0 00 1 1010 T,- r4 0 0� 't -4 �UN 0, f� r�.lm 4 rn N r-�� P M 00 fn N N 0 M f fni LM r1i LA NI j j i io p pn 00 fn z 0 0 In iz z z i i I I 10 W W) M Q It V t� OD 10 In 0 00 ir�� Li., 0 0 0 '0 1 N rl D M 00 pn ' 't LA in 0 P PA N It 0 r o co rn o, r w F -,ODIW >- CK 99 0000' N 00 )1- 0 00 00, OD 0 00 %,,tn i in t (,j N m o In I- Ull O'cn CL (n W 9L V V- � �t a. 4 41 o o �t 'a o fn z z O o ul Wild L Lu UJ W W W 1- w w -C ,c W OX V) f-) z u 4, Z L L". w : :9 vo iz m O V2 coll In V V) XL a a. w X W, We..WW 411- W w w 4j W!w 0 ra ca u ua:Qw * *a :n u x x x 0 o"o u LIU, 1- 1, V V) 41 w w V)I> (n (K V) w u m it > CK 3 39 U,U U U Z CK CC Z Z Ake lh- fj.cj u w 4 41 u u u o l - w W. W W- - C4 z z ul w w C+F- W z oio �j -j -i w z J JI -i -j - -j Vt X 133 0 00 0 o X: �z pnAw Pn f4j�fO iX 0:'a: LU J JX JZ��W J JX M j j j JX W 00 w Ax L6 z 0 Oolez000 o owzu W W F. t� ILD u w 0 f� Z LLI am CL w(0, C CL 0.'1 Q Q�>w ww - -iz w 0 w �J:.�j I -j z U :3 , 0 V) 00, fin < V) C CD, CO W 0 00 w 0; 4, OD, W W K 0 1.. P- 10 cn �t (D'Z­iA O 0 tn t tn 0 0 ol 0 1 1 1 4 N jj w w it 0 010 CD o 0 C) o 000400 C C) c c) CD o 0,6 a o o C) C) o 00 0� 0,110, 0, CP, *�, 0� ()� 0, 0, 0, C CP' G� c cy� cptc)� 0� 0 0, 0, 0, o.:m PIP 0, o, 0, 0� - 1 1 1 1 1 1 1 1 # 1 1 L 1 1 1 1 1 f 1 1 1 1 j I 1 1 1 I'A I w,�0,4j� I,- 00 100 Ln 1A c cy, do�,O. C CIJ '0 10 'D 4, 4 0 00 00 00 00 oolfl� r r � �� tn UN D,V� Ni 00 rj N C) c, r ru m m rQ N N fm M r r N N C%i N cR CITY OF NEWPORT BEACH July 19, 1991 PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714)644 -331.1 Damon Construction Company 455 Carton Plaza Drive Unit F Carson, CA 90746 Attention: Mr. William M. Kaszycki Attached is a copy of progress payment #7 sent to you on May 31, 1991. Most of the quantity changes that we discussed were incorporated into this billing. Also, attached are copies of change orders 10, 11 and 12 detailing payment of memo's 132, 134 and 135. Memo #134 was paid as item #34 for $5,000.00. The originals of these documents have not been returned to the city as yet. Si 1 , Rob Mat ers RM:mj 3300 Newport Boulevard, Newport Beach • • -CITY OF NEWPORT BEACH CONTRACT 2780 MCFADP.EN SQUARE Payment No. 7 BUDGET: See Below 31-MAY-Vi G'ria.$ 18591350.80 ,..,.rras #£`31677. h..l <> Item Description Est Amt Units Bid Price Am_. Como. 1 . CL.EARING & GRUBBING 1 LS $130,000 . REM X SDWK:: /DRWY /C:URB 67611 SF 0.56 _ . REM X CURB & GUTTER 343 LF 12.00 4 . REM EX AC PAVEMENT 48555 SF 0.42 5 . REM EX. FCC PAVEMENT 45258 SF 0.97 6 . COLD MILL GRIND =958 SF 1.20 7 . 4" DEC. SIDEWALK: ==0928 SF 2.61 8 . STD. 4" PCC SIDEWALK 14843 SF 2.00 9 . 6" PCC DRIVEWAY 3339 SF 2.45 10 . 4" CURB & GUTTER 155 LF 15.00 11 . 6" CURB & GUTTER 4718 LF 11.50 12 . 8" CURB & GUTTER 2307 LF 11.50 13 . 6" CURB 2058 LF 9.50 14 . 8" FCC X- GUTTER 3331 SF 5.50 15 . 6" DEC SWLK. /ROCK;SALT 27118 SF 4.00 16 . 8" DEC SWLK /ROCKSALT 2994 SF 4.50 17 . 24 "X 24" BRICK: PVMT 3644 SF 28.00 18 . 8" FCC PAVEMENT 1409 SF 5.00 19 . AC OVERLAY /PAVEMENT 4055 TON 38.000 20 . 4" AND 6" AGG. BASE 949 TON 14.00 21 . 4" CURB 127 LF 10.00 22 . PAVEMENT FABRIC 14433 SY 1.20 23 . 8" CURB 7 LF 20.00 24 . ADJ. WV /PB /WM /ETC. 58 EA 130.00 25 . ADJ. SEWER /SD MH 13 EA 270.00 26 . LOCAL DEPRESSION 75 LF 12.00 27 . INSTALL T.S. LOOPS 5 EA 300.00 28 . INSTALL FIRE HYDRANT 2 EA 4500.00 29 . INSTALL BIKE RACK 4 EA 1000.00 30 . 8" PLANTER WALL 768 LF 140.007 31 . 1 2" THICK BEACH WALL 387 LF 180.00 32 . INSTALL BOLLARDS 17 EA 650.00 33 . 2" WATER SERVICE 1 EA 1200.00 34 . BEACH SHOWER COMPLET 1 EA 5000.00 35 . SEWER M.H. _ 1 EA 4500. iii) 36 . CATCH BASIN (W =3.5 ") 10 EA 2500.0; 37 . CONST. 12" RCP 213 LF 200.Ot 38 . CONST. 12" PVC 71 LF 200.00 39 . CONST. 18" RCP 455 LF 200.00 40 . CONST. MANHOLE_ NO. 2 2 EA 3200.00 41 IONC,'TTON STR_ Nil. 1 4 EA 2000," 42 (CONCRETE COLLAR 2 EA 360.00 43 FCC DITCH DRAIN 35 LF 45.00 44 OVERHEAD SIGN 1 EA 11330.01 45 PARKING METER POST 164 EA 45.0 1 , 991 .:20. _.,.._ Amt. Earned 1 71521 761 53466 45559 5139 .33873 15161 4410 257 5259 1837 2596 3145 27209.7 390 l 36.73 1460 4183.95 3135.07 42 16246 74 58 13 75 5 DELETED 44 -7E3 QM , 130 U 19 DELETED 1 1 10 285 86 417 n 5 0 164 40 051.76 9,132.00 22,456.56 44,19.2= 6,166.SO 88.41 X8.53 ZO, 22.00 10,804.50 39855.00 60,478.50 21,125.50 24,662.00 17,297.50 108,838.80 17,563.50 102044.00 i ii � 7,300.00 158, 9900. 10 43,890.98 420.00 19,495.20 1,480.00 7,540.00 ?,51x}.00 900.00 r 1j500.00 4, 000. Op 109, 6200.00; 23. 400.00 12,350.00 0.0o 5, 020070, OQ 4, noO ,00 25,000.00 17,200. +00 03,400.00 0.00 1,575.0o 0.00 7, 380. 00 SUB -TOTAL THIS SHEET $1,346,'10.46 It/ 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 em De5criprzon . 9 0 PAGE 2 3i-MAY-91 Est Amt Units Bid Price Amt SIGNAL/INTERCONNECT ^ STRIPPING/816NAGE . SINGLE ST. L16hT STD . DOUBLE ST. LIGHT STD . REL. EX 57. LIGHT . ST. LIGHT PULL BOX . ELEC. SERY. PEDESTAL . REL^ELEC. GERV^ PED^ . NEW ELECTRIC PANEL . ST. LIGHT WIRE/COND. ^ EMPTY CONDUIT ^ CONC. PICNIC TABLES " TRASH RECEPTACLES " IMPORT SOIL . FINE BRAD./SOIL PREP ^ AUTO IRR. SYSTEM . REL. EX 10'-207 PALM " REL. EX 20'-30' PALM . REL. EX 307-40' PALM . CHAM. HUMILIS 36« BO • CHAM. HUMILIS 48" BO • TREES 24" BOX • TREES 36" BOX • SHRUBS 1 GAL. • SHRUBS 5 GAL. • GROUND COVER • TURF-SODDED • 120 DAY MAINT, • CDNST^ TEL. KIOSK • PARKING LOT CONTROL • RELOCATE FIRE CONN. 1 EA 69000.00 1 LS 9000.00 12 EA 2200.00 29 EA 4500.00 b EA 1200.00 46 EA 110.00 1 EA 1200.00 1 EA 8OO,00 2 EA 2500.00 7090 LF 7.00 578 LF 9,00 5 EA 900.00 9 EA 400.00 61 CY 70,00 16079 SF 0.35 16079 SF 2^20 22 EA 550^00 24 EA 770^00 7 EA 935.00 12 EA 2400"00 6 EA 2500.00 35 EA 340^00 6 EA 745.00 536 EA 7^0() 371 EA 1z.0o 7819 SF 0.30 7252 SF 0°90 1 LS 4923.70 1 LS 30000.00 1 EA 1400.00 1 LS 10000.00 SUB-TOTAL BID ITEMS . Como. Amt. Earned ----------- 1 � 12 29 16 48 1 2 DELETED 7090 578 5 9 75 16079 16079 25 27 16 .J/4'/�.� 6 we � Am��� 0;,--5A��� DELETED 69.000,00 9,0()0.0O 26,40S.6V l30,50().00 19,2u0.00 5'2B0,00 1,2O0.0o 1,600.00 0.00 49,630.00 5.202.00 4,500.Ov 3,600.00 5.250"00 5,627.65 35,373.G0 l3.750"00 20,790.00 14, 960. 26,400,00 15,000.00 2,72(),S0 0,00 8B9.00 3,3V2.00 O.00 0.00 0.00 15,00u.00 700.00 -----------~-- $1.831,184.91 PAGE 3 31-MAY-91 - --------------------- -- --------`--------------------------- / Item --- Description Est Amt Uni+s Bid Price Amt^ Como | |------------------------------- EXTRA WORK EXTRA S/W REM. 02) EXTRA C&S REM. (#3) EXlRA AC REM. (44) EXTRA PCC REM. (#5) EXTRA 4" DEC" WALK (#7) EXTRA STD WALK (#8) EXTRA DRIVEWAY (09) EXTRA 4" C&G (#10) EXTRA 8" C&G 012) EXTRA 6« CURD (H13) EXTRA B" PCC PVMT. (#18) EXTRA 8" CURB 023) EXTRA 12' BEACH WALL (#31) SPECIAL 12" BEACH WALL EXTRA EMPTY COND. (456) EXTRA TREE REL. (#63) EXTRA BIKE RACK 029) 10" CURB/GUTTER RELOCATE PALM TREES CCO 1; (9,20,25,46,47,49) CCO 2 (IRRIG., TREES) CCO 3 (SALV. POLES) CCO 4; (57,59,61,71,74) CCO 5; (68) CCO 6; (15,65988,100) CCO 7; (128) CCO B; (124) CCO 9; (50,89,95,120) CCO 10; (135) CCO 11; (132) � CCO 12; (134) Budget Numbers: 40-3297-554: $ 17,871,01 40-7497-465: 94,679.63 Send payment to: Damon Construction Comoany 455 Carson Plaza Drive; Unit i car=on. CA 90746 ----`------` Amt. FarneJ S.F. 0.56 521 291.76 L.F. 12"O0 140 1,680.00 S.F. 0.12 2A55 9w5.l� S. F. 0.97 17320 12.920.00 S.F. 2.61 257 670.1T S.F. 2.00 739 1,476.00 S.F. 2.45 288 705.6o L.F. 15"00 45 675.00 L.F. 11.50 15 172.50 L.F. 9.50 100 950.03 G.F. 5.00 540 2"700.00 L.F. 20,00 10 200.00 L.F. 180°00 201 36^180.00 L.F. 168.00 90 15,120.00 L.F. 9.00 50 450.0S EA" 770.00 2 1,540^00 EA. 1000"S0 2 2,00f),0o L.F. 15.00 97 1,455.00 EA. 935.00 3 2,805.00 3320.90 1 3,323.90 11270.64 1 11,270.64 3427"33 l 3'427"33 3088.18 l 3,088.18 2452.16 l 2,452"35 2507.10 i 2,507.10 5892.00 1 5,892"00 2554.79 1 2,554.79 9424.22 1 9,424.22 2752"25 1 2,752^25 2090.93 1 2,090"97, $1,962,862.77 -----------------`-------- Amount Earnen$1,962,862.73 Retention 925992.54 Previous Kymc 1,757,519.55 AMOUNT DUE $112,550.64 Contractor Field Engineer 0 i &jjYOF- NEWPORT BEACH PUBLIC WORKS CONTRACT CHANGE ORDER' CHANGE ORDER NUMBER:___ CONTRACT NUMBER: DAlE� BUDGET NUMBER:-0.2-3497-465 CONTRACTOR`S LILY PROJECT NAME:--Mc Fadden ACTION: ' 1" Delete the block column, valves and heads from the beach shower (Bid item #34)° Thp City will provide and install the shower unit. The revised cost of/ the shower is $5,000.00. (Ref. Memo 134) � � � � � CONTRACTTR ---- -- DEPARTMENT MEA� DATE '-������ DATE E �ITY'o EACH PUBLIC WORKS CONTRACT CHANGE ORDER CHANGE ORDER NUMBER: _ DATE: , CONTRACT Ni�MBER: BUDGET NUMBER: CONTRACTOR'S NAME: | PROJECT NAME: � ACTION- 1. Revise the parking layout in the Ocean Front lot as directed by the Traffic Engineering staff. (Ref. Memo 132) The cost of the above is: $ 25090.93 CONTRACTOR DATE FIELD ENGINEER DATE ���.�����`��������� --������ DEPART��NT MEAD DAT[� r].rY-{]F-1�E�0�{�R''.O�}�C�i PUBLIC WORKS CONTRAC: CHANGE ORDER CHANGE ORDER NUMBER: _1� �ATE. CONTRACT NUMBER: 27B« OUDGFT NUMBER: _P40-4 97�4/,i_ CONTRACTOR'S PROJECT h ACT lON: 1. Provide up-graded Cham. Humilis palms as directed by the Park Superintendent. (Ref. Memo 135) The cost of the above is: $ 2,752,25 CONTRACTOR DATE FIELD ENGINEER DATE �� �`���-��� DEP�RTMENT HFAD DATE • 0 wwww wwwww wr`.iwNN rarVry.raCO r,:-,•-•'-• I - II I I •-' I ,Om ^J m 0 A PJ '- 0%0 mNJ, r11 A wra •- m,Pm -J U, CAA Ua"^ • 'rw -1 , ._ni I.,, ^,,-- 1 -i •. m i i ! tSl m VV .-, .. �y -..cam. r S SI Si 3. i. Z u, rJ Cu P, CO G, •Ci' P• 4' 7; • Ul � ,l 1 i, I 3 1 I 3 'n_ O O O .T m m = T ri = -z _' ? O 0 0 = M = = C� - A- _ _ _ _ _ _ = _ 0 m r1l m m m m m m r i Z Zz UI = Cn in C„-) "c. _ _ o r 3333 r1'1 I 1 -y m Vi0 vt nCnn mn m=mm U- nm`n zovxo �„• n0 I I 2 T -i -ittt 70x�r-m mm F- r SZZr C3C z- t'-7 m mnC C C Mnccc: C Cn 1T m m x r • rx z rr - r^nran ! -!nza r *Tri -a' -'� xx ., m r, m 3u1r r zFrro mtmzro mvmzm M a mmm m = nt,�Z i u. i , m _ �z x� n -i m -n f -i CnrTJ =Cn -n -X o r nn z m P•a P.,) Lit xO mm mm -i mi m-0 =MM '- i i 4 1:" � � -A-L LA r- -Q C-1 10 1 � 1 1 = c ZL.)O ;i '-' •--+• 70 m m T -,`. C mr rG .... t -.''-' M (D-- ' ' I In _ z m m r m 71 13 Ln m t- Z t m U Z T C n �, n_ i!� O n . C-: t a-Q o` z arm �mm• 1n LnX: ri nm3 ti. -i r(_ rm Mm Zk"0m I I 3 C C-i C C -) r 31Z S U-I 03 FJ ,?75m Ti '0 ;4-i J-1 -1Z Nom.-' -0 20 70 I .• 1 =. Z mC7 Z1Z c;' -':On r;Oxr.. • cz;..n mm -I 1 ., mz zmn me ' •� Tt 0n M x r Z <GO "T C7 m- r: tF.0 rrim m C O r 0 - -Cm 1 1= m W 3mN ��OOz 2-i T3 mT .. M70 ?J m?' mm --i m I 1 I m i Um is Z.m CLF1 U6 --Z -i C7'-. i I rTi Cn r m = CA 0 Z m S m m-7ma I i m m r -i m-i �r r r z u 2n 1 1 0 f -- -- - -- r -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- 1 m I -- -- -- I I m - -- -- - I m r r- r, m m m m m r- rmmmr m mr Nr 0MN Nun NCnrrr r NN 1n -n Cn N r,nr I Z i r mmm37 S77SS+m '11S ZZr, TST.•_T nnmmTl mmmmr m 'i TI-7 '7T-rI TI Ul I zz I -ti I _mi _- -- __ __ -_ 1 t i z 1 1 � ry CO I 4� 7 7 I I I i 1 CA I I I ?, 'J I m 1 I I I I I .r I 1 i I nj a 1 i 1 r• - -` 1 I I 1 1 h I I I 1 7 r 7 CA 1 1 V ! - i i ! I IT I i I I I I •-• I I LL I I __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ i I 1 I rJ i I I I �• I' IrJI ! ra I — -- -- -- -- -- I I fJ I W r.. I PJ i I 9J I I 7 I I I N i I I W n W O m 1 r m O I A 1) 1 m I f- I _ o W cn Ir I h? N Cn cn i i 0000 O G G V O 40 O .. 00000 O O O G O 00000 G G G- G 000001 I A rll M I ^J I m I (y1 i0 N r-• W A JI ^.1 1 G T. Ln W W W ONN rn :. fn LC, Ln rnW I •+ I iJ ..i} �- ®R :y C' vn �- i!i A W G) ^.: O - :. ^, rp W. .. C, r.] G V F. ?I O :--• O o N �� i0 A cn A CU Z 1. a. P, -J O O W W -,J 0 m -11 IL -,1 :_ �- Pi •y� ,� cc. - O r- i M _ V 101 W to N .-W Llil V I m I _ m P U1 W— W W W OW N-0 ALn M— Ln ly I r- I A N O O N C%-40 un �CnmN N A 0-iL W OL' -.I N I r i m m r, r-• W O V •a co V A A O ID 0 V O a� W Cn VI 01 V r.` Cn Ql Q? N t V a%CilO r GO%0G V d rn (JI fyOA TN V tJlO W!il V Ln a%V � V O. W %C %D In. —.... I i � fJ A W CA N NE cn T. ! cn __ __ __ __ __ __ __ __ I I rJ r.. I PJ i I 9J I I 7 I I I N i I I W n W O m 1 r m O I A 1) 1 m I f- I _ o W cn Ir I h? N Cn cn i i 0000 O G G V O 40 O .. 00000 O O O G O 00000 G G G- G 000001 I A rll M I ^J I m I (y1 i0 N r-• W A JI ^.1 1 G T. Ln W W W ONN rn :. fn LC, Ln rnW I •+ I iJ ..i} �- ®R :y C' vn �- i!i A W G) ^.: O - :. ^, rp W. .. C, r.] G V F. ?I O :--• O o N �� i0 A cn A CU Z 1. a. P, -J O O W W -,J 0 m -11 IL -,1 :_ �- Pi •y� ,� cc. - O r- i M _ V 101 W to N .-W Llil V I m I _ m P U1 W— W W W OW N-0 ALn M— Ln ly I r- I A N O O N C%-40 un �CnmN N A 0-iL W OL' -.I N I r i m m r, r-• W O V •a co V A A O ID 0 V O a� W Cn VI 01 V r.` Cn Ql Q? N t V a%CilO r GO%0G V d rn (JI fyOA TN V tJlO W!il V Ln a%V � V O. W %C %D In. —.... I i 9 0 Ti -J V --i -.i - -J -•J Q'•rJ m 91 �n TT tT.m TCn Ul Ln0 Ln Ui Ln00 Ln A AA A A A A AA A I �-. i -- - - -- - - - 1 A C• 4-- U: ry `-• o'ID T'JT Cn A u] !J 0•W m V T Ln AWN- 0.0✓s -J P. rn ALU r-I - C 1 -1 1 m1 m i+t,; in-i -i n z 'M 'M '70 'o 'Q 'L. 3 :, -.moo a ;i -n. � ��m�7 nu l oilc n i i n m mONC x�a,n _ =mmmc Sox -mmr + M rccnoc o 1 1 z r 71 Z0m0 U7CI m m m =r rr -i ZUmZTJ c rm• r- L-_ 2'?JO .L1 mm m I 1 -+ 0 77 N -n C-- CCmm� 0 mO1n M-i • C? MO -•Z 7 7m MO TI I i m m C7 • -..-iO 1 Z MM Ul lri• A7=• z rmm• r rr-7m .-.=O 70 -1 1 0 Z �_ MVID 1.0 Lri mmm.. r --i r -r- r-. mmm_0r- ZM -. m.. 0 O L7 � 0 Lu N = _ -x- < y. - :J M -0 •m M m m Ul �� �. `. vLri 9-1 0 - -1 0 1 N 1 T m m -1 0m Ul, LI)AC r 10 Ui m� 0 =nnms rn Z - 0C)mZ 3 I m I I rmaOO - _' :1wr_..• 0On-�z 1-i• ,rte Ul,- i-ic,; x m I X, i I T 0r-mmc f-�M -C2 CC �° ..mzro „ c �. . . -1 mm nU, -� I ., 1 1 Ln •-. -� . om S mQ ¢:r r '•N r -Q - C M - Ui• -0 Ulm -i UIO0 2 1 -C. C: M Z 10 rra0� --� 11 I{ L'n C� �.m c rr«.v M« Mrm 0 1� i c M tJ Titi : -: X. Ti Ul p. (uN Ul o :D -i Ao LlUr r..Mn M 7M r- - r i •-. M'. _� O O-i •-^ -� m-0 cmr •- C, 0z p -S =Z m 1 C I - 'yG`r C1 m0• A W � -m r M. ',M- 0 M==mZ -0 70= I Z ly m 0 i lfi o m rrl 03 n Z mm x -i -i 0 Z 0 o Z I i ! z ;t ? -0 -0 a Ulr rim-0Lno � mm Ul 0 1 M. Z m T !Lr}`.. T r m -I Lri �n m -I 1 m • C W O 0 m - -i -1 •-- 1 i 1 0 0 _ 0 3� _0 r 00 N I 1 1 m C i I M r mrrUl Ul mmmmm mmmm Lrl Ul Mm mr- rmmmm mmmrm m m r- mm m I Z '• r N mLCI inTT mmmmm MMMMT T -:SZT Tmmmm mxmom mmTmm S I ' o 1 -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- 1 I m 1 Z I I � rV W -- -- -- -- -- -- -- -- -- - I - 1 I W I 1 i 1 1 i i 1 A -- - - -- - - - 1 A I I 1 0 1 i i i I T I I I I V 1 1 1 I I i 1 I I i I i •.D I I .. I 0 I 1 1 1 �• 1 �• I i I i I .. I N I I - 1 I W I 1 i 1 i i 1 1 1 1 A I I 1 i _ I I I 1 N 1 N m PQ V N 1 m I 1 I I 1 I LLJ 0 I O I LL) I � o i I1 I � i 0 m s 1 a• R+ G Ir l • M1J O [P iI1OOO 00000 000003 u O•S: i11O GOOOG o 0O O !V 0 G 0 G i I I I i � I rl i i C I 0 L 0 _ 1- cn Cc _ N T• PJ r - C. ru J1 +_. 1 O 0 ilt 0 0 0 ^J := O S a � T. -11 i!7 �- G _^ 0 0 co G ru C', D rJ 0 Cr, N +0 0 j :Ji i 1 I I I 1 � i I Q I m m v Imo' 0 c «- G o cn G ICI Irl N •-• N N v �1 1 N %P A — N .- EP tlI v cn cn000 -J Comm : Q: �J ill .n ac: .n cnm ooN. -m a,�N. -.- nacn iv .�. o r] iml 1 1 I V I 1 I ;.• - -- -- -- — -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- O I � 1 -- -- I I I tL1 1 t I -- I I rJ i I G I i ! I I N I 1 N i II M 1 i -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- 1 1 I fV i I __ __ __ __ __ __ __ __ __ __ 1 M1J 1 I r. 1 1 1 K. t I m X nJ l N o a cn l N m PQ V N 1 m I 1 I I 1 I LLJ 0 I O I LL) I � o i I1 I � i 0 m s 1 a• R+ G Ir l • M1J O [P iI1OOO 00000 000003 u O•S: i11O GOOOG o 0O O !V 0 G 0 G i I I I i � I rl i i C I 0 L 0 _ 1- cn Cc _ N T• PJ r - C. ru J1 +_. 1 O 0 ilt 0 0 0 ^J := O S a � T. -11 i!7 �- G _^ 0 0 co G ru C', D rJ 0 Cr, N +0 0 j :Ji i 1 I I I 1 � i I Q I m m v Imo' 0 c «- G o cn G ICI Irl N •-• N N v �1 1 N %P A — N .- EP tlI v cn cn000 -J Comm : Q: �J ill .n ac: .n cnm ooN. -m a,�N. -.- nacn iv .�. o r] 0 0 1 0 1 1 i ! 1 I 1 lml 1 I I I I I 1 1 I I 1 1 m 1 I I 1 � I 1 I 1 I I I lal I I I I I �• I I � ! i I 1 I .-• 1 Irol I I I I 1 1 1 ,-• 1 1 r1� 1 I I 1 I I I �-• I I A 1 I I I cn N 1 3 3 o ca m 2 Z O n m 2 _n i fl 3 C S� Z I I A-I T G I m - I m r G 0 m 2 I •1 1 I m I m I m n�, car, �, r, i, nc ?nr,n��mmm�nr*Immmna- �mmmmmmmx 1a1 1 I G= _�: _� C �—: .: r. .! -. .'- �: ?;== __::. >;' /. :' 1 I i 0000000000007 i m�•:—: f G mmmCamTmmmmmmmmm mmm I 1 .. :jr �,--„ r, Ul .F ii N�-•�, �7 Z Z Z:--:Z S,ZZZZZZ 37Z Z 3iZ ! G I N.~ -•n ... ... ... ... ... .. _ .. S C 31 r m I -••�• LF, mm m r m m ag o +a, AO C7 Zi-, NG 1 -... .. Z — m -A = n4- ,.Clz- I UJ.. m3 - _ _ _ _ =m - 1 r-a 1 n I t r•," u our to ,m m'D U, o O i-] c, <?' 1 m N,-•om ,--G N (•j cn ' -J -;_ r c mm -i = r-c'r_rC C}l=�._ Q m -C 1 I 1 - - c,JU uJ' AW° - n;rC rCncsF0m�mmamm -0 m 1 ANCna• .•m cn or�mm mamnmcJCafZnmamm 1 I -I I v v.f ,y rJ7 "O aIn T, mnr zm 6 Sr I I - ^ice N m nr CS -i ^. ^LF . . . c I O I r J, r m rs -1 m T: F, t.: -.. # # C U - •• Ill A • f N Q-• fJ �: # tt r # A # # I �., T m # # 4 # S Q-1 . Li :. _. ,y, Cr, t rs G O v o r # tt A - P• r ., I # S 1 2 1 LLI 1 1 .. I I I I I I fU I I 1 I I Co I 1 I 1 I 1 1 I A I 1 1 I 1 0 1 1 i ! 1 I 1 lml 1 I I I I I 1 1 I I 1 1 m 1 I I 1 � I 1 I 1 I I I lal I I I I I �• I I � ! i I 1 I .-• 1 Irol I I I I 1 1 1 ,-• 1 1 r1� 1 I I 1 I I I �-• I I A 1 I I I cn N 1 3 3 o ca m 2 Z O n m 2 _n i fl 3 C S� Z I I A-I T G I m - I m r G 0 m 2 N I G I tD 1 O I H N ,D I`J f PJ rJ lip (il it} il7N L 0 0Ln it . SIry NN NA A P.. }N P}�^d OG r • N L- •- PJ -J N W W U-• .- 0 rJ N N O 0 :in .-. T' Vi _ 0LD A v Cn cn it's Li m L' Cr, P.} iD 0 0 in �_::__ « O rii -J fV N _: G .- O O O C4 i0 �a� Cu N : -� iri O M R} N ,D N N N rJ w I ON"IoM L9A CIA ^OW 1 w0 rJ 0 woo rJ -JN I ONAAfvNNG -J OO (ilN I N N•-- t'JVNui �DNNNO^- W WT w �D C11 tD O C3 C3 -- AMiCD-,j0 .11 AN iJ tll NaLOOCII ®. 43 A Oia1 �!N N OC rOOC (Ii fJl m m V OCfIO �+ i- I i F- I N I i 1 I � I Q I I .- I .� I I i i N 1 O i i 1 N 1 �- I I i I N I I I I N I CU 1 I i 1 IN IA i i I N 1 Ln 1 1 i 1 N 1 4) I I i I N I N I I i I N 1 2 I 1 I N I tLl I I 1 I 41 i O 1 1 I 1 G} I �• I I 1 I I I I O 1 —1 1 r I 70 M O c S r ^ CITY OF NEWPORT BEACH CONTRACT 2780 MCFAODEN SQUARE Payment No. 7 �BUDGET: See Below 31-MAY-91 urig"$ 1959850.8-) ---------`-------------------------`------------------------------`----------- Extras $131677'n2 Total $ 1,991,52R.h2 Item ---------`----~----------------------------------------------~----~----------- Description Est Amt Units Bid Price Amt. Comp. Amt. Earned 1 , CLEARING & GRUBBING 1 LS $130,000 1 $130,000.00 2 . REM X SDWK/DPWY/CURG 67611 SF 0.56 71521 40,()51.76 3 . REM X CURB & GUTTER 343 LF 12.00 761 9,132"00 4 . REM EX AC PAVEMENT 48555 SF 0^42 53469 22,456.56 5 . REM EX. PCC'PAVEMENT 45258 SF 0.97 45559 44,192.2.3 6 . COLD MILL GRIND 3959 SF 1.20 5139 6,166^80 � 7 . 4" DEC. SIDEWALK 30928 SF 2"61 33873 88,408"53 � 8 . STD" 4" PCC SIDEWALK 14843 SF 2^00 15161 30,322.00 9 . 6" PCC DRIVEWAY 3339 SF 2.45 4410 10,B04,50 � 10 . q" CURB & GUTTER 155 LF 15"00 257 3,855,00 � 11 ° 6" CURB & GUTTER 4718 LF 11.50 5259 60,478.50 12 . 8" CURB & GUTTER 2307 LF 11.50 1837 21,125,50 13 . 6" CURB 2058 LF 9.50 2596 24,662"03 14 . 9" PCC X`GUTTER 3331 SF 5.50 3145 17,297"50 15 ^ 6" DEC SWLK/ROCKSALT 27118 SF 4.00 27209"7 108,838.80 16 . 8`/ DEC SWLK/ROCKSALT 2994 SF 4.50 3903 17,563.5S 17 . 24''X 24" BRICK PVMT 3644 SF 28.00 3673 102,844,00 18 . 8" PCC PAVEMENT 1409 SF 5"00 1460 7,300.00 19 . AC OVERLAY/PAVEMENT 4055 TON 38.00 4183^95 158,990"10 20 " 4" AND 6" AGG" BASE 949 TON 14,00 3135.07 43,89O.98 21 ^ 4» CURB 127 LF 10^00 42 420"00 22 . PAVEMENT FABRIC 14433 SY 1.20 16246 19,495.20 23 . 8" CURB 7 LF 20.00 74 1,480^00 24 , ADJ. WV/PB/WM/ETC" 58 EA 130.00 58 7,540"h0 25 . ADJ. SEWER/SD MH 13 EA 270.00 13 3,510^03 26 ^ LOCAL DEPRESSION 75 LF 12"00 75 900.0O 27 . INSTALL T.S. LOOPS 5 EA 300.00 5 1.500.(-)0 28 ^ INSTALL FIRE HYDRANT 2 EA 4500.00 DELETED 29 . INSTALL BIKE RACK 4 EA 1000.O0 4 4,000.00 30 . 8" PLANTER WALL 768 LF 140^00 783 109,620.00 31 . 12" THICK BEACH WALL 387 LF 180.00 130 23,400.00 32 . INSTALL BOLLARDS 17 EA t50"0/) 19 � 12,350.00 33 . 2" WATER SERVICE 1 EA 1200.00 DELETED 0.0; 34 . BEACH SHOWER COMPLET 1 EA 5000.00 l 5,000.00 35 . SEWER M.H. 1 EA 4500.00 l 4,500.0o 36 . CATCH BASIN (W=3.5/) 10 EA 2500,80 10 25,000.0) 37 . CONST. 12" RCP 213 LF 200.00 285 ' 57,000.0� 38 CONST. 12" PVC 71 LF 200.00 86 17,200^00 39 . CONST. 18^ RCP 455 LF 200,00 417 83,400.u0 40 . CONST. MANHOLE NO. 2 2 EA 32()0^00 0 ().O0 41 2UNCT7ON ST9. NO, 1 1 EA 3000.ou 4 12,0()0.00 42 . CONCRETE COLLAR 2 EA 330.00 2 66S,0:-; 43 . PCC DITCH DRAIN 35 LF 45.00 35 1,575"00 44 , OVERHEAD SIGN 1 EA ll Soo. 00 0 0.00 45 . PARKING METER POST 164 EA 45.0V 164 7.380.0O SUB-TOTAL THIS SHEET $1,346,310,46 ~ PAGE 2 31-MAY-91 | ! _______________________________________________________________________________ ltem gescriotion Est Amt Units Bid Price Amt" Comp. Amt. Earned 46 . ____________________________________________________________________ SIGNAL/INTERCONNECT 1 EA 69000.00 1 6?,000.0o 47 . STRIPPING/SI5NAGE 1 LS 7000.00 1 9,000.00 48 " SINGLE ST" LIGHT STD 12 EA 2200.00 12 26,400.00 49 . DOUBLE ST. LIGHT STD 29 EA 4530.0o 29 130,500.00 / 50 . REL. EX ST. LIGHT 6 EA 120().00 16 19,200.00 51 . ST. LIGHT PULL BOX 46 EA 110.00 48 5,290"O0 , 52 " ELEC. SFRV^ PEDESTAL 1 EA 1200^00 1 1,200.0C 53 , REL.ELEC^ SERV" PED" 1 EA 900°00 2 1,600.00 54 . NEW ELECTRIC PANEL 2 EA 2500.00 DELETED 0.00 55 . ST. LIGHT WIRE/COND. 7090 LF 7"00 7090 49,630.00 56 , EMPTY CONDU­IT 578 LF 9.00 578 5,202,00 57 " CONC. PICNIC TABLES 5 EA 900°00 5 4,500.00 58 " TRASH RECEPTACLES 9 EA 400"00 9 3,600.00 459 , IMPORT SOIL 61 CY 70°00 75 5,250^00 #60 . FINE GRAD./SOIL PREP 16079 SF 0.35 16079 5,627°65 461 , AUTO IRR, SYSTEM 16079 SF 2"20 16079 75,373^80 62 " REL. EX 10'-207 PALM 22 EA 550"00 25 13,750,00 63 " REL. EX 20`-30' PALM 24 EA 770"09 27 20,790.00 64 . REL. EX 30/-40' PALM 7 EA 935.00 W 14,960.0u 65 ° CHAM. HUMILIS 36" BO 12 EA 2400"00 220 66 . CHAM. HUMILIS 48" BO 6 EA 2500"00 67 ^ TREES 24" BOX 35 EA 340^00 16 5,440,00 69 , TREES 36" BOX 6 EA 745"00 0 0"0� 69 " SHRUBS 1 GAL" 536 EA 7,00 127 889^00 70 " SHRUBS 5 GAL. 371 EA 13"00 254 3,302"00 71 , GROUND COVER 7B17 5F 0"30 0 0.00 72 , TURF-SODDED 7252 SF 0.80 0 0"()0 73 . 120 DAY MAINT. 1 LS 4823.70 0 0.00 74 " CnNST. TEL" KIOSK 1 LS 30000.00 0.5 15.000.00 75 . PARKING LOT CONTROL 1 EA 1400.00 0"5 700.00 76 " RELOCATE FIRE CONN. 1 LP 10000,00 DELETED ______________ SUB-TOTAL BID ITEMS $1,875,304.7l � �� Way /70 --------_ - ' ' = = PAGE 3 31-MAY-91 '----------------------------------^-^-`------------------------------------- Item Description Est Amt Units Bid Price Amt. Comp~ Amt. Earned ----------------------------------------------------------------------------- EXTRA WORK EXTRA S/@ REM. 02> S.F. 0"5b 521 291.76 EXTRA C&G REM. (#3) L.F. 12.0(1 140 1.b9o.wS EXTRA AC REM. 04) S.F. 0.42 2155 905.1) EXTRA PCC REM. 05} S.F. 0.97 13320 12,920.4-) EXTRA 4" DEC. WALK 07> S.F. 2.61 257 670.77 EXTRA STD WALK (#8) S.F. 2.00 738 1,476.00 EXTRA DRIVEWAY (#9) S.F. 2.45 288 705.60 EXTRA 4" C&G (#10) L.F. 15.00 45 675^90 EXTRA 8" C&G (012) L.F. 11^50 15 172,50 EXTRA 6" CURB 013) L.F. 9^50 100 950.00 EXTRA B" PCC PVMT. 018} S.F. 5.00 540 2,700"00 EXTRA 8" CURB 023) L.F. 20"00 10 200.00 EXTRA 127 BEACH WALL (#31) L.F. 180°00 201 36,180^00 SPECIAL 12" BEACH WALL L.F. 168^00 90 15,120"00 EXTRA EMPTY COND. (#56) L.F. 9^00 50 450.00 EXTRA TREE REL. (#63) EA" 770.00 2 1,540.00 EXTRA BIKE RACK 029) EA. 1000"()0 2 2,000.O3 10" CURB/GUTTER L.F. 15.00 97 1,455.0() RELOCATE PALM TREES EA. 935"0() 3 2,805.00 CCO 1; (9,20,25/46,47,49) 3320.90 1 3,320.90 CCO 2 11270.64 1 11,27().64 CCO 3 GALV. POLES 3427"33 1 3,427.33 CCO 4; ( 57 , 59 , 6 1 , 7 1 , 74 ) 3089.1e 1 3 , 088 . 1 8 CCO 5; (68) 2452^35 1 2,452,35 CCO 6; (15,65,89,100) 2507.13 l 2,507^10 CCO 7; (128) 5892,00 1 5,892,00 CCO 8; (124) 2554.79 1 2,554,79 CCO 9; (50,89,95,120) 9424.22 1 9,424.22 CCO 10; (135) 2752^25 1 2,752.25 CCO 11; (132) 2090.93 1 2,090.93 CCO 12; (134) —^ �� w/A '20 '�r � � P7 40-3497-465: 40-3297-554: $ 17,871"01 /�ww�'�x�� ~' 40-3497-465: 138,210.63 -------------------------------- ---------------------- _________________ Send payment to: Amount Earned$ Damon Construction Company ! Retention 92,992'54 455 Carson Plaza Drive; Unit F evious Pymt 1,757,319.55 Carson, C0 90746 AMJdNT DUE $156,670.b4 ------------------------------ / --------------------------- Contractor ~��� Field Engineer � � A.#(, � � ����� ^ � / ~---- � �-100" II V Vii' �t 11 J II II s II � 11'£xx 11 FIa Ir a? 11 xG II 44 < It 4q 44w II 4t it •unsa 'rvns� :L O =lC 1� 1 YI I m N O p .o O ♦ T3 N b azc• <' q y tA1 M a x•`"�R'•'. F p a c In M P A. n ON I\ m A•A In o A 00In u C:t w V V CJ FJ r O O� 1 1 all I O r O • r n n n O P pl N y N Z Z Z www Q O O Q Q O 0644 a4ww vuu V V V N N N M H M o -c a M M•O n M r N O mot. h . 1 M �O r N N n ♦ \ N. n r 7 ? i zz M H F F w u. ?7' 0606'. N N z z 00 w V.^ 00 x IE 4 4 o ca A n N IV 1P (P M MZr r r P P 1 1 P A r r w� 00 II II It II II a O If N N II 11 z Z II w w II O O 11 O Q 11 4 4 it W W II u u II sin v v u N' H O' I�EZw s aa.Il �. a a Z +YI„? 4 4 11 y m 1F.1 41 r 31 :a 11 is u.b r• h m_. N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 I i I I I o ri o of o o � r' zc Q•P �p t7 .,.0 W c M CD 1 Z M N[ V) h A M ♦i V i C � i a); w , u W I i f•l; i II V Vii' �t 11 J II II s II � 11'£xx 11 FIa Ir a? 11 xG II 44 < It 4q 44w II 4t it •unsa 'rvns� :L O =lC 1� 1 YI I m N O p .o O ♦ T3 N b azc• <' q y tA1 M a x•`"�R'•'. F p a c In M P A. n ON I\ m A•A In o A 00In u C:t w V V CJ FJ r O O� 1 1 all I O r O • r n n n O P pl N y N Z Z Z www Q O O Q Q O 0644 a4ww vuu V V V N N N M H M o -c a M M•O n M r N O mot. h . 1 M �O r N N n ♦ \ N. n r 7 ? i zz M H F F w u. ?7' 0606'. N N z z 00 w V.^ 00 x IE 4 4 o ca A n N IV 1P (P M MZr r r P P 1 1 P A r r w� 00 II II It II II a O If N N II 11 z Z II w w II O O 11 O Q 11 4 4 it W W II u u II sin v v u N' H O' I�EZw s aa.Il �. a a Z +YI„? 4 4 11 y m 1F.1 41 r 31 :a 11 is u.b r• h m_. N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 I i I I I II V Vii' �t 11 J II II s II � 11'£xx 11 FIa Ir a? 11 xG II 44 < It 4q 44w II 4t it •unsa 'rvns� :L O =lC 1� 1 YI I m N O p .o O ♦ T3 N b azc• <' q y tA1 M a x•`"�R'•'. F p a c In M P A. n ON I\ m A•A In o A 00In u C:t w V V CJ FJ r O O� 1 1 all I O r O • r n n n O P pl N y N Z Z Z www Q O O Q Q O 0644 a4ww vuu V V V N N N M H M o -c a M M•O n M r N O mot. h . 1 M �O r N N n ♦ \ N. n r 7 ? i zz M H F F w u. ?7' 0606'. N N z z 00 w V.^ 00 x IE 4 4 o ca A n N IV 1P (P M MZr r r P P 1 1 P A r r w� 00 II II It II II a O If N N II 11 z Z II w w II O O 11 O Q 11 4 4 it W W II u u II sin v v u N' H O' I�EZw s aa.Il �. a a Z +YI„? 4 4 11 y m 1F.1 41 r 31 :a 11 is u.b r• h m_. N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 o ri o of o o M ,tf w'' � �� . .P Y o'J1 M M toi 1 1 iN N N[ V) ♦ i M ♦ ♦i l7 � O ` `O� O • •fn' w a a); w , u u f•l; M H H xl r r J J J J :J J'4 ' '„I q - W u " " W U Y! w w 4 m; O O -« Z Z Z $ w{ a u u Ir u u W ZI M M 14ix i ilk S. W I I& M -F - -M F ?i H H w:7 w w W w w 4i0 � �< V F�C 4 4 CL: vI a ayino U U. O r_[ U S fn M Mi M 0 o of o U U'U U U'V u V U U V V h Cl P;tT P PAP P P� O O P P Q i r'N 0-V P h h W W p P:+ 0,C) r rN N r r r N N r -1 1 1 1 1 1'1 1 1 1 1 1 1'1 N M M M N NIN N �t J J N N !! O GO o ii I o!0- Opo r rt: ;.. II N,y 11; I If U 11 i it 11 - I II I II FF It II 1 11 I It M I:F II I I II I II F F `11 I 1 11 � � I II O .11 I 1 11 I I I II II ; II I II R t ;_ I 11 I II W e a c II so 10 ' '0 II N N N N N N N N I II O It �'4 rW w w 11 • •o I W W a ,p o o n n z a 11 .w •�,: u u I O r I O II N'r tB N NII, V Vf N NN(�N 1 11 W 11 M M -H I II H H H H M M. H H I II 7 II 0-r q Q Q 11 O O 4 4 O Q Q 1 11 Z ift_II i i'y It 'N' -in v v7 If N N I IH `N tn. V VF i is Q II W W W W 11 W W U Uj W W. W W 1 11 " 11 V) V) V VI 11 N NN N Nfn:N I II N' II N Vh V Vf II I In N N 0:0 N N I II a II 4, qc 1 14 II 4 4 a a +t. 4 4 I II O it II 10 10 l lP it r r0- 1 10000 I II PC It d W ` `Q 11 N N N N N, N N N 1 11 M 1; II 'O' O p p tl V V1 V V) In In I In I II in It 11 0,0, 0 0, 11 P PIP P PP: O O. I It P 4 11 N N'N I II I IV N N N N N N 1 11 N C 11 F! 1 N 1 M M 11 I In M M M M' M M 1 11 M b O 11 C C) O p .o O ♦ T3 N b azc• <' q y tA1 M a x•`"�R'•'. F p a c In M P A. n ON I\ m A•A In o A 00In u C:t w V V CJ FJ r O O� 1 1 all I O r O • r n n n O P pl N y N Z Z Z www Q O O Q Q O 0644 a4ww vuu V V V N N N M H M o -c a M M•O n M r N O mot. h . 1 M �O r N N n ♦ \ N. n r 7 ? i zz M H F F w u. ?7' 0606'. N N z z 00 w V.^ 00 x IE 4 4 o ca A n N IV 1P (P M MZr r r P P 1 1 P A r r w� 00 II II It II II a O If N N II 11 z Z II w w II O O 11 O Q 11 4 4 it W W II u u II sin v v u N' H O' I�EZw s aa.Il �. a a Z +YI„? 4 4 11 y m 1F.1 41 r 31 :a 11 is u.b r• h m_. N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 r O O� 1 1 all I O r O • r n n n O P pl N y N Z Z Z www Q O O Q Q O 0644 a4ww vuu V V V N N N M H M o -c a M M•O n M r N O mot. h . 1 M �O r N N n ♦ \ N. n r 7 ? i zz M H F F w u. ?7' 0606'. N N z z 00 w V.^ 00 x IE 4 4 o ca A n N IV 1P (P M MZr r r P P 1 1 P A r r w� 00 II II It II II a O If N N II 11 z Z II w w II O O 11 O Q 11 4 4 it W W II u u II sin v v u N' H O' I�EZw s aa.Il �. a a Z +YI„? 4 4 11 y m 1F.1 41 r 31 :a 11 is u.b r• h m_. N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 N `C .t a t. no %P M h �O N v 'Z In wO co W7 W 0 zim W N K- Z .T & "WHO n Iii z 06.06 w ;p"41 a z 4 ez H II..F Q a Y� A to a FS f1s �t.O d W s M 1• mss':. OG AIM NIn T- I �4 NIPP O N In M r M \. n In) 'r V V 0 O C PPO r h I\ O O n 1 1 I h P O O I:) C m lr a 0- 06 0. K a a w Ill ww 060-0- W W W aa0- q a 4 0aa tt 4 N,N in N W W, W O O O 4,0 O a 4 4 ti Kw U u w >EiZ L' In w 1 N to A r � �M ♦ GNg�. w W I �I✓s Z 13 .s •. M P 14� t9 O r 7r` W CI r J r� M x J r 4 O ra'< x0- on .:1: u 4i �Q ' IM j _ 9 m q`O xi w ;-x •�A C? a 11 90,0 O In W ii .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 .t M N h �O N M r h v NI fA�l tJ 1„)In I O rr Q O V 0 p s.l4auuuw{!w Ci PC nta C.7 Cl(7, 0, CnPP PSTP PPP I rt In co ca w P PI N N N Nr�0C) C)r+t?NNO Pr�oaespcfoc,r n W °h M 00' ZCPwr ✓s `Z Q Q a�q"� ; 0 0 W N1-0: (Z ,I W. 70 PIy1F FF.hp,?, F0 P t NN"o4 p. NO Z Z '1:: x: Z O O 9 O z ZZ Hl:IZ Z ,,a V O O p F, F+ O M zss>ruul :a H 4 4'!ilC ' .i a w Vf ce O 4'P CKU Ow W z A A1� z Z A w �MNNtV O ON z lu q 10 l,1I2 M In X^l M a'- H O:0 .J`Ir X E o :4-C o a A o p 0 v � In♦a P O CrPNN,O 0 0 �Oc`P •W N \ ♦ ♦ �-rIn C7 C7P M VO InNN I u u u V 1J V u u u %w CJ Cjlw u Ise I xatr_ttatXWcra 0.as CL0. ",0.10. as rx ee a "tz 0-,a er Ir. a aCr q 44'4:4 •C4 44 w W W W 111,41 W W W aa0-,aaLlSaatr dq-C C•F4 q4 wwwuWuJwww aaa��,aaaa 0644;. ta -K ; Q/ t7 0 . �R4 v V O NNN ��/F: V7 NN ZZ2'".T. W wW W W W l,F •Y+ W W W ELL 8'' 0 Op`k",3�.z, 1.000 C Q O 11. U. U. ��. IA. W N. 199;MA '#FS SZ In In In "'tn IF1 in V\ in i1VWs , OA'W rQ WK1 It It a ` �i,It s It N n A1'±�; h•.A nn P P P I,T.`t,tF7r. P P P s.ta (uFV>dav M M M fp/.7S p3, lf!1 M M M 00 CD :.r BQat U'00 It It 4'.f VC: =0-w CiIO GOIn Grlrr P'aao.IPaP�aP , 1 1 1 1 11 -III 1 .q1 0 r r r IN N C) "ilr7 rrNNN. rirG I If 1 1 1 1 1 1 1 rr NNNN rirN r'r r r1^ r Cl IO V z �s rx � n x 7 it R 4 lY a; a 'a CL 0- Q 13. ::(4 CWa a 0. a i>n 4`''*� a a er. qa4. d;.r4 sr'4a - Illww W W, W'l I"ww a Cr t.Y' it Mc 1Y. [It a a a 44q,R .C44 �W W W W 1.1,1 11.[ 11.1 W W aaawusera?:aa v, CIF CIF a a a toafa ,N N N H VF SR,.!/F N N Y iuwww,W wu1 a Q ado a Q 4 OQdol i. K La. U LL. . I,I. W F 4 q �4z I�x 11e IA. k V U U VN t r 1(1 1n V1 In 17Y lil 1:1� u't It1 . ! 1P A 'o `A? 2Y1. `A 'o ,,.. .. .:eta N a N r%iow A A ya (l:hh M MMMNI`S M M ' W :w _e 5 M O O. C) 001 Will, Q 0 01 0. Cl AC 0 OI Ic: 8! °a 1(m N; Will' 21 fill Ilif !H I.. IX aL V) CL zuziuzvl LD Z Pliflz 0 I-io z W.r w < M Oo: :;) or a o fX vll, Ill, J., ilm !w N ci 0; :Z N zlri -J! wY N X on 1'") w Z Z w I .0 on or C3 0 0 tq: M N ON: N 4N mi M In rn fill, U (V IN :AJ w 5 'at • :011 01 0� CK al 01 j !rq CK N cf, 1n,; vill, Z :1 1 0 ln,, ?I) pn.,,ar Ii.f cr� 0; cr, CL, M 1:1- 19 W;fX W W. fJ6. uj u1 WI or- CK IX m W. Id lic -cj< c U.) LL) witu w ul w x or m cz IV I U :gy ow L11w 0 0 17., z zf W U.1 uj,w w Lu noomoom OIC cc I& til U. L6 I.A. Ill Iu k.1 wiw Q I-) m X tl in �n knivit Ln in 1 Q 0 -Q 10 10 10 44't C'- i if IN) P41 wl M in F-1; 1-1 C) YX .xc 10 .s 39 4 f VKINTEP IN U.SA: 0 10 0 • 0 to h (L m IL to, w ac: cc 4 M L) W1,11"I"., 0,4 v- 0; IL 'T 0 � i- Ili I., OD ),- rif Iril, to SO 9D ns 3r 39 O it ca V) U) in v- U. -C N a) 90 N V) on U.1 LU U) w fill W1 a z Z z z ST Z Z Z zI v in 00 0 • 0 N V Vic Ill, w w X fA 41) 11- IV?, 4.P % U. L6 Idiii w Q " Z •O •I CA -C .. , r- In 0 0 0:1= Z Z m m X fill I.- u w Z 10 7. flillifill 0 0 0 w ll- WX q9 -4 Z 1.- 0 Vill 31- 11"l )I- o: g4;uj 2: X dc cc v v v Pill V) V¢ W.W -C -Xi'. rq l;7 w H Silo V) ?. 0 1 CD -Jjw 0 0'0 N infix uj 0: w w Z tu V) a (4 WI H w 41 cz in w (7), XZ-KN: C) ri W CD rD d'. -i ry ul C) f-p Lu Uj uj ollo W (4 to '0. C> • 0 0 0,,o Z 041 C) or in X! on on rin dE -J! :.J m 31- ix tili m c): 0 ALI cc w V) "o uj -i uj WV)io W -M, Lu Zia; Cb ;c X 1Z z 0: 1• 111- 0! Or Or 4c 40 0 4E Oc w in 00, 0 vim ;(%i , -- 1111, 00 0 0a 0 00 ID 0 0 0.0 0 0 0 0 010 0 Nl(`,1 la 01 C) 01 0. ol 01 0 01 0 01 a, 0 P. 0, 0, In nio • m C3 N v- rlj IV 0 N Oil irill 2 irill C; T. -ill rill fl. 71 ;Jn; �O I- go Njon 00,0 0, 0, -0 0 0 U-I -0 N 41 (IIJ CD w VI�,* ill C) C) u al 000, Irli, will, mill, 'Ill, ri ivil, N 'N In It- Q, w (21 L".W WO 11.1 w 011 •ill n 01 Cli. 4 CHIC OLI N 0. CL rj Ill 0. 1,11 M M lt SL Go 4 M Oil W Ulf 0 1" fill " W W rlo w a. 0.4 U- (L Q. u. Q. OL *;l Q. cow. C) (L ii w uJiv v Ii W w w w w W, uj U? LU W LU W Am LLI W w w wl.w1w w (j Vi4i w 10!w w u w1w 41 ll, vill Will T. 'I'll T. 'fil, 'Vill CD 0 C 41 7-ia- cl, Col. 0I ol, 01 *1 01 01 Ql ol 0% a, 01 *1 0, 01 04 0% 01 ol IN 011 el q`*ii ol olla'o' 0'4:h V1 IN PnN N ?i N V Vill iFll "'o Ill' I,* OU r� 1 011 vill 0 ill. vii, nivill, vill, W, vill, •il•i,oll, Will Will 'PlP Vill (v on on in in fin 0 alm In 001 JlML� " in q- rj flin C) N in 0 N ftj;P1) I I I it 'I I I I I I I I I I I I fill Itil llill Ill 1.11.11 ,4 In in in J) AllI In V� In in v% LA: U.1 in 0 W) 4n "10' N NIN N 00 0000, 00'0, co, 0, 0 0 C)J� vl� ell ^J vill, vill, ul LA '0 un,* 0 CD00 P 01C on000:Q ll.")0 0 If If if :11 it it I It if Ill it it 11 0: or W!0 m w w!= W. 0: W'" w 0: X W a: W it 11 it 0- co. 0. 0. 0. Q� R.'0 10- 0. Ck. G. 0. -0. H 11 If "r <1W cc :r ;c i6 :C! it v 0 is of it to 11 w w w;iu Ww w w t" w Ulf uj W.W W, UJI U) U.; w W.w it to wlw m or w 0.'.0: 19 If 11 wilm 444,a'K4Q44;a4 sC -d d4vc44 11 II m- of. if it tL1 N in in in (A 0.10 0 0 0 0 0 w 0 In V) w w wku w uj w w Uj.uj Lu Uj id-w"'im Lu W w W-W w it 11 toil" ll,w Uj LM W w w Ulf w uj uj W5 UJ W,U W LO UJ W UJ LU UJ W. w w1m cc C4 x = Q: = ty mo%'je,% 0: rg cc qoz,ox 11 it lit, it' 14 11111 " Ililt 1.1 *4 04 " 4 lCIC -1X < < 4 4.4 Oil: 41: ac Ole, *'C"I.K 4 49 4 A 19 or It to ;IP 11 at w cc = 1% 1% w cc it = C4 Im M ,W'=¢% -M ..z or M C r x XW'ga 4 X X 4'^ vc < O c Oc cf; -X 0 0,0,40,; cy CP 11 if I Ir4 j mi -i l;o ili -4 _j _j J..1 W J J J -J -1: J,"j -1 W W in 'A v? vp 0 (41 kW�N 11 0 If OX < OK Al: 4 of Or 4c -C 4 4 mc Oil: w Or OC CC Oc 1K l< 4 11 Z 11 'A If VI on on V) vs 'A V, 0 V) VI vi W to In lolf 'A 'A (A in Z z z z z Z z Z z,;m Z it = it W-11 W tu Ili UJI UJ UJI w U) UJ Us LU W W`411 w w w w t41 w 11 LA. it cc tz C4 m cc VA w m W. cz ce 0: cc WiIx W., cc m A A coo QQ OP000 OA�;1111wi* 0000 -4io if 11 It'll 111C MC 4 X 4�49'ijC < mot: < ow w < Oo: ,e 't 4c 44 O 0 C5 0 0 0 C) a A Cb 0 a 0 rb: Q 00 Wcs vo, If M 11 Oo: -C <l< CC -41 Oc OC lic < -4 4 44'ooc C Oc cc VIC WIIK It Ul it J. 1. m 0 =1 M. C) 1z 7? ?'> m m :i m =1 U. U. U. U. w oil, M. w U. Ill. 146 W. W�Wir W LU U. U. w 14 W. 11 ol- 11 1O4 11 w 0 0 LD 49 w (0 LIP W 0 to w W.tv w t.7 to w W L7 W V Ij Ij Ij w Q w w w v Q w tj U) u Aj w w w fill, w 11 qX 11 LU, w w w w us w w W LU W,.W.W w %u w IM Ulf U-1 LU w IC X E1X X SE M V. V 11C w % ICI,x iF 11C X XC IC MZ,.c 11 M 11 M w co: w w CK w W. m mi'm Ir CK m rz CK CK =I x or to it 11 in in initn in Lin In in LA in in IA in *01 on in in on w1Akn C11 is a 110111 0 ,0 .0 0 0 0 �O 0 0 -4) 0 '0 '0 W =q 10 10 4 -0 Q IQ if L) it Oil o:Y 0 C3 0 0 in 0 rD 0 0 0 0 0 0 C.'3 Cl, C) I.) C3 0 C3 I It It It 14, It "t -W 't T 4 11 0 11 CD ;110000000r:oonoon in 0 0 C, C) CD 0 C) C) (3 llt I't 't 4 't It It N NIN f- r-- p", NN NN ilill N It N NNNN NN It 0 11 C:) )I vili'vi- qi- Oil, we 'fill •ill, Co.. olf, Loil v, a a N a, P. V, a co, r.- a qll, col. P. it C) it 0, 11, C7,10 L3 0 Cop a 0 0 0 0 a 0 0 0000 is M rnlin rn on plo vif m mJ6,#n on in ftm",,6 if 2) 1 t;Ol, 11 07%, (), (3" cf, 0. O. O. 0, co, 0 1 01 01 01 01 D, Oil. O"CK 0, 01 0 6�b 0 0 0 0 .0 0 '11,6 1r) rn c> 0 L) 0 10 00000 !_1 --) 0 0 0 r-, rl� 0 0 .1 C) -T -T -t 114 't It Ir It 4 -r It 't J -lor 4, liv It 11 lJol% fl vii it. fniv% UM n %fl, WN on IV, ul Ul% U-I In V`% lf'I U1 41p n, viI OK Q: m to w X 1% Q Cr ci: w ig, V) (A) w w in oly Ic 2.- Z OX CE It vzw , *4 Or Or < Iw "Or, -C I fill z 1,111" Z Ilill lill z 11-4 4 -9 17 -2 31 Qj 0.1 m X .4 IV 31 KAJ `Olt) zi I Irl, ■1 L!?j _ L R u z _-Mj a 1) in • 10 V'U% v c:o 00 I Ilil,, will Q) u V V. v vl� 1 10 I IQ 40 i in cyl •%T IT IN 00 1" 0 N! .0 ON N 0 00O 0 0 0,00 N N N N N N N ry i in 00 vl� will, in C3 'D lo • F of • • • 4 4­ of • • • 9 9 • F tlii I IA 9- ry a 0 0 1* - . -v I It go o on n 00 in 0% '00,4 N N v on N 0 0, so 1`4 r rill rill i in ' jQ ' Ik 01 V Vill, r Vill' q ql,, I rr 10 1 1* It " i� ( I i 1 IQ IN L% Or Of v ic V VA w w u uj uj fill UJI 0 0.0 c ca a a) ( (p w w Colo U U 1 16- lo 0 10 i ic M M c cc o or O 00 =M= rilt -ioliNcy - - It 0 0 `Olt) zi I Irl, ■1 i TO: City of Newport Beach, Public Works Department (Name of owner, construction lender or public officer) 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, Calif. 92659 ,HOLDER OF FUNDS (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, G. B. Cooke, Inc. 580 East Foothill Boulevard, Azusa, California 91702 (Name and address) has furnished or has agreed to furnish labor, equipment, and materials (labor, services, equipment, materials) of the following kind to construct reinforced concrete retaining walls. (general description of labor, services, equipment or materials) to or for Damon Cons t . Co. , for the work improvement, located q (name of person to or for whom furnished) McFadden Square Street Improvements (address, legal description, description of site or project identification) ! -r The amount in value of the whole agreed to be done or furnished by claimant is $ 28, 260.00 The amount in value of that already done or furnished by claimant is $? 11 AUG 13 1991 CITY CLERK CITY OF NEWPORT SEAru, Claimant has been paid the sum of $ None , and there remains due and unpaid the sum of $ 28, 260.00 plus interest thereon at the rate of 10% per cent per annum from March 20, 19-91— YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: August 9, 1991 G. B. COOKE, INC. Name of Claimant 580 East Foothill Boulevard Address of Claimant Azusa, California 91702 Iamthe president of G. B. Cooke Inc. named as claimant in the foregoing Stop Notice, and am authorized to make this verification. I have read this Stop Notice and know its contents. It is true to my own knowledge and contains, among other things, a correct statement of this claimant's demand after deducting all just credits and offsets. Executed at Azusa , California, on August 9, 19 91 1 declare under penalty of perjury that the foregoing is true and corrr 0 0 0 0 O 0 o v .� o :2 o� s— N °gym o 'C7 Fir signature s Form-provided LAW OFFICES OF JEFF R. WHEATLEt-" � E. Nutwood Awe., Suite 1IRtuflerton, CA 92831 courtesy of.. Construction Law 1- 714 - 982 -g or 1 -SW -422 -2090 v AR CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 C myj TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: October 5, 1990 SUBJECT: Contract No. C -2 Description of Contract McFadden Square Street Improvements (Assessment District No. 59) Effective date of Contract October 5, 1990 Authorized by Minute Action, approved on September 24, 1990 Contract with Damon Construction Co. Address 455 Carson Plaza Drive, Unit F Carson, CA 90746 Amount of Contract $1,859,850.80 !mot "s , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at.the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 5Ty day of Sw-nw, eco, 1990, at which time bids shall be opened and read for McFadden Square Street Improvements (Assessment District No. 59) U 2780 Contract No. 1C 900 , 000 Engineer's Estimate Approved by the City Council this pp. of vc , , 1990. Wanda E. Rag#io City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915. For further information,.call Stephen Badum at 644 -3311. Project Manager �7� w �y _: � � _ ... CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROPOSAL McFadden Square Street Improvements (Assessment District No. 59) Contract No. 2780 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2780 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. L.S. Clear and grub One Hundred, @ Thirty Thousand - -- Dollars and No ---------- - - - - -- Cents $130,000.00$130,000.00 Lump Sum 2. 67,611 Remove existing PCC ' Square Feet sidewalk, driveway & curb @ No ---------- - - - - -- Dollars and Fifty -six --- - - - - -- Cents $ 0.56 $37,862.16 Per Square Foot 3. 343 Remove existing curb & gutter Linear Feet @ Twelve ------ - - - - -- Dollars and No ---------- - - - - -- Cents $12.00 Per Linear Foot 4.116.00 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 48,555 Remove existing AC Square Feet pavement @ No ----------- - - - - -- Dollars and Forty -two ---- - - - - -- Cents $ 0.42 $ 20,393.10 Per Square Foot 5. 45,258 Remove existing PC.0 Square Feet pavement @ No ----------- - - - - -- Dollars and Ninety -seven - - - - - -- Cents $ 0.97 $43,900.26 Per Square Foot 6. 3,958 Cold mill existing Square Feet pavement (0.1' min depth) @ One ---------- - - - - -- Dollars and Twenty ------- - - - - -- cents $ 1.20 $4,749.60 Per Square Foot 7. 30,928 Construct decorative 4" PCC Square Feet sidewalk with brick ribbons 8' oc. Rocksalt finish @ Two --------- --- - -- Dollars and Sixty -one --- - - - - -- Cents $ 2.61 $80,722.08 Per Square Foot S. 14,843 Construct standard 4" PCC Square Feet sidewalk @ Two ---------- - - - - -- Dollars and No --------- -- --- - -- Cents $ 2.00 $ 29,686.00 Per Square Foot • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 3,339 Square Feet 10. 155 Linear Feet 11. 4,718 Linear Feet 12. 2,307 Linear Feet 13. 2,058 Linear Feet 14. 3,331 Square Feet Construct 6" PCC driveway/ Alley Approach @ Two ---------- - - - - -- Dollars and Forty -five --- - - - - -- Cents $ 2.45 $8,180.55 Per Square Foot Construct 4 11:curb and gutter @ Fifteen ----- - - - - -- Dollars and No ---------- - - - - -- Cents $15.00 $2,325.00 Per Linear Foot Construct 6" curb and gutter @ Eleven ------ ------ Dollars and Fifty ------- - - - - -- Cents $11.50 $ 54,257.00 Per Linear Foot Construct 8" curb and gutter @ Eleven ------- - - - - -- Dollars and Fifty ------ -- - - - - -- Cents $11.50 $26,530.50 Per Linear Foot Construct 6" curb (includes 6" planter curb) @ Nine --------- ------ Dollars and Fifty -------- - - - - -- Cents $ 9.50 $ 19,551.00 Per Linear Foot Construct 8" PCC cross - gutter @ Five --------- - - - - -- Dollars and Fifty --------- - - - - -- Cents Per Square Foot $ 5.50 $18,320.50 • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 27,118 Construct decorative 6" PCC Square Feet sidewalk with brick ribbons (12 1IX12" pavers) with rocksalt finish @ Four --------- ------ Dollars and No ----------- - - - - -- Cents $ 4.00 $108,472.00 Per Square Foot 16. 2,994 Construct decorative 8" PCC Square Feet sidewalk with brick ribbons (12 "X12" pavers) with median Rocksalt finish @ Four --------- - - - - -- Dollars and Fifty -------- - - - - -- Cents $ 4.50 $13,473.00 Per Square Foot 17. 3,644 Construct decorative xigid Square Feet brick paving (24 1IX24" pavers) on 6" PCC base including rigid brick ribbons (12 "X12" pavers) @ Twenty-eight - - - - -- Dollars and No ---------- - - - - -- Cents $28.00 $102,032.00 Per Square Foot 18. 11409 Construct 8" PCC pavement over Square Feet completed native @ Five -------- - - - - -- Dollars and No ---------- - - - - -- Cents $5.00 $ 7,045.00 Per Square Foot 19. 4,055 Construct AC overlay or full Tons depth pavement @ Thirty -eight -- --- Dollars and No ---------- - - - - -- Cents $38.00 $ 154,090.00 Per Square Tons r] • PR 1.5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 949 Construct 4" aggregate base Tons course @ Fourteen ----- - - - - -- Dollars and No ----------- - - - - -- Cents $14.00 $13,286.00 21. 127 Construct 4" PCC curb Linear Feet @ Ten ---------- - - - - -- Dollars and No ----------- - - - - -- Cents $ 10.00 $1,270.00 Per Linear Foot 22. 14,433 Provide and install reinforced Square Yard pavement fabric @ One ---------- ------ Dollars and Twenty ------- - - - - -- Cents $_1.20 $17,319.60 Per Square Yard 23. 7 Construct 8" PCC curb Linear Feet @ Twenty ------- - - - - -- Dollars and No ----------- - - - - -- Cents $ 20.00 $140.00 Per Linear Foot 24. 58 Adjust water valves, pull boxes, Each sewer clean -outs, meter boxes, survey monuments to finish grade @ One Hundred Thirty--Dollars and No ----------- - - - - -- Cents $ 130.00 $7,540.00 Per Square Each 25. 13 Adjust sewer or storm drain Each manholes to grade @ Two Hundred Seventy Dollars and No ---------- - - - - -- Cents $270.00 $ 3,510.00 Per Square Each I t PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 75 Construct local depression Linear Feet @ Twelve ------- ------ Dollars and No ----------- - - - - -- Cents $12.00 $900.00 Per Square Foot 27. 5 Install and reconnect new Each traffic loop on 23rd St. @ Three Hundred - - - - -- Dollars and No ----------- - - - - -- Cents $100-00 $1,500.00 Per Square Each 28. 2 Install new fire hydrant and Each abandon existing fire hydrant Four Thousand, @ Five Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents $ 4,500.00 $9,000.00 Per Square Each 29. 4 Install bike rack per plan Each @ One Thousand - - - - - -- Dollars and. No ----------- - - - - -- Cents $ 1,000.00 $4,000.00 Per Square Each 30. 768 Construct 8" thick planter /seat Linear Feet wall including cap & side veneer @ One Hundred Forty - -- Dollars and No ------------ - - - - -- Cents $ 140.00 $107,520.00 Per Linear Foot 31. 387 Construct 1' thick PCC beach Linear Feet wall per plan @ One Hundred Eighty Dollars and No ---------- - - - - -- Cents $ 180.00 $ 69,660.00 Per Linear Foot PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 17 Furnish and install bollards Each @ Six Hundred Fifty -- Dollars and No ----------- - - - - -- Cents $ 650.00 $11,050.00 Per Square Each 33. 1 Install 2" water service Each @ Twelve Hundred - - - -- Dollars and No ----------- - - - - -- Cents $ 1,200.00 $1,200.00 Per Square Each 34. 1 Construct beach shower, slab, block Each spray wall and water supply line per plan @ Seven Thousand -- -- Dollars and No ---------- - - - - -- Cents $ 7,000.00 $7,000 00 Per Each 35. 1 Construct new sewer manhole Each and reconnect to existing sewer lines Four Thousand, @ Five Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents $ 4,500.00 $ 4,500.00 Per Each 36. 10 Construct Type OS catch basin Each Two Thousand, @ Five Hundred ------ Dollars and No ---------- - - - - -- Cents $ 2,500.00 $ 25,000.00 Per Each 37. 213 Construct 12" RCP Linear Feet @ Two Hundred - - - - - -- Dollars and No ---------- - - - - -- Cents $200.00 $ 42,600.00 Per Linear Foot �1 t • • PR 1.8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 71 Construct 12" PVC Linear Feet @ Two Hundred - - - - - -- Dollars and No ---------- - - - - -- Cents $ 200.00 $14,200.00 Per Linear Foot 39. 455 Construct 18" RCP Linear Feet @ Two Hundred - - - - - -- Dollars and No ---------- - - - - -- Cents $ 200.00 $ 91,000.00 Per Linear Foot 40. 2 Construct manhole No. 2 with Each grate inlet Three Thousand, @ Two Hundred -- - - - - -- Dollars and No ----------- - - - - -- Cents $3.200.00 $ 6,400.00 Per Each 41. 4 Construct JS No. 1 per plan Each @ Three Thousand - - -- Dollars and No ---------- - - - - -- Cents $3,000.00 $ 12,000.00 Per Each 42. 2 Construct concrete collar Each @ Three Hundred ThirtvDollars and No ----------- - - - - -- Cents $ 330.00 $ 6fi0.00 Per Each 43. 35 Construct concrete ditch drain Linear Feet per plan @ Forty -five -- - - - - -- Dollars and No ---------- - - - - -- Cents $ 45.00 $1,575.00 Per Linear Foot PR 1.9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 44. 1 Install overhead directional sign Each per plan Eleven Thousand, @Three Hundred Thirty Dollars and No ----------- - - - - -- Cents $ 11,330.OQa11,330.00 Per Each 45. 164 Install parking meter post Each @ Forty -five --- - - - - -- Dollars and No ----------- - - - - -- Cents $ 45.00 $ 7,380.00 Per Each 46. 1 Install traffic signal and Each controller, loops and interconnect @Sixty -nine Thousand Dollars and No ----------- - - - - -- Cents $69,000.00 $69,000.00 Per Each 47. Lump Install signage and stripping Sum per plan @ Nine Thousand - - - - -- Dollars and No ----------- - - - - -- Cents $9,000.00 $ 9,000.00 Per Lump Sum 48. 12 Install street light standard Each with single luminaire Two Thousand, @ Two Hundred -- - - - - -- Dollars and No ----------- - - - - -- Cents $ 2,200.00 $26,400.00 Per Each 49. 29 Install street light standard Each with double luminaires Four Thousand, @ Five Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents $ 4,500.00 $130,500.00 Per Each PR 1.10 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 50. 6 Relocate existing street Each light standard & luminaires One Thousand, @ Two Hundred - - - - - -- Dollars and No ---------- - - - - -- Cents $ 1.200.00 $7.200.00 Per Each 51. 46 Install street light pull Each Box @ One Hundred Ten . - - -- Dollars And No---------=- - - - - -- Cents Per Each 52. 1 Install electrical service Each pedestal One Thousand, @ Two Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents Per Each $ 110.00 $ 5,060.00 $1,200:00 $ 1,200.00 53. 1 Relocate ex. electrical service Each pedestal @_Eight Hundred - - - - -- Dollars and No ----------- - - - - -- Cents $ 800.00 $ 800.00 Per Each 54. 2 Install new electrical service Each panel Two Thousand, @ Five Hundred - - ----- Dollars and No ------------ - - - - -- Cents $ 2,500.00 $ 5,000.00 Per Each 55. 7,090 Install street light wire, Linear Feet cable and conduit. @ Seven -------- - - - - -- Dollars and No ------------ - - - - -- Cents $1.00 $49,630.00 Per Linear Foot PR 1.11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 56. 578 Install empty conduit Linear Feet @ Nine -------- - - - - -- Dollars and .No ---------- - - - - -- Cents $ 9.00 $ 5,202.00 Per Linear Foot 57. 5 Furnish and Install Each Concrete picnic tables @ Nine Hundred - - - - -- Dol and No ---------- - - - - -- Cents $ 900.00 $ 4,500.00 Per Each 58. 9 Furnish and Install Each trash receptacles @ Four Hundred - - - - -- Dollars and No ---------- - - - - -- Cents $ 400.00 $ 3,600.00 Per Each 59. 61 Furnish and place top soil Cubic Yards to raise planters @ Seventy ------ - - - - -- Dollars and No ----------- - - - - -- Cents $ 70.00 $4,270.00 Per Cubic Yards 60. 16,079 Fine grade and prep soil Square Feet @ No ----------- --- - -- Dollars and Thirty -five -- - - - - -- Cents $ 0.35 $5,627.65 Per Square Foot 61. 16,079 Install automatic irrigation Square Feet system @ Two --------- ---- -- Dollars and Twenty ------- - - - - -- Cents $2.20 $ 35,373.80 Per Square Foot E t' PR 1.12 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 62. 22 Tag, remove and relocate Each existing 10'- 20' palm tree @ Five Hundred Fifty -- Dollars and No ------------ - - - - -- Cents $ 550.00 $ 12.100.00 Per each 63. 24 Tag, remove and relocate Each existing 20'- 30' palm tree @ Seven.Hundred Seveniy Dollars and No ------------ - - - - -- Cents $770.00 $18,480.00 Per each 64. 7 Tag, remove and relocate Each existing 301- 40' palm tree Nine Hundred, @ Thirty -five -- - - - - -- Dollars and No ----------- - - - - -- Cents $935.00 $ 6,545.00 Per each 65. 12 Furnish and plant Chomaerops Each Humilis 36" box Two Thousand, @ Four Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents $2,400.00 $ 28,800.00 Per each 66. 6 Furnish and plant Chomaerops Each Humilis 48" box Two Thousand, @ Five Hundred - - - - - -- Dollars and No ----------- - - - - -- Cents $ 2,500.00 $.15,000.00 Per each 67. 35 Furnish and plant 24" box Each tree @ Three Hundred Forty Dollars and No ---------- - - - - -- Cents $ 340.00 $ 11,900.00 Per each • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN' L MCFADDEN SQUARE STREET IMPROVEMENTS CONTRACT NO. 2780 ADDENDUM NO. 1 August 29, 1990 NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2780 in accordance with plans, proposal, contract documents and special provisions as modified by this Addendum No. 1. The following changes are hereby made to the Proposal: ITEM QUANTITY ITEM DESCRIPTION UNIT Tom NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Item 73 on Sheet PR 1.13 shall be revised as follows: 73. Lump Provide 120 day landscape/ k Sum irrigation maintenance Four Thousand, Eight Hundred Twenty -three - - -- Dollars and Seventy ---------- - - - - -- Cents $4,823.70 Per Lump Sum ' Bidders shall sign and date this Addendum and attach it to their bid proposal. No bid will be considered unless this Addendum is attached. phph G. Badum Proj4ct Engineer Damon Const. Co. Bidder's Name s/ Margaret Ann Rullo, President Authorized Signature 9 -4 -90 Date � r PR 1. 13 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 68. 6 Furnish and plant 3611 Each box tree Seven Hundred @ Forty - five---- - - - - -- Dollars and No ------------ - - - - -- Cents $745.00 $ 4,470.00 Per each 69. 536 Furnish and plant 1 gal Each shrubs @ Seven -------- ------ Dollars and No ----------- - - - - -- Cents $ 7.00 $3,752.00 Per each 70. 371 Furnish and Plant 5 gal. shrub Each @ Thirteen ----- --- -- Dollars and No ----------- - - - - -- Cents $ 13.00 $4,823.00 Per each 71. 7,819 Furnish and plant ground Square Feet cover (12" O.C.) @ No ----------- ------ Dollars and Thirty ------- - - - - -- Cents $ 0.30 $2,345.70 Per Square Foot 72. 7,252 Furnish and plant turf- sodded Square Feet @ No ---- -- ---- - - -- - -- Dollars and Eighty ------- - - - - -- Cents $ 0.80 $5,801.60 Per Square Foot 73. 16,079 Provide 180 day maintenance Square Feet @ Dollars and Cents $ $ Per Square Foot 0 PR1.14 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 74. Lump Sum Construct telephone Kiosk per plan including required conduit and wire @ Thirty Thousand - - -- Dollars and No ----------- - - - - -- Cents $ 30,000.00$30,000.00 Lump Sum 75. 1 Each Construct parking lot control gate per detail including foundation, paint, hanging sign and reflective. tape. One Thousand,. @ Four Hundred -- ----- Dollars and No ----------- - - - - -- Cents $ 1,400.00 $1,400.00 Per Each 76. Lump Sum Relocation of existing fire department connection per plan: @ Ten Thousand ----- Dollars and No --------- - - - - -- Cents $10,000.00$ 10,000.00 One Million, Eight Hundred Fifty -nine Thousand, Eight Hundred Fifty---- - - - - -- --------------- -- ---- ------- --- - - -- -- Dollars and Eighty ------------------------ - - - - -- Cents $ 1,859,850.80 Total Bid Price (Words) TOTAL BID PRICE (FIGURES) September 5. 1990 ✓ Damon Const. Co: Date Bidder (213) 324 -7141 Bidder's Telephone No. s/ Margaret Ann Rullo, President Authorized Signature /Title 455 Carson Plaza Drive, Unit F .Carson, CA 90746 Contractor's License No. & Classification Bidder's Address 0 . Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to "review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations 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. A copy of said determination 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 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership,, the signature shall be of the owner. 280588 A, expires 4 -30 -92 Contr's Lic. No. & Classification September 5, 1990 Date Damon Const. Co. Bidder s/ Margaret Ann Rullo, President Authorized Signature /Title 1 � • i • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1. Paving Asphalt All American Asphalt Corona, CA 2. Electrical Steiny 3. Decorative Paving Patterson 4. Landscape Environments West 5. 6. 7. 8. 9. 10. 11. 12. Damon Const. Co. s/ Margaret Ann Rullo, President Authorized Signature Tit e . BIDDER'S BOND . KNOW ALL MEN BY THESE PRESENTS, That we, Damon_ Const. Co as bidder, and Reliance Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten percent the amount bid in Dollars ($ 10 % * * * * * * *) lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of McFadden Square_Sti Improvements 2760 e OT Yroiect GOntract no. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Fpithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 5th day of September , 19 90. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission Expires: Damon Const. Co. i er Au r ze N0_4.� Signature/Title t o Reliance In any JAIES H& RESTRICK Attorney -In -Fact Tit1 1 State of California County of Loa Angeles on this 5th day of September in the year igan. before no a Notary public in and for the said county, peraonslly appeared James H. Restrick . known to me (or proved to no by satisfactory evidence) to be the person whose name Is subscribed to the within instrument as the attorney in fact of ,Reliance Insurance Company and acknowledged to ce that belshe subscribed tha,aare of Damon Const. Co. thereto as principal. and bin own nama as attorney • MARY BYRNE NOTARY PUBLIC = ly STATE OF CALIFORNIA i PPiNLIPA� 0'v FICE IM i LOS ANGELES COUYTY . MT Gwmiu[oa ExpiroS YaT tQ, ten{ • —'"'"--� iotary Fublie ' • t • REL.T�CE INSURANCE �PANY HEAD OFFICE, PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN aY THESE PRESENTS, T1at the RELIANCE INSURANCE COMPANY, • oorPorelim duty «Pnifed under the laws of the State of Pennsylvania. dour hereby crake, constitute and appoint JAMES H. RESTRICK of GLENDALE, CALIFORNIA -- - - - - -- Its true and lawful Attorney-lo-Fact. to make, execu e. weal sod deliver far and on its behalf, and a in act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP --- - - - - -- and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the ante extent as If vetch bonds and undertakings and other writings cbligerory in the nature thaet were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY end sealed and atested by om other of such officers, and hereby ratifies and ponfirm s all that its said Att«nsylsl-in -Fact may do in purannce he I. This Power of Attorney Is granted under and by authority of Article VII of the By-laws of RELIANCE INSURANCE COMPANY which became affective September 7.1078. which provisions ass row in full farm and affect. reading m lolbwc: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President. the Chairmen of the Board, any Senior Vim President, any Vice President a AHistant Vim President « other officer designated by, the Board of Director shall have pourer and euth«ity to (a) aPpoim An«nays+n•Fact and to authorize them to seems an balW/ of the Company, bonds and undertakings, reoognizences, contracts of inclmnty and other writings obligatory in the nature thereof, and (b) to remove any such Att«neyia,11cm at any time end revoke the power and authority given to him. 2. An «reystin -Fact shall have Poww and authority. abjea to the terms and limitations of the Pnver of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizant", contracts of indemnity and other writings obligatory in the nature thersol. The corporate wl is not necessary far the validity of any bonds and undertakings, raoopnIcarian. contracts of indemnity and other writings obligatory in the nature thereof. 3. Attonwys+kFact shall hove power and authority to execute affidavits rewind to be attached to bonds, rscopniranws, contracts of indsnv My « Other conditional or obligatory udertaking and they shall also have power and ethority to cersify the financial statement of the Company and b copies of the Sy-Lows of the company «any article Of section thereof. This power of attorney, is sipped and soled by facsimile under and by authority of the following Resolution adopted by the Bmrd of Director of RELIANCE INSURANCE COMPANY at a meeting held on the btn day of Jew, 1979, at which a quorum was Present. and Mid Resolution has not been amended or repealed: -Resolved, the the signature of such director and officers and the rat of the Company may be affixed to MY rich power of attorney or my oertificeta relating thaeso by facsimile, and any such tower of estarmy « certificate hearing each facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile ig atura and facsimile sat shall be valid and binding upon the Company, in the future with r was: to any bond or undertaking to which it is stnchad.•• IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has mused than pants to be tigtad by its Vice President, and as corporate No to be h- aaHixaathie 21st day of September 1987 RELIANCE INSURANCE COMPANY Ol e� /a 1' ' ,: Yo Preident sTATEoF Washington COUNTY of King I a. on title 21st day of September t 1987,poesmany appeared Lawrence W. Carlstrom to me known m be the Vim-President of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and ellected the 10 Ing iabument and affixed the real of said e«pertion thereto, and that Article VII, Section 1, 2, and 3 of cite ByLaww of mid CmWmV and the Ratak' tion, at forth therein, ere t91 M full force. My Commission Expires: �?"�'r 'rnui May 15 19 90 '•.. fYO[ary flblicM and f «Act of Wash' gton Residing Tacoma L John E. Vance Assistant Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify the the above and foregoing Is a taw and correct copy of a Power of Attorney executed by esid RELIANCE INSURANCE COMPANY, which is ct91 in lull 1 «t end eNact. IN WITNESS WHEREOF, I have herexmto ass my hand and affixed the east of mid Company, thY 5th day ot September 19 90 a0141421 Et •/yg Wz-( Assistant ev Saay o6 .. . John E. Vance •Page 5 NONCOLLUSION AFFIDAVIT State of California ) ss. County of LAS Aw6EW_S ) rvN^erDAQA!:rAWW ZU6A-0 , being first duly sworn, deposes and says that he or she C is - PR£sLAGNT of �AN►ewy eaaSr. o• the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and sworn to before me My commission expires: . ".u:. OFFICIAL SEAL THELMA HERNANDEZ NOTARY PUBLIC CALIFORNIA �#' c PRINCIPAL OFFICE IN • LOS ANGELES COUNTY O1 My Cmmissm Exp. Ms. 15. 1991 SAM aal Ca�JST. GO • Bidder v LL-S1-0 - Authori S'gnature /Title this Z) day of 14P46 , 191?. f ►.il _ Notary Public �� DAMON CONST. CO. PROJECT REFERENCES PUBLIC AGENCIES City of Montebello Manuel Franco (213) 725 -1200 County of Orange /EMA Lon Hanson (714) 567 -6253 City of Beverly Hills David Gustayson (213) 285 -2400 Caltrans Earl Fukumoto (213) 516 -4140 City of Los Anglees Wayne Langford (213) 485 -3011 City of Long Beach Bill Bertram (213) 590 -6255 L. A. County Rd. Dept. John Doyle (213) 226 -8171 CRA of Los Angeles Jerry Gross (213) 977 -1610 City of Fullerton Eric Wiebke (714) 738 -6845 City of Azusa Frank Yang (818) 334 -5125 City of Burbank Mike Moss (818) 953 -9522 City of Culver City John Lathrop (213) 202 -5791 City of Pasadena Ralph Kuzmic (818) 405 -4268 Caltrans D. K. Eoff (213) 645 -3400 PRIVATE FIRMS Herzog Contracting Corp. Don Riggs (213) 495 -1146 Brutoco Engineering Steve Brutoco (714) 350-3535 Kasler Corp. Tom Meyer (714) 862 -8433 C. T. b F., Inc. Tom Galland (213) 773 -2536 Excel Paving Co. K. G. Mills (213) 599 -5841 Industrial Asphalt Larry Stanich (818) 781 -6080 Steiny 6 Company Bob Hernandez (213) 382 -2331 Valverde Const., Inc. Joe Valverde (213) 693 -2763 Vernon Paving Co. Jim Sprinkel (714) 449 -0222 Best Western Paving Bill Miller (213) 583 -6641 P R O J E C T S CONTRACTOR /AGENCY DESCRIPTION CONTRACT AMOUNT DATE COMPLETED City of Pasadena E1 Molina, Ave. 2,530,584 1 -88 City of Westminster S 1I1 Improvements 91,530 4 -88 Best Western Paving Long Beach Airport 89,148 7 -88 Caltrans Edgedrain Installation 30,996 8 -88 Mt San Antonio Comm College Parking Lot Improvements 1,113,000 5 -89 City of Los Anglees Channel Street 128,570 4 -89 Vernon Paving Co. Orangegrove Blvd. 830,000 4 -89 City of Long Beach Residential Streets 299,989 4 -89 Vernon Paving 1988 -89 St. Improvements 265,000 4 -89 Amen Bros. Harbor /Maple Storm Drain 178,383 10 -89 City of Beverly Hills 1988 -89 Alley Resurf. 525,030 8 -89 City of Claremont Harvard Ave. Improvements 281,230 10 -89 City of Montebello Via San clement* 38,000 1 -90 City of Los Angeles Hollywood /Vine 333,802 2 -90 Caltrans Wheelchair Ramps - Orange Co. 131,320 2 -90 Mardian Const. Co. Ralph$ Grocery 156,370 1 -90 Kesler Corp. Caltrns 107- 110224 272,268 In Progress City of Los Angeles Forest Law 747,838 It Brutoco Eng. Caltrans 107- 110284 118,000 Herzog Contracting LACTC C3270 Light Rail 990,200 City of Cerritos Community Arts Center 1,198,530 " Brutoco Engineering Caltrans 112- 000014 Sand Cyn 102,000 City of Pasadena Repair of Damaged Concrete 1,125,700 " Morrison - Knudsen John Wayne Airport 145,176 " City of Upland Mountain Ave. 684,631 ** City of Costa Mesa 1989 -90 Parkway Maintenance 1,456,956 ** City of Hermosa Beach S/W Repairs 298,140 ** CRA - Los Angeles Lincoln Heights 225.132 ** City of Los Angeles Access Ramps 101,166 ** City of Los Anglees Access Ramps 125,543 ** Sasco Electric John Wayne Airport 291,120 ** Swinerton 6 Walberg Water Carden 253,016 ** ** - Starting date not scheduled as of this da-. • CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is VkLCSI )EtjT Of rro" (notisl. CO. the party making the foregoing Bid (hereinafter, the "Bidder "). 1. Bidder's Contractor's License Number is as follows: a805s% At 2. The expiration date of Bidder's Contractor's License is APrztt— 30 , 3. Bidder acknowledges that Section 7028.15(e) of the Business and Professions Code provides as follows: "A licensed contractor shall not submit a bid to a public agency unless his or her contractor's license number appears clearly on the bid, the license expiration date is stated, and the bid contains a statement that the representations therein are made under penalty of perjury. Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered nonresponsive and shall be rejected by the public agency." The undersigned declares under penalty of perjury that the foregoing is true and correct. Executed on g ftnber- II , 1990 at C Q SC wh _ CAr. (insert city and state where declaration signed). Signature LM IP(ZES% OE.niT Title 3�o moo Name of Bidder m I The following contract documents shall be executed and delivered. to the ! Engineer within ten (lo) days (not including Saturday, Sunday, and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Pages 8 & 9) FAITHFUL PERFORMANCE BOND (Pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (Pages 12, 13, 14) CONTRACT (Pages 15 & 16) The City of Newport Beach will not permit a substitute: format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued,by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2)- listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized., by the Insurance Commissioner to transact business.:of insurance,in the State of California, and (2') assigned Policyholders' Rating A "(or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guider Prboerty- Casualty. Coverages shall be provided as specified in the Standard 'Specifications for Public Works Construction, except as modified by the Special Provisions. The following Workers' Compensation Insurance. Certification shall be executed and delivered to the Engineer along with a- Certificate Of Insurance for workers' compensation prior to City's execution of the Contract: WORKERS' - COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3:700 of the Labor -Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with.the provisions of.that code, and I will comply with such provisions before commencing the performance of j the work of this contract." strict w, s9) 1) _ice Wd�- WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 24, 1990 . has awarded to Damon Const. Co. . hereinafter designated as the .'.'Principal ", a contract for McFadden Square Street Improvements (Assessment District No. 59), C -2780 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 of the: City of Newport Beach; 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, or other supplies used in, upon, for, or about. the performance 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 Damon Const. Co. as Principal, and Reliance Insurance Company as Surety,:are held: firmly bound unto the City of Newport Beach, in the sum of ONE MILLION EIGHT HUNDRED IPIFTY NINE THOUSAND EIGHT HUNDRED FIFTY :80L10U * * * * * * * * * * * * * * * * * ** Dollars ($1,859,850.80), said sum being equal to 100% 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 above bounden Principal or his subcontractors, fail to pay.for any materials,.provisions,:or other supplies, 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 Unemploy- ment Insurance Code -with respect to such work-or labor, that.the;Surety:or Sureties will pay for the:same, in an amount :not exceeding the sum specified in the bond,.and also, in case suit is brought upon the bond,,a reasonable attorney's fee;.to. be fixed by the Court as required by the.provisions of Section. 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any: and al:l . persons, companies, and corporations;:entitled::to fite;o'laims under Section 3181 of the. Cali rnia Gimil C so as to give a'right:of.actioA to them or their assigns in, any SO t'brou upon �b 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 Trot` :azonerate -the Surety from its obligations under this bond.. IN WITNESS WHEREOF;: this instrument has been.duly executed.by the Principal and Surety above named, on the 28th day ofntembpr 19 90 c Reliance Insurance'Com an (Seal) Name of Surety 505 Y. Brand Blv Suite 770 Glendal 03 i SS y 1� p gent' s' H. CR A torney:In -Fact _ P.O.` Box 10190 Glen ale, CAy.MOGk.. Address of gent (818)240 -4310 Telephone . of IP R COHPONATE ACKNOWLL:ULzIVtEN I' Stateal . California County of Los Angeles } Ss. ) on this Thelm Hernandez the undersigned Notary Public, personally appeared Margaret Ann Ru110 NO. "2 me, ❑ personally known to one 19 provod to me on the ba!as of sallstactory evldeneo lobe the person (s) w110 executed Iho wlthh. lestrument as President or on belrall of the corporation Illerein named, and acknowledged tome that the corporalton executed It. WIT S my hand and otllcla se I. Notary's Signature IINIer AL NO Wn' ASSOCIAUGH • taora Vr . M•0. • I.O. ea 42S • MeoJUr 041114" MSM OFFICIAL SEAL THELMA HERNAN DE Z i PR . . A OFF CE IN 45 LOSANGELSCOLI My wmmisslm Exp. Mar on this Thelm Hernandez the undersigned Notary Public, personally appeared Margaret Ann Ru110 NO. "2 me, ❑ personally known to one 19 provod to me on the ba!as of sallstactory evldeneo lobe the person (s) w110 executed Iho wlthh. lestrument as President or on belrall of the corporation Illerein named, and acknowledged tome that the corporalton executed It. WIT S my hand and otllcla se I. Notary's Signature IINIer AL NO Wn' ASSOCIAUGH • taora Vr . M•0. • I.O. ea 42S • MeoJUr 041114" MSM State of California County of Los Angeles On this 28th day of September , in the year 97i 90 . before me a `e Notary public in and for the said county, personally appeared James! H. Restrick . known to re for proved to me by satisfactory evidence) to be the person whose nacre is subscribed to the within instruaent as the attorney in fact of Reliance Insurance Company and acknowledged. to re that be/she subscribed the,naaa of Damon Const. Co. — - thereto as principal, and his own aaaa as attorney MARY BYRNE / NOTARY PURUC STATE OF CALIFORNIA Pri :bi :YAl OFi10E IM St Los'ANGELES COUNTY ( My commission Expires May to, I go Notary Public 4 , motion adopted September 24,'1990 has awarded to Down Const. Co. hereinafter designated at the "Principal", a contract for McFadden Square Street Improvements (Assessment District No. 59), C-2780 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 of the City of Newport Beach WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW. THEREFORE, We, Damon Const. Co. as Principal, and Reliance Insurance.Comipsing as Surety, are held and fi rmly bound unto the City of Newport'Beacht in the sum of ONE MILLION EIGHT.HUNDRED FIFTY NINE THOUSAND EIGHT HUNDRED FIFTY Dollars ($ 1,859,850.80 said sum being.equal . to T00% 00% of the estimated amount of the:contract, ioAie.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, con- ditions, 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 I of I ficers and agents, as therein stipulated, then this obligation shall become Pull and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of thelcontract or to the work to be performed thereunder or to the s, pecifications accoxapyt% .Vbe h $am s All in any wise affect its obligations on this bond"' . .. . . ........ • a 1 � Faithful Perf , of any such change, extension 'af tip;. "ions or additions to the terms of the t contracor to the work or to the._sp if ions. In the event that any principal above n" is bond as an,.indigidual, it is agreed that the death of any such pri potxsnwarate the Surety from its obligations under this bond. r: IN WITNESS WHEREOF, this instrument has been-duiy by the Principal and Surety above named, on the 28th day of septembe ,`19 90 `i ' t '3 P F ' a I � I it r e CORPORATE ACKNOWLEDGMENT �nm No. na v SWIG of ' California On tills the i '!'day day of 19 before me, Countyol I.OS Angeles ss' } Thelm ilernandez the undersigned Nolary Public, personafiy appealed Margaret Ann Ru110 ❑ poisonally known to mo , OFFiC +.AL SEAT. :1) proved to nio on lbo basls of sallsfaclo(y ovldcnco THELMA HERNANUEZ to bo the persons) who executed Who within Inshumenl as UWA0? )UFUC C.AIJPORNIA President oron behalf of file corporallon Therein PRINCIPAL OFF!CE.:n LOS ANG.L.ES COUNN named, and acknowledged tome that Ibo corporallon executed It. My Commssion Exp. Mal. 15, 1991 WITN SSm ban ndofficialseal Notary's Signature .. awrorw rmw�r wssoGruoN . aaaa v.,r.. raa. • vr> ow u:i . waeaw rw. eA naw State of California County of Los Angeles on this 28th day of September . in the year 1990 • before ae a Notary public in and for the said county, personally appeared James, H. Restrick . known to me (or proved to no by satisfactory evidence) to be the person whose naae is subscribed to the vithia instr=ent as the attorney in fact of Reliance Insurance Company and acknowledged.to>se that he /she subscribed the,nama of Damon Const. Co. thereto as principal, and bis own naaa as attorney a -- - nrarcY rsYKK� �a = �� NRTARY PUBLIC - SIAYE OF CALIFORNIA ,��j � Yl:.ilCtvAC Off ICE IN /,l Y = LOS ANGELES COUNTY Notary public My CommisaloR Expires May 10, 1�bi .. ' > R.E�CE IN9LTR.ANCE �PANY HEAD Of FICk. PHILAOELPH IA. PEN NfYLVA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a oorporatewn duty orgaMtad under its lave of the State of hnnsy1~14, doe hereby make, constitute end appoint JAMES H. RESTRICK of GLENDALE, CALIFORNIA -- - - - - -- its true and lawful AttanryJrHFact• to make, a~ts. sW and drier« for end an its hehalI. and as its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP --- - - - - -- and to bind the RELIANCE INSURANCE COMPANY theraby m fully and to the same amen, a If such bonds and undertakings and other milings obligatory in the nature thereof wefa signed by an Ea o rtiw Officer of the RELIANCE INSURANCE COMPANY and weld and atestd by one other of such officers• and hereby ratifies and catirm all that its mid Attorrry(s):n•Fecl may do in pursuance trteof. This Poway of Attorney Y granted under and by authority of Article VII of the By-Laws of RELIANCE INSURANCE COMPANY which beams effective September 7, 1978, which provisions are now in full fora and effect• reeling a follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President. Ito Chairman of the Bard, any Senior Via President. any Via President a Amistant Via President or other offiar designated by the Board of Oirectars shall how power and authority to (al appoint ANornsys•in•Fact and to authorize them to aaeMe an behalf of the Company. bonds and undertakings, re oonitanam. contracts of indemnity end other writings obligatory M der nature thereof. and (b) to famous any such Attorney4�Fact at any time end revoke the power and authority given to him. 2. Altorneys+n•Fact call haul power and authority. subject to the terms and limitations of the power of attorney issued to them, to gueuu and delivers behalf of the Company, bonds and undertakings, reogniamm. contacts of indemnity and other writing$ obligatory in the nature lharaol. The corporate seal is not neaaary fa the validity of any bonds and undonskings, raaynitanas, contracts of indamnhY and other writings obligatory in the nature thereof. 3. AttorneywMFsa atoll hews power and authority to exam* affidawitt,squired to be attached to bonds, recinAizencte, contracts of indam- niry or other conditional or obligatory undertakings and they shall also laws power and authority to certify the linneiat statement of the Company and te copies of the By-Lam of the Company or any article or action thereof. This power of attorney is siprrd and tested by facsimile under and by authority of the following Resolution adopted by the Bard of Directors Of RELIANCE INSURANCE COMPANY at a toasting hold on the Sit% day of June, 1979• at which a Quorum was present. and aid Resolution has not been amended or epesled: 'Raaolwd.ttot the signatures of such d'secto t and officers and the seal of the Company may be affiad to any such power of attorney a any certificate relating therao by facsimile, and any such power of attorney ce certificate baring such facsimile s4natura or faceimile mal WII be valid and binding upon the Compeny and any such power so aswcvtd and candied by Nosimil* aipatwm and famine he sal WII be .slid and bindirp upon Cho Company in the fulurs with respect to any bond a walertaking to which it is attached.- IN WITNESS WHEREOF. the RELIANCE INSURANCE COMPANY has =used these parents to be signed by its Via President, and its corpora* teal to be hereso affiad, this 21 st der of September 1987 _ RELIANCE INSSU,RANNCEEJ� COMPANY Oh era President sTATEoF Washington COUNTY OF King on" 21st day of September.1087,p- sonatlysppesrd Lawrence W. Carlstrom to me knows to be this VksPraaI I nl of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and atlacd the forgoing Instrument arc affixed Ihe esA of mid corporation thereto, and tka Article VII, Section 1, 2, and 3 of Use Bydwvs of aid Company and the Raeolu- tic n, art fond therein, era still M lull fora. My Commission Espies: ' May 15 1990 :v.,y� Notary Public in and fcrsm of Wash' gton Raiding at Tacoma t. John E. Vance Assistants Secretary of the RELIANCE INSURANCE COMPANY, do hereby uartity, that the above ad foregoing k a true and corrac copy Of a Power of Attorney assorted by aid RELIANCE INSURANCE COMPANY, which is min intuit fora and affect. IN WITNESS WHEREOF.I hew hareueto let my hand and #Nlxd the areI of esw Compamr tma 28thdoy of September 199Q BOW1431 EL WN Assistant Secretary AWE'. John E. Vance Page 12 ERTi tE>ATE. l�RAMP s , RO COMPANIES AFFORDING COVERAGE :.. TEST Timranoe Agwidy " .. 1119 W. Glernaks Blvd. OOYPANr A LETTER." Transoontinental Ins. Co.. G1eIWdale, CA. 91209 -3190_.---_.----"._--- _ COMPANY S Tiansp wat m .Ins. OD. INSURED LETTER. Damon Const. Co. 455 Carson Plaza Drive, Unit F COMPANY C Republic Irldamuty AD. Carson, CA 90746 LETTER " COVE GE5>, 71y8 B 76 c6 0Y -6k, 02 w. UBT� BELOW HAVE 7. 1N�BIJED TO THE INBUR� �iMIIE�! 4A1lOVE`FOR PDUCW' PERIOD" -, INWATE1L NGTWRTFBTMIDING ANY.REQUOMONt. TERM OR CONDITION OF ANY OD R1ACT OR OTHER DOCUMENT WITH R(:THPECT TO WHICH THIS CEmwATE MAY BE mwm OR MAY PERTADL THE IHURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN" IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND OO ODIONB OF SUCH:POUOM AND IB NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE... . .. � TYPE OF INSURANCE POLICY NUMBER EFDFAECIIVE EXPIRATION E ALL LWM IN THOUSANDS GENERAL UABBJTY GENERAL AGGREGATE $ (OOCURANCE SAM ONLY) _2,000 X1 COMMERCIAL 7792273 . 9/19/90 9/19/91 PPDDUCT�OMFIGERE s. 1;000 Ml COMPREHENSIVE OPERA170N8 AGGREGATE _ A 1 1 MWWw aloas LX 10000 PERSONAL INJURY. ®� FOR SPECIFIC. OONTRWTUAL .. - CONTRACT .ED PRODUCTS /COMPL.OPER, EACH OCglAANCE S 1,000 - ® XCU HAZARDS ::.. ,`- ..® BROAD FORM PROP. DAMAGE SO SEVERA mm OF INTEREST CLAUSE FIRE DAMAGE O NY ONE FIRE) S . Q PERSONAL iN:AIRY WITH EXCLUSION 5 .. . MEDICAL EXPENSES :. REMOVED MARINE (ANY ONE PIERSON) .. AurououmE COMPREHENSIVE LIAB%JTV SINGLE LIMIT 'i 1,000 BODILY *IJURY $ OWNED '792274 /19/19/91 �Gw SOOLYWJURY S HIRED (PER ACCIDENT) . NON•OW NED F GREY S. EXCESS LIABILITY EACH - AGGREGATE UMBRELLA FORM : OCCURRENCE OTHER THAN UMBRELLA FORM .- . STATUTORY SU�iNRit= tiertificate WORIMRS' COMPENSATION $ 1 000 EACH ACCIDENT C AND PC 996854 1/1/90 1/1/91 $ 1 000 I.IOY LI wEA9E•POMIT EMPI.OYF3iW LIABILITY $ 1,000 DISEASE EACH EMPLOYEE LONGSHOREMEN% AM HARBOR- WORKERS' COMPENSATION STATUTORY .. DESCRIPTION OF OPERATMN6AOCATMNSNESCLE "ESTRICTIONS/SPECUIL ITEMS: ALL OPERATIONS PERFORMED FOR THE CRY OF NEWPORT BEACH BY OR ON BEIUF OF THE NAMED INSURED IN OONNEcnoN mm THE FOLLOWING CONTRACT: Waiver of Subrogation Endorsenent applies. McFadden Sgslare Street Improvements (Assessment District No. 59), C -2780 • PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION . -. ... ... SHOULD D ANY OF THE ABOVE OESCRBED POLICIES BE NON•RENEWEO. ' : CITY'. OF NOUPORT BEACH sANCEUED OR COVEVWE D.BEFO E;THE EXPiAXTM DATE THE ..... . ': . P.O.. SORE` 1768 :..`.: `; ..:. COMPANY7IYFONi kd 0,,OVEIAGE, SNAIL PROVI4E: OS" DAYS. MIN. ADVANCE 4*CE TO IHE CRY OF NEWPORT BEACH BY TEfED MAR- X15 : • �F- � =, - , r ..a, A.. " y1 C J`Z i` YY d.. � l G CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT Page 14 It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x) Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence S 2,000.000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability.Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. McFadden Square Street Improvements 7. Designated Contract: .(Assessment District No. 59) C -2780 ro ect 3itle anc! ontrac o. This endorsement is effective 9/28/90 at 12:01 A.M. and forms a part of Policy No. 7792273 Insured Damon Const. Co. of any A7roroing coverage Endorsement No. Producer RGV Insurance Agency By uth0riz senta ve Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional .insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ (x) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 1,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. A. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. McFadden Square Street Improvements 5. Designated Contract: (Assessment District No. 59), C -2780 (Project fitl.e and Contract No. This endorsement is effective 9/28/90 at 12:01 A.M. and forms a part of Policy No. 7792274 of Transportation Insurance Company (Company Affording overage Insured Damon Const. Co. Endorsement No. 0 Producer RGV Insurance Agency By Au or a presentative i iY Page 15 . f s 11 CONTRACT THIS.AGREEMENT, entered Into thi ay of 19? Jw by and between the CITY OF NEWPORT. BEACH. hater; "City-L� and Damon Const..Co. :,.hereinafter °Contractor, "is i e with re erence 'to theJollowl.ng facts: (a) City has heretofore advertised for bids for the following described ..public work: McFadden Square Street Improvements (Assessment District No.' 59 ) .2780, Titre of ro act ontract: (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said-public work,;and Contractor's bid,-and the compensatioh set forth in this'contract, is- based upon a careful exam #nation of al.l.plans and specifications by Contractor, NON, THEREFORE, the parties hereto agree as.follows: 1. Contractor shall furnish all materials ami perform .all of the work for the construction of the following described public work: i McFadden Square Street Improvements. (Assessme t Distr#ct:No;_59) 2780 lit le of ro ect Contract No.� which project is more fully described in the contract documents. Contractor shall perform arW :.t9 ple.te this work..In.a good and.workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completi'on.of this work as prescribed above, City shall -pay to Contractor•the sum of One Million Eight Hundred ft Thousand Eight Hundred Fift and�80 100(5 1 This compensation nc u es any oss or damage ar s.ng ram: the nature o the. work; () my loss or damage arising from any unforeseen difficulties or obstruc tions.in the performance of the work; (3) any expense incurred as .a result of.any suspension or discontinuance of the work; but excludes.any..loss resulting from earthquakes of A.magnitude in excess of 3.5 on the Richter Scale,and tidal waves:, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contrac or are set forth in the contract documents.. The contract documents are incorporated herein by reference as though set out in full and include the following: a) Notice Inviting Bids b) Instruction to Bidders and documents referenced therein (((c Payment Bond (d) Faithful Performance Bond e Certificate of,insuraoc and endorsements) (g) This'Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage; except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: C ty Attorney CITY Authorized Signature and Titl'hr.,_ '¢ 3' �� �; 9�1 �� �...._.. . w i n �, ' �„ .w '� - �': �. '� 1 r -.: p ,- �,. '+ :i '� en .. s .. ^ `� "1 \ A 1. .. tY4+,, �.uw =$ ��'�c+..Y .': �iri,.wr> .x -`y�.- .� -"�. -� �* _-+�..?�' • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDS % FOR SPECIAL PROVISIONS M For Construction of the McFadden Square Street Improvements (Assessment District No. 59) section I. Scope of Work II. Time of Completion, Schedule and Prosecution of Work III. Payment IV. Utilities A. General B. Water V. Public Convenience and Safety A. Traffic Control Plans B. "No Parking; Tow - Away" Signs C. Notification to Residents D. Right -of -Entry and Protection of Adjacent Premises E. Working Hours VI. General Requirements and Specifications Related to Project Pace No. SP -1 SP -1 SP -3 SP -3 SP -4 A. Guarantee B. Permits & Inspection C. Manufacturer's Specifications and Instructions D. Submittal of Project Materials for City Approval E. Classification of Contractor's License F. Sound Control G. Work by City forces because of Non - conformance by Contractor H. Insurance I. As -built drawings J. Construction Staging Area SP -4 SP -5 SP -5 SP -5 SP -6 SP -6 SP -6 SP -6 SP -7 SP -7 SP -7 SP -8 SP -8 SP -9 SP -10 VII. Construction Survey and Inspections A. Construction Survey Staking SP -10 B. Inspecting and Testing SP -10 VIII.Construction Details A. Removals SP -10 1. General SP -10 2. Clearing and Grubbing SP -11 3. Cold Plane Grinding Existing Pavement SP -11 4. Removal, Salvage and Relocation of Existing SP -45 5. Palm Trees SP -12 B. Construction SP -12 1. Unclassified Excavation SP -12 2. Excavation for Trenches SP -13 3. Asphalt Concrete SP -13 4. Portland Cement Concrete SP -14 5. Brick Paving SP -17 6. Adjustment of Water, Valves, Manholes, etc. SP -19 7. Storm Drain SP -20 8. Fire Hydrant and Fire Dept. Connection SP -21 9. Bike Rack SP -22 10. Bollards SP -22 11. Water Service SP -22 12. Overhead Directional Sign SP -23 13. Parking Meter Post SP -23 14. Outdoor Shower Facility SP -23 15. Telephone Kiosk SP -24 16. Sewer Manhole SP -24 17. Parking Lot Control Gate SP -24 18. Concrete Beach Wall SP -25 19. Planter Seat Walls SP -25 C. Traffic Signal, Signage, Striping and Pavement Marker SP -26 1. Traffic Signal and Safety Lighting Facilities SP -26 2. Painting Traffic Striping, Pavement Markings - Pavement Markers and Traffic Signing SP -39 D. Landscape and Irrigation SP -40 1. Landscape Materials SP -40 2. Irrigation Materials SP -41 3. Landscape Installation SP -44 4. Maintenance SP -45 5. Replanting SP -47 6. Protection SP -47 7. Irrigation SP -47 8. Final Acceptance SP -47 17 ' • M E. Street Lighting and Electrical SP-48 1. Applicable Codes and Standards SP -48 2. Variations from the Standard Plans SP -48 3. Electrical Products SP -48 4. Lighting Products SP -49 Appendix 1 Standard Plan Index C • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS McFadden Square Street Improvements (Assessment District No. 59) Contract No. 2780 I. Scope of Work The Contractor shall furnish all labor, equipment and materials, including the performance of incidental work for the construction and completion of the work indicated in the Contract Documents including, but not limited to: demolition and removal of existing street improvements, construction of inlets and storm drain, curb and gutter, sidewalks, roadway pavement, installing reinforced pavement fabric, adjusting existing utility frames and covers to finished grade, installing brick paving, tree planting, installing irrigation system, street lighting, traffic signals, re- striping and installing all pavement marking and all other items not mentioned but required to complete this contract. All work necessary for the completion of this Contract shall be done in accordance with these Special Provisions, the Project Plans, the City's Standard Special Provisions and Standard Drawings for Public Works construction (1988 Edition) and the provisions of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1988 Edition, also the most recent editions of the Uniform Building Code, the National Electric Code, and the Uniform Plumbing Code insofar as the same may apply (which specifications are hereinafter referred to as the Standard Specifications) and in accordance with the following Special Provisions and Specifications. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. Time of Completion. Schedule and Prosecution of Work No work shall begin until a schedule of work and a traffic control plan, prepared by the Contractor, have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: SP -1 h A. All work under this contract shall be completed within two hundred and ten (210) consecutive calendar days from the day of commencement of work set by the City. B. The Contractor shall provide continuous access for all tracts. This includes the Pier, Dory Fleet and Lifeguard Station. C. Traffic access onto streets which intersect streets under construction shall be maintained during all phases of the project. In addition, access to streets and private properties adjacent to streets under construction shall be maintained at all times. D. Saturdays, Sundays, and legal holidays are not considered working days for the purposes of this section. No work shall be performed within the entire week before Easter (April 6 -14, 1991). All existing parking and access shall be restored during this week. E. All streets and alleys shall be opened to traffic (minimum of one twelve foot lane) and on- street parking at all times except as stated below: 1. The Contractor shall maintain a minimum of 50% of the existing number of parking stalls in the ocean front parking lot open at all times for the purpose of public parking. 100% of the Ocean Front parking lot shall be open while the McFadden Square parking lot is closed for construction. 2. The Contractor shall maintain at least one (1) twelve foot wide travel lane through McFadden Place to Court Street and to the Ocean Front parking lot open at all times during the project. The remaining area of the existing McFadden Place parking lot can be closed for a maximum of five (5) consecutive weeks for demolition and construction of the new parking lot. 3. During construction of the Arcade Storm Drain, the Contractor shall maintain employee and service vehicle access to parking areas, loading zones and other access points. The Contractor shall also maintain a least one entrance /exit to the Arcade at all times (i.e. 22nd Street or 21st Street access) . 4. The Contractor shall maintain one -12 foot lane from Balboa Boulevard to the Penninsula open to traffic at all times. SP -2 0 0 F. ASSESSMENT DISTRICT NO. 59 McFADDEN SQUARE The City is in the process of forming an assessment district to construct decorative sidewalk, street lighting and plaza improvements throughout the McFadden Square area. Shortly after the opening of bids a public hearing will be held concerning the formation of this special assessment district. Upon establishment of the district the City will obtain the funds if necessary for the assessment district work and award the contract. If the formation of this assessment district is not successful the City reserves the right to deduct this work from the contract. The lowest responsible bidder shall be determined from bids received for the entire contract including the assessment district work regardless of whether or not the assessment district is established. III. Payment The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal (e.g., excavation, removals, sawcutting, protecting property corners, preparing subgrade, utility relocation or protection, etc.) shall be included in the unit prices bid for other items of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. The contract lump sum shall include highway with signals only. Iv. Utilities A. General price or prices for signal and lighting lighting at intersections in connection The Engineer has attempted to locate and show on the Plans the approximate locations of all public and private utilities, facilities, and substructures to be encountered during construction. The Contractor shall determine for himself the exact location of all public and private utilities, facilities or substructures which may be inadvertently omitted and not shown on the Plans. In the event any utility facility or substructure is disturbed or damaged, whether in its original or SP -3 0 0 relocated position, the Contractor shall immediately cause repairs to be made to the satisfaction of the owner and at no cost to the City. The Contractor shall provide temporary supports for all existing underground facilities as required to prevent any damage to them and shall cooperate with owners of such facilities for the installation of permanent supports. The City will apply and pay for all permanent utility services. B. Water If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. V. Public Convenience and Safety The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (Watch), also published by Building News, Inc. A. Traffic Control Plans The Contractor shall submit a written traffic control plan for each street to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The traffic control plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. "TIME OF COMPLETION, SCHEDULE, AND PROSECUTION OF WORK ". SP -4 .. sY • 7_1 3. Reopening of all traffic lanes and on- street and off - street parking upon completion of each day's work (see Section II.E.). 4. Lane closures on Newport Boulevard, Balboa Boulevard, will be permitted only between 9:00 a.m. and 3:30 p.m. B. "No Parking, Tow - Away" Signs Where any restriction mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at 714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R- 38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Notification to Residents Between 48 and 55 hours before closing a section of street or alley, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. D. Right of Entry To and Protection of Adjacent Premises When use of adjacent properties is necessary for accomplishing the work, it shall be the obligation of the Contractor to make arrangements with the City and the owner of such properties for such use. SP -5 ?3 E. 0 0 otherwise, the Contractor shall avoid any encroachment on adjacent properties. The Contractor shall repair and make good any damage to adjoining properties or improvements caused by his men or by equipment, including any damage or loss to adjoining tenant or property owners, whether to buildings, paving and landscaping, stocks of merchandise, or trade fixtures. Working Hours City ordinance limits working hours (including equipment maintenance) to Monday through Friday from 7:00 A.M. to 6:30 P.M. and Saturday from 8:00 A.M. to 6:00 P.M. V1. General Requirements and Specifications Related to Proiect A. B. C. Guarantee The Contractor shall be responsible for and shall repair all defects due to faulty labor or materials which may arise or be discovered within a period of one (1) year after the completion and acceptance of the work. Permits 6 Inspection The Contractor shall secure all necessary permits. The City will pay plan check and permit fees. The Contractor shall be required to request inspections as specified by the City. Any installation performed without the required inspection shall be reinstalled at the discretion of the Inspector at no additional cost to the owner. Manufacturer's Specifications and Instructions Unless otherwise noted, all manufactured materials, products, processes, equipment or the like shall be installed or applied in accordance with manufacturer's instructions, directions or specifications. Said application or instructions shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar to those at the job site. Two copies of such instructions shall be furnished to the Engineer and his approval thereof obtained before work is begun. Any deviation from the manufacturer's printed recommendations shall be explained and acknowledged as correct for the circumstances, in writing by the particular manufacturer. Contractor will be held responsible for all installations contrary to the manufacturer's recommendations. If any item of equipment or material is found to be installed SP -6 a9 • not in accordance with the manufacturer's recommendations. Contractor shall make all changes necessary to achieve such compliance at no cost to the City. D. Submittal of Project Materials for City Approval The Contractor shall submit representative samples of all decorative or specialty materials along with supplier's name and location to the City Engineer for approval prior to installation. All materials used under this contract shall be domestic (including castings) unless explicitly called out for in the contract plan and specifications or as outlined by the Engineer. E. classification of Contractor's License At the time of award the Contractor shall possess a General Engineering Contractor A license. F. sound control Requirements The Contractor shall comply with all local sound control and noise level rules, and regulations and ordinances which apply to any work performed pursuant to the contract. Each internal combustion engine, used for any purpose on the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The noise level from the Contractor's operations, between the hours of 9:00 A.M. and 4:30 P.M. shall not exceed 87 dBA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. SP -7 Ci. Work by City Forces Because of Nonconformance by Contractor Should the contractor fail to correct deficiencies or public nuisances that have been created because of this operation, then these deficiencies will be considered to be an emergency nature and cause for the City to move in on the project to make corrective work. The cost of such work performed by the City shall be deducted from the contract price. H. Insurance 1. Liability Insurance The word "agency" in Subsection 7 -3 of the General Provisions of the Standard Specifications shall mean "the City of Newport Beach ". a. lRecial Endorsement A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. The form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the Contract. b. Limits The liability insurance coverage in Section 7 -3 of the General Provisions of the Standard Specifications is hereby amended to provide the following minimum limits: Bodily Injury $ 500,000 each person 1,000,000 each occurance 1,000,000 aggregate products and completed operations Property Damage $ 500,000 each occurance 1,000,000 aggregate SP -8 A - Y 0 0 Combined A combined single limit policy with aggregate limits in the amount of $2,000,000 will be c o n s i d e r e d equivalent to the required minimum limits. 2. Worker's Compensation Insurance In addition to the requirement specified in Subsection 7 -4 "Workers' Compensation Insurance," of the standard Specifications, the Contractor shall provide an endorsement to the certificate of insurance on the forms provided waiving any right of subrogation it may acquire against the City of Newport Beach, it's officers and employees by reason of any payment on account of injury including death resulting therefrom sustained by any employee of the insured. I. AS -Built Drawings The Contractor shall maintain "as- built" drawings of all work and subcontracts, continuously as the job progresses. A separate set of prints for this purpose only; shall be kept at the job site at all times. It shall be required that these drawings be up -to -date and so certified by the City's Inspector at the time each progress bill is submitted. During the course of construction, actual locations to scale shall be identified in ink on the drawings for all runs of electrical work, including all site utilities, etc., installed underground, or otherwise concealed. Deviations from the drawings shall be shown in detail. All runs, whether piping, conduit, duct work, drain lines, etc., shall be located in addition, by dimension and elevation. Where the Project drawings are not of sufficient size and detail, Contractor shall furnish his own drawings for incorporation of details and dimensions. The final set of "as- built" drawings shall be signed and dated by the City's Inspector and the Contractor and delivered to the Engineer prior to acceptance of the project. SP -9 23 J. Construction Staging Area It shall be the responsibility of the Contractor to coordinate with the City the area or areas to be used for construction parking and material storage. The Contractor shall be responsible for securing the site to protect his property from vandalism and loss and to protect the public from possible injury. The site may also be used for employee parking if space is available. VII. Construction Survey and Inspections A. Construction Surveying Staking Field staking for control of construction will be provided by the Contractor. During construction, copies of all survey field notes shall be given to Field Inspector. Limits of removal are field- identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal. Payment for construction survey staking shall be included in the various items of work. B. Tests and Inspections The City shall select the testing laboratory and pay for all testing as specified in the various sections of the Specifications. When, it the opinion of the Engineer, additional tests or inspections are required because of the manner in which Contractor executed his work, such tests and inspections will be paid for by the Contractor. Some examples of such tests and inspections are: Tests of materials substituted for previously accepted materials. Retests made necessary by the failure of materials to comply with the requirements of the Specifications. Tests required because of the lack of necessary identification of materials (mill tests, manufacturers' certifications, etc.). VIII.Construction Details A. Removals 1. General Where indicated on the Plans, materials shall be salvaged by the Contractor and delivered as SP -10 4 M • indicated by the City. Items indicated on the Plans to be removed by the facility owner will be removed by others, following receipt of notification by the Contractor. All materials removed by the Contractor shall be disposed of off -site. The roadway and adjacent areas shall be left with a neat and finished appearance. Materials shall be removed from the project site at the end of each work day. Final removals by hardblow pavement breakers and stompers will not be allowed. The Contractor shall sawcut (minimum 2" deep cut) out all asphalt and concrete removals as marked on Plans or instructed by the Inspector. Waste water from any sawcut operations shall not be allowed to enter the storm drain system. Payment for any sawcutting shall be included within the Contract unit price for related work and no additional compensation will be allowed therefore. 2. Clearing and Grubbing Removal, clearing and grubbing shall consist of removing natural and artificial material and items from the project area, such as structures, street furniture, vegetable growth, trees, brush and debris within the limits of construction. The cost of abandoning existing sewer clean -outs and manholes, removing existing street lights, conduit and pull boxes, removing the existing drinking fountain, removing any existing storm pipe or catch basins along with the abandonment and sand slurry backfill of the existing 12" CMP and grate inlet (Newport Boulevard and 22nd Street) shall be included within the contract price for clearing and grubbing. Parking meters shall be removed by City forces. Payment for removal of existing roof drains, parking meter post, concrete foundations and structures, street light pull boxes, existing street light conduit and other incidentals shall be included within the Contract Lump Sum price for clearing and grubbing or related bid item and no additional allowance will be made therefor. Cold Milling Existing Pavement The Contractor shall cold mill a 5- foot -wide wedges along existing edges of PCC gutters as dimensioned and designated on the plans (excluding PCC gutter SP -11 along the alleys). In addition, the Contractor hall cold plane 5- foot -wide wedges along existing edge of PCC cross gutters. The cold milling shall be 0.1 foot deep at the gutter edge and taper out to 0.0 feet deep, 5 feet away from gutter edge. During the cold milling operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. The Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling with water or other means as necessary. 4. Removal, Salvage and Relocation of Existing Palm Trees Existing palm trees marked for removal and relocation shall be tagged with a number and removed per the removal plans and replanted per the landscape plan. The existing palm trees shall be removed with root ball intact, the root ball covered with 2 layers of burlap and keep moist until replanted in the prescribed location. Palm trees may be temporarily stored as directed by the landscape architect at a location approved by the City. Payment for removal and relocation of existing palm trees shall be at the Contract unit price for each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to remove, maintain and replant trees and no additional allowance will be made therefor. In the event that any tree is damaged or allowed to die during the relocation process, the Contractor shall replace said tree with a comparable new tree at no expense to the City. B. Construction 1. Unclassified Excavation Shall include excavating, removing, hauling and disposal of all material to the sub -grade elevations indicated on the plans as required to construct the new roadway and sidewalk improvements. Unclassified excavation shall be done in accordance with Section 300 -2 of the Standard Specifications. Payment for any excavation shall be included in the price of related work. SP -12 2. Excavation for Trenches Cost of excavation and backf ill of trenches including any required shoring or dewatering shall be included in the bid item for which trenches are required, i.e., electrical, irrigation, storm drain. Dig trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to establish indicated flow lines and invert elevation. Asphalt Concrete a. Pavement Reinforcing Fabric Pavement reinforcing fabric shall be installed over all existing pavement surfaces which are to be covered with a new asphalt overlay. All work shall be done in accordance with Sections 213 -1 and 302 -7 of the Standard Specifications. Special care shall be taken to clean out all existing joints and cracks of sand, dirt or other debris to a minimum of 1 -1/2" deep and then seal these joints and cracks with a Type "C" or Type "D" sealant as described in Section 201 -3 of the Standard Specifications. The Contractor shall also grind off flush any areas of pavement that are unevenly broken and stick up more than 3/8" above the apparent finish surface of the existing pavement, along with filling in any potholes, old joint, large cracks or sharp depressions to the existing finish surface with asphalt concrete. Payment for pavement reinforcing fabric shall be at the Contract unit price per square yard and shall include full compensation for all surface preparation, labor, materials, equipment and incidentals necessary to perform the items of work. b. Asphalt Concrete Prior to placing any AC pavement section or AC overlay, a tack coat of AR 4000 or SSlh Asphaltic emulsion shall be applied to all existing AC or PCC pavement surfaces at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to SP -13 • • existing concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coat is applied. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vegetation prior to overlay. 2. The Contractor shall.apply tack coat to existing pavement prior to all AC work. 3. The asphalt concrete finish course shall be III- D- AR4000 with approximately 5.8 percent paving asphalt. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. 4. The asphalt concrete base course reconstruction shall be with Type III -B- AR -4000 asphalt concrete. 4. Portland Cement Concrete a. Joints & Sealant The Contractor shall layout a control joint plan for McFadden Plaza and obtain approval from the City Engineer of said plan before any construction begins on the Plaza. Joint design and layout shall be as recommended by the Portland Cement Association (PCA). Maximum control joint spacing shall be 15' O.C. Jointing shall be done in accordance to the Standard Specifications and Section 303 -5.4 "Joints ". All joints shall be sealed with "Vulkem 245 two part pourable polyurethane sealant" or other approved Type "E" sealant SP -14 '33 • per section 201 -3 of the Standard Specifications. Color of joint sealant to be approved by the Engineer. Portland Cement Concrete: Portland cement concrete shall meet the requirements of Section 201 -1 and 400 -3 of the Standard Specifications. All concrete used on the project shall be 560 - C -3250. Fly ash substitutes and /or admixtures will not be permitted. All decorative sidewalk as denoted on the plans shall have a rocksalt finish. b. Portland Cement Concrete Pavement Concrete Except as provided below, concrete shall be in accordance with Section 201 -1 of the Standard Specifications. Types II, Class 560 -C -3250 Portland Cement Shall be used for new construction of pavements slabs. Maximum slump shall be 411. No water will be added to concrete after it leaves the plant with out the approval of the Engineer. Cement used in adjacent panels of concrete pavement shall be from the same source and batch. Joints & Sealant The Contractor shall construct longitudinal joints (either keyed or butt types with tiebars to hold adjacent slabs in vertical alignment) at spacing not to exceed 12.50 feet. Transverse joints shall be located at regular intervals of not more than 15.00 feet a part. All Construction joints must be continuous through the curb and gutter and have a depth equal to 1/4 of the pavement thickness. SP -15 • • Expansion joint filler must be full depth and extend through curb. All PCC pavement joints shall be sealed flush with a Type "C" joint sealant as described in Section 201 -3 of the Standard Specifications. The Contractor shall make minor adjustments in joint location made by skewing or shifting to meet inlets and manholes. Finish Surface Finishing shall all exposed concrete pavement surfaces shall be per the Standard Specification except that the surfaces shall be broom finished instead of finished with a burlap sack. Brooming shall be in a traverse manner to the centerline of the adjacent roadway. C. Payment The Contract Unit Prices per square foot for P.C.C. Pavement shall be inclusive of the cost of constructing pavement of the thickness indicated, provision of joints, sealant, and all additives, equipment, labor and materials. Payment for curb, gutter, driveway and alley approaches, cross gutters and sidewalk shall be per contract unit price. Payment for any additional work or treatment such as rocksalt finish, jointing and joint sealing, waterproofing and sealing brick, etc., shall be included in the unit bid price of related items. Curb and gutter and gutter transition shall be paid for at the unit price of the highest curb face along the transition section. Payment for joint sealing shall be included in the cost of related construction item. Payment for handicap access ramp shall be included in the unit price for sidewalk. Payment for the reconstruction of roof drains shall be included in the unit price for PCC sidewalk. SP -16 34 5. Brick Paving a. General The work includes the construction of rigid brick paving upon a concrete sub -base. Rigid brick paving in sidewalks consists of standard solid brick pavers 1 -3/8" by 3 -1/2" by 11 -1/2" thick laid on a cement mortar bed, with mortared joints. Rigid brick paving in McFadden Square Plaza consist of 12" X 12" X 1 -1/4" pavers and 24" X 24" X 1 -1/4" pavers on a cement mortar bed on a 6" or 8" PCC base with mortared joints between pavers. b. Materials Brick Pavers shall comply with ASTM C 902, Grade SX, Type 1, Application P.S. Brick Pavers (1 -3/8" X 3 -1/2" X 11 -1/2 ") in sidewalk shall be Mesa Red Flashed, as manufactured by New Davidson Brick Company, Perris, CA, or approved equal. 12" X 12" X 1 -1/4" brick ribbon pavers in plaza shall be "Terra Cotta No. 3 -1/2 Nuevo - Rustico Finish" as manufactured by Sierra Stone and Tile, Houston, TX., or approved equal. (713) 682 -6712. 24" X 24" X 1 -1/4" pavers in plaza shall be "Granapave -Coral Finish" as manufactured by Sierra Stone and Tile, Houston, TX. or approved equal. Mortar for rigid paving setting bed shall be Class E in accordance with Section 201 -5.1 of the Standard Specification. Additives may be included in the mortar if recommended by the paver manufacturer, and shall be used in compliance with printed instruction specific to the application for which the mortar is to be used. Grout for rigid paving joints shall be in accordance with Section 202 -1.5.2 of the Standard Specifications. Bond breaker shall be an approved liquid - applied compound. SP -17 C. d. e. f Construction Subsurface inspection, before starting work, all surfaces to receive pavers shall be thoroughly inspected for soundness; protrusions and high spots which interfere with paver work quality, shall be removed; all holes, voids and cracks shall be patched and filled, all loose particles, soot, efflorescence, grease, oil, paint, and other foreign matter shall be removed. All other defects on such surfaces shall be corrected before applying materials. Rigid Brick Paving Place 3/4 -inch mortar setting bed on bond breaker applied on prepared subsurface. Set pavers in place, align and space to provide 1/2 -inch joints between pavers. Remove all mortar stains from the paver surfaces, using water, prior to the initial set of the mortar. Fill joints with grout, using a trowel to ensure a full and dense condition. Grout shall be finished flush with paver surface. Keep paver surfaces clean as grouting progresses. Wet -cure for a minimum period of 72 hours, using kraft paper or non - staining burlap, and fine fog spray of water. Control Joints Cut and place brick paver: separation above or withi expansion joint or weakens subsurface concrete. Sea] n the rigid brick paving. in accordance with Section Standard Specifications. Cleaning and Protection so as to provide a n one inch of each i plane joint in the all control joints Apply joint sealant VIII -B -4 -a of these As the work progresses, paver faces of the completed portion shall be cleaned, free of mortar and grout to prevent stains. If mortar staining is present after curing, clean affected area using a solution of 1 part muriatic acid to 10 parts water and scrub with a fiber brush. Rinse cleaned area with clean water, removing excess with cloths. SP -18 ,U . r� All brickwork including special planter caps and kickboard shall be sealed with an approved waterproofing /stain resistant sealant. Payment for all sealant work shall be included in the unit price for related work. g. Extra Materials Prior to acceptance of the work, the Contractor shall furnish to the City extra pavers in a quantity of two percent of the total amount applied on the job, of the kind, grade and color used. Pavers shall be in full, unopened boxes labeled with the kind, grade, color and location matching those which have been applied. h. Payment Payment for the 24" X 24" "Granapave" brick paving will be paid for at the Contract Unit Price per square foot for as shown in the Bid items. Price shall compensation for furnishing and placing all materials required, including the construction and preparation of the PCC subsurface, setting bed, joint treatment, curing, cleaning and for all labor, equipment, tools, and incidentals needed to complete the work in conforming with the Plans and Specifications. Payment for all other Rigid brick paving, ie: Brick ribbons, shall be included within the contract unit price for related concrete work. Measurement of brick paving surface areas shall be made to the vertical planes of building face, back of curb, face of gutter, or limit of rigid brick paving, with deduction for the areas of tree wells, pole foundations or incidental features or concrete edgings. 6. Adjustment of Water, valves, Manholes, etc. The Contractor shall adjust all Pull boxes, valves, valve covers, water and gas meter boxes, manholes or any other miscellaneous surface structures to grade. Payment for adjusting said above items to grade shall be per unit bid price each and no other composition shall be allowed therefor. SP -19 • M 7. storm Drain a. Trench Excavation. Dewaterina and Shoring Excavation shall include, without classification, the removal of all materials of whatever nature encountered, including all concrete asphalt, existing lines abandoned in place, or other obstructions of every nature that would interfere with the proper execution and completion of the work. All pumping, ditching, or other approved measures for the removal or exclusion of water, including taking care of storm water and waste water reaching the site of the work from any source so as to prevent damage to the work shall be performed as necessary by the contractor. Any excavation carried down below the grade shown on the drawings or in excess of those ordered by the Engineer shall be backfilled to the required grade with sand or aggregate material. Such material shall be properly moistened and thoroughly compacted in layers not exceeding four (4) inches in thickness by means of a hand - operated power- driven tamper. Excess excavated material shall be removed from the site and disposed of by the Contractor at his own expense. All excavations shall be kept free of water while concrete or pipe is being placed and until concrete has attained its initial set to eliminate any possible damage from such water. Any water accumulations in excavations from any source whatsoever shall be removed by the Contractor at his own expense. Waste water shall be disposed of in such a manner that it will not cause any damage to public or private property or will not be a menace or inconvenience to the public. Trenches shall either be covered with steel plates or adequately fenced at night and on weekends. b. Reinforced Concrete and PVC Plastic Pine Reinforced concrete and PVC Plastic pipe shall be installed in the sizes and strengths shown on the plans. All joints shall be water tight. Gasket type joints are required for reinforced concrete pipe. "Cadilloc" joint SP -20 a • seal this s °r s . wheAroArjate to be m . ace Use ate cost on t cor d. r cost a root, of he bid with PaYme C. ac f rely e l Joint. d a secrete sheet the vorl us all back 1d it mas? be 1nc1Ude11 roll she sh 1111 sha d 1n the .re 1 o hel ba v'e mat m�rwjse tenedac t in 1 to 9p eve 12 and densi tYmAact admAto, aY A a each Tests Aeleenti�ety c tiding 90 Ae cle d, reAre for lativessingUnder, nt jne City tat'14 -a Zia matimumall ber °Und, and Con at - Uevng Test the steal denslty�Aacted tr hat tint t 'k cit 1 allOwactorI test the thod N at t be m ArotingsUffic etpensshal2nitia1 Ca11foxAe, by req., de the batik t tjm The a to testrnia 231 f sha11 ring c C1tY FX11 a for COnt ken a faljs coroly- Pro L mAaet?ith 4g The theractor t the Fire mAaetio� a , all hl test - a on ractorAactja01 °nnect1odrant tests• sari, hol °e and The c Ariorall cont a 12e1oCat3 eCat j0 °r hole In ntetor hydraa0tor °n b and or takino tans "t andshall r Fire g abandO The �elocat atoye Depar e kick r blostinq w r1 sh hYdra�tage a tent 214 132 k at Cheer let l Cl OSas sho sting the Cit of the abandrat ate etia on w Y °f lyewn rt fire c hydr end. Alaceia9 he be lowed h StandnaYc Soo 11 8.0 t t L for the .M. 1me bent QhUt C° the c orstallaany wee do the ho the ha n Ur hot Ce be f each pe City th'e awkew SI'-21 starting ord F1r r • M seals or similar may be used. Payment for this work shall be in accord with the various appropriate items on.the bid sheet. The cost,-;, of concrete backfill and waterproofiYjoints shall be included in the cost of related bid items. C. Backf ill All backfill shall be placed in layers, each layer shall be moistened, tamped, puddled, rolled, or otherwise compacted to 90 percent relative maximum density. The backfill and bedding under, around, and over every utility crossing shall be compacted to 90 percent relative maximum density. Tests for compliance shall be made by representatives of the City at the expense of the City using Test Method No. California 231. In the event the initial test fails, additional tests shall be taken at the Contractor's expense. The Contractor shall allow sufficient time for the compaction testing or backfill. The Contractor shall provide the City with 48 hours notice prior to requiring compaction testing. The Contractor shall provide all labor and equipment to provide the necessary hole or holes for taking compaction tests. Fire Hydrant Relocation and Fire Department Connection Relocation The contractor shall remove and salvage existing fire hydrant and relocate fire hydrant as shown on the plans. The contractor shall close existing valve, abandon existing water lateral and place a concrete kicker block at the abandoned end. The installation of the new fire hydrant, shall conform to the City of Newport Beach Standard 500 -L and 507 -L. The Contractor will be allowed to shut down the water main to the pier one time between the hours of 3:00 A.M. to 8:00 A.M. on any day, Sunday through Thursday for the installation of the new fire hydrant. The Contractor shall give the owner of the restaurant on the pier, the City Engineer and the City of Newport Beach Police and Fire Department 5 days notice before starting work. SP -21 39 „fire existing on the to the as shown $each all relpCtne r, Y -91' of New° Payse to for The Conentc °onn ance W11 ntsereY b anite� ComPle dep irL ac° re pePa Shall be P fire plan and Fi cation a neW for fore said relo lation Of it bid lion for in-91- the lnst cOntrac 1 omPe lristallat fo paa ants shy alie inr- hY Sjail and C, Bess ryeio - by and istint Price�ipYae allowed trier rem valfireehYd tools, an shall be of neW teria nomPesation ma a bbonTandI any•tional r Ri addx gacic install . nuf art- by ell Shall 9 8i a con °tor z hper P an) r °v d ed� °atinal and be P b bie a rat on 1 or an gal t lationRacy- l s fare of to 1 ha hots iPP Inds all , tical steal vpain d Plan om the ver C}cs be and fr riot nufacture W, aW Walls • ling bIf a Shall install 'ailed or beach and insta �e each ldentals planter Wishing it bid Pr d all inoei allowed Patent for �ontraCt u ainting and b er ins ua a tionalat °omPe cation adds by ty eref °r a boll Nos CB' th anti4`� lan- ollards all instal catal °q be Pe of rust Inc. SlIa 10. so p tw °f O -nted color tct.a llc te pl° con nret o ith hce b TIle CZ%p a �°�5 all to Pal atch t et Pa Ti r toapalnting d ub The St nt l- cards. pproval P be neW lighto City for talling b °all tinclU140 bollards• shin9 an cease Ch inc Gent t erefOr- Payment trac funit btionr an all be allCwed t per ti g i a pensatyon sh at W er 'pa ditional C inch a c y03'L. a o dar Water service 1 install rt two Stan ll. steal NeWP g Contractor e per City of SP-22 • r The Contractor shall relocate the existing "fire department connection" for the pier as shown on the plans in accordance with the City of Newport Beach Water and Fire Departments requirements. Payment for said relocation shall be per bid item complete in- place. Payment for the installation of the new fire hydrants shall be per contract unit bid price for each and shall include full compensation for removal of existing fire hydrant and installation of new fire hydrant. Price shall include cost for any materials, tools, and equipment necessary. No additional compensation shall be allowed therefor. 9. Bike Rack The contractor shall install four (4) "Ribbon Rack" bike racks (size per plan), manufactured by Brandir International or an approved equal. All racks shall have hot dipped galvanized coating and shall not be painted. Installation shall be per manufacture and plan detail. Racks shall be installed 18" away from the vertical face of planters or beach walls. Payment for furnishing and installing bike racks shall be per contract unit bid price each and shall include installation, painting and all incidentals. No additional compensation shall be allowed therefor. 10. Bollards The contractor shall install antique bollards by "Antique Street Lamps, Inc." catalog No. CB- Cl/PP. Location of bollards shall be per plan. The bollard shall be painted with two coats of rust resistant silver to match the color of the proposed new light standards. Submit paint type and color sample to City for approval prior to painting bollards. Payment for finishing and installing bollards be per contract unit bid price each and shall include painting, installation and all incidentals. No additional compensation shall be allowed therefor. 11. Water service Contractor shall install two inch (211) water service per City of Newport Beach Standard 503 -L. SP -22 Vo Payment for 2" water service shall be at the contract unit bid price for each and shall include full compensation for furnishing all labor, materials, tools, and equipment and for doing all work involved in, or appurtenant to, the construction of the two inch (211) water service. 12. Overhead Directional Sign Contractor shall install overhead directional sign per detail on plan. Signs shall be Caltrans type "A ". NAIM -2 -72 -200 -5 and NAIM -2 -96 -200 -5 as and shown per detail. Sign pole shall be Western Lighting Standard PCPL299Q. The Contractor shall submit structural engineered shop drawings to the City Engineer for approval prior to fabrication of pole. The contractor shall also connect sign to power source, install photo electric switch and paint pole with two coats of rust resistant silver to match street lights. Paint type and color to be approved by the City prior to painting sign. Payment for installation of overhead signs shall be per contract bid price per each and shall include full compensation for all electrical work, foundation, painting and furnishing all labor, materials, tools, and equipment necessary and no other compensation shall be allowed therefor. 13. Parking Meter Post Contractor shall install parking meter post per City of Newport Beach Standard 912 -L. installation 1. All meter posts shall be painted with two coats of rust resistant silver to match street lights. Parking meters shall be installed by City forces. Payment for the installation of parking meter posts shall be at the contract unit price per each and shall include full compensation for furnishing and placing all material, labor, equipment, tools and incidentals needed to complete the work and no other compensation shall be allowed therefor. 14. Outdoor Shower Facility Installation Contractor shall construct outdoor shower facility per plan detail. Shower wall shall be constructed with 8" two sided split face block (color to match SP -23 • restroom). All plumbing installed remaining plumbing PVC pipe. Shower auto shut off type. �il shower fixtures and exposed shall be stainless steel. All involved shall be schedule 40 valves shall be spring loaded, Payment for shower facility shall be per contract bid item for each and shall include all cost for 8" split face block wall, concrete slab and column, all necessary plumbing, shower appurtenances, and any incidentals need for the construction. The cost shall include full compensation for all labor and tools needed and no additional compensation shall be allowed therefor. 15: Telephone Kiosk Telephone Kiosk shall be constructed as per plan. Telephones and change machine will be supplied and installed by others. The contractor shall also install conduit and wire from lifeguard station services panel and connect lights to power source. Payment for Telephone Kiosk shall be per contract Lump Sum price and shall include the cost of all required electrical work, phone ducts, painting, materials, equipment, tools, labor and any other incidentals required for construction. No additional compensation shall be allowed therefor. 16. New Sewer Manhole The Contractor shall remove the existing sewer manhole in McFadden Square Plaza per Plan and construct a new sewer manhole in accordance with the City of Newport Beach Standards to avoid conflicts with the new raised planters. The Contractor shall also reconnect the existing sewer services to said manhole. Payment for new sewer manhole shall be per contract unit bid price per each and shall include the cost of removal of existing manhole, construction of a new manhole, the reconnection of the existing sewer services, all materials, equipment, tools, labor and any other incidentals required. No additional compensation shall be allowed therefore. 17. Parking Lot Control Gate The Contractor shall fabricate and install a parking lot control gate as shown on the construction plans and per details. Padlock to be furnished by the City of Newport Beach. SP -24 • M Payment for the parking lot control gate shall be at the unit price for each and shall include the cost of all materials, labor and related incidentals including painting, arrow sign, yellow reflector tape and no additional compensation shall be allowed therefore. 18. Concrete Beach Wall The Contractor shall construct the concrete beach wall per plans and details so as to match the look of the existing wall along the Ocean Front parking lot. Payment for the concrete beach wall shall be at the contract unit price per linear foot and shall include the cost of all materials, labor, form work, steel reinforcement, piles, excavation and any other related incidentals. No additional compensation shall be allowed therefore. 19. Planter Seat Walls The Contract shall construct planters per plans and details. Block planters shall be constructed with 2 -1/2" X 12" X 24" wall caps, "Blanco 41 -Fino Finish ", and 1 -1/2" X 6" X 24" base strips, "Terra Cotta #3 -1/2 Nuevo -Fino Finish ", manufactured by Sierra Stone and Tile, Houston, TX (713) 682 -6712 or approved equal. The color of the mortared joints between wall cap units shall match color of wall caps. The color of the mortared joints between the base strips shall match the color of the base units. The color of the plaster skim coat shall be per the City Engineer. All planter interior walls shall be waterproofed with a hot tar slurry up to the base of the wall cap unit. Payment for planter seat walls shall be at the contract unit price per linear foot and shall include the cost of all materials, labor, form work, steel reinforcement, excavation, waterproofing, plastering, base strip, wall cap, and any other related incidentals and no additional compensation shall be allowed therefore. SP -25 62 • M C. Traffic Signal, Signage, Striping and Pavement Marker 1. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES a. General The Contractor shall furnish all tools, equipment, materials, supplies and manufactures articles and shall perform all operations necessary to construct traffic signal and street lighting facilities as shown on the drawings and as specified herein. b. Reference Specifications and Standard Plans 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January, 1988. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January, 1988. 3. Codes. Ordinances. and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.01 of the Standard Specifications, and to all other ordinances, specifications, standards and regulations of the authorities having jurisdiction. C. Description Furnishing and installing traffic signals, lighting and sign illumination systems and payment, therefore, shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications. Traffic signal work is to be performed at the following intersection: SP -26 44 • M 1. Balboa Boulevard & 21st Street d. Underground Utilities Prior to doing any other work in a given construction area, all hazardous underground utility lines in that area, will be either "pot holed" or exposed by the utility owner(s). One or more hazardous underground utility lines may necessitate the work or re- arrangement to a lower elevation, by the owner(s), during construction operation. If such re- arrangement work occurs, the contractor shall allow each affected utility company ten (10) working days to re- arrange its facility at any given locations. No contractual work will be permitted over or, within 10 feet horizontally of, any hazardous underground utility line to be re- arranged, until such re- arrangement work is completed. In the event that the utility facilities mentioned above are delayed or interfered with by reason of the utility facilities not being arranged at said times, the contractor shall be compensated for such delay as provided in Subsection 5 -5, 'Delays" of the Standard Specifications. e. Enuipment List and Drawings Equipment Lists and Drawings of electrical equipment and material shall conform to the provisions in Section 86 -1.03, "Equipment List and Drawings ", of the Standard Specifications and these Provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be on 24 "x36" size sheets for five through eight phase installations only, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on 812'x11" sheets will not be acceptable. One mylar reproducible print with 2 blueline copies shall be provided for each diagram. SP -27 f. 9. • M The contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: 1. Specifications 2. Design Characteristics 3. General Operation Theory 4. Function of all Controls 5. Detailed Circuit Analysis 6. Trouble Shooting Procedure (Diagnostic Routine) 7. Voltage Charts with Wave Forms 8. Block Circuit Diagram 9. Geographical Layout of Components 10. Schematic Diagrams 11. List of Replaceable Component Parts with Stock Numbers Foundations Foundations for electroliers, standards, posts, and pedestals shall conform to the applicable provisions in Section 86 -2.03, "Foundations ", of the Standard Specifications and these Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete ", of the Standard Specifications and shall contain not less than 564 pounds of cement per cubic yard, unless authorized by the Engineer. Standards. Pedestals and Posts Standards, steel pedestals, and posts shall conform to the provisions in Section 86 -2.04, "Standards, Steel Pedestals and Posts ", of the Standard Specifications, the Standard Plans, and these Provisions. SP -28 w. i r • The location of all standards shall be strictly in accordance with the dimensions of the plans, or as approved by the Engineer. Standards, pedestals and posts shall be installed with 36 -inch minimum clearance to face of curb or edge of shoulder unless otherwise directed by the Engineer. Signal standards and mast arms shall be of the design and dimensions noted on the plans and Standard Plans. Slip -fit mast arms, truss arms and tie rods shall not be used with mast -arm installations unless otherwise shown on the construction plans. Plumbing of standards shall be accomplished by adjusting the nuts on the anchor bolts before the foundation cap is placed. Shims or other similar devices for plumbing or raking will not be permitted. After plumbing the standard, anchor bolts shall be cut off 1/4 inch (6mm) above the nuts and the exposed surfaces shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of Zinc -Rich Primer, Organic Vehicles types, Type II, Section 91 -2.01 without thinner. I Conduit Conduit shall conform to the provisions of Section 86 -2.05 of the Standard Specifications, except as amended herein. Non - metallic type conduit shall not be used unless specifically noted on the construction plans. Duct sealant satisfactory to the Engineer shall be applied around underground conduit terminating inside the traffic controller cabinet at the point where the conduit enters the cabinet to prevent moisture intrusion. All conduit wiring and locations of conduit wiring runs shall be to the satisfaction of the Engineer. SP -29 r57 • M L Pull Boxes Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes ", of the Standard Specification and these Provisions. Plastic pull boxes shall not be used. Standard Plan Drawings ES -8, Note 4-a.5 and b.9 shall not apply. The pull boxes shown on the plans are to be installed as a minimum. The Contractor may, at his own expense, install additional or large pull boxes to facilitate his work with the approval of the Engineer. Pull boxes shall be No. 5 unless noted otherwise on the construction plans. Pull boxes shall not be installed in any part of a driveway, wheelchair ramp or other traveled way unless specified by the Engineer. j. Conductors and Wiring Conductors and wiring shall conform to the provisions in Section 86- 2.08, "Conductors ", and Section 86 -2.09, "Wiring", of the Standard Specifications and these Provisions. Neutral and ground shall be No. 10 AWG copper wire. Three feet of slack shall be provided for each conductor in each pull box. k. Bonding and Grounding Bonding and grounding shall conform to the provisions in Section 86- 2.10, "Bonding and Grounding ", of the Standard Specifications and these Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. SP -30 :W r • Grounding jumper shall be visible after cap has been poured on foundation. 1. Electrical Service All power pedestals shall be Type II (enclosed meter) with Style B cabinet. It shall be equipped with four circuit breakers (50 AMP main, 15, 30, 40 AMP) and test blocks inside pedestal cabinet. Refer to State Standard Plans ES -2C and ES -2I) for further details. M. Testing Testing shall conform to the provisions in Section 86-2.14 'Testing", of the Standard Specifications and these Provisions. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn on" and beginning of functional test. Turn -on of the new traffic signal system shall not be on, nor shall the five (5) day functional test start on a Friday, Saturday, holiday or any day preceding a holiday. The Contractor shall arrange to have a signal technician qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on during the first day of the functional test, and upon completion of field installation. Prior to turn-on, all equipment, and wiring as shown on the plans, shall be installed and operable. A qualified representative from the contractor shall be present to immediately correct any deficiencies (i.e., loop wiring, signal wiring, head adjustments, etc.) that are discovered subsequent to the turn-on. All louvers, hoods and signal heads shall be directed to provide proper visibility. all signs, striping and pavement markings as required on the plans shall be in place prior to turn-on. Payment for conformance to Section 86 -2.14 'Testing ", shall be included in the contractors bid and no additional compensation will be allowed. SP -31 ua.. n. Controllers The City will furnish to the Contractor for installation, a fully wired, eight (8) phase, Multisonics 820 System Controller or approved equal, with integral (TBC) coordination, overlaps, special intersection clearances, telemetry and modem with detection and operations as shown on signal plan in Type 'TT" aluminum cabinet. The controller assembly will be fully compatible with the City's existing Multisonics VMS 330 Master Computer system. The cabinet convenience receptacle shall have a ground -fault circuit interruption as defined by the National Electrical Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground -fault current. the cabinet shall be equipped with a plastic envelope to hold wiring diagrams, signal timing instructions, and miscellaneous items. o. Traffic Sienal Controller Cabinet The City furnished aluminum controller cabinet will conform to the following specifications: Section 86 -3.07, "Controller Cabinet ", is amended to include the following: Controller unit shall be mounted on the top shelf of the cabinet. Detector sensors and interconnect shall be installed per the system supplier's specifications in the Type 'P" aluminum cabinet with metal load bay. There shall be mounting flanges across center from front to rear on 12- inch centers. SP -32 4I= M M The following items will be mounted on the inside of the door. 1. A securely fastened heavy duty plastic envelope of sufficient size to hold controller cabinet wiring diagrams, intersection layout diagrams, and other service information. 2. Vehicle and pedestrian test buttons. 3. Auxiliary panel with a convenience receptacle, duplex three -prong NEMA, Type 5 -15R, a controller power switch, auto -flash switch, and RJ -11 phone jack instead of phone and ringer. 4. A removable beveled shelf adaptor shall be provided to tilt the controller unit 15 -20 degrees vertically upward. The bevel shall be the same material and paint as the shelf and shall support the entire bottom portion of the controller unit. There will be a removable cabinet vent -light assembly which shall contain a fluorescent light and ball bearing fan controlled with an adjustable thermostat. The lamp will be controlled by a refrigerator - type door switch. Paint to be applied to both external and internal cabinet surfaces shall be baked enamel (white). The cabinet shall be slanted 1/2 inch per foot to the rear to prevent standing water. Cabinet shall be wired to accept Multisonics 820 controller. A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. for each phase on which bicycle pushbuttons are used, the bicycle timing logic package shall have a separate solid -state circuit with a solid -state timer capable of an adjustable timing period from 0 to 16 seconds, and a display lamp. The lamp shall indicate when a bicycle pushbutton call has been registered, and shall remain on until the 'bicycle timing" described below has been completed. SP -33 51 M Actuation of a particular bicycle pushbutton shall activate its' respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuation received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable timer has "timed out ". For actuation received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has not previously occurred during that same green interval. Actuation received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicles timer, pedestrian time, or the bicycle time, whichever is longest, shall be in affect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA approved connector and harness. SP -34 u p. Auxiliary Equipment The fourth paragraph of Section 86 -3.08L is amended as follows: The safety monitor shall be a 12 channel NEMA enhanced unit meeting or exceeding NEMA standards TS -1 Part 6 and TS -1 -1983. the following features are required and shall be selectable on a per channel basis: detects and conflicts if simultaneous display of green and yellow or green and red on the same channel occurs and/or detects shorter than a 3 second minimum yellow display following a green display on the same channel. The safety monitor shall be self - contained with power supply and shall include LCD displays for each channel on, power, 24 volts (2); voltage monitor, power interrupt, conflict, red failure, and sequence failure (red, yellow, green and walk per channel), respectively. The safety monitor shall monitor all vehicular and pedestrian displays at all locations. When the cabinet door is open and the monitor is disconnected, the intersection shall operate normally. When the monitor is connected, irrespective of the position of the cabinet door, the monitor shall operate as specified. When the cabinet door is shut and the monitor is disconnect, the intersection shall go into flashing operation. The monitor shall log and display, on command, the previous nine failures with actual display of each failure. In operable or missing fuses in the controller unit and/or safety monitor shall cause the intersection to operate in flash mode. q. Signal Faces and Signal Heads Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof shall conform to the provisions in Section 86 -4.01, "Vehicle Signal Faces ", Section 86 -4.02, 'Directional Louvers," Section 86 -4.03, Tackplates ", and Section 86 -4.06 "Signal Mounting Assemblies ", of the Standard Specifications and these Provisions. SP -35 ¢s M • Plastic housing, visors, and backplates, will not be permitted. Where signal heads are mounted on the side of poles, they shall be mounted on the side away from the traveled roadbed. All lamps for traffic signal units shall be provided by the contractor. The lamps shall be Duro -Test or an approved equal and the cost of the lamps shall be included in the lump sum. All lenses shall be glass. r. Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4.05, 'Pedestrian Signal Faces,' of the Standard Specifications and these Provisions. Pedestrian signals shall be Type B and shall operate on a 120 volt source with 4000 volt secondary transformer. The signal shall have a sun screen of 7 crate" plastic. The display shall be the international symbol message with a Portland Orange, "Hand" and Lunar White "Walking Person ". S. Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86- 5.02 'Pedestrian Push Buttons ", of the Standard Specifications and these Provisions. Pedestrian push buttons shall be Type 'B ". The entire push button housing shall be metal. Signs shall conform to State Standard, ES -5D. t. Hieh Intensity Discharge Luminaries Luminaries shall conform to the provisions in Section 86 -6.01, "High Intensity Discharge Luminaries ", of the Standard Specifications and these Provisions. The luminaries to be installed shall be 200 watt, 22,000 lumen, 120 volt cut -off type high pressure sodium vapor with integral constant wattage ballast and Type IV photoelectric control. The luminaries shall be furnished with lamps, photoelectric control units, and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. SP -36 • M The luminaire shall provide true ninety- degree (90 degree) cut -off with no light emitted above the horizontal. the lower edge of the luminaire housing shall extend below the light source and all glassware. A clear, flat, heat and impact resistant lens shall be provided. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, water - tight, and filtered to prevent contamination from infiltration of gaseous and particular matter. The lamp socket shall be factory pre -set to produce a medium cut -off IFS Type III light distribution. The optical assembly door shall be designed to prevent the door from swinging free of the hinge pins when opened. U. Detectors Loop detector sensor units shall be Type B (2 or 4 channel). Loop wire shall be Type 1. Lead -in cable shall be Type B. The Contractor shall test the detectors with a motor -driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen wight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor -driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. V. Ooticom Priority Control System Model 262 phase selector units and control harness, as manufactured by 3M Company, shall be furnished by the City and installed by the Contractor. Model 262 phase selector units and control harness shall be City furnished and factory installed in new controller cabinets. SP -37 66 W. X. Y. • M Model 205 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. Internally Illuminated Street Name Signs Internally Illuminated street name signs shall conform to the provisions in Section 86 -6.05 "Sign Lighting Fixtures Fluorescent" of the State Standard Specifications and these Provisions. The internal illuminated street name sign units (ISNS) shall be Type A. The sign legends shall be white on green unless noted otherwise on the construction plans with 8 -inch uppercase and 6 -inch lowercase letters. Minimum copy size for the legend shall be Series C with Series D or E copy being used where message length permits. Details of color, style, borders and spacing shall conform to the standards established by the State of California, Department of Transportation. 'Periods" shall not be used on abbreviations. The full size layout for each legend shall be submitted to the Engineer for approval prior to fabrication. Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86- 6.07,'Photoelectric Controls ", of the Standard Specifications, and these Provisions. Removing. Reinstalline or Salvaging Electrical Equipment Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump sum price for signal construction. SP -38 Z. Payment Payment shall conform to Section 86 -8.01, 'Payment ", of the State Standard Specifications and these Provisions. 2. Palatine Traffic Striain¢ and Pavement Markin¢s - Pavement Markers a. Painting All work shall conform to detail drawings as shown on the plans and as specified in this section of the Standard Specifications and these Special Provisions. All existing striping and marking not in conformance with the plans shall be removed by wet sandblasting or by any method approved by the Engineer that does not materially damage the surface or texture of the pavement or surfacing. Thermoplastic markings and crosswalk lines shall be installed per Section 84 of the CalTrans Standard Specifications. Pavement markers shall be installed per Section 85 of the CalTrans Standard Specifications. Payment for these works shall be included in the signing and marking bid item as shown in the Proposal Schedule. No other compensation will be allowed. b. Traffic Signing All work shall conform to detail drawings as shown on the plans and as specified in Section 56-2 of the CalTrans Standard Specifications. Payment for this work shall be included in the signing and marking bid items as shown in the Proposal Schedule. No additional compensation will be allowed. SP -39 • M D. LANDSCAPE AND IRRIGATION Landscape and irrigation construction shall be in accordance with the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION except as noted herein. Material Additions and Clarifications (Section 212) 1. Landscape Materials a. Fine Sand Clean, natural fine sand shall be free from deleterious material, weed seeds, clay balls or rock with 95% minimum passing a No. 4 sieve and 10% maximum passing a No. 100 sieve. b. Plant Fertilizer Tablets Fertilizer planting tablets shall be tightly compressed commercial -grade planting tablets having a 20 -10 -5 formula, weighing 21 grams each, Agriform planter tablets or approved equal. The planting tablets shall be delivered to the site in the original, unopened containers, bearing the manufacturer's guaranteed analysis. Any damaged tablets will not be accepted. C. Plant Sizes and Ouality The size of the plants will correspond with the American Standard for Nursery Stock and with that normally expected for species and variety of commercially available nursery stock, or as specified in the drawings. All plants shall be in accordance with the California State Department of Agriculture's regulation for nursery inspections, rules and grading. d. Tree 71es Tree ties shall be commercially manufactured ties made from black -tie casing, but to a minimum twelve -inch (12 ") length and held in place by 12 -gauge galvanized wire, or split plastic hose with a minimum length of 15 inches. Split plastic hose ties to be equal to "Cinch -tie" by Borden Dairy Company or equal. SP -40 e. Subsurface Planter Box/Barrier Planter boxes and barriers installed for the purpose of long -term root control, shall be a pre - fabricated high - impact polystyrene as manufactured by Deep Root Corp. or approved equal. L Soil Penetrant "Open -All" Duetrium Sulphate as manufactured by Deutral- laboratories or equal. 2. Irrigation Materials a. Remote Control Valves Remote control valves shall be electrically operated, designed for a 24 volt, 60 cycle system. Valve shall be a normally closed, diaphragm type with slow opening and closing action as protection against surge pressures. Actuation shall be by an encapsulated type solenoid with the solenoid shuntband, tube, and plunger or stainless steel for corrosion protection. b. Valve Boxes Valve boxes and covers shall be plastic. C. Backflow Prevention Units Reduced Pressure Backflow Preventer: Maintain pressure differentials by two spring - loaded diaphragm actuated differential pressure relief valves. Failure of any part vital to prevention of backflow shall be indicated by a continuous discharge from relief valve opening. Moving parts shall be easily removed and replaced without disconnecting preventer. Parts shall be fabricated of corrosion resistant materials. Unit shall operate automatically on line pressure without any manual control or assistance. Equip unit with gate valves and brass strainer with 60 mesh screen. SP -41 M • d. Controller Unit Controller shall conform to the following specifications and be equipped with all listed features: Electrical Specifications o UL Listed o Input: 120 VAC, 60 HZ 1.0 AMP o Output: 24 VAC 2.7 AMPS o Master Valve Circuit: 24 Volt, .65 AMPS MAX o Resettable Circuit Breaker: Holding 2.7 AMPS breaking 3.0 AMPS o Standard or Rechargeable Battery Back -up for Temporary Power Failures (Batteries not included) Features o Solid State Logic o Accurate Within Fraction of a Second o Keyboard for Programming o Cadmium Plated Rust Resistant Steel Cabinet with Lock and Keys. Optional Stainless -Steel Cabinet Available. o Master Valve or Pump Start Station o Three Fully Independent Programs Plus Selectable Syringe Program o Station Watering Time 0 -9:59 Hours in One Minute Increments Syringe 0-9 Minutes o Manual, Semi - automatic, and Automatic Operation o Program Erase Switch o Rain Switch (Auto /Off) o Selectable Automatic Safety Back -up Program o Station Test For One, Selected Stations, or All Stations o Split Station Watering Time o Water Budgeting in 1% Increments From 1% to 255% of Normal (100 %) o Single Key All Stations On Time Entry o Ability to Display Total Of Stations Watering Time o Ability to Display Remaining "On Time" When Station is Operating SP -42 b r � Controller Accessories: Rain check - Automatic interruption of watering cycle during rain, shall conform to the following specification and be equipped with all listed features: Electrical Characteristics o Connects to Common Control Wire o Fuse: 3 ANY o Multi -Valve Capacity Features o No Power Wire Required o Solid State Design o Adjustable Stainless electrical circuit) e. Control Wire Steel Sensing Probes (which complete Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -U.F. 600 volt UL approved. Minimum size is #14 AWG buried 18" below grade. Use different color pilot wire for each controller. Common wires shall be white with a different color stripe for each automatic controller. Wire Trench: Wiring shall occupy the same trench and shall be installed along the same route as pressure supply of lateral lines wherever possible. Where more than one wire is placed in a trench, the wires shall be taped together at intervals not exceeding ten feet. 2. Expansion Curl: 12" diameter expansion curl should be provided within three feet of each wire connection and at least at every one hundred feet of wire length. 3. Wire Splices: All splices shall be made with Scotch -LOK #3577 connector sealing packs, Pen -Tite wire connector, or approved equal. Use one splice per connector sealing pack. SP -43 M M Installation Additions and Clarifications (Section 308) 3. Landscape Installation a. Soil Testin¢ and Leachina After rough grading and prior to soil preparation, provide a soil analysis. If saline content tests in a range high enough to damage most plants or to create permeability problems (ex- changeable sodium percentage above 7), treat all areas to receive soil preparation with soil penetrant. Evenly apply a mixture of one gallon of soil penetrant concentrate with 20 gallons of water per 1,000 square feet of area, then apply 8 column inches of water with irrigation system over a period of time as required to drive mix to a depth of 36 to 40 inches. After leaching provide another soil analysis. If necessary, amend soil amendment and backfill mix per soil test recommendations. If no leaching is required, amend soil amendment and backfill per first soil test recommendations, if necessary. b. Backfill Mix 1. Container Material: Backfill mix around all container material shall consist of the following uniformly blended materials. Backfill mix shall be approved by the Engineer: 0 6 parts by volume on -site soil or topsoil 0 4 parts by volume nitrogen stabilized organic amendments 0 15 pounds Gro -Power per cubic yard of mix or equal 2. Raised Planter Material: Backfill mix in all raised planters shall consist of the following: 0 50 % sand 0 50% mineralized /nitrolized firbark or equal SP -44 M • C. Planting Tablets 21 -gram Agriform or equal plant tablets shall be placed in the plant pit at one -third the depth of the rootball and Z'.± from the rootball at the following rate: One tablet per one gallon container. Two tablets per five gallon container. Three tablets per fifteen gallon container. Four tablets per 20" and 24" box d. Tree and Shrub Planting Holes shall be approximately square with vertical sides and shall be as specified on the drawings as necessary to permit handling and planting without injury or breakage of the root ball or root system. Any plant with a broken or cracked root ball before or during planting shall not be planted. e. Subsurface Planter Box/Barrier For 24 inch box tree size and larger: Dig hole and backfill to dimensions shown in detail. Place 24" deep root control barrier on compacted backfill mix making sure that root deflectors face toward the tree. Payment for root barrier shall be included in the unit price of tree. 4. MAINTENANCE a. Maintenance Period: The maintenance period shall commence upon the Owner's written approval of all phases of planting installation and shall be for 120 days. b. Maintenance Procedures: 1. General: The general care and maintenance of all areas shall consist of proper watering, fertilization, weeding, and clean -up to maintain all plants and turf in a healthy, growing condition as noted below. SP -45 4 2. Watering: a. Properly and completely maintain all irrigation systems, clean all lines, valves, heads and other portions of such systems to assure their continual proper operations. Lubricate as needed. b. Program controller on a weekly basis considering weather, the water requirements of each sectional valve, and the application rate of each area is capable of receiving, without runoff. 3. Fertilization: Maintenance work shall include fertilization with a commercial fertilizer at 30-day intervals as noted herein. THE FERTILIZER MAY BE SUPERCEDED BY THE SOILS REPORT and shall be approved by the Landscape Architect. 0 5 lbs. /1000 SF ammonium sulfate. 4. Cultivation and Weeding: a. Cultivate all non - hydroseeded ground cover areas at not more than 10-day intervals. b. Any concentrated development of weed growth that may appear in planting areas during the maintenance period shall be removed at 10-day intervals. The contractor shall remove such concentrations of weeds and roots manually. C. Apply a pre - emergent herbicide in accordance with the manufacturer's printed instructions at 30 day intervals. 5. Insect Management: Examine all plants frequently, especially any which are subject to common insect depredation such as aphids, mealy bugs, ants, etc., to establish need for counter SP -46 ,yF' M � measures. Wash foliage with strong streams of water. Notify the Owner's representative if further measures seem warranted. 6. Pruning and Staking_ All shrubs shall be pinch - pruned as necessary to encourage new growth. Dead, wilted flowers and dead foliage shall be continuously removed. No pruning shall be done to shrubs or trees without the approval and under the direction of the Landscape Architect. Re- stake, re -align and re- tie all trees as necessary. Mow Turf: Edge and mow to a height of 1/4 -1/2 inch whenever the turf reaches a height of 3/4 inch. Mow weekly during warm season. Grass clippings shall be removed off -site. 8. Paved Areas: Clean all paved areas of debris or silt by sweeping and hosing. 5. Replanting: Immediately replace any and all plant materials which for any reason are damaged or die during the maintenance period. Replace as originally specified. 6. Protection: Protect all planting against damage, including erosion, rodents, and trespass, providing proper safeguards as needed. Repair damage to the work made by pedestrians, animals, vehicular traffic, or any other cause until acceptance. 7. Irrigation: All irrigation must be operating and programmed properly for efficient coverage and minimum overspray at the end of the maintenance period. S. Final Acceptance: Will be given at the end of the maintenance period for all planted areas once plant establishment has been obtained. All plants must be in a healthy, growing condition as approved by the Landscape Architect and Owner. SP -47 M � E. STREET' LIGHTING AND ELECTRICAL WORK 1. A&olicable Codes and Standards a. City of Newport Beach Standard Plans (Herein referred to as "N.B. Standard ") b. 1988 Standard Specifications for Public Works Construction (Herein referred to as "Std. Specs. ") C. 1989 Standard Plans for Public Works Construction (Herein referred to as "Std. Plans ") d. 1990 National Electrical Code (Herein referred to as 'NEC') 2. Variations from the Std. Plans a. Articles 209 -2.3 and 207.2.5 shall be changed from galvanized steel conduit for underground installation to rigid nonmetallic conduit, per NEC article 347. Material shall be schedule 40 polyvinyl chloride. b. Article 209 -2.3 and 207 -2.5 shall be changed for bends in underground conduit for the series high- voltage lighting conduit. Minimum bend radius shall be changed from six (6) times conduit inside diameter to twelve (12) titres trade size of conduit. As an example, 1 -1/4" conduit minimum bend radius shall be 15 inches. A liberal conduit bend radius is necessary for the stiff #8 solid copper high - voltage cable. C. Article 209 -2.4 shall be changed to allow series stret lighting cable to comply with IPCEA Standard S -66 -524. 3. Electrical Products a. Series street lighting cable shall be Rome Cable Corp #7855, 3001- 6000 volts, XLP insulation, or other cable complying with the Std. Specs. b. Ground rods shall be in accordance with the specifications shown on the drawing, instead of article 307 -2.7, item "1" of the Std. Specs. SP -48 - any 4. Lighting Products a. Pole lights shall be as specified on the plans. Type 'A' light shall be used for street lighting and Type 'B' for plaza lighting. Lamp socket shall be mogul base. b. Ballasts for Type 'A' and 'B' lights shall be 70 watt High Pressure Sodium, high power factor, 240 volt primary, and suitable for outdoor location. C. Lamps shall be 70 watt high pressure sodium, mogul base, clear, Sylvania #UL-70 or equivalent by G.E. or Phillips. d. Light fiacture globe on both Type 'A' and S' lights shall be a special high photometric efficience "acom" shaped polycarbonate refractor. A specular reflector is located inside the globe above the lamp. e. Pole, fittings and trim shall be silver finish. SP -49 I APPENDIX Standard Plan Index California State Department of Transportation Standard No. Pavement Markings Words & Crosswalks A -24D Pavement Markings & Traffic Lines - Type Details A20 -A Pavement Markings & Traffic Lines - Type Details A20-B Pavement Markings & Traffic Lines - Type Details A20 -C Pedestrian Barricades ES -51F American Public Work Association (APWA) Cross and Longitudinal Gutters 106-0 bt Film LLI Z #3 j N - J i �Q�[[ J J Q Q 0) N O O OC U U A -24D - In d a U) Y (q J =o co oa <O y U O° 2C =W2 W Q `. 9 N Q cc a0 i; lo:_ 3 i ,i R - R to u4 4 = bQ j - In d a U) Y (q J =o co oa <O y U O° 2C =W2 W Q `. 9 N Q cc a0 i; lo:_ 3 i ,i R - R to u4 4 = bQ l � i f l i •I y rim �e W C=7 ±o Z = to J W t x T W W ie ss Z 2 ° Ji oil 'o to it t tt t i t -t it t.t r oT p i° j t ° 0 0 r ,i vol t ®t if 'S `e in [ I C-43 rf 01 G7 i X11 I J ,O ;fill ;,ol i0 < rioi • £ r�l t r�l t �l t ryl t rat t r�l 0"13 t � :r •�F <;o ®oee k? 70 ,�- G G_ -F-❑ e, ❑ LI' r..u. r t; w ...�..+.� Z c R w 0 0 LL z z ' '1 0oi 0 0 >Q 1 0 00, I a x❑ c IL ► ► I ' 0 ei 0 0 e I ❑ ❑ I 'E'.3 ❑ 0 gH c p ' o o m m p O O O 0 0 o O W e, e p 0 e - 0 O 01 1 ❑ 1 O W `w Y e lt ❑ R i �_ � � ��' ® ©� of 13 LLI Cc p- z 0 Tr P 0 LU to Cc W t- z . I r7 Cc! iY O I rTr .117 to S q " 1 146�1 lrl� m UZ z I I 00 02 00 ol 0 0 * a " I 1 00 os 00 ol a go Do oz pg 11' I i uj ui 0 a 0 0 00 Ul B�m 13 LU LLI Cc p- z 0 Tr P 0 LU to Cc W t- z . I r7 Cc! iY O IX (1) < W k goo CC CL F- COT z w 0 W 0 ttt BOB 0019 'It MIT z I I 0 I " I 1 uj 3 @ A Im 11' I i uj ui Ul LU E-i t f f f f t IX (1) < W k goo CC CL F- COT z w 0 W 0 ttt BOB 0019 'It � � � � -, p. �§�/ h ■ �� - ■ ! fill | | |- }` | | ! ! | � | |� | ! ! | � | ■ | : § - | � \] !: "- ` - |B � � | ! ! | � | |� | ! ! | � | ■ | : § |� � - o .� zo $ $ •� :!§§ ` 0 Z :. R §- �� \j§§] 1\ } �k2! \\ \wO «\ �\ §x§5 � [ s t �| � ! � � ! |; � | re ! | | . �I ■!■ ■t■ L�! ■ �� !!! |4`! .� ES-5F ui S z ry) LU LU CL .0_2 q..%Lv M.9s 208 171 4 1 a x 97 PROPERTY LINE /x„00 s Z c - ¢ 2 2_ z GUTTER in s 1 l 3 XP. JT. TYPICAL CROSS GUTTER PLAN LEVEL WEAKENED PLANE GUTTER JOINTS PER NOTES SECTION A -A w I AND 2. - C r LEVEL' SECTION B -B CURB �2 J I a I SECTION C -C LINE I -I r CROSS GUTTER u L ECR_ _ "P. WEAKENED PLANE JOINTS PER NOTES "GUTTER TYPICAL JOINT PLAN /I L4'ISIX EQUALLY SPACED_ 14a DOWELS FOR CONTACT JOINTS SECTION D -D NOTES; 1. WEAKENS -PLANE AND /OR CONTACT JOINTS SHALL DE PLACED IN CURB pWAfEEgEApKGUTTECCR AATTgg��LOCATIONS SHOWN gOENpTHE T��YPIICALTRJpOIINJTgPLAN HEREON, 2. AFTER WNCRETE I O AWINO 91MLL TAIfE PLACE WITH N 24 H'12 URS &DOWELS FOR CONTACT JOINTS SHALL BE NO.4 BARS 18 INCHES LONG. 4. RACE A WEAKENED -PLANE OR CONTACT JOINT WHERE LONGITUDINAL ALLEY GUTTER JOINS CONCRETE ALLEY INTERSECTION. S. ALL EXPOSED CORNERS ON PCC GUTTERS TO BE ROUNDED WITH 1/2' RADIUS. G. CONCRETE SHALL 8E INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED. T LONGITUDINAL GUTTER AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDAIID PLAN "N`�IA� APw JOINT CROSS AND LONGITUDINAL GUTTERS 106.0 I IIIINI IIN VM STAIOMO SPECACAIM FM PUUE WORKS OONSCIN CIM INM I OF t 74 iy 4 TO: FROM: SUBJECT: • 0 21M City Council Public Works Department September 24, 1990 CITY COUNCIL AGENDA ITEM NO. D -4 Via- 93 ASSESSMENT DISTRICT NO. 59 ( MCFADDEN SQUARE) MCFADDEN SQUARE STREET IMPROVEMENTS, C -2780 RECOMMENDATION: Hold public hearing to hear comments or protests from citizens concerning the "Engineer's Report" and the establishment of the proposed district. i 1. If the Council desires to proceed with the establishment of the district: a. Adopt a resolution ordering certain changes and modifications to the "Engineer's Report." b. Adopt a resolution overruling and denying protests and making certain findings. C. Adopt a resolution approving and providing for contribution to pay certain costs and expenses. d. Adopt a resolution confirming the assessment, ordering the improvements made,together with appurtenances, and approving the "Engineer's Report." e. Adopt a resolution awarding the contract for the construction of certain public works improvements. f. Adopt a budget amendment and transfer from unappropriated surplus to provide funding for the project in the amount of $130,000. DISCUSSION: On February 13, 1989, City Council directed City staff to prepare a boundary map and an investigation report for the proposed Assessment District No. 59 (McFadden Square) pursuant to the requirements of the "Special Assessment Investigation, Limitation, and Majority Protest Act of 1931." The report, boundary map, and petitions from the property owners were submitted to City Council at the July 10, 1989, meeting; and a public hearing was scheduled. The petition showed support of assessment district formation by M&Sqm Subject: Assessment District No. 59 (McFadden Square) Mcfadden Square Street Improvements (C -2780) September 24, 1990 Page 2 property owners representing 63% of the area within the proposed district. Protests were received, as of the hearing date, representing 26$ of the area within the proposed district. At the conclusion of the August 14, 1989, hearing, it was decided to proceed with the formation of the proposed assessment district and the appropriate resolutions were adopted by City Council. City staff was directed to prepare the Engineer's Report including construction plans, specifications, and costs for the proposed project pursuant to the requirements of the "Municipal Improvement Act of 1913." During the design process of the project, City staff has held several informational /workshop meetings with property owners, tenants and interested parties. As a result of these meetings, a concept plan was developed to modify traffic circulation in the McFadden Square area. At the January 22, 1990, Study Session, City staff presented the McFadden Square Traffic Circulation Concept Plan to City Council. In general, the proposed plan consists of the construction of a traffic signal at 21st Street and Balboa Boulevard and various street modifications to improve traffic circulation within the McFadden Square area streets and parking lots. Another key concern brought out during the public meetings was the parking of public vehicles in the Plaza and delivery trucks on the pier and passing through the plaza. The resulting design incorporates delivery vehicle loading zone at the side of the plaza and four designated public vehicle parking places in the Marine Department parking lot. Before completion of the plaza, staff will bring the prohibition of parking in the plaza and the prohibition delivery vehicles passing through the plaza back to the Council for further discussion. Additionally included will be the construction of a mini - plaza at the northerly end of Ocean Front parking lot. The purpose of the mini -plaza is to safely direct bicycle traffic in and out of the Ocean Front lot and to provide separation between pedestrians and bicycles. Also, some additional street improvements which have been identified though the design process have been added to the project. On July 23, 1990, City Council adopted the preliminary Engineer's Report and Resolution of Intent, calling for construction bids, and setting a public hearing for September 24, 1990, at 7:00 P.M. in the City Council Chambers for the proposed Assessment District No. 59 (McFadden Square). In accordance with the requirements of the "Municipal Improvement Act of 1913," notices of hearing and assessment were posted, published, and mailed to all property owners within the proposed district as shown on the latest Orange County assessment roll. 0 E Subject: Assessment District No. 59 (McFadden Square) Mcfadden Square Street Improvements (C -2780) September 24, 1990 Page 3 The purpose of this public hearing is to hear comments and protests concerning the formation of this assessment district and to decide whether or not to proceed. According to the provisions of the " Majority Protest Act of 1931," if the owners representing 50% of the area within the proposed district protest in writing, formation of the district and assessment proceedings shall be abandoned. As of this writing no additional protests have been formally filed with the City Clerk. Upon the close of the public hearing, City Council must decide to proceed or not to proceed with the project. If the decision is to proceed with the project, the Council must adopt the above listed resolutions. By adopting the resolutions, Council will be approving the amended "Final Engineer's Report," approving the City's contribution to the district, confirming and levying the proposed assessments as shown in the report, overruling protests, and awarding the construction contract, McFadden Square Street Improvements (C -2780) including the assessment district improvements to the lowest responsible bidder, Damon Construction Co.. Upon formation of the assessment district, the assessment roll and diagram will be recorded with the County and notices will be mailed to each property owner indicating their assessment. The notice will also initiate the beginning of the 30- day cash payment period in which property owners may pay all or a portion of their required assessment. At the close of the 30 - day period the bonds would be sold in the amount of the unpaid assessments. In the event that there is a majority protest against the formation of the proposed district, it is recommended that the Council direct staff to delete the proposed assessment district improvements from the street improvement project. If the Council desires to modify the district, it is recommended that the Council direct staff to prepare the appropriate modified resolutions. The "Final Engineer's Report" contains revised cost data which reflects the bid prices received from the lowest responsible bidder, Damon Construction Co.. A copy of the "Final Engineer's Report" is attached for reference. On September 5, 1990, bids where opened and read for McFadden Square Street Improvements (C- 2780). The results of the bid opening are as follows: r ° 9 Subject: Assessment District No. 59 (McFadden Square) Mcfadden Square Street Improvements (C -2780) September 24, 1990 Page 4 Engineer's Estimate $1,900,220.00 Construction Bid Breakdown Assessment District Items - Property owner Street lighting $158,090.00 Plaza Improvements (50% share) $248,933.80 Decorative sidewalk S 94.357.13 Property owner Subtotal = $501,380.93 Improvement Project Items - City Street & Drainage Improvements $1,109,536.07 Plaza Improvements (50% share) 248,933.80 City Subtotal = $1,358,469.88 Total construction contract = $108591850.80 The low bid is 2% lower than the Engineer's estimate and can be attributed to competitive bidding. The low bidder, Damon Construction Co., has successfully completed contracts for the city in the past. Bidder Amount LOW Damon Construction Co. $1,859,850.80 2nd Clayton Engineering Inc. $1,876,901.90 3rd Gillespie Construction, Inc. $1,965,386.44 4th Minnesota Park Construction Co. $2,046,940.44 5th Excel Paving Co. $2,110,882.53 6th Marina Constructors, Inc. $2,113,307.65 7th Griffith Co. $2,134,176.75 8th Sully- Miller Constructing Co. $2,149,817.16 9th Laird Construction Co. $2,289,110.71 loth Silveri & Lebouef JV $2,382,671.25 11th Fleming Engineering, Inc. $2,947,470.90 Engineer's Estimate $1,900,220.00 Construction Bid Breakdown Assessment District Items - Property owner Street lighting $158,090.00 Plaza Improvements (50% share) $248,933.80 Decorative sidewalk S 94.357.13 Property owner Subtotal = $501,380.93 Improvement Project Items - City Street & Drainage Improvements $1,109,536.07 Plaza Improvements (50% share) 248,933.80 City Subtotal = $1,358,469.88 Total construction contract = $108591850.80 The low bid is 2% lower than the Engineer's estimate and can be attributed to competitive bidding. The low bidder, Damon Construction Co., has successfully completed contracts for the city in the past. Subject: Assessment District No. 59 (McFadden Square) McFadden Square Street Improvements (C -2780) September 24, 1990 Page 5 Funding for the project is available in the 1990 -91 Capital Improvement budget. However, additional funding for the McFadden Square Traffic Circulation Plan and the additional improvements will be required to cover costs which were not anticipated in earlier budgets. Therefore, it will be necessary to execute a budget amendment in the amount of $130,000.00 from the unappropriated surplus. The General Fund will be reimbursed for the assessment district improvement costs through bond sales and cash payments by property owners. Upon award of the construction project, it is anticipated that work would be completed by April 1991. 1�3' - Je / r Benjamin B. Nolan Public Works Director SB:so Attachments 38MENT DISTRICT NO.59 (MCFADDEN SQUARE) PROJECT SUMMARY The proposed Assessment District No. 59 (McFadden Square), encompasses all commercially zoned property within the sphere of influence of the McFadden Square area and the Newport Pier. The key elements of the proposed improvements to be constructed by the proposed assessment district are decorative sidewalk, thematic street lighting, and McFadden Plaza reconstruction at the base of the Newport Pier. In general, these improvements will improve appearance, property value, pedestrian safety, and establish a unified theme throughout the commercial area. Under the proposed assessment district project, decorative sidewalk would be constructed involving the removal and replacement of existing sidewalks with concrete sidewalk with rock salt finish, accented by transverse brick paver "ribbons" at specified intervals. The new sidewalk would duplicate the widths and dimensions of the existing sidewalks. The construction of thematic street lighting would include the installation of antique style street lights and appurtenant facilities. These street lights, once installed, would be operated and maintained by the City. The reconstruction of McFadden Plaza would include the removal of existing improvements and the construction of decorative sidewalks, landscape planters, landscape irrigation, plaza furniture, lighting, and various roadway and parking lot modifications. The construction of the new restroom is not a part of the proposed project. The cost of constructing the above mentioned work will be funded by the proposed assessment district. (See Engineer's Report for assessment district method of spread) recognizing that the proposed plaza improvements will benefit the general public as well as property owners, the City has previously committed to contributing 50% of the plaza construction costs. Also to be constructed as a part of the assessment district construction will be the City's capital improvement project to repair damaged and deteriorated curb, gutter, sidewalk, street pavement, and storm drains within the McFadden Square area. Additionally, the installation of an signalized intersection will be built at the intersection of Balboa Boulevard and 21st Street to improve traffic circulation within the area. Also included in this project will be the construction of a telephone kiosk within the plaza and a mini plaza at the westerly end of the Ocean Front parking lot. Upon establishment of the proposed assessment district, this project, currently funded by the City, would be included in the proposed construction project. RESOLUTION NO. 90 -93 i A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, CALIFORNIA, AWARDING THE CONTRACT FOR THE CONSTRUCTION OF CERTAIN PUBLIC WORKS OF IMPROVEMENT IN A SPECIAL ASSESSMENT DISTRICT WHEREAS, the CITY COUNCIL of the CITY OF NEWPORT BEACH, CALIFORNIA, did publicly open, examine and declare all sealed proposals or bids for doing the work and improvements described in its Resolution of Intention, which Resolution and a "Report" subsequently approved, are hereby expressly referred to for a description of said work and improvements and for all particulars relative to the proceedings for the works of improvement, in a special assessment district known and designated as ASSESSMENT DISTRICT NO. 59 (MCFADDEN SQUARE) (hereinafter referred to as the "Assessment District "). NOW, THEREFORE, IT IS HEREBY RESOLVED AS FOLLOWS: SECTION 1. That the above recitals are all true and correct. SECTION 2. That this legislative body hereby rejects all of said proposals or bids except that herein mentioned, and does hereby award the construction contract for doing said work and making improvements in the Assessment District to the lowest responsible bidder, to -wit: DAMON CONSTRUCTION CO. at the prices named in the bid of said bidder on file with the transcript of these proceedings and open for public inspection. SECTION 3. That this award of contract is hereby conditioned upon and made subject to the receipt of monies and proceeds from the issuance and sale of bonds. The Contractor shall not commence construction or order equipment until he has received a Notice to proceed. Any progress payment to the Contractor for work completed may be delayed if monies have not been received from the sale of bonds. SECTION 4. That the works of improvement shall be constructed in the manner and form as set forth in the plans and specifications for these proceedings, as previously approved as a part of the "Report ", as required by law and specifically the "Municipal Improvement Act of 1913 ", being Division 12 of the Streets and Highways Code of the State of California. SECTION 5. That the Mayor and City Clerk are hereby authorized to execute the Agreement for the works of improvement relating to said Assessment District, and a copy of said Agreement shall be on file with the transcript of these proceedings. A L i .,& SECTION 6. That all monies to pay, for the costs and expenses of the above referenced Assessment District shall be paid from the funds as deposited in the Improvement Fund, including any interest earned thereon. APPROVED and ADOPTED this 24th day of Septembern September 1990. MAYOR CITY OF NEW .RT BEACH STATE OF CALIFORNIA ATTE9 - CITY CLERK CITY OF NEWPORT BEACH STATE OF CALIFORNIA STATE OF CALIFORNIA COUNTY OF ORANGE CITY OF NEWPORT BEACH I, WANDA E. RAGGIO, CITY CLERK of the CITY OF NEWPORT BEACH, CALIFORNIA, DO HEREBY CERTIFY that the foregoing Resolution, being Resolution No. 90 -93 , was duly passed, approved and adopted by the City Council, approved and signed by the Mayor, and attested by the City Clerk, all at the regular meeting of said City Council held on the 24th day of September 1990, and that the same was passed and adopted by the following vote: AYES: COUNCIL MEMBERS TURNER, WATT, SANSONE, PLUMMER, HART, STRAUSS, COX NOES: COUNCIL MEMBERS NONE ABSENT: COUNCIL MEMBERS NONE ABSTAIN: COUNCIL MEMBERS NONE EXECUTED this 26th day of September- 0, at Newport Beach, California. A090 �Fn CITY CLERK �y^ CITY OF NEWPORT BEACH St STATE OF CALIFORNIA [SEAL]