Loading...
Project 126 - Specifications - 1993-08-03 COSTA MESA SANITARY DISTRICT Orange County, California RECONSTRUCTING VARIOUS SEWER LINES Project No. 1112100-126 "$AN11,gR y to o00 122g it l � ..o. . Vielyls, ROBIN B. HAMERS District Engineer oQPpFESS/p49 � � u. 9Nz w 7 , m E 1 )01/96 `Pe CIVIL- P 9TFCF CA O> Bid Set Number 7 COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that sealed proposals for furnishing all labor materials equipment transportation and such other facilities as may be required for the CONSTRUCTION OF THE FOLLOWING PROJECT RECONSTRUCTING VARIOUS SEWER LINES, PROJECT NO 1112100-126 Bids will be received by the Costa Mesa Sanitary District at the office of the City Clerk 77 Fair Drive Costa Mesa California until the hour of 11 00 a.m. on August 26 1993 at which time they will be opened publicly and read aloud in the council chambers Sealed proposals shall bear the title of the work and the name of the bidder but no other distinguishing mark Any bid received after the scheduled closing time for the receipt of bids shall be returned to the bidder unopened It shall be the sole responsibility of the bidder to see that his bid is received in proper time A set of plans and specifications may be obtained at the City of Costa Mesa Department of Public Services 4th floor 77 Fair Drive, Costa Mesa California upon a non-refundable payment of $ 10 00 (full size plans are available upon request) An additional charge of $2 00 will be made if handled by mail [Phone ( 714 ) 754-5307 for purchasing information ] Each bid shall be made on the Proposal Form provided in the contract documents and shall be accompanied by a certified or cashier s check or a bid bond for not less than 10% of the amount of the bid made payable to the Costa Mesa Sanitary District No proposals shall be considered unless accompanied by such cashier s check cash or bidder s bond No bid shall be considered unless it is made on a blank form furnished by the Costa Mesa Sanitary District and is made in accordance with the provisions of the Proposal requirements Each bidder must be licensed and also prequalified as required by law A Class A or C42 contractor s license is required The Board of Directors of the Costa Mesa Sanitary District reserves the right to reject any or all bids The Contractor shall comply with the provisions of Section 1770 to 1780 inclusive of the California Labor Code, the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations, State of California which are filed with the Assistant Manager/Clerk of the District, and shall forfeit penalties prescribed therefore for noncompliance of said code Dated August 3 1993 BY ORDER OF THE BOARD OF DIRECTORS OF THE COSTA MESA SANITARY DISTRICT TABLE OF CONTENTS Page Proposal P-1 - P-12 PART 1 A Standard Specifications 1 B General Provisions 1 1-2 Definitions 1 1-3 Abbreviations 2 2-1 1 Award of Contract 2 2-1 2 Procedure for Proposal Submittal 2 2-1 3 Request for Interpretation 3 2-1 4 Return of Bid Security 3 2-1 5 Execution of Contract 4 2-3 1 Subcontracts General 4 2-4 Contract Bonds 4 2-5 1 Plans and Specifications 4 2-9 1 Permanent Survey Markers 5 2-10 Authority of Board and Inspection 5 3-1 1 Changes in Work General 6 3-3 1 Extra Work General 7 3-3 2 3a Markup 7 6-1 Construction Schedule and Commencement of Work 7 6-6 2 Extension of Time 7 7-2 3 Prevailing Wage Rates 8 7-2 4 Apprentices 8 7-3 Contractor s Insurance 8 7-5 Permits and Licenses 9 7-6 Contractor s Representatives 10 7-8.1 Cleanup and Dust Control 10 7-8 5 Temporary Light Power and Water 10 7-10 Public Convenience and Safety 11 7-13 Laws To Be Observed 11 9-3 2 Partial and Final Payment 11 9-3 3 Delivered Materials 12 SPECIAL PROVISIONS PART 2 CONSTRUCTION MATERIALS 208-2 3 Joints for Clay Pipe 13 PART 3 CONSTRUCTION METHODS A-I General Description of Work 13 B-I Additions to Standard Specifications 13 306-1 2 1 Pipe Bedding 13 306-1 2 3 Field Jointing of Clay Pipe 13 306-1 3 Open Trench Operations - Backfill and Densification 14 306-1 5 1 Temporary Resurfacing 14 B-II Connections to Existing Facilities 14 B-IV Guarantees and Tests 14 B-V Safety Requirements and Permits 15 B-VI Traffic 15 B-VII Sheeting Shoring and Bracing 15 C-I City of Costa Mesa Standard Drawing No 813 16 C-II City of Costa Mesa Standard Drawing No 411 17 C-III Costa Mesa Sanitary District No S-106 18 P R O P O S A L PROJECT NO 1112100-126 RECONSTRUCTING VARIOUS SEWER LINES TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT 77 FAIR DRIVE COSTA MESA CALIFORNIA 92626 GENTLEMEN In compliance with the NOTICE INVITING BIDS for the RECONSTRUCTING VARIOUS SEWER LINES which is hereto attached the undersigned has carefully examined the location of the proposed work the plans specifications and other contract documents therefore and is satisfied as to the conditions to be encountered, as to the character quality and quantity of work to be performed and materials to be furnished as to the requirements of the specifications and the contract It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination If awarded the contract the undersigned agrees to commence work under the contract within ten calendar days from the date of the contract and to complete said work within 60 working days from the first day of commencement of said work unless legal extension is granted in accordance with the terms set forth in the specifications and to perform and complete the work as shown on the plans and in accordance with the specifications and other contract documents and to furnish all labor materials tools and equipment necessary to complete the work in place, in the manner and time prescribed at the following prices to wit PROPOSAL SCHEDULE Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 1 L S Remove and reconstruct existing sewer line No 1 at dollars and cents per Lump Sum $ $ P-1 Bidder ' s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 2 L S Remove and reconstruct existing sewer line No 2 at dollars and cents per Lump Sum $ $ 3 L S Remove and reconstruct existing sewer line No 10 at dollars and cents per Lump Sum $ $ 4 L S Remove and reconstruct existing sewer line No 20 at dollars and cents per Lump Sum $ $ 5 L S Remove and reconstruct existing sewer line No 21 at dollars and cents per Lump Sum $ $ 6 L S Remove and reconstruct existing sewer line No 29 at dollars and cents per Lump Sum $ $ 7 L S Remove and reconstruct existing sewer line No 30 at dollars and cents per Lump Sum $ $ 8 L S Remove and reconstruct existing sewer line No 33 at dollars and cents per Lump Sum $ $ 9 L S Remove and reconstruct existing sewer line No 43 at dollars and cents per Lump Sum $ $ P-2 Bidder ' s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 10 L S Remove and reconstruct existing sewer line No 48 at dollars and cents per Lump Sum $ $ 11 L S Remove and reconstruct existing sewer line No 49 at dollars and cents per Lump Sum $ $ 12 L S Remove and reconstruct existing sewer line No 50 at dollars and cents per Lump Sum $ $ 13 L S Remove and reconstruct existing sewer line No 61 at dollars and cents per Lump Sum $ $ 14 L S Remove and reconstruct existing sewer line No 67 at dollars and cents per Lump Sum $ $ 15 L S Remove and reconstruct existing sewer line No 68 at dollars and cents per Lump Sum $ $ 16 L S Remove and reconstruct existing sewer line No 74 at dollars and cents per Lump Sum $ $ P-3 Bidder ' s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 17 L S Remove and reconstruct existing sewer line No 75 at dollars and cents per Lump Sum $ $ 18 L S Remove and reconstruct existing sewer line No 76 at dollars and cents per Lump Sum $ $ 19 L S Remove and reconstruct existing sewer line No 82 at dollars and cents per Lump Sum $ $ 20 L S Remove and reconstruct existing sewer line No 98 at dollars and cents per Lump Sum $ $ 21 L S Remove and reconstruct existing sewer line No 108 at dollars and cents per Lump Sum $ $ 22 L S Remove and reconstruct existing sewer line No 109 at dollars and cents per Lump Sum $ $ 23 L S Remove and reconstruct existing sewer line No 110 at dollars and cents per Lump Sum $ $ P-4 Bidder s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 24 L S Remove and reconstruct existing sewer line No 111 at dollars and cents per Lump Sum $ $ 25 L S Remove and reconstruct existing sewer line No 118 at dollars and cents per Lump Sum $ $ 26 L S Remove and reconstruct existing sewer line No 120 at o ad-Tl rs a� cents per Lump Sum $ $ 27 L S Remove and reconstruct existing sewer line No 121 at dollars and cents per Lump Sum $ $ 28 L S Remove and reconstruct existing sewer line No 123 at dollars and cents per Lump Sum $ $ 29 L S Remove and reconstruct existing sewer line No 127 at dollars and cents per Lump Sum $ $ 30 L S Remove and reconstruct existing sewer line No 129 at dollars and cents per Lump Sum $ $ P-5 Bidder s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 31 L S Remove and reconstruct existing sewer line No 136 at dollars and cents per Lump Sum $ $ 32 L S Remove and reconstruct existing sewer line No 137 at dollars and cents per Lump Sum $ $ 33 L S Remove and reconstruct existing sewer line No 138 at dollars and cents per Lump Sum $ $ P-6 Bidder s Initials Total or gross sum written in words Total or gross sum in figures Bidder s Initials In case of a discrepancy between the words and figures the words shall prevail The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done If any error omission or mis-statements shall be discovered in the estimated quantities it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor or excuse him from any of the obligations or liabilities hereunder or entitle him to any damages or compensation otherwise than as provided for in this contract. The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient and that the payment for incidental items of work not separately provided in the proposal shall be considered included in the price bid for other various items of work Accompanying this proposal is l$ NOTICE Insert the words "Cash Certified Check or Bidder s Bond' as the case may be in an amount equal to at least ten per cent of the total bid price payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfac- tory to the District within 10 Days after the bidder has received written notice of the award of the contract otherwise said security shall be returned to the undersigned P-7 Bidder s Initials Respectfully submitted Contractor' s Business Name Contractor Title Business Address Street BY litle City State Zip Contractor' s License Expiration Date & Classification Business Phone Number Name Title Residence Street City State Zip Residence Phone Number I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct Dated at this day of 19 (Signed) The full names and residences of all persons and parties interested in the foregoing proposal , as principals are as follows NOTICE Give first and last names in full in case of corporation give names of President Secretary Treasurer and Manager and affix corporate seal in all cases of partnerships and joint ventures give names of all the individual members P- 8 Bidder s Initials CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed or in progress within the last 24 months Your cooperation in this matter is greatly appreciated DATE PROJECT AGENCY S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR Bidder shall signify receipt of all Addenda here if any Addendum No Date Received Bidder' s Signature P-9 Bidder ' s Initials DESIGNATION OF SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act being Sections 4100-4113 of the Government Code of the State of California and any amendments thereto each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improve- ment in an amount in excess of 1/2 of 1% of the prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legisla- tive Body of the owner Portion State License Of Work Subcontractor s Name and Address Number Class P-10 Bidder s Initials BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier' s check) KNOW ALL PEOPLE BY THESE PRESENTS That we as principals and as surety are held and firmly bound unto the Costa Mesa Sanitary District a special district, organized under the laws of the State of California and situated in Orange County in the sum of (S ) to be paid to the District its successors and assigns for which payment well and truly to be made we bind ourselves our heirs executors and administrators successors or assigns joint and severally firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH That if the certain proposal of the above bounden is accepted by the Costa Mesa Sanitary District, and If the above bounden his heirs executors administrators successors and assigns shall duly enter into and execute a contract for such construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing of a notice of the above bounden, by and from District, that said contract is ready for execution then this obligation shall become null and void otherwise it shall be and remain in full force and virtue IN WITNESS WHEREOF We hereunto set our hands and seals this day of 1993 P-11 Bidder s Initials NON-COLLUSION AFFIDAVIT The bidders by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other bidder or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer any sum of money or has given or is to give to such other bidder or public officer anything of value whatever or such affiant or affiants or either of them has not direct- ly or indirectly entered into any arrangement or agreement with any other bidder or bidder which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids that no bid has been accepted from any Subcontractor or supplier through any bid depository, the By-Laws Rules or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository that no inducement of any form or character other than that which appears upon the face of the bid will be suggested offered paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatso- ever with any person whomsoever to pay deliver to or share with any other person in any way or manner any of the proceeds of the contracts sought by this bid Subscribed and sworn to before me by Ihis day of 1993 My Commission expires Notary Public P-12 Bidder ' s Initials PART 1 A STANDARD SPECIFICATIONS Except as hereinafter provided the provisions of the latest edition of the Standard Specifications for Public Works Construction (green book) and all amendments thereto adopted by the Joint Cooperative Committee of South- ern California Chapter, American Public Works Association hereinafter re- ferred to as Standard Specifications are adopted as the Standard Specifi- cations of the Costa Mesa Sanitary District and shall be considered as a part of these specifications Where specified in these specifications the latest edition of Stan- dard Specifications and Standard Plans of the State of California Depart- ment of Transportation Division of Highways shall apply Whenever refer- ence is made to any government code the latest revisions to the referenced sections shall apply B GENERAL PROVISIONS Following additions are made in the "Standard Specifications If there is a conflict between Standard Specifications and these additions these additions shall have first precedence 1-2 DEFINITIONS (a) AGENCY The Costa Mesa Sanitary District also hereinafter called District" (b) BOARD The Board of Directors of the Costa Mesa Sanitary District (c) CONTRACT Documents including but not limited to the Proposal Standard Specifications General Provisions Special Provisions Plans Bonds Insurance Contract Agreement and all Addenda setting forth any modifications of the document (d) ENGINEER District Engineer of the Costa Mesa Sanitary District. (e) BIDDER Any individual co-partnership association or corporation submitting a proposal for the work contemplated acting directly or through a duly authorized representative (f) LEGAL ADDRESS The legal address of the Contractor shall be the address of contractor given on the Contractor s bid and is hereby designated as the place to which all notices letters or other communications to the Contractor shall be mailed or delivered - 1 - (g) LABORATORY An established laboratory approved and authorized by the Engineer for testing materials and work involved in the contract (h) STATE Chapter 3 Part 5 Division 3 Title 2 of the Government CONTRACT Code The provisions of this act and other applicable laws ACT form and constitute a part of the provisions of this contract to the same extent as if set forth herein in full 1-3 ABBREVIATIONS CCM City of Costa Mesa CMSD Costa Mesa Sanitary District CNB City of Newport Beach OCEMA Orange County Environmental Management Agency OCSD Orange County Sanitation District 2-1 1 AWARD OF CONTRACT The award of contract if awarded, will be to the lowest responsible bidder whose proposal complies with all requirements of the notice inviting bids and Section 2-1 2 of these specifications The District however reserves the right to reject any or all bids, and to waive any informality in the bids received The award if made will be made within 30 days after the opening of the bids 2-1 2 PROCEDURE FOR PROPOSAL SUBMITTAL Proposal shall be made and submitted on the Proposal Forms in accor- dance with the Notice Inviting Bids In addition to the required signatures in the spaces provided in the proposal forms each bidder shall initial each sheet of the proposal forms at the bottom right hand corner No person firm or corporation shall be allowed to make file or be interested in more than one bid for the same work unless alternate bids are called for A person, firm, or corporation who has submitted a sub- proposal to a bidder or who has quoted prices on materials to a bidder is not hereby disqualified from submitting a sub-proposal or quoting prices to other bidders If on the opening of bids more than one bid appears in which the same person firm, or corporation is interested as a principal all such bids shall be rejected Proposals with interlineations alterations or erasures, shall be initialed by the bidder s authorized agent Alternative proposals special conditions or other limitiations or provisions affecting the bid, except as such called for by the contract documents will render the bid informal and may cause its rejection All proposals must give the prices bid for the various items of work and must be signed by the bidder who shall give his - 2 - address Each bid shall have thereon the affidavit of the bidder that such bid is genuine and not sham or collusive or made in the interest or behalf of any other person not therein named and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid or any person firm or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure himself an advantage over any other bidder 2-1 3 REQUEST FOR INTERPRETATION If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the plans specifications or other proposed contract documents or finds discrepancies in or omissions from the drawings or specifications he may request the Engineer in writing for an interpreta- tion or correction thereof The person submitting such a request shall be responsible for its prompt delivery All such interpretations of the con- tract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or delivered to each person receiving a set of contract documents at his last address of record The District will not be responsible for any other explanations or interpretations of the contract documents 2-1 4 RETURN OF BID SECURITY Any bidder may withdraw his bid either personally, or by telegraphic or written request at any time prior to the scheduled closing time for the receipt of bids It is the sole responsibility of the bidder to see that any such telegraphic or written request is delivered to the City Clerk prior to said closing time Bid security of such bidders will be returned prompt- ly to the bidder The bid security of the three lowest bidders will be retained until the contract is awarded entered into and executed with the bidder of accepted bid after which those will be returned to the respective bidders with whose proposal they accompanied The bid security of all other bidders will be returned after the canvass of bids The bid security of the bidder of accepted bid will be held by the District until the contract has been entered into and the bonds accompany- ing the same are approved and filed whereupon the said bid security will be returned to the bidder If the bidder fails or refuses to enter into contract to do the work the bid security shall be forfeited to the District and shall be collected and paid to the General Fund of the District - 3 - 2-1 5 EXECUTION OF CONTRACT The contract shall be signed by the successful bidder and returned to the District, together with the contract bonds as specified in Section 2-4 of the Standard Specifications and as amended below and any changes or additions made thereto in these specifications within 10 days after receipt of written notice of award of contract The form of contract agreement to be executed by the Contractor will be supplied by the Attorney for the District. No proposal shall be considered binding upon the District until the execution of the contract by the District 2-3 1 SUBCONTRACTS GENERAL The Engineer as duly authorized officer may consent to Subcontractor substitution requested by the Contractor subject to the limitiations and notices prescribed in Section 4107 of the Government Code 2-4 CONTRACT BONDS The 'Faithful Performance Bond" and the Labor and Material Bond shall both be one hundred percent (100%) of the contract price In addition to the 'Faithful Performance Bond and the Labor and Mat- erial Bond' Contractor shall also furnish to District a Guarantee Bond in the amount of $10 000 or ten percent (10%) of the contract price, whichever is greater as security for this guarantee to be retained by District for a period of one (1 ) year after the date of written acceptance by the District of all work performed under this contract The date of written acceptance shall be the date of recording of the Notice of Completion Sureties providing performance bonds for Contractors must be licensed or agree to employ a licensed Contractor, with a Class A or other applicable specialty contractor's license from the State of California 2-5 1 PLANS AND SPECIFICATIONS Engineer will provide the Contractor free of charge copies of plans and specifications that are reasonably necessary for the execution of work Contractor shall at his own expense obtain copies of Standard Specif- ications and Standard Plans and Specifications of the State of California for his general use If after award of contract should it appear that the work to be done or any matter relative thereto is not sufficently detailed or explained in the specifications and plans the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to such explanation or interpretation as part of the contract - 4 - All scaled dimensions are approximate Before proceeding with any work the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the Engineer or his representative of any discrepancies 2-9 1 PERMANENT SURVEY MARKERS Unless otherwise provided in the Special Provisions, the Contractor shall be responsible for protecting all existing horizontal and vertical survey controls monument ties and benchmarks located within the limits of the work If any of the above require removal relocating or resetting the Contractor shall , prior to any construction work and under the supervision of a California-licensed Land Surveyor or Civil Engineer establish suffi- cient temporary ties and benchmarks to enable the points to be reset after completion of construction Any ties monuments and benchmarks disturbed during construction shall be reset per local agency standards after construction and the tie notes submitted to the appropriate governing agency on 8-1/2 X 11 loose leaf paper The Contractor and his sureties shall be liable for at his own expense any resurvey required due to his negligence in protecting existing ties monuments benchmarks or any such horizontal and vertical controls Unless a separate bid item is provided full compensation for conform- ing to the requirements of this sub-section shall be considered as included in the contract bid price paid for various other items of work and no additional compensation will be allowed 2-10 AUTHORITY OF BOARD AND INSPECTION Authority of Board and Inspection shall conform to Section 2-10 of Standard Specifications and the following The Contractor shall give at least 48 hours advance notice of time when he or his Subcontractor will start or resume the various units of operations of the work as per the contract, or resume the said units or operations when they have been suspended as per the contract The above notice is to be given during working hours exclusive of Saturday Sunday or holidays for the purpose of permitting the Engineer to make necessary assignments of his representative or inspector on the work Any work performed in conflict with said notice without the presence or approval of the inspector or work covered up without notice approval or consent may be rejected or ordered to be uncovered for examination at Con- tractor ' s expense and shall be removed at Contractor s expense, if so ordered by the Engineer or inspector on the work Any unauthorized or - 5 - defective work defective material or workmanship or any unfaithful or imperfect work that may be discovered before the final payment and final acceptance of work shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the work All authorized alterations affecting the requirements and information given on the approved plans shall be in writing No changes shall be made on any plan or drawing after the same has been approved by the Engineer except by direction of the Engineer in writing Deviations from the approved plans as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in writing All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding on all parties unless formal protest is made in writing, as provided in the following paragraph and as provided in Section 1670 of the Civil Code If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instruction ruling or decision of the Inspector or Engineer to be unfair he shall within 10 days after any such demand is made, or instruction ruling or decision is given file a written protest with the Engineer stating clearly and in detail his objections and reasons therefore Except for such protests and objections as are made of record in the manner and within the time above stated, the Contractor shall be deemed to have waived and does hereby waive all claims for extra work damages and extensions of time on account of demands instructions rulings and decisions of the Engineer Upon receipt of any such protest from the Contractor the Engineer shall review the demand instruction ruling or decision objected to and shall promptly advise the Contractor in writing of his final decision which shall be binding on all parties unless with the 10 days thereafter the Contractor shall file with the Board of Directors a formal protest against said decision of the Engineer The Board of Directors shall con- sider and render a final decision on any such protest within 30 days of receipt of same 3-1 1 CHANGES IN WORK GENERAL Engineer shall be the duly authorized officer who may grant the changes prescribed in this section - 6 - 3-3 1 EXTRA WORK GENERAL The extra work as defined in this section of Standard Specifications and any work done beyond the lines and grades shown on the plans shall only be performed when ordered in writing by the Engineer In absence of such written order any such work shall be considered unauthorized and will not be paid for Work so done may be ordered removed at the Contractor's expense 3-3 2 3a MARKUP Labor markup specified in this section shall be 15% 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Prior to the commencement of construction, arrangements will be made for a meeting between the Contractor and the Engineer The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract review scheduling discuss construction methods and clarify inspection procedures The Contractor will be required to submit for approval by the Engineer a complete schedule showing the number of working days required to complete the project 6-6 2 EXTENSION OF TIME In the event the work called for under the contract is not finished and completed in all parts and requirements within the time specified the Board of Directors shall have the right to increase the number of working days for completion or not as may seem best to serve the interest of the District. Except for the delays beyond Contractor s control as described in Sections 5-5 and 6-6 1 the District shall have the right to charge the Contractor his heirs assigns or sureties and to deduct from the final payment for the work all or any part, as it may deem proper of the actual cost of engineering inspection superintendence and other overhead expenses which are directly chargeable to the Contractor and which accrued during the period of such extensions except that the cost of the final services and preparation of the final estimates shall not be included in such charges In addition to the above charges Contractor shall pay to the District liquidated damages as specified in Section 6-9 for such delays No extension of time for the completion of the work called for under the contract shall be allowed unless at least 10 days prior the the time fixed for the completion thereof or the time fixed by the Board of Direc- tors or its designee for such completion as extended Contractor shall have filed application for extension thereof in writing with the Engineer addressed to the Board of Directors or its designee In this connection it is understood that the Engineer shall not transmit any such request to the Board or its designee if not filed within the time herein prescribed - 7 - 7-2 3 PREVAILING WAGE RATES The Contractor shall comply with the provisions of Section 1770 to 1780, inclusive of the California Labor Code the prevailing rate and scale of wages determined by the Director of the Department of Industrial Relations State of California which are filed with the Assistant Secretary of said District and shall forfeit penalties prescribed therefore for noncompliance of said Code In order to verify the compliance of said code Contractor may be required by the District from time to time to furnish weekly for the duration of the contract period copies of his payroll statements showing wages paid each employee during the preceding week and the employee work classification to the Engineer for checking Using Form DH-H-347 Payroll Statement of Compliance is an acceptable method of fulfilling the above requirement 7-2 4 APPRENTICES Attention is directed to the provisions in Section 1777 5 and 1777 6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him The Contractor and any Subcontractors under him shall comply with the requirements of said sections in the employment of apprentices Information relative to apprenticeship standards wage schedules and other requirements may be obtained from the Director of Industrial Rela- tions Ex-Officio the Administrator of Apprenticeship San Francisco Cali- fornia or from the Division of Apprenticeship Standards and its branch offices 7-3 CONTRACTOR S INSURANCE The Contractor shall not commence work under his contract until he has obtained all insurance required under this heading in a company acceptable to the District nor shall the Contractor allow any Subcontractor to com- mence work on his sub-contract until all insurance required of the Subcon- tractor has been obtained The Contractor shall take out and maintain at all times during the life of the contract the following policies of in- surance a Workman s compensation insurance to cover his employees as re- quired by the Labor Code of the State of California and the Contractor shall require all subcontractors similarly to provide such compensation insurance for all of the latter s employees - 8 - b Public liability and property damage insurance on account of bodily injuries including death resulting therefrom in the sum of $5 000 000 combined single limit for any one accident which may arise from the operations of the Contractor in performing the work provided for herein c Motor vehicle public liability and property damage insurance to cover each automobile truck and other vehicles used in the per- formance of the contract in an amount of not less than $100 000 for one person and $300,000 for more than one person and property damage in the sum of $100 000 resulting from any accident which may arise from the operations of the Contractor in performing the work provided for herein Each of the policies of insurance provided for in sub-paragraph C shall con- tain a clause substantially in the following words It is hereby understood and agreed that this policy may not be cancel- led nor the amount of coverage thereof be reduced until five days after receipt by the Engineer of a written notice of such cancellation or reduction in coverage as evidenced by receipt of a registered letter The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs B and C hereof or present a certificate of insurance showing the issuance of such insurance 7-5 PERMITS AND LICENSES Except as otherwise specified in the Special Provisions, the Contractor shall procure all permits and licenses pay all charges, and fees and give all notices necessary and incident to the due and lawful prosecution of the work These permits and licenses shall be obtained in sufficient time to prevent delays to the work In the event that the agency has obtained permits licenses or other authorization applicable to the work the Contractor shall comply with the provisions of said permits licenses and other authorizations In the case the agency does procure any permits it is understood that the agency is acting as an authorized agent for the contractor and that the Contractor shall be soley responsible for all work performed under the permit - 9 - 7-6 THE CONTRACTOR S REPRESENTATIVE Contractor shall also file with the Engineer the addresses and tele- phone numbers where he or his designated representative may be reached during hours when the work is not in progress Instructions and information given by the Engineer to the Contractor' s authorized representative or at the address or telephone numbers filed in accordance with this section shall be considered as having been given to the Contractor 7-8 1 CLEANUP AND DUST CONTROL All surplus materials shall be removed from the site of the work daily after completion of the work causing the surplus materials Unless the construction dictates otherwise, and unless otherwise approved by the Engineer Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day to keep paved areas acceptably clean whenever construction including restora- tion is incomplete Failure of the Contractor to comply with the Engineer' s dust control orders may result in an order to suspend work until the condition is correc- ted and after filing notice to the Contractor the Engineer may order this accomplished by others All costs thus incurred shall be deducted from the amount to be paid to the Contractor No additional compensation will be allowed as a result of such suspension No separate payment will be made for any work performed of material used to control dust resulting from the Contractor s performance on the work or by public traffic either inside or outside the right of way Full compensations for such dust control will be considered as included in the prices paid for the various items or work involved 7-8.5 TEMPORARY LIGHT, POWER AND WATER The Contractor shall provide for his employees and adequate supply of clean potable drinking water which shall be dispensed through approved sanitary facilities - 10 - 7-10 PUBLIC CONVENIENCE AND SAFETY The Contractor shall abide by the following publications which are hereby made a part of these specifications The Work Area Traffic Control Handbook (WATCH) The Manual of Warning Signs Lights and Devices for Use in Performance of Work Upon Highways State Labor Code Sections 6704 6706 and 6707 The Construction Safety Orders (CAL/OSHA) The General Industry Safety Orders (CAL/OSHA) Standard Specifications for Public Works Construction (The Green Book) 7-13 LAWS TO BE OBSERVED The Contractor shall protect and indemnify the District the Board of Directors the Engineer and all of its or their officers agents and ser- vants against any claim or liability arising from or based on the violation of any existing or future State Federal and Local laws ordinances, regula- tions orders or decrees whether by himself or his employees If any discrepancy or inconsistency is discovered in the plans drawings specifi- cations or contract for the work in relation to any such law ordinance regulation order or decree the Contractor shall forthwith report the same to the Engineer in writing 9-3.2 PARTIAL AND FINAL PAYMENT The leading time for processing invoices for the monthly progress payment approved by the Engineer for inclusion on the warrant list of the District is governed by the rules and regulations established by the Board of Directors Invoices for monthly payments shall be submitted to the Engineer no later than the 25th of each month After completion of the contract, the Board shall upon recommendation of the Engineer accept the work as complete and authorize the final pay- ment - 11 - The amount retained and deducted by the District shall be 5% of the progress estimates for all progress payments The final payment of the retention amount to the Contractor shall be made 35 days from the date of the recording of the Notice of Completion of the work after it is accepted by the Board of Directors and shall be made on duly certified voucher therefore It is mutually agreed among the parties to the contract that no certi- ficate given or payment made under the contract except the final certifi- cate of final payment, shall be conclusive evidence of full or substantial performance of this contract and no payment shall be construed to be an acceptance of any defective work or improper material The acceptance of final payment by the Contractor shall release the District the Board of Directors and the Engineer from any and all claims or liabilities on account of work performed by the Contractor under the con- tract or any alterations thereof 9-3 3 DELIVERED MATERIALS Materials delivered but not in place will not be classed as work done except as otherwise provided in these specifications - 12 - SPECIAL PROVISIONS The following additions are made to Parts 2 & 3 of the Standard Specifications If there is a conflict between these additions and Standard Specifications these additions shall have precedence PART 2 CONSTRUCTION MATERIALS 208-2 3 JOINTS FOR CLAY PIPE Joints for vitrified clay pipe shall be Type 'D in conformance with Section 208-5 of the Standard Specifications PART 3 CONSTRUCTION METHODS A-I GENERAL DESCRIPTION OF WORK The work to be done in general consists of the following Removal of existing improvements and obstructions controlling traffic in and around the work site excavating the trenches for sewer main controlling and disposing of surface and groundwater flows during all phases of construction removing existing sewer main laying the sewer main joining existing manholes connecting existing laterals to new sewer backfilling excavations removal and disposal of excess trench materials reconstruction of paving and other improvements to the satisfaction of the applicable local agency The preceding shall include furnishing all labor materials tools equipment and incidentals necessary to perform and complete said work to the satisfac- tion of the Engineer B-I ADDITIONS TO STANDARD SPECIFICATIONS 306-1 2 1 PIPE BEDDING Underground pipe bedding shall be per 'Trench Detail " as shown on City of Costa Mesa Standard No 813 and shall be 3/4 Crushed rock per Section 200-1 2 of the Standard Specifications 306-1 2 3 FIELD JOINTING OF CLAY PIPE Field joints shall be Type 'D' -13- 306-1 3 OPEN TRENCH OPERATION - BACKFILL AND DENSIFICATION Sawcutting of the A C and backfill of the trench shall be as required by the applicable local agency Payment for slurry used as backfill for excavations shall be included in the contract price for the related item of work and no separate compensation will be allowed 306-1 5 1 TEMPORARY RESURFACING Payment for temporary resurfacing shall be included in the contract price for the related construction item No separate payment will be allowed B-II CONNECTIONS TO EXISTING FACILITIES Work on and connection to existing facilities shall be accomplished while maintaining existing sewer service Such work on existing facilities shall be accomplished at a time and in a manner approved by the Engineer The Contractor shall be particularly aware that such connections and work on existing facilities will be performed during periods of low sewage flow possibly during the night time or early morning hours The Contractor will be required to install and maintain temporary by-pass facilities with continuous 24 hour a day supervision capable of by-passing all of the sewage flow through the area of work during the construction Such equipment and its installation shall meet the prior approval of the Engineer It shall be the Contractor s responsibility to see that such equipment is operating properly at all times B-IV GUARANTEES AND TESTS The Contractor shall guarantee all materials to be new and all materials and workmanship to be free from defects for a period of one year from the date of written acceptance of the completed work by the Board of Directors of the Costa Mesa Sanitary District. This guarantee does not extend to claims for injury to person or property of third parties due to negligent construction -14- B-V SAFETY REQUIREMENTS AND PERMITS The Contractor shall obtain a permit in the District s name from the City of Costa Mesa The Contractor will be required to comply with all requirements of Sections 6500 6704 6706 and 6707 of the State Labor Code The Contractor will submit to the Engineer, in advance of excavation a structurally approved plan showing the design of shoring bracing sloping or other provisions to be made for worker' s protection from the hazard of caving ground during the excavation of trenches provisions for the control of groundwater will be included in these plans The Contractor will obtain in advance of excavation a permit author- izing such construction from the Division of Industrial Safety of the State of California Unattended excavation will be backfilled covered or protected to the satisfaction of the Engineer and local governing agency B-VI TRAFFIC The Contractor shall furnish erect and maintain at his own expense such fences signs barricades lights arrow board flagmen guards and such other devices as are necessary and so directed by the Engineer to prevent accident damage or injury to the public The Contractor shall be guided by the State of California Business and Transportation Agency Department of Public Works publication Manual of Warning Signs Lights and Devices for use in performance of Work Upon High- way' latest edition and the WATCH handbook The Contractor shall at all times abide by the local agencies inspector s directives concerning the control of traffic during construction The Contractor shall maintain local access for all residences and businesses within the limits of construction The Contractor shall cover or fill open trenches after each construction day and on holidays or weekends to the satisfaction of the City Engineer B-VII SHEETING SHORING AND BRACING The Contractor will be required to furnish all labor materials, tools, equipment and performing all work involved in providing adequate sheeting shoring and bracing or equivalent methods for the protection of life or limb which shall conform to applicable safety orders The Contractor will be required to submit to the Engineer a detailed plan showing a structurally approved design of shoring or equivalent methods to provide protection for workers as specified in B-V of these specifications -15- 14 WEEI CUT OR SAWCUT '''"---Th — — — { 0.2 EXISTING REPLACEMENT PAYEE N: PAVEMENT A.C. OR D.C.C. _ \\\///\,N g//\T/i/ 0.1' A B' II B / A \\ B' 0.65 MINIMUM C.A.B. OR SLURRY FOR LOCAL STREETS. UNDER 2' 0.50 I 1.00' MINIMUM C.A.B. OR SLURRY FOR HIGHER TRAFFIC OVER 2' 1.0' 4 �\ STREETS. SEE NOT II t —' AND TABLE HEREON BACKFILL ZONE SE NOTE 12 ' I • 1.0' MINIMUM I BEDDING A' AS PER SUBSECTION 301 1.2.1 OF THE STANDARD PIPE ZONE SPLCIrICAiIONS. SLURRY, C.A.B. OR AS SPECIFIED, COMPAC ED 0.50' �0.50' TO THE SATISFACTION DF THE CITY ENGINEER. 1 OR D' rCR D' , BEDDING 'B' CONCRFTE AGGREGATE C.A.B., C.M.B. OR AS 0.1 A\ SP•CIF IED, MAXIMUM GRADATION NO 2 COMPACTED TO THE \D /10 SATISFACTION OF THE CITY ENGINEER. Y//\ /7\ //\\ /\ LOESS BUT HANNOT \ •UM:CHEYER IS LESS 8U- NOT UNDISTURBED FOUNDATION LESS THAN .35 ND1ES. 1. ALL EXCAVATION AND CONSTRUCTION OPERATIONS SHALL COMPLY WITH THE REQUI =VENTS OF CALIFORNIA DIVISION OF INDUSTRIAL SAFETY AND THE WORK AREA TRAFFIC HANDBOOK. (W.A. .H. LATEST EDITION) 2. AL_ TRENCHES WHICH ARE TRANSVERSE OR DIAGONAL TO EIISTING CO FUTURE STREETS (INCLUDING ALL INTERSECTION CROSSINGS) ALL LONGITUDINAL TRENCHES IN THE STREET WITHIN 1.5 OF THE EDGE OF THE GUT-=R OR CURB (IF NO -T-R) AROUND MANHOLES. AND ALL NARROW (LESS THAN 2') LONGITUDINAL TRENCHES WHICH 4RI' LESS THAN 20' LONG SHALL BE BACKFILLED WITH CLASS 100-E 100 SAAR-CEMENT SLURRY ALL OTHER CONDI'IONS SHALL BE BACKFILLED WITH SLURRY C.M.B. OR C.A.B. OR AS SPECIFIED. 3. BACKF' AND COMPACTION MrTH00S SHALL CONFORM TO SUBSECTION 306-1.3 OF STANDARD SPECS ICA.-IONS FOR P'JBL WORKS CONSTRUCTION (LATEST EDI'1014) EXCEPT THAT 951 MINIMUM RELATIVE COMPACTION SHALL BE REQUIRED IWITHIN STRUCTURAL SECTION AND 0.5' BELOW, WITH 905 REQUIRED IN THE REMAINDER OF THE BACKFILL ZONE 4. ALL REFERENCES TO SLURRY SHALL MEAN CLASS 100-E 100 SAND-CEMENT SLURRY 5. ALL A.C. REPLACEMENT REQUIRES A TACK COAT ON EXISTING EDGES AND A SEAL COAT ON THE SURFACE. 6. ALL WORK SHALL CONFORM TO THE CITY OF COSTA MESA 'GUIDELINES FOR TRENCH EXCAVATION' ATTACHED HERETO. I7 PRIOR TO PLACING BACKFILL, CALL CITY OF COSTA MESA ENGINEERING DIVISION FOR BEDDING INSPECTION. 8. THE WHEEL CUT OR SAWCUT OF A.C. SMALL K A STRAIGHT CLEAN LINE ACCEPTABLE TO THE CITY ENGINEER. 9. WHERE A.C. EXCEEDS 0.5 IN THICKNESS, ALTERNATE PAVEMENT REPLACEMENT THAN REWIRED HEREIN WILL BE SPECI- FIED BY THE CITY ENGINEER. 10. PRIOR TO PERFORM:.NG ANY WORK IN THE PUBLIC RIGHT-OF-WAY A PERMIT MUST K OBTAINED FRY THE CITY OF COSTA MESA ENGINE°RING DIVISION. 11. ON ALL HIGHWAYS SHOWN ON THE MASTER PLAN OF HIGHWAYS, A .B .B SWILL BE OF A WIDTH SUFFICIENT TO ACCOM- MODATC A SELF-PROPELLED STEEL ROLLER. 12 THIS STANDARD SHALL APPLY TO ALL UTILITY CUTS IN THE PUBLIC RIGHT-OF-WAY ' C.4,8. CRUSHED AGGREGAT4 BASE I)AS PER SUBSECTION 200-2 OF THE STANDARD SPECIFICATIONS C.M.3. CRUSHED MISCELLANEOUS BASE REVISED 4-16-86 -16 - CITY OF COSTA MESA TRENCHING DETAIL ornasMN°"r C CALIFORNIA K� �/ STTD.DWG.NO ►UILIC SERVICES DE MRTMENT AIPSOYE��%-- DATE T '3714 8 13 BRUCE 'PATTERN R.C.C. 11311 - S 1-•—t PK S 1 2 ALTERNATE A FOR SIDEWALK - ADJACENT TO CURB. I UN's . . . ' I CURS • - CUTTER • • �• �� .;e ;• \ ' a .i 'A..•..• •a Al s PUBLIC uiartr [A1[r[N7 • •' _ COLD JOINT MOUND FOR S PARKWAY NSECTION A-A CR4INED AGGREGATE)BASE - DIMENSIONS PK PARKWAY WIDTH S SIDEWALK WIDTH - 10'R/W--PK S' S 4' 4- so'R/W--PK•10' S•4'-4' - S4 R/ r--PK•7' 5.4'-4- RESIDENTIAL 6 -4• COMMERCIAL • INDUSTRIAL 106'R/W--P107' S•4'-4. RESIDENTIAL 6-4' COMMERCIAL • INDUSTRIAL ILO' R/W--PK•$' 11•••• • RESIDENTIAL 1.'-4• COMMERCIAL • INDUSTRIAL - 5' 4' 0 A —s' UTILITY LASEKNT REQUIRED FOR 3' PARKWAY — — — -- -- — 4• ..C.C. SIDEWALK NI I/4. EXPANSION Jo1MT Y . o Vs X2.WEAKENED 14 EXPANSION JOINT 1!5'X2:WEAKENm PLANE JONT OR PLANE JOINT, �- -- .. - ;CpNTRpL ' _ . OR ►LASTK�CONTROL -, ,.; . . . I 10 10 uRl • SUTTER 10 J 10 10 10 40 A•10---1 PLAN NOTES• I. V4 EXPANSION JOINTS SHALL•E PLACED AT 40' 111111,101i1J a/T ENE DID Of ALL CURS RETURNS. _ I. yS X Z.MAPTIC CONTROL OR WEAXENED PLANE JOWTS SMALL SE PLACED AT 10 INTERVALS 1. EXPANSION JOINTS MO WEAKENED PLANE JOINTS FOO S40127l IS WALL BE PLACED TO COINCIDE WITH JOINTS OF THE CURS. 4. FOR EXPO SION'JOINT MD WEAKENED PLANE JOINT DETAILS SEE STD. CMS. NO.114. . 5. SIDEWALK THICKNESS IS 4r EXCEPT AT SRFYEWAYS WHERE IT SMALL K S• THICK. I. CONCRETE SHALL •E 520-C-2500 PER CURRENT EDITION OF STANDARD SPECIFICATIONS SEC.20i-I.1.2 7. 10 INTERVAL BETWEEN TRANSVERSE JOINTS MAY It VARIED K JOINING EXISTING IMPROVEMENTS /AO APPROVED SY CITY ENGINEER S. WIDEN SIDEWALK TO PROVIDE ION. CLEAR DISTANCE PER STD. DW'4. N0. J S. •ALL EXPOSED CORNERS ON SIDEWALK SHALL BE ROUNDED OFF WITH I/2-RADIUS, EXCEPT AS OTHERWISE SHOWN ON STD. DWG. N0. 514. 17 ORSN W.A.B. CITY OF COSTA MESA STANDARD SIDEWALK DETAILS SCALE NONE CALIFORNIA STD. DWG.N0. y a PUBLIC SERVICES DEPARTMENT APPROVED /��c DATE/ �S 4 I I 4 CE 0. Y TTERN R.C.F 15355 -1 Damaged or broken 1 sewer pipe i L. L. J Completely remove all damaged areas, including areas that may be fractured I I l Band-Seal repair coupling IEx V C P sewer line Jill�1I�l_a Repair section in place 1 Of D I P replacement is required , use Band-Seal repair coupling with rubber filler ) - 18 - REVISED 15 23 65 ID to C. 16 62 1 COSTA MESA SANITARY DISTRICT Approved Q[_ p Sewer Pipe R@ Qlt District Engineer -R.C.E. 31720 p P Drawing N2 S -106 C C C Pi CPSFie/P:MFP(6P(SP/P,PiSPiFFPPEPaiy/ i[i{ +` 1 b P P F P P Ps. 11111thiffilini liiiii iii�iiil 5i { !# �• °EAR �FE¢ g 3 #E ii I llillaBlldl1 lll111all#sillsslii ! i� ! 0 10 EG •' Q0 g@ i 111111111111111111111111111111111 i l j�Ep�{a i i° a g`�to i i,oip Qua �3� I ill F1.VI;1 li a ii1. g #liii €i P16 �0 6Ii �ii l3i� 888989998899?889fl9998a9i88988H9i9� ! 1I 1 "Ip J 3 1 tai 0 NI pig !3 i iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii g i// i l i € 1 1:1 I6ii id giii ill i •i i !411!Ee!1/1112Da6Eeee• ssc e :•i�' a i i Pi ; 1.EP a 1111 3� 5 isiIgI O 1 •• i I I a6; e3 i°� a 1 4 FFF FFGGGGGFFGGFFFGFFGFFFGGGGFGFFF# IIRA , G GGGGGGGGFGG GGGGGGGGGGGGFGFGGGGGGI `0 W _ D la r 5 " AP;r 3 i g i s ills s• • m D z IIM1»1 .4 0 ii 1 `CD n 0 n 0 F ► `/^� , 111114 0 y Y"a• •., m D• as x i �•%.. el m R 2, z Eie %� -iG! �a ° 700 o >H 113.111 , , \jc I,: [ —I N ;ya ;'' t `l D m Z II c W -‹ c ��1 a li'i > z _0 e N. g Iii H yI II _3J �i .II s S H I ! �. i NO O E P P FC C a / / P P F P P i• e s ii#e ci p ; g Pi XS EiE ;e• Ci i is i' Ei iin EEi i a•a si # € a€ I E ` '� � p i i E i €#i ! ! �1 a #�#�' �i 6¢ 3 elei i i !€ m 141.1.11 1a 6� 11ll1i4d a iii 1 i ° � is �•I e° d1�� eii1_1 i 1 1~! is e� ��1l 1' 1=' a s i �� i'i sl iiihTie •Ipiil e a 2oiRo 1#. a1� 11•Y�'lia #i•3#i1E i3# slier 1 4i 1 ; liiee'la it : G°i ii g °' °� lei 1 �i 1 41111 i j tg°I iiiq # i •{��iel € I�l Q Hiiiiip Piiiii a i3 ti# '�i 1si! i{a`srlii �i i/1111 1 dd/ ilq i 1 W `�ii c 3 F Iiijii i 11 3 �•�� 31'�SS E�)� �i1�,,�i ; `�Spoi�' ;3it $ ' � i�' 11)01! Oi� m m ' I t l 1€# aii!;. ila L i i i� i11.1'6ai� gF 371 1 i il� 1 t LL e 5 iig°l i i a16;#t s E5i-y° Ei i € /3 pz ilk ; i�i ! I°" y n Q1 / 1iE1 ii �i i l p �l id/ ilk 111°i��6 1110311 i1 8 • i ° 1� ll 16 e)� #ii) l e3° i 3 6 P 1 0 ai ai 0' i iii b1 ii € JIHI E € iEja �i� # ° 3 i ali A 4i �� i15 to 1 iit ; hill, t mi cisgsiil ii° : [� 1gg15;1# aiiii t i�Efjai;It jai S ji 1! 1pi �ilia. a l � i ii 1 1i I 7' i. ail 1 i i ••i i@ 33.i,� llikllie 133 !•i� 9 3 ! i" . i E° oivn na n. R ' P fl I _�i T r 4° Or ,.p rr. .S -•g .;b y A. UORE •. 1 rR • uY OQ > Y !: I i L' I MO �IF�Y .... Ili 1 d-1: . CHARLIE 57.1 II II PLAfE1TA AK. _ /:IIII or .1 k N. A�W i PAMELA W ° I d ST T $ �e.A 01 stt. iRylM - REDMLLA.E. 1 — —1 9 $ '\ rP+: PONCN___ ; rhl Z : 4a119r m :.a - u q al 1 - —tl Fag N AL �,E Py� M • ,� N. e I a ?Al St - 6�. • ROYAL Y NS* hi 6 igi Y M d I N9OR KM 1�. o V N 0CLLID¢4 py a - gY . r •• idIDHAU DR. I Lwl R 3 yy '1 _E VASSM P wl q Y Iyy s.e(e1.s0) ell 6 Jr OM90 P gd9 �: 1 � e_ I \ p R R� . se ns1• l • $ y �N3 PB� > - i r w : TI $8 g NR 0,• L 51:5 fAMNEW ROAD i d• 'L • J9.�E'. Y 3A" V _ .1::_ N- uONtEREY 1 '+� • —1 4 r BIfDON w '.4 }1 24 g 3� ,, r �q 0 g' r a p ;f 0 t. 1 L € I o ? s AI BW.owIN 14ONR. °A I o i e ♦ I• Pc...1----RANDOLPN AJ Y 'pt 1r'. .•. ---.a D 1 P 1 it a x awsrot sr. € ric ?I EllN k Ill wr: s, Is r. OOO We ®®® O OO DO®®® DOO OODO xoi t et i4. t _ ; e s 4ig • ; 1- ! 1 CC y L% m r S t S2g' 2R mo m m y 6>6 om i P 139 i D l; m f it Dp5 ill py g3 C i q ti i -4 i C F,< ,w K R 4 yl g4 7 y1 qp q g 4 i i 4 e$ EEEf V. t Q R A 1 C% a Q ii 1 Q - Q 3 ti Q A 8 P 4 7 m m 'i'l PLOT 7/12/s © © ©®© © ©© © Si I �M L— i II .0 i yI! sI! ; fpI! a ; eI! ai! ill 1 I 1. , '' i�c c Iiif > si ni .. 1,1 t .L. 1 wil gigs f- lc m ; 2 I 4 le i04 I I ri co 171 f ril m r? re it yf�t i_e�l pp 1-7 1 Lg 3' i =3L�I°s�L- pp �, = r . ILA L �S°a II F ito � �__ 1 nil � I € � '' — — . °x aI �, .LA� A, E I Si ;I "` -— �_ a:fio I —fig z ��i 1 : z( I tr; vµAOE AVE. f - ii I r IIL _� ci1.1_I 1___ P010NA AVENUE „_ -- ,r__= - g 51 t ttit :‘,. 11 P- 1} i bi hi 21 ^ t ; Ira ' ljE lang 0 9 E mNM ` If F: v A ro. y --4 G.. MA 4 1 . 't m C e IijI mw jl I — _L —' �_ 2 Bi -Dim • I m m $ D 4 Y i f m/osm Yq