Loading...
HomeMy WebLinkAboutC-1208 - Water main replacement - Corona del Mar area(7'nf C=K 19994 _ NOTICE OF COMPLETION PUBLIC WORKS FREE C. ) BOOK 9179 rAu 852 RECORDED AT REQUEST OF CITY OF NZ70ORT BEACH IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIF. 9:05 AM DES 31 1969 J. WYLIE C1-0U, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 18, 1969 the Public Works project consisting of Water Main Replacement, Corona del Mar Area (1968 -69), Contract C -1208 on which Miller- Griffin, Inc. was the contractor, and Seaboard Surety Company was the surety, was completed. CITY OF NEWPORT BEACH Public: rks Director VERIFICATION J I, the undersigned, say: I am the Public Works Director of the City of Newport Beach ;. the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 30, 1969 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on December 22, 1969 accepted the above described work as completed and ordered that a Notice of Completion be riled. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 30, 1969 at Newport Beach, California. i y m n a r 0 4k CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: December 30, 1969 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Water Main Replacement, Corona del Mar Area (1968 -69) Contract No. C -1208 on which Miller- Griffin, Inc. was the Contractor and Seaboard Surety Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL:d6 Encl. _Pzx;� December 22, 1969 ( TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT, CORONA DEL MAR AREA (1968 -69) C -1208 RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of water mains in the Corona del Mar area has been completed to the satisfaction of the Public Works Department. The bid price was: $81,667.00 Amount of unit price items constructed: 80,149.65 Amount of change orders: 320.77 Total contract cost: 80,470.42 Amount budgeted in Account No. 50- 9297 -041: 81,196.28 The contractor is Miller- Griffin of Sunland, California. The contract date of completion was August 4, 1969. The water main construction was not completed until September 18 due to delays caused by the strike of the operating engineers. �Y Jbseph Devlin Public r s Director -6 6 TO: Public Works Department FROM: City Clerk 0 Date May 21, 1969 SUBJECT: Contract No. 1208 Project Water"Aatff-Aeplaoement Program 1968 -69 ( CdM area) 3 Attached signed copy of subject contract for transmittal to the contractor.) Bonding Co., E your files. Contractor: Miller - Griffin, Inc. Address: Box 578 - Sunl.and, California Amount: $ 81,667.00 Effective Date: May 12, 1969 Resolution No. 6971 Laura Laglos LL: dg Att. 3 cc: Finance Department CONTRACT N0, 1208 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 Approved by the City Council on this 10th day of March, 1969 aur'C�' a Lagios, C' y Clerk �In dt a CHUBB �r SON C. -.90 john.St_reet, New.lYork,.Ni. Y.:1D038 � °.oar ,;,CERTIFICJ �9 O This ;in to ,eertiry. that the Company, indicated: -by ❑x;.has issg _ by a specific (X) entry in the Coverage column subject to the terms, conditions, of (date) Carl i Name and address of party to whom this certificate is issued .. ~'.: -R;ECEIVEC PHLIC WORKS N"AY ISIJ 41 OEOF CITY'OF" NEWPORT BEACH City Hall 3300 Newport Boulevard Newport Beach, California 92660 :-i JX Federal Insurance Company f ❑ Vigilant Insurance Company fn Sun Insprance Office, Ltd. Great Northern Insurance Company 11 Oft, It (s Wfy) olding such, . corrages as are indicated and that sue�.insurance is in force as - MILLRR=- 61UFFIN, Inc. P. 0. Box 578 Sunland, California 91o4o TYPE OF POLICY Coverage POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY Standard Workmen's Compensation 6 Employers' Liability Eff. Exp. Statutory —in conformance with the Compensation law of the State of General Liability— BODILY INJURY Premises - Operations 7744 63 8 ppp Eff. 35/69 Exp. 3 3/15/70 $ 100,000. Each Person $ 300, 000- Each Occurrence $ 300 o 000 - Aggregate- Products - Compl. Oper. $ 1000000. Each Person } $ 300,000. Each Occurrence $ 25,000, Each Occurrence $ 50,000, Aggregate -Prem. OPer. $ 50P000- Aggregate. Protective $ 50, 000• Aggregate- Products- Compl.Oper. ) }$ 25,000. Each Occurrence 1 $ 50,000. Aggregate Elevators Independent Contractors Products Completed Operations Incidenta) Contractual Specified Contractual* Blanket Contractual General Liability— PROPERTY DAMAGE Premises - Operations Elevators Independent Contractors Products - Completed Operations Incidental Contractual Specified Contractual* Blanket Contractual Automobile Liability— BODILY INJURY Owned Automobiles 7744 63 8 Eff. 3/15/69 EKp-3/15/70 I �$ 100,000, Each Person $ 300,000. Each occurrence $ 25,000• Each Occurrence Hired Automobiles Non -owned Automobiles El Automobile Liabditr— PROPERTY DAMAGE Owned Automobiles Hired Automobiles Non -owned Automobiles ' Coverage is provided for liability assumed by the Named Insured for the contract between the Named Insured and City of Newport Beach dated 5/9/69 as provided in the contractual liability coverage Dart attached to the policy. APPROVED c JOB: WATER MAIN REPLACEMENT Dated: ORtdI Y Corona Del Mar Area CITY, ATT 1968 -69, C -1208 c'-Ws. are �Y .......... ..... See verse Side) If the policies are cancelled or changed in such manner as to affect this certificate, the Company will mail to the pOVto who 1 s certificate is issued, at the address shown above, 10 days notice of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Company . ..... ...... .................... ................. ................ ................... .. ........' R�obert ��... Form 11101 (Ed. 10 FRANK 661 H. `^' "" 1.7803 (2SM It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor} the amount of coverage thereof reduced, not the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach,.City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. It is understood and agreed that the City of Newport Beach is included as an additional insured with respect to all i operations performed by the insured for the City of Newport Beach. INDUSTRIAL INDE&NITY COMPANY IA STOCK CNIEWPANY, HOME OFFICE SAN FRANCISCO NAMED INSURED MILLER - GRIFFIN, INC. P. 0. Box 578 Sunland, California 91040 CERTIFICATE CITY OF NEWPORT BEACH ISSUED TO City Hall 3300 Newport Boulevard Newport Beach, California CERTIFICATE `�'cJ RECEIVED C11 of T INSURANCE -�1 - i CERTIFICATE r ,�� ISSUED BY .IN T�l1r.�.T1�' ` 92660 COMPANY INDUSTRIAL INDEMNITY COMPANY - has issued coverage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY z'-. ... .._LK............. COMPENSATION EFF 3 15 p ANTORV CALIFORNIA COMPENSATION � _ WORKMEN'S COMPENSAIION CP 641 -82 EXP 1 PLOYER'S LIABILITY $2,000.000 PER OCCURRENCE COMPENSATION EFF STATUTORY COMPENSATION STATEISi OF _WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY - - -$ PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIASILHY ^- AUfOMCRILE $ $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY- - EXCEPT AUTOMOBILE EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY .... AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY .... EXCEPT AUTOMOBILE $ $ AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF s FIRE. LIGHTNING & TRANSPORTATION S THEFT 'BROAD FORM) EXP. 5 COLLISION OR UPSET ACTUAL CASH VALUE LESS S DEDUCTIBLE INLAND MARINE EFF EXP $ ' EFF EXP $ Fhech,ry any loss under Automobiley Physical Damage Ccveroge Lie os;nfeLg6 P "PY- peor to the Named Insured and the Lienhold er named below in accordance with loss Pa able Endorsement on revers KVV�J 1 (�,f1 r . i'VV11 UENHOLDER JOB: As respects the following described aulomobile (s): WATER MAIN REPLACEMENT Corona Del Mar Area 1968 -69, C -1208 :Dated: CITY A� TTTeC � RX; cY ; YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER z'-. ... .._LK............. DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively o coverage afforded by the policy described herein.) It is hereby understood and to which this certificate refers may not be changed, nor the amount of coverage thereof allowed to lapse until ten (10) days after Clerk of the City of Newport Beach, City Ha This policy sbfll4To�'6���Itt 1&dnhfrr1gtv€c,3a iR4t54Ag9fur#Altf;?epanc celation or reduction in coverage shall have been mailed to this ceytift�Bl�'helde Certified this 9th day of May, 19 r negatively amends, agreed that cancelled, 1 extends or alters the the Policy materially reduced, not the Policy receipt by the City 11 Newpport Beach �Cnalif., e� v Affe4roT' es��IP�krh- Producer F�t�INK E. ROWSEY AGENCY, INC. 1 N %u-�- "� 7I By FRANK S. AOWSF. AGI a LRb,e.be, South Spring Street Los Angeles. California Robert P. Deering A n no.,,. heL:m >}4,,,,ier of a; r cr v con: 1: "d, will ;I r -: spet -'.ed svd c - - +r g cF no toe to :'+ed b.. i 'c this p -cY rt,nll c .n force i.,r if:e CsnaC: "in Holds - for rr -,f the l on- recn e , Lit, ,fie , r - i,e of sXl P, cello, r -, LY file Hc! ice, in no e lent, r,s :o the mteru't olf vi e Lien- Fh±lde" si n7: coucehefion of on inearc:rce under 1 ?i'r'c.e�tiCy' 8v: r- ing Ire property cc r' i in fhe po =icy he r• ".:ded of )),e re-ves1 of the insure t =fare , It)`. t - lion sh. a hove been i- - ifien , cc. of requ' '1 :or canc.`:Ie- event f S n to 1 - en -fiat. ''r by the co many. In the cc ace Lcno , of F;. s pony :):e vn ea rr ¢d premium shall be , ;aid to the Lien - Helder, provided )i,e said Lle:l'1 Vo ider has advanced the pre paw,,. 9. All polices herein provided to be given by the Company to )he Lien - Holder in connection Willi this policy and this Avlon,abile Loss Payablt En <c rsem elf =_hall be mailed to or dellvared ;, hie tien'Holder at its off :.0 or brand, as indi Wed on the Cerfifimie of Insurance. A'I -o)h er }erns and conditions of this policy remain unchanged. This endorsement is hereby mode a part of the Policy number indicated on 'fhe Certificate of Insvrance- W STR_1AL INDEMNITY COMPANY J AUIQMOBILE LOSS Pills E A (CALIFORNIA ONLY( r{ c ?. •With respect b the inte rpzl oFJ �n- Np%i•rAcaled sF laewance its successo *sc d ar an die- Eerhheele (hero affer.tahed �• n ��5 6H lhay'b'be set y'&1�feY Tnsrft'oi'ii:e' upon the de5Cr,6 'd In its ca Uc❑ the LE r�r� P y os condtiion,sl se /=or WtoYtgagee o albs wi G r�'"v Property insurtd'vnder wilF n ropers ,�I ' 9� p y hµ vCOmL,oRy sh Iz* uq¢tyr6is Pahcy as to III$ tiag%fiolder.ewiy br this policy, this company hereb a d;• 1 Y 9 es uspoY1�dQr Ilia -9t4P rJ�'�P� such. io�s oLdamoge filaj he s , I, deb u)s r Y�beore Rf11oi 4 e amount a •rai'k}"and .oEUihhe msm'oncs'o➢ siwfa than I, Lees or de, mcge; if any, to the Pra reel �r�Wr actwon'said properly under policies held by, payable a and expressly F Y described in this pe hots' be payable fwsll . to the Y Len Holder end secondly to tl .. �s (he "' ads 'a*y - Pppeor, pro, +Jed ne,v Nil i ,consented to by the L en Holder, and to )be extent of o c s earn mr • h P lanents $e made, ) / ` hall be subrogaled (pro rata the L «. a e ess shat no r the the company far sepa rate selllernE, ,e ( nl said I 0, with all other inw revs con - '4 it ,alloy io said paymcal) to all of il,e Lie,rvHolder's rights of contrikulioe, . a }} dfrecfl to the Lien - Holder to the Y under sold other insurance. . ,..Jenl c. its inters I u,,v :i .- -nee; i.any,; shall be payable to the insv rue,. ' - -- . 2, The insurance un.el.r ibis oo''c as In ill Y e sn ores n7 07 he Id shall not be in,::ahed Q K. i � b. Whenever ibis company shall p, ,y to the Lica- Holder qn. sum :for loss or domoge under This oh "'" Y. :.± P O trod shall loim Ihul 6s to the insured no 7io- bilily in am ,Iien;}ia Y °re'Y '7 (' „ly 4lf�hg -din the Ji fFe 01,,uZr- Ship of the ro ^err be therefor exisis, ibis company! O} its option ma Holder the wh ;le P Y pbY to the Lien - principal . Polity, or by any oniesrian ar��rfa 2. ;`a: �� ? F,4®ty'or coRdllioh Ff�he in violdlion 9 he 'form n.nc e, of Burn and inters st due or YUh�il+Rwe due from -,03 the insured an the obagbjlUB'ec8rr, d` - r Q f Y: lbe';i,*erly ins'ye�H under Ibis -on of any le'nis or conditii ;s f Y -aSC.s lallere to ° 4 ° "bY of :be.huse of she' _r,ryyoltcy, (with relund of e17 iple[esl not accrued, and This .r'.: �..,,- I company sholl Uric or perform anY act requited by file. terms or conrG trans of the P Y because of the subiedien of ;!WYre upon receive o NMI enl and ban;fer wiihod} recourse, of ^ said obligalian and the, hedd.oy ;:;_ ro er opsra!fon not permitted by the etupjyr col of r I `ogafion shaif impair if IN of i I: 4:{JIC {� o; bus no sub - aoGCy orpbecou�eaol mrr'�glalse s:ule- menr gas 1 '4 olio Or Ilse 5 ;;'c } Policy ., cl Ili erect, by the insured insured 's .(he 9ffieLien•Fid!J er: !o' cover The full nnlaonl of its Bairn. smprng or the empi:. •; .;,; s, ogenis or r(ur esenloF ves; wbefher occurring be- fore or after , u'ochnne'l of Ibis n reen._::? g Y• T!'.e cal "age granted under this or ` °het;; cr be(ote or arts, ilia loss; ";'..: .'L.. �P.. howavar, I!,of the',' ongfui coversion, emb,,= or sa<rt+CCn �:na policy shalt continue in hull forte and effect as to )he interest of the lien - Holder only. fct days Y. a period of fen (10) :, . Pur<i,ascr. Modica ear, or i.escee in pas ses� Sion of Sion of he ;n; ;; e;( under mo,l..oce, oiler expiration of said policy unless 'an acceptable policy in renew- at Fh er,=.'ofv.ilh loss she: jeose a,vaeu ;r, J candi:i ;:no! save, contract, r, o:' <, f:'s: conlroct is not covered under )!,is less spo_ilico ;ly bn- sunder payable to the Lier:liolder in coca rdonce with file terms of this Automobile Loss Payable Endorseme:,l policy, ; , cured c,ps;inst and pre, lien, paid therefor. shoff Lave been issued by .some inA.vence company and accepted by the Lie,- Holder. $. In the event of failure cf iF.; :ns.!red to ay an pay In 16e event of n loss not otherwise covered during the extended ten (10) doys peAod harem refan io, ➢Premium or odditicnal premium whit, sl:oll be ,: i, ,, ;::,: +,,; due under the genus. of this po:[cy, this company ogress ed an mv,val policy covering the some hazards 70 tire property h,sv red under life original be to c': -. v nm•, - ' n notice in the Liemflolde, of :';ach f Y, eat Of demur issued and ucce ied 6 policy shall P Y Ili'= Lien - Haider and l.tm tyagor, o due c ... Iwen y (1rD c f ' '') days 4cm unit v .' one hun- 1. conrJ el I date Of such 8, Sbould ' the ownershi and light P Fran . and,il is a td-, of fhe conhn :,« f t : h's of If,. Lier I fan )' e LismHolater ' r Sereur.¢er_ of 9 Possession of any of fhe properly covered under This, policy become vested in tile Lien ifolde. ' -, to wrihng. by I " :any of (he (oil ur t fhe insured o ( � such ;u or its agent, 'Ili.' ' policy ^hall continue for Ilse term the rc,d for i .: benefit of the Lien- H.O1d Qr (with } :, n i.al Pa y o (I' .e to be paid the I , due wdF -n f IC l foll all mcidenls of ownersh , Of e P w�hs Ire ? I Poly, hu1 m such event, -co J o ( ), five f5) de , re<e rpl cf :o mpg ,,.,' n n' ng thou -ro r, If )h 'r n -i! c she, lid c u and six (o1 of 'I a A - uo6i!e Loss payable Er - crsemenl shall no lon< cr o , f rov' fed p12 ' or ' cl irehtum 11 -r':71 ` "�'d Aui I ,c L� 3 +e tienH J r:! .hss let � and endarsemenis wh:ch,l by reason of Ib,. econJ n c! ten I (my, e F. , urse c ;i not be to , �d 1 xe "'pt of said .tale f n by the Lien 'cold.•. 11' printed ifons of Gclicy, ore or may be necessary to mu:nloe, I- voli:hly of the con - 1r,c are hereby granted for ,. � 4. 1F the tom pa ^:y ._ts to e period of lbrrtY Pte, Boys e,„1 all notices Ilf c.vise required to be given to lb, tampon }• by file insv, ad ore hereby to cancel 9,iv policy in ,:hole or in pc ,t to, con- paY of pee ;r,i,,,,,, o, for was: ed u period of shirty 130) do ys v.iih the ¢aePiiun of require- menis any n:. r tea son, ) },e mn;!:m:y veils for: odd a cc;:q of fhe c:....ollulio uppit,ing al )he )irae of or wbsequerii to a i:,_s n no.,,. heL:m >}4,,,,ier of a; r cr v con: 1: "d, will ;I r -: spet -'.ed svd c - - +r g cF no toe to :'+ed b.. i 'c this p -cY rt,nll c .n force i.,r if:e CsnaC: "in Holds - for rr -,f the l on- recn e , Lit, ,fie , r - i,e of sXl P, cello, r -, LY file Hc! ice, in no e lent, r,s :o the mteru't olf vi e Lien- Fh±lde" si n7: coucehefion of on inearc:rce under 1 ?i'r'c.e�tiCy' 8v: r- ing Ire property cc r' i in fhe po =icy he r• ".:ded of )),e re-ves1 of the insure t =fare , It)`. t - lion sh. a hove been i- - ifien , cc. of requ' '1 :or canc.`:Ie- event f S n to 1 - en -fiat. ''r by the co many. In the cc ace Lcno , of F;. s pony :):e vn ea rr ¢d premium shall be , ;aid to the Lien - Helder, provided )i,e said Lle:l'1 Vo ider has advanced the pre paw,,. 9. All polices herein provided to be given by the Company to )he Lien - Holder in connection Willi this policy and this Avlon,abile Loss Payablt En <c rsem elf =_hall be mailed to or dellvared ;, hie tien'Holder at its off :.0 or brand, as indi Wed on the Cerfifimie of Insurance. A'I -o)h er }erns and conditions of this policy remain unchanged. This endorsement is hereby mode a part of the Policy number indicated on 'fhe Certificate of Insvrance- W STR_1AL INDEMNITY COMPANY J • PAGE I —A SHEET I OF 2) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M., ON THE 8th DAY OF April , 1969, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 -69 CONTRACT NO. 1208 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS V411CM REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. - PROPOSAL 2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS PAGE j1 - BIDDER'S BOND PAGE 9 - NON - COLLUSION AFFIDAVIT 5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL Be AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN AC,;QRDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519• A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. L 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/1/68) Car oenters 5.33 Cement Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Enqineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman'(Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) -47.65-- Water truck driver (2500 gal. to 4000 gal.) 4.83 Ruilding and Construction tradac Bricklayer & Stone Mason (slj/Fi) 5.30 Electrician (1/1/68) Journeyman Wireman (5/23/68 Lather 5.08 Painters (7/1/68) Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk i 0 CITY OF NEWPORT BEACH WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 CONTRACT NO. 1208 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PRIof 3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1208 in accordance with the City of Newport Beach Drawings W- 5068 -S; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 5500 6 -Inch Asbestos Cement Water Main Lineal Feet C° six Dollars and Seventy Cents $—J-70 $36.850_00 Per Lineal Foot 2. 10 8 -Inch Asbestos Cement Water Main Lineal Feet N no Per Lineal Foot Dollars and Cents $-8.00 $ 80.00 3. 750 4 -Inch Polyvinyl Chloride Water Main Lineal Feet @ Fib Dollars and no Cents $ 8.00 Per Lineal Foot $ 61W0M I PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each 4 -Inch Gate Valves @ One hundred thirteen Dollars and no Cents $_113,00 $ 226.00 Each 5. 32 Each 6 -Inch Gate Valves @ One hundred fifty -three Dollars and no Gents $ 153.00 $ 49896.00 Each 6. 1 Each 4 -Inch Tapping Sleeve Assembly @ Three hundred seventy Dollars and no Cents $_370.00 $ 370.00 Each 7. 12 Each Fire Hydrant Assemblies @ Five hudil"d Dollars and Cents $_5w 00 $ Each 8. 310 Each 1 -Inch Water Service Connections @ Seventy -five Dollars and no Cents Each 9. 7700 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick -0- @ Dollars and thirty -five Cents Per Lineal Foot $ 76j" *2.2$9.00 (23x250.00) $ .35 $ 2.695.00 0 0 PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 500 Permanent Asphaltic Concrete Lineal Feet Trench Resurfacing - 6 Inches Thick @ TWO Dollars and no Cents $ 2.001 $1.000.00 Per Lineal Foot 11. 150 Portland Cement Concrete Square Feet Replacement - 4 Inches Thick IQ Per Square Foot 12. 100 Portland Cement Concrete Square Feet Replacement - 8 Inches Thick Dollars and Cents $ 1,00 $ 150.00 @ OVA Dollars and f4ft9 Cents $ 1.50 $ 150.00 Per Square Foot TOTAL PRICE WRITTEN IN WORDS TOTAL Eighty One thousand six hundred sicty -seven Dollars and no Cents $ 81,667.00 I/ 0 2/7/67 0 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK AS INDICATED IN THIS PROPOSALp TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED tW..10E THAT THE CONTRACT 15 READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORSO LICENSE N0. 2477 CLASSIFICATION A ACCOMPANYING THIS PROPOSAL IS Bidder's Bond CASHP CERTIFIED CHECK2 CASHIERS CHECK OR IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF T141S CONTRACT. 213 - 352 -3128 PHONE NUMBER 4-8-69 DATE Miller- Griffin Inc. BIDDERS NAME (SEAL) (s) Walter A. Griffin, V.P. AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE Corp. TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION2 CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: Ward T. Miller Pres. Walter A. Gri ffin V. Pres. b Mgr. Doris Morris Sec. PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER2 AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS N 3 01 6. 7• lro 12. BIDDER'S NAME AUTHORIZED SIGNATURE rr TYPE OF ORGANIZATI.ON: `INDIVIDUALS COPARTNERSHIP OR CORP) ADDRESS OR ORIGINAL COPY SEE CITY CLERAMPY PAGE 4 BIDDER'S BOND TO ACCOWANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRMLYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS 4 ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION D SHALL BIDS" WITHIN TEN X(I))EDAYS (NOT VINCLUD't G o SATURDAYS AND SUNDAY) FROM E THE ODATE OFV INVITING THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN TH.IS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE .FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. . IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) PRINCIPAL ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) BY TITLE URETY PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOT! ALL MEN BY THESE PRESENTS, THAT WE, 1 1.f 311- GRIFFIN INC. , AS PRINCIPAL, AND SEABOARD SURETY CCIPANY , AS SURETY, ARE HELD AND FIRMIYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF bid Ten Percent (10x) Of tOtaD OLLARS LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN. PRINCIPAL FOR THE CONSTRUCTION OF — Plater Main_ Replacement. Corona Del Mar Area. 1968- -1969. Contract NA. 120A IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE' ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION D BIOS" WITHIN TENX(I))EDAYS DELIVER THE GO SATURDAYS AND SUNDAY) FROM "NOTICE OFINVITING THE MAILING: OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT 13 READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE .FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE'SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET QUR HANDS AND SEALS TH13 8th DAY OF April . 19 69 . STATE OF CaliPorni COUNTY OF Loa Angel On this ................_$1 ........... day..._ ....................... Apri 1.... ............._ .................. .................... 19._69.... before me personally came .... _ .... _ .... _ ................................................................... H.... L..... Sesieon......._......._......_.........._..........................._..._....._......................_........ .............._...._........... to me known to be an Attorney -in -Fact Qf„ SEABOARD SURETY COMPANY, the corporation described in the within instrument; an fowl ed that he executed the within instrument as the act of 1 the said ABOARD SU}C�ANY in accordance with authority duly conferred upon him by j said Com any._. ' .,: NOTARY PUOLIC - CALIFOR" HgLEN DICK t � � �• M „�iICIPAL OFflGE IN NV Commis ' E); 1 / l fEi N @mbu . so 1 � .........�.........- Yt.WmiM • NN If 70714 PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED ADril Z$. 1964 HAS AWARDED TO I leis G in Cimpanv MILLER -GRI N INC.: -1 lrtit FI HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR 1111111111411 iiiiiiiiiiiiiiiiiiiiiiliiiiiiigiiii�illillilI 17 1,31 IN THE CITY OF NEWPORT BEACH,, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TB PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS 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 ayas•omi". =16 AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND Susan now � AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF so/ua Pose !!>fOMr111� AM DOLLARS iyii 23a10 SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND — CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSON$, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER ON THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY W13E AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED TH13 BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM 173 OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF 196,x4_. feil'__ INIC. (SEAL) AL) (SEAL —� CONTRACTOR (SEAL) (SEAL) SURETY L APPROVED AS TO FORM: ,'City ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON ATE ATTESTS CITY'CLERK _r STATE OF Cali>.lprn COUNTY OF Los Aeg Ise. On this ............. .......9._.,... day......... ....... .'._..,........ ..................._._... ....... ............. ....... _.19..x...., before me personally came Y. to gevtraa r...._ .............._..._,.._,._........_...,..................._............_"""`_._.."""..__.____.. --- ._.._.._...._..._._...... ------- ..__..__..._._..__..... --- _ --- _........._.....__. _._......... ... ._....._....._.. + to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of the said SEABOARD SURE�L�;? NY in accordance with authority duly conferred upon him by -.... said Company. pFFCIAL SFAL HELEN DICK POTIp li a.. NOTARY FVBLIC CALIEOANUI LL LEN DICK I PRINCIPAL OMCE IN HELEN ..... _ z ;..,. �y „r oEaFS COUN, r A Commissioff Expires November , 1960 ota publac. 0 am vll� 70700 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED April 28, 1959 HAS AWARDED TO Miller - Griffin Company MILLE9 -u- � F;N INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Water Main Replacement Pro]ect. Corona del Mar Area. (C -1208) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 13 ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, 111aiTiAom>0! -a m, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR ", AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ire ZMMMn 1!11•! IIIIIIIIIIIIIIIII0 its! > & 10/100 DOLLARS ($ M6=.M ) SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY - MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCES30RSI OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS'OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. l c 1 PAGE 8 (PERFORMANCE BOND — CONTINUED) AND SAID SURETY/ FOR VALUE RECEIVEDO.HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALO IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF., THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF Ir;c. " .;: {SEAL APPROVED AS TO FORM: CITY ATTORNEY CONTRAtTelt (SEAL) L� 3 U ET Y Be ire SWUM# to %(• STATE OF ss.: COUNTY OF L#0 On this ............. Ift .............. day ..... .- ............ j"'. . ..... ........ before me personally came I ................... ............. ...... .. .................................... & ...16... 11111.1.1110.1"M .... -.- ....... ....... ......... .................. ........ ......... ........ ............. .......... to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described in the within ins ge d that he executed the within instrument as the act of the ARD dffiBETWAGOMP Y in accordance with authority duly conferred upon him by said, 7�a HELEN DICK NETAF1 POELC - C4L' FORMA PRINCIPAL OFFICE IN LOS ANGELES COUNTY HELEN DICK rom 242 Notary PAGE 9 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 SAYO THAT NEITHER THEY NOR ANY OF THEMO HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY2 ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER2 OR SUCH AFFIANT OR AF- F.IANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR SIDDERSO WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED.BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATE "RIALMAN THROUGH ANY BID DEPOSITORY2 THE BYLAWS2 RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY.3UB- CONTRACTOR OR MATERI.ALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL, BE SUGG €STEDp OFFERED, PAIDy OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE,THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT2 NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY,, DELIVER TO2 OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS $ DAY OF - April 196. MY COMMISSION.EXPIRES: Nolan n tr iC NOTARY PUBLIC Commission Expires November 30. 1969 *FOR ORIGINAL COPY SEE CITY CLEVS FILE COPY" PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITYp EXPERIENCE.. SKILLO AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Harriman Avenue - City of So. Pasadena numerous jobs for City of Los Angeles Bank - Security- Pac. Fic 8888 Sunland Boulevard, Sun Valley Financial Statement available (s) Walter L. Griffin SIGNED a • PAGE II C 0 N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS ZIZZI DAY OF BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND MILLER - GRIFFIN CO. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF Water Main Replacement Project, Corona del Mar Area, 1968 -69 AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY.THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. II. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS.AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAO THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE MARMLE33 THE CITY THE DIRECTOR OF PUBLIC WORKSS AND THEIR OFFICERS AND EMPLOYEES, FROM'ALL CLAIMS, LOSS, DAMAGE2 INJURY2 AND LIABILITY OF EVERY KIND, NATUREI AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING -FROM THE PERFORMANCE OF THE CONTRACT OR WORK] REGARDLESS OF RE5PON3}.. BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSt LOSSI DAMAGE, INJURY} AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. ' t 94 't' t'. o ATTEST: CITY CLE�l 17 ^ CONTRACTOR APPROVED AS TO FORM: CITY ATTORNEY /v TITLE T� T • 0 INDEX TO SPECIAL PROVISIONS C -1208 I. SCOPE OF WORK• . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . • . . • • . • • . • • • • • • • • • • . 2 V. NOTIFICATION TO RESIDENTS • . • • • • • • • • • • • • • • 2 VI. CONSTRUCTION SURVEYS • • • • • • • • • • • • • • • • • • 3 VII. STORAGE YARD • • • . • • • • • • • • • • • • • • • • • • • 3 VIII. ADJUSTING UTILITY BOXES, VALVE COVERS, ETC., TO GRADE . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. PROPOSAL ITEMS . . . . . . . . . . . . . . . . . . . . . . 3 1. Asbestos Cement and Polyvinyl Chloride Pipe Water Mains . . . . . . . . . . . . . . . . . . . . . . . 3 2. Gate Valves and Tapping Sleeves . . ... . . . . . . . . 4 3. Fire Hydrant Assemblies . . . . . . . . . . . . . . . . . 4 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick . . . . . . . . . . . . . . . . 4 5. Permanent Asphaltic Concrete Trench Resurfacing - 4 Inches Thick . . . . . . . . . . . . . . . . 5 6. Portland Cement Concrete Replacement - 4 Inches Thick . . . 5 7.. Portland Cement Concrete Replacement - 8 Inches Thick . 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS iIQe, THE WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 CONTRACT NO. 1208 I. SCOPE SP1of5 The work to be done under this contract consists of replacing water mains and appurtenances in various alleys, surface restoration and the construction of a new water main from Ocean Boulevard to Breakers Drive near Narcissus Avenue, all in the Corona Del Mar area. The contract requires the completion of all the work as shown on the Plans, Drawing No. W- 5068 -5, and in accordance with these Special Provisions, the City of Newport Beach Standard Specifica- tions for Public Works Construction (1967 Edition and Amendments), and the City of Newport Beach Standard Special Provisions and Standard Drawings. The City's Standard Specifications may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angles, California, 90034, Telephone 213 - 870 -9871. II. COMPLETION OF WORK The Contractor shall complete all work in the alley portions of the contract within 60 consecutive calendar days after the date of execution of the contract by the City. The Contractor shall complete all the work within 75 consecutive calendar days after execution of the contract by the City. III. PAYMENT Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of work. Y SP2of5 The cost of removing all improvements shall be included in the various items of work and no additional compensation will be allowed. IV. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours, but must be restored to two -way traffic at the end of each working day and on weekends and holidays. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days from the day it is first closed to such use. The Contractor must employ sufficient men and equipment necessary to accomplish this schedule. The Contractor will be assessed $50.00 per day (including Saturdays, Sundays, and Holidays) for each day in excess of the 14 days allowed that work in each alley is not 10016 complete. In addition, when the work in one alley is not 100% complete within the 14 consecutive days allowed, any and all work not directly related to that alley will be stopped completely until the work in said alley is completed to the satisfaction of the Engineer. Such stopping of work by the Engineer will in no way relieve the Contractor from his similar responsibilities to maintain schedules of work started in other alleys. V. NOTIFICATION TO RESIDENTS The City will mail a preliminary notice to all residences to be affected by this work. Between 40 and 55 hours prior to closing an alley to vehicular traffic, the Contractor must, with utmost care, distribute to each and every residence, a notice, prepared by the City, stating when the work will begin and approximately when the alley will be restored to normal passenger vehicle use. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotifi- cation, using an explanatory letter prepared by the City, and distributed by the Contractor. The same notification procedure must be followed by the Contractor 3 to 5 hours before shutting off water service. VI. CONSTRUCTION SURVEYS Field staking required for control of grades and lines will be done by the City. The Contractor shall notify the City at least two working days in advance of his need for staking. s , SP3of 5 VII. STORAGE YARD A storage yard, located within City right of way, on the north side of Bayside Drive, between Goldenrod and Heliotrope Avenues, is available for the Contractor's use. The Contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract, the Contractor shall clean and return the yard to its original condition including repairs to the pavement as required. VIII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE Prior to construction, the Contractor and the Engineer will determine what utility boxes and /or covers, etc. are broken and not salvable Cracked water meter boxes shall be salvaged and reset by the Contractor. Badly broken or shattered water meter boxes will be replaced by the City and reset by the Contractor. Utility boxes, water meter boxes and /or covers, etc. , broken as a result of the Contractor's operations, shall be replaced at the Contractor's expense. All utility boxes, valve covers, etc., shall be reset to the existing adjacent pavement surfaces. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. IX. PROPOSAL ITEMS 1. Asbestos Cement and Polyvinyl Chloride Pipe Water Mains The price bid per lineal foot for asbestos cement and polyvinyl chloride water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks, slope protection, landscaping replacement, etc., required to construct the operative water mains, excluding gate valves and temporary and permanent trench resurfacing. The 4 -inch diameter polyvinyl chloride pipe and fittings shall be Johns - Manville ring -type polyvinyl chloride pipe, 160 P. S. I. (SDR26) or approved equal. PVC pipe and fittings shall be manufactured from virgin unplasticized polyvinyl resin, ASTM Type 1, Grade 1, conforming to ASTM Resin Specification D 1784 -65T. PVC pipe and fittings shall be able to sustain a maximum hydrostatic working pressure of 160 P. S. I. at 750F. SP4of 5 The Contractor shall use the excavated or similar material for backfill over the 4 -inch PVC pipe. This backfill only shall attain a relative compaction of 85%. Backfill compaction over this 4 -inch pipe must be obtained by hand methods or small mechan- ical tampers; jetting will not be allowed. The Contractor shall cover the newly backfilled cliff slope on Narcissus Avenue with open- webbed burlap and plant ice plant sprigs to restore the ground cover destroyed by his operations. Sprigs shall be placed in a grid pattern with a maximum distance of 12 inches between plantings. 2. Gate Valves and Tapping Sleeves The unit price bid for 4 -inch and 6 -inch gate valves and tapping sleeves shall include all fittings required to connect the valves and tapping sleeve to the water mains as shown on the Plans. 3. Fire Hydrant Assemblies The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, thrust blocks and pipe required to connect the assembly to the gate valves and water main. 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick Temporary asphaltic concrete trench resurfacing, 2 -inch minimum thickness, shall be paid for by the measured lineal feet of water main and service connection trench in asphaltic concrete and Portland Cement Concrete pavement areas in lieu of asphaltic concrete tonnage as specified in Section 306 -1. 12. 1 of the Standard Specifications. Removal of the temporary asphaltic concrete trench resurfacing will be required only where permanent resurfacing is to be provided. Elsewhere, the temporary asphaltic concrete resurfacing is to be left in place at the conclusion of the contract. It is emphasized that the temporary asphaltic concrete resurfacing shall be maintained in a smooth condition, level with the adjacent surfacing, during the contract, and left in the same condition at the conclusion of the contract work. Any additional temporary asphaltic concrete resurfacing needed to restore trench patching to the proper grade shall be placed promptly, as directed by the Engineer. No additional payment will be made for this required maintenance. t SP5of 5 5. Permanent Asphaltic Concrete Trench Resurfacing - 6 Inches Thick Permanent asphaltic concrete trench resurfacing, 6 -inch thickness minimum, shall be paid for by the measured linear feet of water main in street pavement and Portland Cement Concrete alley approach areas. 6. Portland Cement Concrete Replacement - 4 Inches Thick Portland Cement Concrete replacement, minimum 4 -inch thickness, shall be placed in the sidewalk areas adjacent to the construction in the alleys. The Contractor shall use 5. 0 -B -2000 concrete for concrete sidewalk replacement. 7. Portland Cement Concrete Replacement - 8 Inches Thick Portland Cement Concrete replacement, minimum 8 -inch thickness, shall be placed on Ocean Boulevard at Narcissus Avenue. The Contractor shall use 5. 0 -B -2000 concrete for concrete street replacement. Areas replaced shall be barricaded so as to prohibit vehicular traffic use for a minimum of seven (7) days after concrete placement. NO* 6971 I 2 A LION OF THS arl':`Ir THE CITY f OF 900022 BEACH AN A HAGT FOR THE 3' WATZR -KAIN R'1. �ltdlt, 1968 -69, 4 CURT#dM NQ. 1204 5 WHERE -AS, pux*mmt to the notice invi- bads for work 6 n. section with a wat#Wasin replacemoat' program in the City 7 of Ft.Heach and in accordance with tbs•'plans and speoifica- 8 tions heretofore adopted, bids were recaeiv6d on the Sth day of 9 April, 1969..'aad -publicly opened and declared; and 10 WHO, it appears that the lowest isaponsible.;btdder 11 therefiDt is Miller - Griffin, Inc. of Sunlanidt" 12 POW, THEREFOBE, BE IT RESOLVED that the "bsi of ?tiller - 13 Griffin, Ift. for the work in connection with a water main 14 replacement program in the amount of $81,661.06 be &"opted and j i 15 the contract for the construction work be awarded to said bidder. 16 B IT FOATUH MZSMVZA that the Neyor and City Clerk 17 are hereby awathoIvized and directed to ex".Iute a contract is 18 accordanco vith'tAe specifications, bid and thie oxard as behalf 19 of the City of 110"Port Do"h, and that the City Clerk be directed 20 to furnish an oneouted copy to the successful bi"ar. 21 22 ADAFTIM this AA, rA day of yc)(Jd, _ _,. 1969. 23 1a. attbs 25 Mayor 26 ATTEST: I 27 28 city cleiv 29 30 `31' 32 : TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69 (C -1208) RECOMMENDATIONS: 1. (a) Adopt a resolution awarding the contract to for $59,736.00, or April 28, 1969 ^ COUNCIL: . DISPOSITION: fC� / en n o uc o ba.V1 (b) Adopt a resolution awarding the contract to Miller - Griffin, Inc. for $81,667.00. 2. Authorize the Mayor and the City Clerk to execute the contract: DISCUSSION: Six bids were received and opened in the office of the City Clerk at 10:00 A.M. on April 8, 1969, BIDDER Jenkin Construction Co., Long Beach $59,736.00 Miller- Griffin, Inc., Sunland 81,667.00 G. R. McKervey, Inc., So. Laguna 89,070.00 Witon Co., Los Angeles 92,879.00 Kennedy Mechanical Construction, Santa Ana 102,735.20 Dale Casada Construction Co., Anaheim 141,125.00 The low bid is 44% less than the Engineer's estimate of $106,500. The second low bid is 23% less than the Engineer's estimate. Discussions with Jenkin Construction Co., subsequent to the bid opening, reveal that the large difference between their bid and that of the second low bidder is partially due to a misinterpretation of the plans by Jenkin Construction Co. This is substantiated by an informal discussion between Mr. Jenkin and a member of the staff a few moments before opening of the bids. Mr. Jenkin expressed a desire to withdraw his bid at that time, but was too late to do so. Attached is a letter from Mr. Jenkin explaining his desire to be relieved from the contract. If the Council wishes to permit the Jenkin Construction Co, bid to be withdrawn, award to the second low bidder, Miller - Griffin, Inc., is recommended. Miller- Griffin, Inc. has not previously performed work in the city, however, a check of their references reveals that they have satisfactorily completed similar work for the cities of Los Angeles and South Pasadena. This contract provides for replacement of old water mains in the alleys in Corona del Mar. When the work is completed, a contract will be let for reconstruction of the alley surfaces. Also included is construction of a main from Ocean Boulevard at Narcissus Avenue, down the bluff to the beach, and along the beach to Breakers Drive. This connection will loop an existing deadend main. The plans were prepared by the city. The estimated date of completion is (yPb 30, 1969. h T. vlin c r s Direc tor dg i C May 15, 1969 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69, C -1208 Attached are four sets of Contract Doucments and Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all doMC,ments have been executed by the Mayor and your office, please retain your copy and return the Contractor's Public Works Department's, and Bonding Company's copies to me. Lz e z Derek H. White Design Engineer DHW /em Atts. 6uUr1l;1L: CITY OF NEWPORT BEACH _._._-75'6y DISPOSITION; CITY ATTORNEY Department FILE: TO: City Clerk DATE: April 22, 19 FROM: City Attorney SUBJECT: Water Main Replacement Program, 1968 -69, Contract No. 1208 Forwarded are copies of two resolutions in connection with the above subject. We have prepared these resolutions in the alternate. Please destroy the unused one. It is requested that this matter be placed on the Council agenda for the meeting of April 28, 1969. Tully H. Seymour City Attorney By TLW:aj r Attachments cc: City Manager Public Works Director i Law a.. nvaa ua,uii Assistant City Attorney 1 I • May 2, 1969 Jenkin Construction Company P. 0. Box 1427 Long Beady, California 90801 Attention: W. R. Jenkin, President Subject: Water Main Replacement Program. (C -1208) Surety Bond - The American Insurance Company Gentlemen: On April 28, 1969 the City Council of t'ie City of Newport Beach awarded subject amtraot to Miller - Griffin Company, thereby releasing you .frcan your bid. Please notify your surety company that subject bond,which is enclosed, is hereby released. Yours very tmly, Laura Lagios City Clerk City of Newport Beach ih Enc. cc: Public Works Dept. Attn: Derek White MS7! ro8x. M � BON KNOT ALL MEN bY THESE PRESENTS, thstlwx. =Kla CaS?3Z£ :? _. principal, an" the GREAT AMERICAN INSURANCE COMPANY, a corporn-wri exis :ing acrdtr _:a iaws of the S_-ate of New York, having its principal place of baswess at 99 John Street,;New.Ycrk, N.Y., as surety, are held and f:rinly bound unto, CITY CY .NENFORT SIwA-H as obligee, in the penal sum of Ten percent; of the total amount of the bid DOLLARS (3 G�; ), lawful money or' the United Stares of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and several:v, firmly by these presents. SIGNED, sealed, and dated this 4th day of Apr-;, 19 63 WHEREAS, the sssid pr :ncipaC #� hrrewifl+su milting its proposal for Water Main Replacement, Corona del Mar .Area, Cbatsact No. 1248. NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within Not Specified t ) days after receiving notice of such award enter into a contract and gi7e bond for the faithful performance of the contract, rhea this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the dif- ference in monev between the amount of the principal's bid and the amount for which the obligee may I legally contract with another party to perform the work, if the latter amount be in excess of the former, but in no event shall the liability hereunder exceed the penal sum hereof. .imni c0ST- RUCTION Co. HY: u Principal tr GREAT AMERICAN INSURANCE COMPANY ua j By Lens Snelling,' dtwmey -in -Fact P.an BG - 367 (BID FORM) r s v. s�cs'k�',.w" •�. ;%w.��_: Yl .L s,�r�e.�.33.'.. :.-_.'����.wa v� :'.. +crX....: :4:-2 Jenkin Construction, Company P.J. Box 1427 WAG 3LACIi, CALIF02iIA 10101 Attention: W. R. Jenkin, President SU3JECT: '.JATER MAIN REPLACEMENT PROGRAM C -1208 Gentlenen: n LA April 29, 1969 This is to inform you that the City Council awarded the subject contract to Miller- Griffin Company. thereby releasing you few your bid. 'de wisii to thank you for your bid and :lope that you will be inter- ested in future projects of this nature. Your bond hill be released by the City Clerk. Very truly yours, Derek ii. '4hi to Design -Engineer DN:f /en cc: City Clerk TRACT N0, 1208 OF NEWPORT BEACH ,ACT DOCUMENTS FOR 1AIN REPLACEMENT IA DEL MAR AREA • PAGE I -A- (SHEET I OF 2) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M., ON THE 8th DAY OF April , 1969, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 -69 CONTRACT NO. 1208 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: I. - PROPOSAL 2. PAGE - DESIGNATION OF SUB- CONTRACTORS 3: PAGE - BIDDER'S BOND ji PAGE 9 - NON - COLLUSION AFFIDAVIT 5. PAGE IO - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 92 DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN AC.URDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. 1] 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/1/68) Car oenters 5.33 Cement Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Enqineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement - breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) - Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction trades (S/l/68) Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6 1� (5/23(68) Lather 5.08 Painters (7/1/68; Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagics, City Clerk CITY OF NEWPORT BEACH WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 CONTRACT NO. 1208 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1208 in accordance with the City of Newport Beach Drawings W- 5068 -5; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 1. 5500 6 -Inch Asbestos Cement Water Main Lineal Feet Dollars and / Cents $ Per Lineal root 2. 10 8 -Inch Asbestos Cement Water Main Lineal Feet @� Dollars and 7r� Cents Per Lineal Foot 3. 750 4 -Inch Polyvinyl Chloride Water Main Lineal Feet @_ ���� Dollars and 720 Cents Per Lineal Foot c� �O j $ O $ G eey o 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each 4 -Inch Gate Valves @�72P f %cam <�t�7�2Le�rt Dollars and �o Cents $ Each 5. 32 Each 6 -Inch Gate Valves Al�iee Dollars I / and 740 Cents $ Each 6. 1 Each 4 -Inch Tapping Sleeve Assembly �° �lL�C 7�/lG »t�LtGY�ll�.rt Dollars �- and eo 21n Cents $ 37O $ d,70 °o Each' 7. 12 Each Fire Hydrant Assemblies @ Dollars and D Cents $ AGO oo $ �OG� ao Each 8. 310 Each 1 -Inch Water Service Connections Dollars and tt V Cents Each 9. 7700 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick @ Dollars /� and 3S c r�r Cents $�% Per Li al oot PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 11. 12. 500 Permanent Asphaltic Concrete Lineal Feet Trench Resurfacing - 6 Inches Thick Dollars and Cents $ Per Lineal Foot 150 Portland Cement Concrete Square Feet Replacement - 4 Inches Thick @ Dollars and -2ni Cents Per Square Foot 100 Portland Cement Concrete Square Feet Replacement - 8 Inches Thick Dollars and " Cents $� Per'S3k6are Foot TOTAL PRICE WRITTEN IN WORDS TOTAL Dollars and 00 Cents J 2/7/67 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES1 THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY) AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS LICENSE NO. 2VS7 7o,_C' CLASSIFICATION d ACCOMPANYING THIS PROPOSAL IS CASH, CERTIFIED CHECK, CASHIERS CHECK OR IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. MILLER, -G°IF iN !NC. PHONE NUMBER BIDDERS NAME (SEAL) DATE AUTHORIZED GNATURE AUTHORIZED SIGNATURE TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: PV i i 0 0 PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE icnA R- cRIFFIM IYX.'. , AS PRINCIPAL, AND 8RAa0ARD s 'm compA]QY , AS SURETY, ARE HELD AND FIRMLYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF bid 'fen percent (10X) Of tOtati OLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS- THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN. PRINCIPAL. FOR THE CONSTRUCTION OF _ Nat= Mafia Reolaceamt. Coram Dal Mar Area. 1968- -1969. Coetzct tic- 1208 IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND BIDS" WITHIN L TEN (1)) DAYS (NOT V INCLUD'INGO SATURDAYS AND S SUNDAY) FROME THE O DATE OFV NG THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT 13 READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL SE .FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT, IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE T14£ SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS $th DAY OF April , I9 69 . ,CORPORATE SEAL (IF CORPORATION) ,(ATTACH ACKNOWLEDGEMENT OF t ATTORNEY IN FACT) f Ti i'i �A R:ct�•r c �. � 1. 1'11 ,�W •' - STATE OF Californi ' COUNTY OF Loa Angel ss.: On this.................. 8th ........... day. .... .......... ...... .... _ APr .............. .................... ....... ....._.............19..69..., before me personally came ................... .................. ....... .......................................... R.... z ...... sewum ... - ............. ...................... ................ ... ............... .............. .............. ... ................ .. ................... ... to me known to be an Attorney-in-Fact 9L,0,4ABOARD SURETY COMPANY, the corporation described in the within i t^sII }1ow1 ed that he executed the within instrument as the act of the said RD SU �jW*PANY in accordance with authority duly conferred upon him by said Com - 10PN'� HELEN DICK N ^.A lfi{GE IN MV Comm n res November ;ot�ary 1. r Form Bit Public. PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER2 AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. No CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS 2. 3• 4. 5• 6. 7• 9• 10. II. 12. BIDDER'S NAME AUTHORIZED SIGNATURE TYPE OF ORGANIZATION (INDIVIDUAL, CO- PARTNERSHIP OR CORP) ADDRESS PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO , HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR IN THE CITY OF NEWPORT BEACH:, IN STRICT CONFORMITY WITH THE DRAW-INGS.AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON., FOR, OR ABOUT THE 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 AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF OLLARS ($ ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS,-USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPDCT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA. 0 0 PAGE 6 (LABOR AND MATERIAL BOND — CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIESo AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY.. FOR VALUE RECEIVEDI HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIME2 ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SMALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND., AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE_ SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND) IN WITNESS WHERECIF0 THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMEDS ON THE DAY OF 196 (SE.AL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) (SEAL) SURETY APPROVED AS TO FORM: CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITYCLERK 0 0 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF LARS ($ ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SJCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEI -RS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS'OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. • • PAGE 8 (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED,.HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF , 196 (SEAL) EAL) (SEAL) CONTRACTOR URETY APPROVED AS TO FORM: CITY ATTORNEY AL) (SEAL) PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER_, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM, HAS PAID OR 15 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS, FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL.BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO THIS [} DAY OF 196. BEFORE ME BY MILLER GRIFFIN INC. MY COMMISSION .EXPIRES: � � OFFICIAL SEAL •�,,,; HELEN, UlUFN NOTARY PUBLIC NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN HELEN DICK F7 � LDS ANGELES COUNTY 0 0 PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY EXPERIENCES SKILLS AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. r. CJs _ /odS �i�- ��T�jLi� �oS ✓ % sv C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS PAGE II DAY OF , 196 , BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIAp HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND HEREINAFTER DESIGNATED AS THE CONTRACTORO PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITYP THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLSO EQUIPMENT, LABORO AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATER IALSO IF ANYO AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABORS TOOLS AND EQUIPMENT., AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO'FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SMALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICEp OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSALX AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOYO AND DOESHEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY.THE SAME AT THE TIME, IN THE MANNER,, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORSO ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSALS AND THE PLANS AND SPECIFICATIONS AND ALL AMENDMENTS THEREOFX WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAN THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. G. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY THE DIRECTOR OF PUBLIC WORKS AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS DAMAGE, I.NJURY� AND LIABILITY.OF EVERY KINDS NATURES AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPON3t- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS1 LOSS DAMAGEp INJURYP AND LIABILITY HOWSOEVER THE SAME MAY BE CAUSED RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. ATTEST: CITY OF NEWPORT BEACHO CALIFORNIA BT: MAYOR ITY I.LERK BY: BY: APPROVED AS TO FORM: CITY ATTORNEY ACTOR TITLE TITLE (SEAL) 9 NOTICE TO BIDDERS: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1208 CONTRACT DOCUMENTS FOR WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 -69 ADDENDUM NO. I Please be advised that Item VII, STORAGE YARD, shall be deleted in its entirety. INSERT - Item VII, STORAGE YARD A storage yard will be available for the contractor's use. It will have an asphalt concrete surface, approximately 35 feet x 70 feet, enclosed by a cyclone fence. It will be located in one of the following areas: 1. Bayside Drive at Larkspur Ave., (N.E. corner) 2. Fifth Avenue at Dahlia Ave. (N.W. corner) 3. Bayside Drive at Jasmine Ave. (N.E. corner) The contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract, the contractor shall clean and return the yard to its original condition, including repairs to the pavement, as required. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Date: Derek H. White Design Engineer mC')i 8 -z Z A In M tD-) iii' N z Q { m r a � O v A _ N 6 C e � 3 6 a y a a m I0 1 — O m f a i � AQ•g 0 T n ' 7.7 n n 9 J 0 D c A ✓; v - v P .� J Oct X. t r - � L T o ✓� U J 0 6u � FJ D p o 7 0 u tJ rJ o p ue 0 0 0 0 Z Io �� ID N In ID (!� to I° I° I° C lu 10 m e ulpw�� m p oogo�o° o I o °� s D Q� •°LU• I 1 �C I t o j ° 1 D . N u�t":'�� 10 IO ll 10 Io to to to l0 1° IU �� � o��V p.�outNOO�D o poop 0 0•l o.l�•I�az C :U :o N O VO � � � o '� '➢ z 10 l0 10 1° 10 � IOC IG to to In 10 (p Cl> � 111111111��8� :� mC')i 8 -z Z A In M tD-) iii' N z Q { m r a � O v A _ N 6 C e � 3 6 a y a a m I0 1 — O m f a i � AQ•g 0 T n r m m N O m0-1 zo- z :0 M. r" ')1> to zID W r O A e � 3 I 3 6 LP -t wo-ir ca —o M 1-9 > "mp n e P a l� o� T N ddil N' a Ipa�AUrp = r A 1L r g A �A J IV li o U rA J o 0 id 1 1 IO -A0N� o `o 0 o N n N IQ to ID fi to Ii IC it •'{ p wnw,N�'oo�� c ce o C, °g�ryw�oo°N• W N W ry o w� a�I 0�� w cj °.110 o eg�o•o o� on ..�'� j1AN�U'4�Op�o�6N ` Oho N 1 1.1•� Let o 7 1 °� o� :� 4 1 1 I'I - c z D c z� �3 JiL m0-1 zo- z :0 M. r" ')1> to zID W r O A e � 3 I 3 6 LP -t wo-ir ca —o M 1-9 > "mp n e P a l� o� T _ 1 E_G_A_L NOTICE LEGAL NOT CITY OF NEWPORT BEACH, CALIFORNIAMP NOTICE IN47g7NG BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 a.m., on the 8th day of April, 1969, at which time they wfH be opened and reed, for performing work is !allows; WATER MAIN REPLACEMENT — CORONA DEEM -AR AREA 1968 -69 - ! Contract 1208 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or Bidder's Bond made payable to the City of Newport Beach, for an amount equal to ! at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. — Proposal 2. Page 3 — Designation of Sub- contractors 3. Page 4 — Bidder's Bond 4. .Page 9 — Son - collusion Affidavit 5. Page 10 — Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate ouly, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion Ill of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be . obtained at the Public W orks Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non- refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special i provisions be returned within 2 weeks after the bid opening. A non- refundable charge of $6.00 will be required for each sett of City of Newport Reach Standard Specifications. The City of Newport Beach reserves the right to reject any nr all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City ,Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1968-69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract speci- fications. Prevailing Wage Rates — 196869 Classification (Selective Listing) (511168) Carpenters 5.33 Cement Mason Journeyman 5.13 Lahore rs General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non- metallic pipe 4.28 Tunnel Classifications Vibratorman, ,Jack Bummer, Pneumatic Tools (except driller) 4.695 Operating Engineers (711168) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrameatman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) 4.65 Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction trades (511168) Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6.75 Lather (5123168) 5.08 Painters (7/1/68) Journeyman — spray 5,79 Pipe trades Plumber 5,79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk Publish: Mawh 13, 1969; in the Newport Harbor Ensign. m of Cite o Ition are, a& wing: rop(1861 lesignott in of Sdb- contractor,, fidiiees 1)ind oukmljuNiaa Affidavit :OutraciWo Financial Status ru 11 be . af(ixeilwitkilie Uri) ate. ran_ o7irtb, bid sirb (natures of the PreslZi 0i VI" Pr•skH sixtont S•crotary are ieqid - land t e. affixed to,all document of a p!"trAill, fthif,,,the a' 31 ONIV_ e si p is req, !'COIM tit basis ated I approx in 8 fir f 4514% of bids. cep a I actor who 'h ymot son nce with provisions of Chaptei4;. vi- sa end Fgla[ pions' Code. ffheCAtrikdtor I use num clalsificaticm in ".propo- VI 'amns.. i6d CAftr,,t be I = as rte{ faith -of mechani o,'nstdod to execute 0 t6atract Oil its= in'RepolitiQu No. 651 A - copy of'smid ResoluticiLls'evailable In the ii e o Ae, tj :Jerk Woe City of NewportVileach. Tlie following is the schedule of �3, -;rW preval 1 1%849, forii selective list of classificationiij- u 1625N .the information included in the Resolution-.-' d litract so I schedule is to be considers A part of thesq#n, Prevailing Wage Rates — 1966 Classiflofflon (S•1•cf1vv 4-101mg) 'a Mason Journeyman - - - - - - bate to r. As Why Coastrmc to ;t ,,74ker & PMW.11- 11 aonptetttJtc Jack Hammer , Iraatmatfc let) 95 now* -7 0toss P aoa 11 Or' I C. 0 - 1 0 0 TO: CITY COUNCIL March 10, 1969 FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT 1969 -70, C -1208 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on April 8, 1969. DISCUSSION: E -7 The estimated cost of the work is $106,500.00. Funds have been budgeted in the Water Fund for this work. This project provides for the continuation of the program to replace the deteriorated mains throughout the City. This year mains in the alleys in Corona del Mar will be replaced. When the work is complete, a contract will be let for reconstruction of the deteriorated asphalt pavement surfaces. The new surfaces will be Portland Cement Concrete. Also included is construction of a main from Ocean Boulevard at Narcissus Avenue, down the bluff to the beach, and along the beach to Breakers Drive. This connection will eliminate an undesirable dead -end main. The new mains will maintain adequate flows for domestic and fire service requirements. The work will be performed by a private contractor. The plans were prepared by the City. The estimated date of completion is June 30, 1969. NC11: 1 ;p11g1T10N: � .) �. l ephl vlin tic Director /em CITY OF NEWPORT BEACH - PUBL9C WORKS DLPARiMt,7-T PROGRESS PAYMENT REQUEST NO. Final 5% FOR PERIOD ENDING FebrgAry 55 7_ 970 BUDGET N0._ _ Sp-9297 -041 CONTRACT NC. 12n8 ' Ali,. �...^ AMOUNT EARNED $ 80,470'."42---- Miller- Griffin LESS 10% RETENTION. - BOX 578 LESS PREVIOUS PAYMENT 76,387.07 Sunland, California 91040 AMOUNT DUE THIS .REQUEST 4,083.35 P HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED / /�� �' SIGNED f-, ENGINE R wONTRACTOR a a i NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 18, 1969 the Public Works project consisting of Water Main Replacement, Corona del Mar Area (1968 -69 ), Contract C -1208 on which Miller - rx xn, Inc. was the contractor, and Seaboard Surety Company was the surety, was completed. I, the undersigned, say: CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach;. the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 30, 1969 I, the undersigned, at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on December 22, 1969 accepted the above described work as completed and ordered that a. Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 30, 1969 at Newport Beach, California. December 22, 1969 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT, CORONA DEL MAR AREA (1968 -69) / C -1208 (p RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of water mains in the Corona del Mar area has been completed to the satisfaction of the Public Works Department. The bid price was: $81,667.00 Amount of unit price items constructed: 80,149.65 Amount of change orders: 320.77 Total contract cost: 80,470.42 Amount budgeted in Account No. 50- 9297 -041: 81,196.28 The contractor is Miller- Griffin of Sunland, California. The contract date of completion was August 4, 1969. The water main construction was not completed until September 18 due to delays caused by the strike of the operating engineers. T. lirector APPROVED BY CITY COJtiCiL DATE DEC 2 2 1969 March 10, 1969 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT 1969 -70, C -1208 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on April 8, 1969. DISCUSSION: The estimated cost of the work is $106,500.00. Funds have been budgeted in the Water Fund for this work. This project provides for the continuation of the program to replace the deteriorated mains throughout the City. This year mains in the alleys in Corona del Mar will be replaced. When the work is complete, a contract will be let for reconstruction of the deteriorated asphalt pavement surfaces. The new surfaces will be Portland Cement Concrete. Also included is construction of a main from Ocean BouTevard at Narcissus Avenue, down the bluff to the beach, and along the beach to Breakers Drive. This connection will eliminate an undesirable dead -end main. The new mains will maintain adequate flows for domestic and fire service requirements. The work will be performed by a private contractor. The plans were prepared by the City. The estimated date of completion is June 30, 1969. l ` vlin Director APPROVED BY CH Y COUNCIL DATE CONTRACT N0. 1208 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 Approved by the City Council on this 10th day of March, 1969 AwAwfri %` Je'PJ Laura Lagios, C' y C erc i 1 ;T Federal Insutallce Company CH V BIJ & JON tV c. Vigilant Insurance Company :. 90 John Stroc*, �(rfrk; i < Y. 10038 ° two ° Q Sun lnwrsna ptFice LBl C]_ red Na Tt tt mr4e 1 yy •,. - . MANAGER - ❑ QtttEr 1�. �:. - _ -::� CERTIFICATE OF, INSURANCE d This is to certify that the Company indicated by Eg has blued to the Named Insured insurance affording such coverages asp' !r by a specific (X) entry in the, Coverage column subject to the terms, conditions, and excisions of the policy(ies) -and. that such insurance is pia. `{ of (cafe) - Certificate No. - - Name and address of paty ,to' ydlom this',certifieate is issued Named Insured and, address I TYPE OF POLICY i ; - -- - Coverage POLICY NUMBER - POLICY PERIOD - LIMITS OF LIABILITY - StandardWorkmen'sCompensation _ a Employers' Liability EN. - Exp. Statutory —In conformance -wff! the Compensation La of the State of General Liability— BODILY INJURY Premises- Operations ' - - 6 - - Eft. Esp.� - $ '�aa����- - ' -IEbch Person $ ff€y�_ Each. Occurrence $ i�� Aggregate-Products-Compl. Oper. b 1laaaar!s - Each Person - $ Each Occurrence www S Each - Occurrence j Aggregate -Prem. Oper. $ Aggregate- Protective s Aggregate- Products- Compl.Oper, - - - j Each Occurrence $ Aggregate Elevators - Independent Contractors - Products - Completed Operations - - Incidental Contractual Specified Contractual* - - Blanket Contractual General Liablifty— PROPERTY DAMAGE Premises - Operations - - Elevators - Independent Contractors- - - Products - Completed - Operations Incidental Contractual Specified Contractual* - - Blanket Contractual - Agtarnobi a LWAU4 -- BODILY INJURY Owned Automobiles - � - Eff.. ExpWN - - - is $ Each Person � Each Occurrence j$ 1$ Each. _Occurrence Hired Automobiles - Non- owned Automobiles - Automobile Liabildly— PROPERTY DAMAGE Owned Automobiles Hired Automobiles Non -awned Automobiles Coverage is provided for liability assumed by the Named Insured for the contract between the Named Insured and cu* _ t iftop= �0 dated . as provided in the contractual liability coverage part attached to the policy a" NW oft fk coos at") i N It the policies are cancelled or changed in such manner as to affect this certificate, the Company will arty to wh iicate is issued st the Y address shown above. 10 days notice; of any such change or cancellation. This certificate shall not be valid unless signed by an authorized representative of the Company. .... - ...... _.. .. .. ... Form 21101 (Ed. 10.ad) PRANK S. ROWSEY AGENOY law:+ (25M) UP offigleiRle;wn OW at be obormov Auqpo New ww smomot at POSIM 6114W" UP U mbu oft or ow No OW claft ist 06 of nslowt W * cis ll 16=11 4w 4 9461*bW4" Zt to I I od we" am am CIO at avvmft ftmb u umuom as au wmtma *am" um me"" to *U no m mllm Para IV a* a M w - a ew ON c"w or wawpft* IN)JCJSTRIAL INDEI�fITY COMPANY CERTIFICATE IA STOCK_ C ANYI OF 1 HOME OFFICE SAN FRANCISCO INSURANCE INSURED IEILL�R- @tIFFII, ZNC s . i snIi nd,xcaufftmia 91040 CERTIFICATE em of NAT BEACH cERTIFICATE ISSUED TO City X#11 ISSUED BY .INDUSTRIAL INDEMNITY'- COMPANY 3300 Nall Boulevard STREET Nellmort Beach, Cali fe�aZa. 92W ATE INDUSTRIAL INDEMNITY COMPANY has issued cov'409e effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions4ind limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF 3 5 IATUTORY CALIFORNIA COMPENSATION - ­ WORKMEN'S COMPENSATION CP 641-82M EXP 3 5 E$MPLOYER'S LIABILITY -- $2,000,000 PER OCCURRENCE COMPENSATION EFF S7 ATU7ORY COMPENSATION S7 AlEI5j OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILOY ---- $ PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY AUTOMOBILE Q $ $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY - -- ' EXCEPT AUTOMOBILE EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY. AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY--- - EXCEPT AUtOMOBILE $ AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF It FIRE. LIGHTNING a TRANSPORTATION S THEFT ISROAD FORM) EXP. S COLLISION OR UPSET ACTUAL CASH VALUE LESS DEDUCTIBLE INLAND MARINE EFF EXP $ EFF EXP $ Effective any loss under Automobile Physical Damage Coverage is payable as interests may appear to the Named Insured and the Lienholder named below in accordance with Loss Payable Endorsement on reverse side. UENHOLDER JOB: RATER MIN RBPLACRRW Corona Del Isar Area As respects the following described ovlomobile(s(: 1968 -69, C -1208 YEAR TRADE NAME j BODY TYPE AND MODEL SERIAL NUMBER DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or afters the coveroge afforded by the policy described herein.) It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the amount of ovverage thereof reduced, not the Policy allowed to lapse until ten (10) days after receipt by the.City Clerk of }R� C t of_Ne eeagh City Ha"44 i ort Beach Calif., This policy ¢rpllandf�gaeSA�f n Lett l�il iRat�tiiE'P6 u t UeWe eR1i dtfE� relation or reduction in coverage shall have been moiled to this cer ' co a r. Certified this 9th day of Ray, 19$9 I AROVVISE� Pro ducer �p�jjpp(,�]y�{a�� R. ROit$IIY Af @iSNCY, INC. BY AIaR IXOJ LRB 186BI ��� S`�outh $pr Street......... :��. P• . .. i Les "ANWI" .. _ e 49 A Atf>OlAOB{LE LOSS PAYA LE (CALIFORMA ciwyl): ;? - -.. ro city like - me u�en -the wvihvn described P P i{ other (nsur�- to the Lien- Hatd er only ht R - _ g If 11 ere be ant •fie a _hereby vnsar Y1 b ett _Awl caled on tfia eerFhcota , comiYa ny 0,011 be t „able u . Cleo Hooch indi_ ° Lven Hr Id r} the.,;ropodion of sru. t o4sn der tkls e t the um er dam447 that 1 P u derest a rd d and Cc ec v to 1`+e - (he revmFter Cabled 1fi wvs i .Iha }° tlrp. whole amou under policieslh eld by sP °Y f ,,,once °f 5; liar C Ie to and xpre With re spec' tons, ee -o e roperfy and to the extent o Fat roenso re m nd o r other P. P n sat p as y ode ei { sum.xe its wccess<cs and 9 e,IC, o rers core 'v <ndar or Mang hereby agrees as follows: - the Cicr- fioidcr, cord + to by (ro rota with 011 other f contribution its co pa -'lY as r y this corriP y consented hall be sm,'ry ie P Ides s Ill is In insured under this I,a�vc sh il.- all o Ike Lven Ho proPerlY _ }fits contort .'rent to f -{ the PraPerlY dosc tined Ih this policy, Iributln9 to srld par } if any, to secondly la the insu sum for loss et 1. Less or do+na9 e, w r sold oihei msuran �. Fir t be payable flcsfly to the Lie t'alder. end to the Lien- th .1 nevertheless Thal open demand hY ro +” nt like amount a e.0 r, P Separate $ettlama f ity comp Y <� extent o an shalt pat aY to the Liem their tote re sfs mat PP, [ss 6 yc'he never this ditty and shall claim that as to the from n In m t this P lion, e GO ct fire Ueble to t to eC '9e order of its i d barame due Ida Lien Holder vbe aid direct{y i able to the imvred. - this compo ny vll be p bit therefor exists, al sum and interest due ar to su ed under this ai said loss s iE any, sl + Cam'' vrhole principal the refer.• In r y shag interes and the balance of ire U¢mHoldor N �.r the p piton secured by P cm on an 'der this policy as 1.> the icy only, the vile. o,r owner _ - tl ured on the o611Aafl interest not Coeruedl °n`„1 ha,o recourse, of Il assignment and tronsf l I aY {,; onY cl -9, pal 1 (,,+ik refund o , �.ai Sher) but no suM the' f onY act o 1 receive a led In any brooch b wm only - -or condor to of tl e sful. -1 ou it Y fhc euP the se<u+ibt held a L1e, L°1 „ o raid r c i a i va the'f°I or tY 0n the Performance o s the the " " -+ d r l i pra. -rtY 1 p, or by e use o, ay'. .pion. and ri hlaf _ ship y pi�i ?ISS o or nea f R a PC ICY or 6 eo f the sold sh+,i Impmr =the 9 i po11d or r r let 'I, or car v. yr5 ° a ms o' w dihons o top - - - I In vl Ica b the -,d tioasi use err -01 Cr its datrn an 0c1 .re9v rc- . eYPr n 'Y to o lti <. Ise stoic Sot{ mnf e in full e (10 u fc rc ` failu iv + ,ub4edvore VC <v o ;e<a use ,r the r: a l` T,- cover "the+rate�ed tuofd the "on Hlo�dera� 'I,,eptaalopolicy'mfrenew- F"ICY orb I a 6 e tied -6Y 1 , -t ire eof, 6y ih -T. e, as io u or ,"a 10 ct fv r 1 I r _ ,act r sold policy. unl whe il,o Lie r Holder vn accordance vrFre - r r offer expiration o- n able to men wncen :9 ira t.. >nt; or i ;cfe °.. C"s a th Len -,ed tvesi Insureds evrP , ve i tl Igrce'ie at' or e+ -- f ereunder il Y b{e En Jorsentent s anent P {uf ov ° °' al u, areal w'dh loss t 1 e Pa rafter th I Ic e tl'�°1Ih long ,_ea in po pas- n Aotomobd Las same Me ace camp and 1`r e�1e Eore o o wl,r the fermsof ih'- r pw lC D er. pAortgogor, or Le. overeu du +r - � ;'.e exie ndtehd r she loss; A _ contract. been issued by OFhorwl3e c I 0.ler t,.e �r - {ass not nual po y covering rl�, . nwdgo ge, 'o3 mr, n.l sale, In ire even) oF0 oT an polic shall item rf or sacra hon by ills policy, um Hotd er. lien c the Yosured Pr P i . is nd covered un- ter (16} coy.;` iod kera'n referred to, d Mavlgagar, reereeN or al i r n- premium Paid the , vo arty. insured under the orlgi °a{ Y tease a S �,io haz ords' tu`theCa the Lien- Holder an ro arty less sp <ifically msored ate' onY ores < adil8lonoi 'be 9esued and ouep eat, n.. ad io Pay „ris poll<y� ossessioo o4 any of the t P f tfie ownership and right of p 3. In the a.ent eifor ooil b cr becp = due ;antler iho t _,r of.sU<fi °IiCY { �+ notice to the L l , ore huP' 8. SF =cold 6e<ome esled inihe Uen.H O(dcr nruch event, - prem,um wh ii 7 Covered under ikis P ,r e far nPC ' For the le tli' rea Ike banal' Rt of I e 1 co 1O r 'Qi1} daY> From a shoVi co o1v<Vi u , in s able Y es 3 e re ,'1 °nd 'i ': ° obey Ih5 c<m cef miuln offer sr +e o, such P der, this p e aerf Holder and sx (6) of this Aut�merbfhete ss�s oil p vv" } wfih alt Inddents of own rsh''p of P no _ 120} days after din do cf &e Len N�'cvr here tie hs M'a (2) five nq rovid Jed, rimed <ond'I'ons of - - once ol`i ng c <rY I n pony o d Po <:9 rap _ a r r i ii d o P to be Het t shall' nb' loner ono the P e con-' apply; 4 f can when so no o y or En':o rse man ents' hvch� 6yY to as a n ., aLd dy of ih If rr'� ivr I V _+° ant's JS and andorsem e<essar maim v hl rots and all notices r ,h� - -d to pay'suck Psun' : ce ,t of the come said le eriod of thirty 130t 1 fcn r this policy ora ar moRbe ° or�r ihin ten (IOC dots foli ° halt d. .fine to P °Y ranted for n P onY by like Insured are hereby 1 the i If I e en hr tract ore ,I cbY 9 . n to the come lion of req in v, el clot i the rigl'is C.f rSe Can -i voider under is e airad to be give " 30 days with the excep dear rcl pram um, - . -likewise 4 eriod at In"'y { } ❑enI to a loss. - prey. - -,TI or a a:.fe Endorse,neN shop not beliee r+ °ea Ho,lde(fo ra ,wary ed for o P for subse9 - ,r Ilan n°fl<e by 1 ing at the time o the Company to the Li err' Aucr.�obile to, s - menu aPP Y., 1ven by able - ten lt0) dogs after ece;i.t of sc in'whole or in part for ion rovided to be 9 c 1 il u po4i<y u1 faro -a rd olic en and this Aulom obile_Lo sS aY delivered to the Li - Holder of its s eCfted 9. All nbhces' herein p oleos to cc the comPony - canto ecpon with this p Y . 4- If kie Company of plo or far r r u er reason, at its c t,<,_ P Holder m oiled to or Lien- Holder ured but to t shop dim Insurance- ice i payment o4 premium an CerlHicateo ncetloii+or rl ng of ;notice to the ! - Err or.1 1 a COPY ai the < �,i cf the.L:en- oftlye or branch' as indicated o .: here .titer con r , sr -i co �i -nl " 1 c for the 6e .., - wr ii r rokce of s�^ car, cllabon is policy remain uncbonga 1 such case IFvs no ! days of�er - Holder only for ter Holder. In no event, os to the Intl is P my mf•.the - Iw number idea recei• red by the lien - art -ofthe Pa Y - sh0, canceh( don of °olici be,aNected at the sra9uesi n the 'All other terms and Con hereby trade P J Y, Lien- H01deq uest for canre{10- - - -. ing the Pr °Pa,rry.deunbed in taller yr ri ttan notice of rag w Vne Ceriif. at. of Insure " - insuredibefore ten 001 days to tire Lie *Hatder by the comFOny I° �' this endorsement is ,a neat been loan the un corned premium 0,011 be paid lion I hall have g otic advanced the _ .. event of co ncetlol'lon of this p Y to the Gene -Hold Or, provided the said<Lien- Holder has premium. M rANY t INDUS I RIAL INDEMNITY CO e PAGE I -A SHEET I OF 2) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIOS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M., ON THE 8t11 DAY OF April , 1969, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 -69 CONTRACT NO. 1208 NO 810 WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWINGS I. - PROPOSAL 2. PAGE - DESIGNATION OF SUB- CONTRACTORS 3� PAGE - BIDDER'S BOND 4 PAGE 9 - NON - COLLUSION AFFIDAVIT 5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BCACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN AI.�.ORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519. A COPY OF SAID RESOLUTION 15 AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. • Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/1/68 Carpenters 5.33 Cement Mason Journeyman 5.13 Laborers 4.83 General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Engineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman "(Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement- breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.)6�- Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction trades (51j158) Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6 7� (5/23/68 Lather 5.08 Painters (7/1/68) Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk s � • CITY OF NEWPORT BEACH WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 CONTRACT NO. 1208 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: L PRIo£3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1208 in accordance with the City of Newport Beach Drawings W- 5068 -5; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 5500 6 -Inch Asbestos Cement Water Main Lineal Feet six Dollars and soventy Cents $ 6,70 $36450,00 Per Lineal Foot 2. 10 8 -Inch Asbestos Cement Water Main Lineal Feet en Eight Dollars and g{1 Cents $-8.00 $ 80,00 Per Lineal Foot 3, 1 750 4 -Inch Polyvinyl. Chloride Water Main Lineal Feet e° Eight Dollars and AO Cents Per Lineal Foot $-8.00 $ 6.000.00 0 PR 2 of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each 4 -Inch Gate Valves @ OM hodrod thlrtm Dollars and no Cents $_113,00 $ 226.00 Each 5. 32 Each 6 -Inch Gate Valves @ 0" himdmd fifty -thm Dollars and no Cents $ 153.00 Each 6. 1 Each 4 -Inch Tapping Sleeve Assembly @ Thl"a! hwulmd ""eau Dollars and no Cents Each 7. 12 Each Fire Hydrant Assemblies @ Five buthaud Dollars and gp Cents Each 8. 310 Each 1 -Inch Water Service Connections @ Uy"ty -five Dollars and Cents $ 4.896.00 $ 370.00 $ 370.00 9. 7700 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick -0. @ Dollars and thiKi'f1ye Cents $ Per Lineal Foot (23.250.00) .35 $ 2.695.00 PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 500 Permanent Asphaltic Concrete Lineal Feet Trench Resurfacing - b Inches Thick TWO Dollars and no Cents $ Y.007 $1.000.00 Per Lineal Foot 11. 150 Portland Cement Concrete Square Feet Replacement - 4 Inches Thick @ Lin& Dollars and no Cents $ 1.00 $ 150,00 Per Square Foot 12. 100 Portland Cement Concrete Square Feet Replacement - 8 Inches Thick @ Dollars and lofty Cents $ ).g0 $ 160.00 Per Square Foot TOTAL PRICE WRITTEN IN WORDS Eighty One thousand fix hundred i1Cty+iey" Dollars and n0 Cents TOTAL $ 81,667.00 J 2/7/67 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QU4WT -ITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED N_ATICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE N0. 247706 CLASSIFICATION A ACCOMPANYING THIS PROP03AL 13 Bidit la OW CASHy CERTIFIED CHECK.. CASHIERS CHECK OR IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN f COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 213 - 352 -3128 Miller - Griffin Inc. PHONE NUMBER BIDDERS NAME (SEAL) 4-8-69 DATE (s) Walter A. Griffin. Y.P. AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE CA , TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORAT16NO AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: Ward T. Miller Pres, Walter A. Griffin Dolls Morris V. Pros, & Myr. Set. _or • • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID.. SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS I. 2. 3 4_ 7- 8. 9• 10. 11. 12. BIDDER'S NAME AUTHORIZED SIGNATURE TYPE OF ORGANIZATION'S (INDIVIDUAL, CO- PARTNERSHIP OR CORP) ADDRESS ORIGINAL COPY SEE CITY CLERK'S COPY PAGE 44 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE , AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL,SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (P) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (I)) DAYS NOT INCLUDING SATURDAY AND SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE-FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) BY TITLE INC IPAL SURETY PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE MILLER - GRIFFIN INC. _ __ , AS PRINCIPAL, AND: SEABOARD SURETY COMPANY , AS SURETY, ARE HELD AND FIRMLYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF bid Ten Percent (10'x) of totab OLLARS LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN.PRINCIPAL. FOR THE CONSTRUCTION OF _ idater Main Replacement. Corona Del Mar Area, 1968- -1969, Contract W. 1208 _ IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR � SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE 'NOTICE INVITING BIDS" WITHIN TEN (I)) DAYS (NOT INCLUD'ING'. SATURDAY AND SUNDAY) FROM THE DATE OF THE - MAIL4NG'. OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT 15 READY FOR EXECUTION, THEN THIS OBLIGATION SMALL BECOME NULL AND VOIDS OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE-FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM .ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS $tb DAY OF April 19 69 . CORPORATE SEAL (IF CORPORATION) - PR 1 NCI <AL ATTACH ACKNOWLEDGEMENT OF ,V2LG�P_"GG ATTORNEY IN FACT) SuBapft SURETY CO ANY RET BY \ S TITLE -T • Bond # 7072 PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED April 28, 1969 HAS AWARDED To Miller- Griffin Company MILLER- GR!-FIN INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Water Main Replacement Project, Corona del Mar Area, 1968 -69, (C -1208) IN THE CITY OF NEWPORT BEACHy IN STRICT CONFORMITY WITH THE DRAWINGS.AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS,' SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON.,, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE MILLER- GRIFFIN, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND SEABOARD SURETY COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF 501100 FORTY THOUSAND EIGHT HUNDRED THIRTY THREE & DOLLARS ($ 409833.50 ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, C014PANIE31 AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF .CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY$ FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE. SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 9th DAY OF may . 196-9,�. A11LL c VNC. (SEAL) /__ " (SEAL) .. (SEAL).. CONTRACTOR SEABOARD sugiry COMP (SEAL) B I ) L. Sev son, Attorney in Fact. (SEAL) SURETY I APPROVED AS TO FORM: CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON a DATE • ATTEST: CITY ZLERK STATE OF Calif orn SR.: COUNTY OF Los Angell On this ----- ...... -9th ....... day .................. ..... luy ....... 19 .... 69..., before me personally came to me known to be an Attorney in the within instrument, and mpany-HELEN DICK NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY Fact of SEABOARD SURETY COMPANY, the corporation described acknowledged that he executed the within instrument as the act of DMPANY in accordance with authority duly conferred upon him by fic-Lim-N DIUK 'AV Commission Expires NOVOmbet"30,1969 Notary Public. BOND NA: 707298 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS$ THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED _ April 28, 1969 HAS AWARDED TO Miller- Griffin Company MILLS? -­ -;; P;Q . HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR Water Main Replacement Project, Corona del Mar Area. (C -1208) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOM 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 A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WEB MILLER - GRIFFIN INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND SEABOARD SURETY C AS SURETY ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF FORTY THOUSAND EIGHT HUNDRED THIRTY THREE h 501100 _DOLLARS ( 40.833.50 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACTS TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS AND ASSIGNS; FOR WHICH PAY - MENTp WELL AND TRULY TO BE MADE WE BIND OURSELVES OUR HEIRS, EXECUTORS AND AD- MINISTRATORS., SUCCESSORS OR ASSIGNS$ JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPALI HIS OR ITS HEIRS, EXECUTORS ADMINISTRATORSO SUCCESSORS OR ASSIGN52 SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PARTO 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 SMALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, . HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF$ THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE _ 91-h DAY OF _ may D 196,3._• APPROVED AS TO FORM: _7 CITY ATTORNEY r f r i MIL! 5 F P': C. (SEAL) / (SEAL -) _. o, j jAID,�(SEAL) CONTRACTOR SFABQARD SURE C (SEAL) ~ �A SUR H. L. Sevison, Attorney in Fact. i e Pess on a11Y c,, Y°e re m A E OF le ea 969...., bego ........................., cAT4oSTAT L°s AaY the Y n de as the 5em h TY OF -S �pA insttn red u4° Y,a`3 -.. iB D SURETY � e .pith n dn1Y eon e � L'_..AB�AR :. S tha �he etr n E � this _._.. ............ -"Fa k o led8 ?d dance and° YneY''n Y �n a6eO C/ ttA 11 be an A and h CIO p1C ub tic. e kn° to D . insts„meSUgF'� / EI EN mbe� b0. N ..� °`�QS Nova f m t eid SEA$OA.�^°" .� s4.0 uv'Con`m�sson the SS N6yEN �c,ueo *Nu said g9 Nd� 'MNC PIIYFicE \N PAGE 9 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 WAYO DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER4 OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR 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 WHATEVERO OR SUCH AFFIANT OR AF- F.IANTS OR EITHER OF THEN HAS NOT DIRECTLY OR INDIRECTLYX ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERSY WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORYX THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY.SUS- CONTRACTOR OR MATERI.ALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT SIDS.FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL,BE SUGGESTED, OFFERED., PAID2 OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE -THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTO NOR HAS THIS BIDDER ANY-AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERO WITH ANY PERSON WHOMSOEVER TO PAY., DELIVER TOO OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS _ 8 _ DAY OF _April 196_2_• MY COMMISSION . EXPIRES: (a) waiter L, ar4fthl V. P. (s) Helen Dick NOTARY PUBLIC Commission Expires No"mber 30, 1969 "FOR ORIGINAL COPY SEE CITY CLERK'S FILE COPY" PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCEv SKILLO AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Herring Avenue - City of So. Pasadena nawrous jobs for City of Los Angeles Bank - Security- Pac. F1c BBBB Sunland Boulevard, Sun Valley Financial Statement available (s) Walter L. Griffin SIGNED PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS /ate DAY OF ?! , 196, BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND MILLER -6R MN CO, HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF Water Main Reelacewnt Protect, Corona del Mar Area, 19fi"g (C1208) AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO'FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORKS ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF,. IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SMALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOESHEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN.CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY.THE SAME AT THE TINE, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS,AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. e� PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA: THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION 13 INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. G. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY: THE DIRECTOR OF PUBLIC WORKS: AND THEIR OFFICERS AND EMPLOYEES: FROM ALL CLAIMS: LOSS: DAMAGE: INJURY: AND LIABILITY OF EVERY KIND: NATURE: AND DESCRIPTION: DIRECTLY OR INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORK: REGARDLESS OF RESPONSf- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS: LOSS: DAMAGE: INJURY: AND LIABILITY: HOWSOEVER THE SAME MAY BE CAUSED: RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT: REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. CITY OF _N PORT BEACHn CALIFORNIA 0 (� By: 0 2t l\�Q� �JilO � MAYOR ATTEST: CITY C It MILLER- G�i"F;N INC. ONTRACTOR BY: TITL APPROVED AS TO FORM: _ 7;V,5i CITY ATTORNEY INDEX TO SPECIAL PROVISIONS C -1208 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . • . • . • • • . • • • • • • • • • I III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . 2 V. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEYS . • • . • • . . • • . . . • . . • • 3 VII. STORAGE YARD . • • . . . . . . . . . . . . . . . . . . . . 3 VIII. ADJUSTING UTILITY BOXES, VALVE COVERS, ETC., TO GRADE . . . . . . . . . . . . . . . . . . . . . . . . . . 3 IX. PROPOSAL ITEMS . . . . . . . . . . . . . . . . . . . . . . 3 1. Asbestos Cement and Polyvinyl Chloride Pipe Water Mains . . . . . . . . . . . . . . . . . . . . . . . 3 2. Gate Valves and Tapping Sleeves . ... . . . . 4 3. Fire Hydrant Assemblies . . . . . . . . . . . . . . . . . 4 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick . . . . . . . . . . . . . . . . 4 5. Permanent Asphaltic Concrete Trench Resurfacing - 4 Inches Thick . . . . . . . . . . . . . . . . 5 6. Portland Cement Concrete Replacement - 4 Inches Thick . . . 5 7., Portland Cement Concrete Replacement - 8 Inches Thick . . 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE WATER MAIN REPLACEMENT CORONA DEL MAR AREA 1968 - 1969 CONTRACT NO. 1208 I. SCOPE SPIof5 The work to be done under this contract consists of replacing water mains and appurtenances in various alleys, surface restoration and the construction of a new water main from Ocean Boulevard to Breakers Drive near Narcissus Avenue, all in the Corona Del Mar area. The contract requires the completion of all the work as shown on the Plans, Drawing No. W- 5068 -5, and in accordance with these Special Provisions, the City of Newport Beach Standard Specifica- tions for Public Works Construction (1967 Edition and Amendments), and the City of Newport Beach Standard Special Provisions and Standard Drawings. The City's. Standard Specifications may be obtained from Building News, Inc. , 3055 Overland Avenue, Los Angles, California, 90034, Telephone 213 -870 -9871. II. COMPLETION OF WORK The Contractor shall complete all work in the alley portions of the contract within 60 consecutive calendar days after the date of execution of the contract by the City. The Contractor shall complete all the work within 75 consecutive calendar days after execution of the contract by the City. III. PAYMENT Payment for incidental items of work, not separately provided for in the Proposal, shall be included in the price bid for other items of work. SPZof5 The cost of removing all improvements shall be included in the various items of work and no additional compensation will be allowed. IV. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours, but must be restored to two -way traffic at the end of each working day and on weekends and holidays. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days from the day it is first closed to such use. The Contractor must employ sufficient men and equipment necessary to accomplish this schedule. The Contractor will be assessed $50.00 per day (including Saturdays, Sundays, and Holidays) for each day in excess of the 14 days allowed that work in each alley is not 100% complete. In addition, when the work in one alley is not 1001/6 complete within the 14 consecutive days allowed, any and all work not directly related to that alley will be stopped completely until the work in said alley is completed to the satisfaction of the Engineer. Such stopping of work by the Engineer will in no way relieve the Contractor from his similar responsibilities to maintain schedules of work started in other alleys. V. NOTIFICATION TO RESIDENTS The City will mail a preliminary notice to all residences to be affected by this work. Between 40 and 55 hours prior to closing an alley to vehicular traffic, the Contractor must, with utmost care, distribute to each and every residence, a notice, prepared by the City, stating when the work will begin and approximately when the alley will be restored to normal passenger vehicle use. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotifi- cation, using an explanatory letter prepared by the City, and distributed by the Contractor. The same notification procedure must be followed by the Contractor 3 to 5 hours before shutting off water service. VI. CONSTRUCTION SURVEYS Field staking required for control of grades and lines will be done by the City. The Contractor shall notify the City at least two working days in advance of his need for staking. SP3of5 VII. STORAGE YARD A storage yard, located within City right of way, on the north side of Bayside Drive, between Goldenrod and Heliotrope Avenues, is available for the Contractor's use. The Contractor shall maintain the yard in a neat and orderly manner. Upon completion of the contract, the Contractor shall clean and return the yard to its original condition including repairs to the pavement as required. VIII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE Prior to construction, the Contractor and the Engineer will determine what utility boxes and /or covers, etc. are broken and not salvable Cracked water meter boxes shall be salvaged and reset by the Contractor. Badly broken or shattered water meter boxes will be replaced by the City and reset by the Contractor. Utility boxes, water meter boxes and /or covers, etc. , broken as a result of the Contractor's operations, shall be replaced at the Contractor's expense. All utility boxes, valve covers, etc. , shall be reset to the existing adjacent pavement surfaces. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. IX. PROPOSAL ITEMS 1. Asbestos Cement and Polyvinyl Chloride Pipe Water Mains The price bid per lineal foot for asbestos cement and polyvinyl chloride water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks, slope protection, landscaping replacement, etc. required to construct the operative water mains, excluding gate valves and temporary and permanent trench resurfacing. The 4 -inch diameter polyvinyl chloride pipe and fittings shall be Johns - Manville ring -type polyvinyl chloride pipe, 160 P. S. I. (SDR26) or approved equal. PVC pipe and fittings shall be manufactured from virgin unplasticized polyvinyl resin, ASTM Type 1, Grade 1, conforming to ASTM Resin Specification D 1784 -65T. PVC pipe and fittings shall be able to sustain a maximum hydrostatic working pressure of 160 P. S. I, at 750F. SP4of 5 The Contractor shall use the excavated or similar material for backfill over the 4 -inch PVC pipe. This backfill only shall attain a relative compaction of 851o. Backfill compaction over this 4 -inch pipe must be obtained by hand methods or small mechan- ical tampers; jetting will not be allowed. The Contractor shall cover the newly backfilled cliff slope on Narcissus Avenue with open- webbed burlap and plant ice plant sprigs to restore the ground cover destroyed by his operations. Sprigs shall be placed in a grid pattern with a maximum distance of 12 inches between plantings. 2. Gate Valves and Tapping Sleeves The unit price bid for 4 -inch and 6 -inch gate valves and tapping sleeves shall include all fittings required to connect the valves and tapping sleeve to the water mains as shown on the Plans. 3. Fire Hydrant Assemblies The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, thrust blocks and pipe required to connect the assembly to the gate valves and water main. 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick Temporary asphaltic concrete trench resurfacing, 2 -inch minimum thickness, shall be paid for by the measured lineal feet of water main and service connection trench in asphaltic concrete and Portland Cement Concrete pavement areas in lieu of asphaltic concrete tonnage as specified in Section 306 -1. 12. 1 of the Standard Specifications. Removal of the temporary asphaltic concrete trench resurfacing will be required only where permanent resurfacing is to be provided. Elsewhere, the temporary asphaltic concrete resurfacing is to be left in place at the conclusion of the contract. It is emphasized that the temporary asphaltic concrete resurfacing shall be maintained in a smooth condition, level with the adjacent surfacing, during the contract, and left in the same condition at the conclusion of the contract work. Any additional temporary asphaltic concrete resurfacing needed to restore trench patching to the proper grade shall be placed promptly, as directed by the Engineer. No additional payment will be made for this required maintenance. f SP 5 of 5 5. Permanent Asphaltic Concrete Trench Resurfacing - 6 Inches Thick Permanent asphaltic concrete trench resurfacing, 6 -inch thickness minimum, shall be paid for by the measured linear feet of water main in street pavement and Portland Cement Concrete alley approach areas. 6. Portland Cement Concrete Replacement - 4 Inches Thick Portland Cement Concrete replacement, minimum 4 -inch thickness, shall be placed in the sidewalk areas adjacent to the construction in the alleys. The Contractor shall use 5. 0 -B -2000 concrete for concrete sidewalk replacement. 7. Portland Cement Concrete Replacement - 8 Inches Thick Portland Cement Concrete replacement, minimum 8 -inch thickness, shall be placed on Ocean Boulevard at Narcissus Avenue. The Contractor shall use 5. 0 -B -2000 concrete for concrete street replacement. Areas replaced shall be barricaded so as to prohibit vehicular traffic use for a minimum of seven (7) days after concrete placement. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4(F) FOR PERIOD ENDI PROJECT: WATER MAIN REPLACEMENT, CORONA DEL MAR AREA BUDGET NO. 50- 9297 -041 NO. 5691.5. LF. CONTRACT ITEM 1. 6" A.C.P. 2. 8" A.C.P. 3. 4" P.V.C. Pipe 4. 4" G.V. 5. 6" G.V. 6. 4" T.S. 7. Fire Hydrant > 8. 1" Service - 9. 2" Temp Resurfacing 10. 6" A.C. Trench Resurfacing 11. 4" P.C.C. 12. 8" P.C.C. ✓r�; G�: u ORIGINAL CONTRACT" $ 81,667.00 EXTRAS TO DATE - 320.77 CONTRACT TO DATE 81,987,77, CONTRACT Nd,' 1208 December 11, 1969 6.70 /LF 5691.5. LF. $ 38,133.05 8.00 /1-F 1 LF 8.00 8.00 /LF 733 LF 5,864.00 113.00 Ea 2 Ea, 226,00 153.00 Ea 33 Ea 5,049.00 " 370.00 Ea 1 Ea 370.00 500.00 Ea 12 Ea 6,000.00 75.00 Ea 302 EA 22,650.00 0.35 /1-F 4286 LF 1,500.10 2.00 /LF . 1.00 /SF 1.50 /SF 233 SF 349.50 80,149'. 65 C.O.No. 1 120.98 C.O.No. 2 81.39" C.O.No. 3 118.40 80,470.42 N Send Payment to: iller- Griffin ox 578 AMOUNT EARNED 80,470.4 / unland, California 91040 - LESS 10% RETENTION 4,083.35 - LESS PREVIOUS PAYMENTS 75,919,17 - - -- .AMOUNT DUE THIS REQUEST 467,90 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. - SIGNED,�J HA /� SIGNED �ILLLR Gf:`t ING C � NEE; ON OR BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Miller - Griffin Box 578 Sunland, California 91040 0 Date December 11, 1969 ATTENTION: SUBJECT: Mater Main Replacement, Corona del Mar Area(! -1208 We are transmitting the following: No. Copies Description 3 Progress Payment IN. 4 (F) Remarks: Please sign original and one copy. Return two copies to our office and retain one copy for your files. Copies to: gPD /em By'..JK�� G.P.Dunigan, Jr. Field Engineer b. ❑ Preliminary tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT 6q FIG %/ S 7- : Material Testing Section TEST NO. C— ° 0.3 FIELD NO NJControl tests on IW.O. OR P.O OR pHFP1 - materials actually RELATIVE COMPACTION en 42 4 _ C- entering into works. DATE REPTD. If contract, use contract item — . PROJECT C— /2D.ts t ALZAi �� AGENCY RESIDENT ENGINEER (INSPECTOR)_Fd$,� 5,2A" CfflNTRACTOR SEND REPORT TO: CONSTRUCTION El AGENCY w OUTSIDE c-y MAINTENANCE ❑ SUBD. El PERMITS ❑ LOCA- TION-AL L x y 111' ' // RT LT OF (L STA REPRESENTING LAIM/ITcS. �WA 76 nR L'(A /,: TYPE MATERIALJ, _R•!' DEPTH J f On TO J� BELOW FINISHED GRADE DATE id - /� - r� TESTED BY: ^ems ua t n APAYN - IN PLACE DENSITY A _ INITIAL WT. TEST SAND 3 9p. �Q B WT. SAND RETAINED 10-40 C WT. SAND_USED D TEST SAND DENSITY s. -. E VOLUME SAND_US_E.D_ 35 7 O F VOLUME CONE + RING _. /6)0- G VOLUME TEST HOLE .I r. O H WT. EXC. SAMPLE R 1 TARE WEIGHT _ %Q J WET WT. EXC. SAMPLE Q K WET DENSITY IN PLACE Q_ L _ DRY DENSITY IN PLACE _ METHOD A MOISTURE SAMPLE MOLD NO. - -MELD LAB _ WET WT. 4 O DRY WT. Z406 % MOIST. M N SP. GR. ROCK 24040 WET WT. ROCK DRY WT. ROCK Q WET WT.- DRY WT. 3 — 4 TOTAL DRY WT. R % ROCK �rL CORR.MAX.DENSITY MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 AID 2 3 4 O INITIAL WT. SPECIMEN Z406 P WET WT. AT COMPACTION 24040 Q DRY WT. COMP. SPEC. R % MOISTURE �rL CONDITION OF MOLD S HT. COMPACTED SPECIMEN T WET DENSITY I 33.2 V DRY DENSITY I 1 CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E= C= D UNIT CONE +UNIT G= E- F K= J+ G CONE .1667 - L= K= (100 ° +N) Q =O= (100 % +N) SM.RINJG- .0143 .1810 R = (P -Q) - Q V = FACTOR x Q _ S LG. RIN.0302 1 .1969 REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER F9011 -e9.1 v �e B• METHOD A ❑ B E� SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY V M0I STU RE r UNOfR RC - gD % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY w// A*1!/LdC�t i MATERIALS ENGIN R JIVE COMPACTION a8 ❑ Preliminary tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT , 69�/R Ems? t' s %` Material Testing Section TEST NO. t — J! 41 • .i F IEL D O . NNOP.. . OR Control testa on C R f L t ON TO materials actually RELATIVE COMPACTION entering into works. z4 --k „ - DATE REPTD. /Q If contract, use contract item PROJECT C--1 2 6 R A _ ( r i" - C AGENCY" ` RESIDENT ENGINEER (INSPECTOR)_ 190HI 50N CO TRACTOR M14 I SA adIFEIIV OUTSIDE SEND REPORT TO: CONSTRUCTIOjJ ❑ AGENCY ® MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION A! = _ `( A — C 3 A' A ✓fir. REPRESENTING LIMITS WATER G /NE TYPE MATERIAL N. S. 4'. F- DEPTH Z �i TO Z� BELOW FINISHED GRADE DATE /0 — /0 — 6 9 TESTED BY: Ad,&Q / O . IN PLACE DENSITY A INITIAL WT. TEST SAND 3 6. 7S B WT. SAND RETAINED 1 AP C WT. SAND USED Z7.70 D TEST SAND DENSITY g/„ = / E VOLUME SAND USED _ —�3 F VOLUME CONE + RING • /B /D G VOLUME TEST HOLE DRY WT. — H WT. EX C. SAMPLE + TARE �Q, -7 Q 1 TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE Fl G D K WET DENSITY IN PLACE 0(O, L _ DRY DENSITY IN PLACE GL. UN• METHOD A MOISTURE SAMPLE FIELD LAB WET WT. MOLD NO. 1 AP DRY WT. 3 4 MOIST. M N SP. GR. ROCK - - WET WT. ROCK P DRY WT. ROCK Z qD WET WT. — .a DRY WT. — Q TOTAL DRY WT. % ROCK CORR.MAX.DENSITY R REMARKS Test Method Colif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) r301143.1 RELATIVE 1 B— METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 1 060 MOISTURE 2' / UN�E RC = TENT. RC = 7H % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH By ` 4' MATERIALS ENGINEER COMPACTION Z MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 AP 2 3 4 0 INITIAL WT. SPECIMEN Z C - - P WET WT. AT COMPACTION Z qD Q _ DRY WT. COMP. SPEC. R % MOISTURE Fl G D CONDITION OF MOLD GL. UN• S _ HT. COMPACTED SPECIMEN 10.48 T WET DENSITY 1 3 V1 DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E= C= D UNIT CONE +UNIT G =E — F K =J =G CONE .1667 — L =K= (100"; +N) Q =O +(100`7 +N) SM. RING .0143 .1810 R = (P —Q) + Q V = FACTOR x Q - S LG. RING 1 .0302 1 .1969 REMARKS Test Method Colif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) r301143.1 RELATIVE 1 B— METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 1 060 MOISTURE 2' / UN�E RC = TENT. RC = 7H % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH By ` 4' MATERIALS ENGINEER COMPACTION Z \ ❑ `7reliminory tests prior COUNTY OF ORANGE - •_. award o1 cantratt. ROAD DEPARTMENT 6 Material Testing Section TEST NO. C -315.7 7 FIELD NO. /0"-- + J0Control tests on W O ?OR P OROR ANFPI . materials actually RELATIVE CQ PUTIO _ _ snisring into works. rF_2 DATE R Plr If contract, use contract item / PROJECT -��GB AGENCY- RESIDENT ENGINEER (INSPECTOR) 0 R; S O/'l CONTRACTOR OUTSIDE SEND REPORT );0: CONSTRUCTION ❑ AGENCY ❑ MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION - M-LL 6�1/ '6 R RT LT OF (L STA REPRESENTING LIMITS TYPE MATERIAL S• DEPTHtr TO �� r� BELOW FINISHED GRADE DATE 10-7 --(o 9 TESTED BY: �uBDA IN PLACE DENSITY Al _ INITIAL WT. TEST SAND ,ZQ B WT. SAND RETAINEDD 1 /9P C WT. SAND USED 76 , b 6 D TEST SAND DENSITY ,4L3 E VOLUME SAND USED _ jZ97 F VOLUME CONE + RING _ I , /R /(U G VOLUME TEST HOLE .%S f'05J? H!WT. EXC. SAMPLE +TARE CORR.MAX.DENSITY I TARE WEIGHT____ J WET WT. EXC. SAMPLE / p K WET DENSITY IN PLACE L DRY DENSITY M PLACE I? V& METHOD A MOISTURE SAMPLE FIELD LAB WET WT.� �0 RECORD WHOLE NUMBERS DRY WT. 1 /9P MOIST. M z ,4 N SP. GR. ROCK INITIAL WT. SPECIMEN WET WT. ROCK O U DRY WT. ROCK TENT. RC = WET WT. - WET WT. AT COMPACTION DRY WT. - e S, 3 S TOTAL DRY WT. lS. 3S ROCK DRY WT. COMP. SPEC. _ CORR.MAX.DENSITY 1 i ♦ice i i ., . i. i Test Method Calif. 216 -F :! s-qs� "'y,'ti4ED I.OZ Ct'Z.Z4 .40 / = O. 1 P �PCB$1011*'1 CITY OF Nry'.Y.RT BEACH, i RESIDENT ENGINEER (CITY ENGR.) �.S E UT THI. T. i B- METHOD A I] B • MAXIMUM DENSITY RATHOLE DATA RECORD WHOLE NUMBERS _ MOLD NO. 1 /9P 2 3 4 01 INITIAL WT. SPECIMEN Ap O U TENT. RC = P WET WT. AT COMPACTION ;z Z z 3 z) 0 DRY WT. COMP. SPEC. _ R % MOISTURE 4 ° — ; CONDITION OF MOLD I? V& G U S HT. COMPACTED SPECIMEN b 10 _ T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D UNIT CONE+UNIT G =E - F K +G CONE =..K I1 DO% +N) 0 = 0_(1D", +N) SM. RING .0143 .1810 _L R = (P -Q) s Q V = FACTOR x Q+ S LG. RING 1 .0302 .1969 1 i ♦ice i i ., . i. i Test Method Calif. 216 -F :! s-qs� "'y,'ti4ED I.OZ Ct'Z.Z4 .40 / = O. 1 P �PCB$1011*'1 CITY OF Nry'.Y.RT BEACH, i RESIDENT ENGINEER (CITY ENGR.) �.S E UT THI. T. i B- METHOD A I] B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE �L DENSITY 00 L)V—"A MOISTURE �� RC =a2�_ % TENT. RC = % SPECIFICATION: NL_% i MADE AT END OF MONTH A TER1� ENGINEEB! NOTICEto Owt or Reputed Owner, to the Origi . Confractor and to the Construction ,Lender (if any) in accordance wfthSectioh.l:193,.. , California. Code of :CivI Procedure or Section 4210, Celiforn Government Code. of Newport Beach (Nam of owner, reputed owner or public agency) p�BlleflYfp tit e t_ IYRRKS ;- 969 1 k +per _ CF (Address as shown on building permit; if not shown, address of job site) r• C�C • -1uF y � AND TO: Miller— Griffin Inc. (Name of original contractor) Address:_ P.O. Box 578, Sunland (Address of original contractor; If unknown, address of job site) AND (Nome of construction tender if any) (Address at consf(u5} qp, IrA tT.([ kI�'n address of job site) ' LIVI J,VII ARAM INC, 5500 Na Pak P,• ^.;d El Monte, California You am hereby notified that (Name of person or firm furnishing labor, service, materials or equipment) located at (Address of person or firm furnishing labor, service, materials or equipment) has /will furnish(ed) labor, service, materials or equipment of the following general description Aggregate with the estimated total value of $ (Constrection lenders copy only) for the building, structure or other work of improvement located at Water line — Fern Leaf & Goldenrod, Corona Del Mar (Address of job site) The name of the person who contracted for the purchase of such labor, service, materials or equipment is Miller — Griffin Inc Dated 1 1 10/7/69 (Date delivered or mulled) (Address) mabrie's or squipmsnt) NOTICE TO PAYOR: "Under the Mechanics'. Lien Law (California Code of Civil Procedure, Section IISI et seq.) any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your prop- erty. This means that, after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own contractor in full, if the subcontractor, laborer, or supplier remains unpaid." See Pink SbA us bock of this pod far Iesirecslons In sb ,use of tkh sons ' s ❑ Preliminary tests prior COUNTY OF ORANGE to award o contract. ROAD DEPARTMENT Material Testing Section TEST NO. C— ✓��✓ FIELD NO. � Or— Materials tests an. RELATIVE" COMPACTION I .O. R P�� R ANFPI" materials actual) - entering into works. . � - 41i �- DATE REP O — • If contract, use contract item PROJECT— `- D¢Di -�A `+�Q -\ A Csyl AGENCY r- CwxdLT C�x+iA c-Y� RESIDENT ENGINEER (INSPECTOR) tv o, tsotJ CONTRACTOR AAt1\a%R Gf1ar NIJ SEND REPORT TO: CONSTRUCTION ❑ AGENCY MAINTENANCE ❑ SUBD. El PERMITS C3 LOCATION A�«vc C� -W. RT LT OFrt STA REPRESENTING LIMITS TYPE MATERIAL V -S . DEPTH TO �$.. BELOW FINISHED GRADE DATE \O -(a - e9 TESTED BY: i-% O.ZJ2[s0>v IN PLACE DENSITY AINITIAL _ WT. TEST SAND -1 , 45 13 WT. SAND RETAINED _ A' _vo C WT. SAND USED 2-7,.. 45 D TEST SAND DENSITY N E VOLUME SAND USED_ _ .�$7 F VOLUME CONE + RING l t0 G VOLUME TEST HOLE . /06(o H WT. EXC. SAMPLE +TARE 5- o I TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE -$ K WET DENSITY IN PLACE //7,7 3 L _ DRY DENSITY IN PLACE e:✓ METHOD A MOISTURE SAMPLE FIELD LAB WET WT. - -- i DRY WT. 3 4 'y, MOIST. � r' L— N SP. GR. ROCK WET WT. ROCK P DRY WT. ROCK 2 4. 00 WET WT, .3 DRY WT, - e Q TOTAL DRY WT. `7o ROCK CORR.MAX.DENSITY R REMARKS: Test Method Cal' �; 1 (,r p#Val/ l� fU _ on P/ORKs 0 . fear 1.03.1 l 140 120 I B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /a 4 vo MOISTURE OLCASP- RC = % TENT. RC = SPECIFICATION: NL_ %. ❑ BILLING WILL BE MADE AT END OF MONTH d.. BY r0_ MAIR Y$,EN R ENGRJ 'N� RELATIVE COMPACTION MAXIMUM DENSITY RATHOLE DATA MOLD NO. C�C. 1 C.C. 2 3 4 01 INITIAL WT. SPECIMEN 0 o24oc7 P WET WT. AT COMPACTION 2 4. 00 a 61 Q _ DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD e:✓ 9w' AP 5 HT. COMPACTED SPECIMEN //, p T WET DENSITY I ,2 IS fa. 36-r V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E - F K =1 +G CONE .1667 - L =K +(100 % +N) Q =0 +(1.00 %, +N) .SM.RING. .0143 .1810 R = (P -Q) + Q V = FACTOR x Q S LG. RING .0302 .1969 REMARKS: Test Method Cal' �; 1 (,r p#Val/ l� fU _ on P/ORKs 0 . fear 1.03.1 l 140 120 I B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /a 4 vo MOISTURE OLCASP- RC = % TENT. RC = SPECIFICATION: NL_ %. ❑ BILLING WILL BE MADE AT END OF MONTH d.. BY r0_ MAIR Y$,EN R ENGRJ 'N� RELATIVE COMPACTION CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 3 DATE September 17, 1969 CONTRACT NO. 1208 PURCHASE ORDER NO. BUDGET NO 50- 9297 -041 CONTRACTOR'S NAME Miller- Griffin PROJECT NAME AND NO. Water Mai.n Replacement, Corona del Mar, C -1208, 1968 -69 ACTION: Due to the possibility of movement in the 4 -inch P.V.C. main in Breakers Drive provide additional P.C.C. anchor blocks in the vicinity of Station 5 +00. This work shall be performed on a force account basis. The cost, per Daily Extra Work Report and invoice submitted is$118.40 CONTRACTOR: BY Ae - DATE APPROVAL: Field Enqi r cc: Purchasing CITY Date Work Performed 7 Date of Report ) /I Project Name z-l'.lx-)ZlE Description of Woric4ekLl- '"J *BEACH Al KS DEP ARTMENT Amount Autlliorliia& 1"PORT Previous Ex — Today 7 To yv C N V o. RATE' HOURS 'HOURLY RATE SHALL INCLUDE ACTUAL WAGER PAID PLUS PAYMENTS REQUIRED UNDER STATE AND FEDERAL LAWS AND AGREEMENTS EQUIPMENT - /AvO -e45 Total Cost of Equipment MATERIALS and/or WORK'DONE BY OTHER THAN CONTRACTOR'S FORCES TOTAL Cost of Materials 78 above r Sub-Total *IS (See. 9-03 Std. Specs.) Total this report I 31" A MIER - GRI IN INC. GENERAL CONTRACTORS 352 -3128 September 26, 1969 City of Newport Beach Public Works Department 3300 W. Newport Blvd. Newport Beach, California 92660 Attention: Mr. Pat Dunnigan 0 BOX 578 . 10900 COTTONWOOD ST., SUNLAND, CALIF. 91040 L/ Nf�pCRT 't z� Subject: Water Main Replacement 1968 -69, Contract C -1208 Gentlemen; Following is the list of rates and extensions to be applied to C.C.O. #3; (work performed on Saturday at overtime rate.) Foreman 3 Hrs. @ 14.28 42.84 Pipe Layer 3 Hrs. @ 9.68 29.04 Laborer 3 Hrs. @ 9.32 27.96 16 Sacks Redi -Mix P.C.C. @ 1.16 18.56 TOTAL- L118-40 Very truly yours, MILLER- GRIFFIN INC. i Walter A. Griffin, ice President 4- 7w' WAG:dm 0 a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Miller Griffin Box 578 Sunland. California 91040 ATTENTION: SUBJECT: Water Main Replacement,, Corona del Mar, 1208 1968 -69 We are transmitting the following: No. Copies Description 3 Remarks: Date September 17, 1969 Change Order No. 3 Please sign original and two copies. Return two copies to our office and retain one copy for your files. Copies to: By: G.PoDabigan, Jr. GPO/em Field Engineer NOTICE to Owner or R*#oat Owner, to the Original Contractor and to the Construction- lif any) in accordance with Section 1193, California Code lo Al Procedure or Section 4210, California Government Code. TO& sCity of Newport Beach (Name of owner, mp *d owner or pablic apeey) " Address: or ' (AJ no a shown oa b„il ng fw mlf•, it reel dpwn, address of iob sftq AND TO: Miller — Griffin 1,11C. of mlgieii contractor) Address: P O BoY s78 Sui3laad (Address el origGat`ebnfioefor; It unknown, address at (d site) AND TO: none Per custnmr3 r ' (Name N'tansfine}lon lender if any) Address: (Address of consfrocNai. ilv�tVt7Jl1lV'KNi 550-0 NO. El Monte, Califor;aa You are hereby notified flint (Name of person or firm furnishing labor, service, materials or equipment) t located at (Address of person or firm famishing labor, service, materials or equipment) has /will furnished) labor, service, materials or equipment of the following general description Readv mix concrete with the estimated total value of f (Candmctfon lenders copy only) for the building, structure or other work of improvement located at Xxx Narcissus St. @ Ocean Blvd., Corona Del Mar of job rite) The name of the person who contracted for the purchase of such labor, service, materials or equipment is Miller- Griffin Inc. c PECrt Road 1'ni-, Calif:.rroa (Name of son or firm f nishing labor, service. materials or equipment) 9/219/69 By Dated (Signaturat (Date delivered or mailed) (Address) ' NOTICE TO PAYOR: "Under the Mechanics' Lien Law (California Code of Civil Procedure, Section 1181 of seq.) any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your prop- erty. This means that, after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own contractor in full, if the subcontractor, laborer, or supplier remains unpaid." i See Met Sheet ad book of this pd for inalraeffoas In Mew of this form :Y . 1' ,j„ • :. auo„sgq pgtu)Izg,IPaa..a. ur sve Avenue CAL./-meer V FOUNDATION r ENGINEERING C -IZUB COMPANY SOILS ENGINEERS 704 SOUTH SPRING STREET LOS ANGELES, CALIFORNIA 90014 5521 RESEDA BOULEVARD TAR ZAN A, CALIFORNIA 91356 342 -8711 REPORT OF TESTS ON COMPACTED FILL Various Alleys Near MacArthur & Pacific Coast Hwy. Corona Del Mar, California General A sewer trench excavation was backfilled with compacted fill. It is understood that the maximum depth of compacted fill is 3 feet. Description of Fill 873.5032 987 -1797 The materials used for the fill were varied. The materials encountered in the areas of the tests are tabulated on the attached "Summary of Tests" sheet. Testing Field density tests were made at frequent intervals at a depth of about 1 foot below the fill surface to determine the degree of compaction. These tests were made by the sand volume method in accordance with the American Society for Testing Materials (ASTM) Test Method D 1556 -66. The density was determined by obtaining the dry weight of the soil from a hole approximately 8 inches deep and determining the volume of the hole with calibrated sand. The maximum density and optimum moisture content were determined in the laboratory in accordance with the American Society for Testing Materials (ASTM) Test Method D 1557 -66. The compaction test was made on the minus no. 4 fraction of the sample in a four -inch diameter mold having a 1/30 cubic foot volume, with 25 blows of a ten -pound hammer falling 18 inches on each of 5 layers. A new batch of soil was used for each point on the compaction curve. The degree of compaction is the ratio between the field density maximum density obtained in the laboratory. 11 The locations of the density tests are tabulated on the attaW of Tests" sheet. F DATION IN i �, ACK W. ROLSTON September 25, 1969 Civil Engineer R 0Z Fy\ wary TO 2 <ivl. OF CA41F c./ r •1 • SUMMARY OF TESTS MacArthur & Pacific Coast Hwy. Corona Del Mar Location of Test Date #1 -Alley 20 A 9/22/69 #2 -Alley 20 A 9/22/69 Alley 21 B 9/22/69 Alley 23 B 9/22/69 passing no. 200 sieve: 32 % passing no. 270 sieve: 20 FIELD DENSITY TESTS Field Field Maximum Degree of Density,pcf Moisture,% Density,pcf Compaction,% Jam^. 112 /oz - 9.i 124 izs.z i3z•0 91 87. 78 111 tart 14 y 'J 124 izr.s izv.s 90 S s' I F 96 eo. s 20 / 0 110 f9-0 88 go w 103 18 /= 110 „,v o 94 8 y PK COMPACTION TESTS Maximum dry density, pcf: 124 Maximum size tested No.4 Optimum moisture, percent: 10% 110 No.4 16% Grey sandy clay 100 100 62 50 Plastic Index: Non - plastic Moderately plastic F O U N D A T I O N E N G I N E E R I N G C O M P A N Y CLASSIFICATION TESTS Soil type: Light brn. silty sand % passing no. 3/4 sieve: 100 % passing no. 4 sieve: 100 % passing no. 200 sieve: 32 % passing no. 270 sieve: 20 110 No.4 16% Grey sandy clay 100 100 62 50 Plastic Index: Non - plastic Moderately plastic F O U N D A T I O N E N G I N E E R I N G C O M P A N Y ❑ Preliminery rests prior Al COUNTY OF ORANGE LAB to award of contract. WT. SAND RETAINED ROAD DEPARTMENT q WT. SAND INITIAL WT. SPECIMEN Material Testing Section TEST NO9C- 3 :K N E VOLUME SAND USED_ _ FIELD NO. bt' �i Control On VOLUME CONE + RING RELATIVE COMPACTION ` NT IW .O. O P.O. OR AHFPI materia ls act ually entering into works. DRY WT. - : . \\ 1424 - V_ I TARE WEIGHT -DATE REPTD. J WET WT. EXC. SAMPLE (�,.9 If contract, use contract item WET DENSITY IN PLACE CONDITION OF MOLD L _ DRY DENSITY IN PLACE __O PROJECT L= /S AGENCY C` 3a RESIDENT ENGINEER (INSPECTOR) 'L�. �;SO,v CONTRACTOR I(;t.(I e =t SEND REPORT TO: CONSTRUCTION' WET DENSITY El AGENCY ® MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION �r�1+���+ .23- L-3 V RT LT OF q_ STA REPRESENTING LIMITS TYPE MATERIAL'S FACTOR x Q - DEPTH11 °� TO k BELOW FINISHED GRADE DATE ��- ''' -(a -D TESTED BY: IL\olt,2cso..., CONE +UNIT IN PLACE DENSITY Al _ INITIAL WT. TEST SAND LAB B WT. SAND RETAINED 3 C WT. SAND INITIAL WT. SPECIMEN D _USED TEST SAND DENSITY N E VOLUME SAND USED_ _ -,TO -) 7 F VOLUME CONE + RING .Ibiii G VOLUME TEST HOLE DRY WT. - : H WT. EXC. SAMPLE I TARE WEIGHT 2. bg J WET WT. EXC. SAMPLE (�,.9 K WET DENSITY IN PLACE CONDITION OF MOLD L _ DRY DENSITY IN PLACE __O METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 2 3 DRY WT. 01 INITIAL WT. SPECIMEN % MOIST. M N SP. GR. ROCK P WET WT. ROCK DRY WT. ROCK WET WT. - 3 a Q DRY WT. - : - _ TOTAL DRY WT. ROCK R C0RR.MAX.DENSITY REMARKS Test Method Calif. 216 -F r1 LJ 1 B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /� MOISTURE 2!O &FJr- (20 RC =CL03�% TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE,AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENOI R rsat, -0f.l RELATIVE COMPACTION MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN s( P WET WT. AT COMPACTION °' Q _ DRY WT. COMP. SPEC. - R % MOISTURE CONDITION OF MOLD QG OUnrG Cc S HT. COMPACTED SPECIMEN 3a / O T WET DENSITY V DRY DENSITY CONY. FACTOR =0.592 FACTOR x Q - VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E -F K -1 =G CONE .1667 - L = K - (I Do-, + N) Q = 0 + (1001/., + N) SM. RING .0143 .1810 R = (P -Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS Test Method Calif. 216 -F r1 LJ 1 B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /� MOISTURE 2!O &FJr- (20 RC =CL03�% TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE,AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENOI R rsat, -0f.l RELATIVE COMPACTION ❑Preliminary tests prior to award of contract. ® Control tests on materials actually entering into works. COUNTY OF ORANGE . ROAD DEPARTMENT Material Testing Section RELATIVE COMPACTION io- S: F. w,tC,z� TEST NO4C— ' -714 L FIELD NO. \ OF CUNT. NO. OR O Iw.O. R P O. OR AHFPI / 4-� L -\cT� i� tt If 1 Tr usp contract item DATE REPTD PROJECT ..AGENCY- RESIDENT ENGINEER (INSPECTOR) — P—.v —CONTRACTOR --±M SEND REPORT TO: CONSTRUCTION ❑ AGENCY ® MAINTENANCE ❑ SUBO. AGENCY LOCATION a�GF4' G:Os;r RT- LT 0" REPRESENTING LIMITS TYPE MATERIAI -' -`-� DEPTH ('0.. TO�� BEL DATE ��` «'�`� TESTED BY: IN PLACE DENSITY A INITI_ AL WT. TEST SAND ZIZ _� B WT. SAND RETAINED _ 2Pi. 00 C WT. SAND USED _2{ ,SU D TEST SAND DENSITY___ N E VOLUME SAND USED__ ,.7ZS4 F VOLUME CONE + _IN -RG ,,15ku G VOLUME TEST HOLE , 14 H WT. EXC. SAMPLE +TARE / ;� j I TARE WEIGHT ­WT. CORR.MAX.DENSITY J WET SAMPLE 116, O U K WET DENSITY IN PLACE HT. COMPACTED SPECIMEN L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE _ MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 .9p 2 Hp 3 4 FIELD LAB WET WT. Z4 40 DRY WT. P WET WT. AT COMPACTION % MOIST. M N SP. GR. ROCK' Q WET WT. ROCK .DRY WT. ROCK WET WT.- a R DRY WT. 3_ / -+ TOTAL DRY WT. o ROCK CORR.MAX.DENSITY x . _ MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 .9p 2 Hp 3 4 0 INITIAL WT. SPECIMEN O D Z4 40 P WET WT. AT COMPACTION DO Q _ DRY WT. COMP. SPEC. R % MOISTURE / -+ Z G CONDITION OF MOLD x _ S HT. COMPACTED SPECIMEN T WET DENSITY / V I DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A - -B E= C= D UNIT CONE+UNIT G =E - F -' K = J ±G CONE .1667 - L = K _ (100T: + N) Q = 0 - (100% + N) SM. RING , .Oi 43 .1810 R = (P -Q) : Q V = FACTOR x Q - S LG. RING .0302 .1969 REMARKS: -i Test Method Calif. 21 £M1I �C10 � l� 09 1 B— r z PERMITS ❑ TA FINISHED GRADE METHOD A 0 8 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE C.LOS T RC =--0-07 TENT. RC = % SPECIFICATION: NL_% �°oaTe F- 96y® ❑ BILLING WILL BE MADE AT ENO OF MONTH ro i i BY MATERIALS ENrEER RESIDENT ENGINEER (CITY ENGR.) , RE Fsa11 -s3.t LATIVE COMPACTION -. f I ❑ Preliminary tests prior COUNTY OF ORANGE . to sword o contract. ROAD DEPARTMENT • Material Testing Section TEST r 0?c— 33s ?$ ® RELATIVE COMPACTION FIELD NO. 2 �, FONT. NO. OR materials feats era (W .O. OR P O. OR ANFPI• materials actually Azc� _ L entering into works. 1� .S �,j Tbdt DATE REPTD. ;. If contract, use contract item PROJECT AGENCY RESIWE� INEER (INSPECTOR) (��� DSO CONTRACTOR L ,L Cc IZAF OUTSIDE fLL SEND REPORT TO: CONSTRUCTION ❑ AGENCY MAINTENANCE ❑ SUED. ❑ PERMITS ❑ LOCATION =aGc_ d-y 20 14 RT LT OF J_ STA REPRESENTING LIMI TYPE MATERIAL- DATE `. - -!'� IN PLACE DENSI' A INI T_ IAL WT. TEST SAND B WT. SAND RETAINED C _ WT. SAND USED D TEST SAND DENSITY E VOLUME SAND USED F VOLUME CONE + RING G VOLUME TEST HOLE H WT. EXC. SAMPLE + TARE I TARE WEIGHT J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE . L DRY DENSITY IN PLACE REMARKS Test Method Calif. 216 -F METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT_ PLACE DENSITY /ZS� MOISTURE 2 2 TEA RC = - -�� % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS EN EER Fes„ ss.I RELATIVE COMPACTION ILI MAXIMUM DENSITY RATHOLE DATA MOLD NO. 2 3 4 01 INITIAL WT. SPECIMEN j_Q, pp P WET WT. AT COMPACTION O0 2 D Q _ DRY WT. COMP. SPEC. R % MOISTURE � � , Q CONOITION OF MOLD ov S _ HT. COMPACTED SPECIMEN /p T WET DENSITY - V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= 0 UNIT CONE +UNIT G =E - F K =J =G CONE .1667 - L = K _ (100r. +N) Q = 0 _ (100 0%, + N) SM. RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S LG. RING .0302 .1969 REMARKS Test Method Calif. 216 -F METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT_ PLACE DENSITY /ZS� MOISTURE 2 2 TEA RC = - -�� % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS EN EER Fes„ ss.I RELATIVE COMPACTION ILI ❑ Preliminary tests prior COUNTY OF ORANGE METHOD A MOISTURE SAMPLE. A to award of contract. • ROAD DEPARTMENT 61 WT. SAND RETAINED X2 Materiel Testing Section % TEST o. C— z �i C WT. SAND USED FIELD NO 3 0'- 101 Control tests on tsl RELATIVE COMPA ITION � aTOR . OR ', A BI materials actual# 4�� _« entering into work's. iJ •S • r SJ 331 O MOIST. M N If contract, use contract item DATE REPT Dt' -/ 7� G SP. GR. ROCK PROJECT AGENCY-, e.-� iJ �w �c�rtt tJ RESIDENT ENGINEER (INSPECTOR). uo �.. �ufScsot... -CONTRACTOR-' ,A- �: c.. «•.�� j SEND REPORT TO: CONSTRUCTION ❑ AGENCY ( MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION /L - Zl 4; I RT LT OF IL STA REPRESENTING LIMITS WET WT. - DRY DENSITY TYPE MATERIAL -S - DEPTH � U� TO t1 0 _BELOW FINISHED GRADE DATE �� - l(- -� 9 TESTED BY: it7.:i-tl DSO" CONV. FACTOR =0.592 K IN PLACE DENSITY MOLD NO. METHOD A MOISTURE SAMPLE. A _ INITIAL WT. TEST SAND 4 61 WT. SAND RETAINED X2 FIELD LAB C WT. SAND USED I) WET WT. — D TEST SAND DENSITY E VOLUME SAND USED 331 O MOIST. M N F VOLUME CONE ------ _ RING I fc I O SP. GR. ROCK _ G VOLUME TEST HOLE — 15-so WET WT, ROCK /O HIWT. EXC. SAMPLE + TARE QS' DRY WT. ROCK WET DENSITY I TARE WEIGHT ­WT. yy WET WT. - DRY DENSITY 7 WET SAMPLE DRY WT. - 3 a CONV. FACTOR =0.592 K WET DENSITY IN PLACE C= A- B E= C= D TOTAL DRY WT. UNIT L _ DRY DENSITY IN PLACE K =J +G CONE % ROCK L = K _ (1 Do- +N) CORR.MAX.DENSITY SM. RING MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN P WET WT. AT COMPACTION Q DRY WT. COMP. SPEC. R % MOISTURE _ CONDITION OF MOLD_ G S HT. COMPACTED SPECIMEN /O T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G ='E - F K =J +G CONE , 1667 L = K _ (1 Do- +N) Q = 0 - (100% + N) SM. RING .0143 .T810 R = (P -Q) - Q V = FACTOR x Q _ S LIS. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F `J RESIDENT ENGINEER (CITY ENGR.) 1140 1 B• METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE RC = TENT,, .RC = Sd• % SPECIFICATION: NL,% ❑ BILLING WILL BE MADE AT END OF MONTH BY MATE IALS'ENGI ER RELATIVE COMPACTION I ❑ Preliminary tests prior COUNTY OF ORANGE - J to award of contract. ROAD DEPARTMENT Material Testing Section TEST t O ?C— . 33s 3 FIELD NO 1J 6F RELATIVE COMPACTION CON T. NO, OR ® Control tests an IW O OR P O OR ANFPI`'`" materials to actually - � \ _ (�.z �1 –(L entering into works. .S , h fNC_T4 ✓t J DATE REPTD. • If contract, use contract item PROJECT -VIII 5 - . AGENCY --�— RESIDENT ENGINEER (INSPECTOR) a'cScjtJ CONTRACTOR I�`•' -- � ` - - SEND REPORT TO; CONSTRUCTtION El AGENCY MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION A (< � C9 ' RT LT OF CL STA REPRESENTING LIMITS TYPE MATERIAIt - DEPTH ( " TO l `°r BELOW FINISHED GRADE , DATE Cl - CCo - Co`7 TESTED BY: IN PLACE DENSITY A _ INITIAL WT. TEST SAND 42. 20 BI WT. SAND RETAINED I (,,- :. =�..o C WT. SAND USED 13 INITIAL WT. SPECIMEN D TEST SAND DENSITY N E VOLUME SAND USED 1 F VOLUME CONE + RING , (�( C, G VOLUME TEST HOLE 9 H WT. EXC. SAMPLE +TARE 2l . Cjb I TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE _ K WET DENSITY IN PLACE CONDITION OF MOLD___ L _ DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT— 2 3 DRY WT. O INITIAL WT. SPECIMEN 's MOIST. M L N SP. GR. ROCK P WET WT. ROCK p0 DRY WT. ROCK WET WT— } b Q DRY WT. - d TOTAL DRY WT. 7o ROCK R CORR.MAX.DENSITY REMARKS: Test Method Co1iL 216 -F I a- -5 FIELD +5 (% WET) METHOD A ❑ B ❑,..,. SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY ZiS MOI ST60E f � RC = TENT. RC = 8Z % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END.OF MONTH MAXIMUM DENSITY RATHOLE DATA • MOLD NO. 1 2 3 4 O INITIAL WT. SPECIMEN �G17 P WET WT. AT COMPACTION p0 Q _ DRY WT. COMP. SPEC. R %MOISTURE _ CONDITION OF MOLD___ S HT. COMPACTED SPECIMEN lei, 21 T WET DENSITY I ' VI DRY DENSITY I ! CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C- D UNIT CONE +UNIT G =E - F K =J _ G CONE .1667 - L = K > (too- + N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P -Q) = Q V = FACTOR x Q - S LG. RING .0302 REMARKS: Test Method Co1iL 216 -F I a- -5 FIELD +5 (% WET) METHOD A ❑ B ❑,..,. SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY ZiS MOI ST60E f � RC = TENT. RC = 8Z % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END.OF MONTH ❑ Preliminar tests prior COUNTY OF ORANGE to award or contract. ROAD DEPARTMENT (� Material Testing Section TEST lib!C �.zly FIELD NO. " 0� ® RELATIVE COMPACT ° "T "° aR Control test{ .on IW O OR P O. OR AHFPI . materials actually '� entering infe,wer ,: l- S ,�_ F' ba1� DATE R_ EPTD. If contract, use contract item `tI tt Y AGENCY ,, \ :�' E`•'�Dez� �c3ach _14ES16ENT ENGINEER (INSPECTOR) 0ju g:!2 (,j CONTRACTOR AAI�t94_ (9NZJ_-EL SEND LOCATION TO: �C?NSTRUCTIOI�❑ AGENCY ".W MAINTENANCE ❑ SUBD ❑� PERMITS ❑ `} C, - �" RT LT OF rL STA REPRESENTING LIMITS TYPE MATERIAL DEPTH ` TO ( �r BELOW FINISHED GRADE DATE �l - I << - Ce zj TESTED BY: { IN PLACE DENSITY A _ I INITIAL WT. TEST SAND 3b 3p B WT. SAND RETAINED 4 C WT. SAND USED 2 g. 00 D TEST SAND DENSITY N E VOLUME SAND USED_ WET WT. ROCK F VOLUME CONE + RING G VOLUME TEST HOLE DRY WT. - s^ H WT. EXC. SAMPLE + TARE 1 TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE Z L _ DRY DENSITY IN PLACE METHOD A MOISTURE Sl MMPLE FIE6'O LAB WET WT. �- 4 DRY WT. rNITIAL WT. SPECIMEN ,D(% "'- MOIST. M N SP. GR. ROCK WET WT. AT COMPACTION WET WT. ROCK _L DRY WT. ROCK WET WT. - n DRY WT. COMP. SPEC. DRY WT. - s^ TOTAL DRY WT. '7 ROCK % MOISTURE CORR.MAX.DENSITY ,p MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 lt5 2 Cni 3 4 Oj rNITIAL WT. SPECIMEN ,D(% P WET WT. AT COMPACTION _L Q DRY WT. COMP. SPEC. R % MOISTURE ( ,p CONDITION OF MOLD S HT. COMPACTED SPECIMEN 61 p T WET DENSITY I V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT CONE +UNIT G =E - F K =J +G CONE 1 .1667 1 - L = K _ (I Do-, +N) Q = 0+ 400 %1 + N) SM. RING T .0143 .1810 R = (P -Q) + Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F 0 1140 B• METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY / S �o MOISTURE 4 RC TENT. RC = % SPECIFICATION: NL,7 ❑ BILLING WILL BE MADE AT END OF MONTH 14 MATERIALS ENGINE 4 ' I9a11 -09.1 RESIDENT ENGINEER (CITY REL ATIVE COMPACTION , Miller - Griffin Post Office Box 578 Sunland, California 91040 Subject: Water Main Replacement, Carona del Mar C -1208 Gentlemen: September 17, 1969 As requested at our meeting in the Field Engineer's office on September 12, 1969, this will authorize you to reconstruct a portion of the 4 -inch P.V.C. line in the beach area at the foot of the cliff. The modification to the plan will include the use of an additional 450 elbow and an extra large thrust block. We are not positive that this will solve the apparent "thrust" problem, however, we agree that it is the most sensible approach at this point. We also feel that the ruptured fitting must have resulted from a manufacturer's flaw. Very truly yours, 19 V Derek H. White Project Engineer DHW /bg ❑ Preliminow tests prior COUNTY OF ORANGE to award o contract. ROAD DEPARTMENT - F Material Testing Section i` muirials�aaually - TIVE COMPACTION, entering into works. )"J+ - r -- -ct, use contract item •PROJECT; -j $ RESIDENT ENGINEER (INSPECTOR) Z ^C_- '%aUtj _ oU SIDE_ SEND REPORT T ' CONSTRUCTION ❑ AGENCY. LOCATION.( -+pc.t Z -3 REPRESENTING LIMITS TYPE MATERIAL < �' S• DEPTH DATE c1 - 10 - b-_�' TESTED BY: � . t IN PLACE DENSITY AINITI_ ALWT. TEST SAND A (,p$ B WT. SAND RETAINED tO. 1S` C WT. SAND USED .5 0 D _230 TEST SAND DENSITY b k I ISO E VOLUME SAND USED .379/. F _ VOLUME CONE + RING ,l $lo G VOLUME TEST HOLE . /9,6 H WT. EXC. SAMPLE + TARE Z fo , Ct I TARE WEIGHT 3 , Q b J WET WT. EXC. SAMPLE 2 3. K WET DENSITY IN PLACE Gd. 4P L DRY DENSITY IN PLACE G9- ;NCY usT.. .vn� - -� CONTRACTOR _Wt (( ie+IL Z fir' P- MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ RT- LT OF rL STA i -d - TO 11 <+� BELOW FINISHED GRADE 1 METHOD A ftkSEURE SAMPLE _ -VW,FI ELD LAB WET WT. 3 4 DRY WT. INITIAL WT. SPECIMEN 2A O d `YO MOIST. M- N 5P. GR. ROCK WET WT. AT COMPACTION WET WT. ROCK DRY WT. ROCK WET WT. -; DRY WT. COMP. SPEC. DRY WT___ TOTAL DRY WT. % ROCK % MOISTURE CORR.MAX.DENSITY MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 Ap 2 3 4 01 INITIAL WT. SPECIMEN 2A O d P WET WT. AT COMPACTION 211,999 Q DRY WT. COMP. SPEC. R % MOISTURE / CONDITION OF MOLD Gd. 4P S _ HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT ICON E +UNIT G =E - F K =J =G CONE .1667 - L= K= (1 Do- +N) Q =O +(100 % +N) SM. RING 0143 1810 R = (P -Q) . Q V = FACTOR x Q _ S LG. RING 1 .0302 .1969 REMARKS: Test Method Calif. 216 -F r- IL C p9j �0o 9�iF 8� Y81 LLI c BY 1 13' 1nqK1 Rue METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 1 MOISTURE CIOSE 4P;' RC = % TENT. RC - 8.5 _ S SPECIFICATION: NL_% WILL BE MADE AT END OF MONTH RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENGI R ramttaa.: ., _ RELATIVE. CO,MPACTIOV ..', ..,; a • ❑Preliminary tests prior to award of contract. Cl . Control tests on materials actually entering. into works. COUNTY OF ORANGE ROAD DEPARTMENT • Material Testin[ Section RELATIVE COMPACTION G9- TEST NO. C— -3z CB FIELD NO. 2 OR CON T. N R O lW R O. O. P DATE REPTD. PROJECT L �� U AG €NCY d' /N� RESIDENT ENGINEER (INSPECTOR) / 0/s' CONTRAC' SEND REPORT TOW CONSTRUCTION ❑ AGENCY ❑ MAINTENANCE ❑ LOCATION !'t �� ay4 �5- ' RT REPRESENTING LIMITS TYPE MATERIAL 1`s 's • DEPTH It 47 TO it DATE • ( o -(a°) TESTED BY: o4_ZbC1Q IN PLACE DENSITY A INITIAL WT. TEST SAND 3-7,o(7 B WT. SAND RETAINED / p C _ WT. SAND USED 24 ,faD D TEST SAND DENSITY jy k,, .'Q E VOLUME SAND USED_ _ 30 F VOLUME CONE 96 4 if G VOLUME TEST HOLE I O S HIWT. EXC. SAMPLE +TARE /7, OS 1 TARE WEIGHT 3 . -1 C J WET WT. EXC. SAMPLE 3 3S K WET DENSITY IN PLACE L DRY DENSITY IN PLACE C /oa P_ METHOD A MOISTURE SAMPLE FIELD LAB WET WT. _ MOLD NO. C. C, 1 DRY WT. 3 4 MOIST. M N SP. GR. ROCK WET WT. ROCK P DRY WT. ROCK 96 4 if WET WT. - 3— e DRY WT. -- 0 TOTAL DRY WT. %, ROCK CORR.MAX.DENSITY R REMARKS: Test Method Calif. 216 -F 140 )R /' / /LL/GK -WIC / r r/, SUED. ❑ PERMITS ❑ LT OF q STA LOW FINISHED GRADE METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS n OPT. DENSITY MOISTURE nJ�r RC = % TENT. RC =_,&owl . (, % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH +YSfa t BY - " N fEER RESIDENT ENGINEER (CITY ENGR.) %3011 -331 RELAT- IV-__CQMIPACTION MAXIMUM DENSITY RATHOLE DATA • _ MOLD NO. C. C, 1 2 3 4 01 INITIAL WT. SPECIMEN A ¢00 P WET WT. AT COMPACTION 96 4 if 0 DRY WT. COMP. SPEC.' R %MOISTURE tL a..4- CONDITION OF MOLD C /oa P_ S HT. COMPACTED SPECIMEN /O. T WET DENS] TY 133.9 1 V DRY DENSITY CONV. FACTOR -0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT CONE +UNIT G =E - F K = J +G CONE .1667 - L= K +(IDO -" +N) Q =O + (IC 0 %, +N) SM.RING .0143 .1810 R = (P—Q) + Q V = FACTOR x Q+ S I LG. RING 1 .0302 1 .1969 REMARKS: Test Method Calif. 216 -F 140 )R /' / /LL/GK -WIC / r r/, SUED. ❑ PERMITS ❑ LT OF q STA LOW FINISHED GRADE METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS n OPT. DENSITY MOISTURE nJ�r RC = % TENT. RC =_,&owl . (, % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH +YSfa t BY - " N fEER RESIDENT ENGINEER (CITY ENGR.) %3011 -331 RELAT- IV-__CQMIPACTION ❑ Preliminary tests prior COUNTY OF ORANGE _ I INITIAL WT. TEST SAND to award of contract. ROAD DEPARTMENT (m `!- –.-42-0 Material Testing Section TEST NO. C— _ a D Xn73209 FIELD NO. _'S OI ❑ Control leafs a RELATIVE COMPACTION � OO? R P.OROR Fr . materials actually - F VOLUME CONE + RING entering into works. GI VOLUME TEST HOLE .If contract, use contract item DATE REPTO. PROJECT L'1ZpS ' C.DM {Y�7j,Q/ // /�J /A /,tl �L AGENCY `�/ & RESIDENT ENGINEER (INSPECTOR) —CONTRACTOR /LLE /Z-- SEND REPORT TO: CONSTRUCTION 0 AGENCY (`� MAINTENANCE 0 SUBO. 0 PERMITS 0 LOCATION ALLEY '! d - DRY DENSITY IN PLACE RT LT OF (L STA REPRESENTING LIMITS S HT. COMPACTED SPECIMEN TYPE MATEICAL �' DEPTH1 ICU., TO ( Co" BELOW FINISHED GRADE DATE l - 1c5 Las TESTED BY: .w�o(LtfLtSa� WET DENSITY IN PLACE DENSITY A _ I INITIAL WT. TEST SAND LAB 6 WT. SAND RETAINED –.-42-0 C WT. SAND USED ZS , D TEST SAND DENSITY y{j sb E VOLUME SAND USED_ _ j F VOLUME CONE + RING .1 (0 GI VOLUME TEST HOLE DRY WT. 3 a H WT. EXC. SAMPLE + TARE I TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 2 3 DRY WT. 01 INITIAL WT. SPECIMEN MOIST. M N SP. GR. ROCK P WET WT. ROCK DRY WT. ROCK WET WT. - z e_ Q DRY WT. 3 a _ TOTAL DRY WT. % ROCK R CORR.MAX.DENSITY — REMARKS: Test Method Calif. 216 -F B- 140 METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE f-S % 0uZ4•' RC = % TENT. RC = % SPECIFICATION: NL % 0 BILLING WILL BE MADE AT END OF MONTH BY 0 ra RESIDENT ENGINEER (CITY ENGR.) ..�WTERIAL$ E NEER RELATIVE COMPACTI0# Y_ 4& _� _�= MAXIMUM DENSITY RATHOLE DATA • MOLD NO. C. C, 1 2 3 4 01 INITIAL WT. SPECIMEN P WET WT. AT COMPACTION Q _ DRY WT. COMP. SPEC. R % MOISTURE — CONDITION OF MOLD GIOa !.. S HT. COMPACTED SPECIMEN T WET DENSITY 113 7.3 V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT CONE +UNIT G =E - F K = J +G CONE .1667 - L= K +(1 Do- +N) Q =O +000 % +N) SM. RING _ .0143 .1810 R = (P-Q) - Q V = FACTOR x Q - S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F B- 140 METHOD A 0 B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE f-S % 0uZ4•' RC = % TENT. RC = % SPECIFICATION: NL % 0 BILLING WILL BE MADE AT END OF MONTH BY 0 ra RESIDENT ENGINEER (CITY ENGR.) ..�WTERIAL$ E NEER RELATIVE COMPACTI0# Y_ 4& _� _�= r L ❑Preliminary tests prior to award of contract. 2 ❑ Control tests on materials actually entering into works. COUNTY OF ORANGE • ROAD DEPARTMENT Material Testing Sectlai RELATIVE COMPACTION contract TEST NO. C . 9 FIELD NO C NT. ND. OR - IW.O..OR 1 Z — ( DATE REPTD. 9—/3_ —[ % PROJECT L 64-'&T -If ky471 i /Z ZV/fI RESIDENT ENGINEER (INSPECTOR) �r //II GENCY G13 /SO CONTRACTOR _ INITIAL WT. TEST SAND 4 SEND REPORT. -TO: CONSTRU TION C3 LOCATION rV d.LiE y �A OUTSIDE AGENCY 8 MAINTENANCE ❑ SUBD. El PERMITS ❑ RT LT OF (t STA REPRESENTING LIMITS WT. SAND USED Z 7 ,,S5 D TYPE MATERIAL S t DEPT{�n (1C� TO \r`a BELOW FINISHED GRADE DATE °J-10 -i�� TESTED BY: V*L'Rrb�6. VOLUME CONE +RING IN PLACE DENSITY Al _ INITIAL WT. TEST SAND 4 B WT. SAND RETAINED _LAB C WT. SAND USED Z 7 ,,S5 D TEST SAND DENSITY fr1,.So E _ VOLUME SAND USED _ _3 F VOLUME CONE +RING 1 �t GI VOLUME TEST HOLE DRY WT. _ - r H WT. EXC. SAMPLE +TARE Z, So I TARE WEIGHT .? J WET WT. EXC. SAMPLE 8 L$ K WET DENSITY IN PLACE L DRY DENSITY IN PLACE OVA' METHOD A MOISTURE SAMPLE I . FIELD _ WET WT. MOLD NO. _LAB DRY WT. 3 4 -; MOIST. M N SP. GR. ROCK Z 4 DO WET WT. ROCK P DRY WT. ROCK 2,406 WET WT. - a _ DRY WT. _ - r Q TOTAL DRY WT. o ROCK CORR.MAX.DENSITY R REMARKS:_ est Method Calif. 216 -F 140 i B- METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY. MOISTURE ±.S'1I O ✓E RC= `y TENT. RC SPECIFICATION: NL_� ❑ BILLING WILL BE MADE AT END OF MONTH MAXIMUM DENSITY RATHOLE DATA MOLD NO. t rip 2 3 4 01 INITIAL WT. SPECIMEN 2440 %400 Z 4 DO P WET WT. AT COMPACTION 2,406 2 3 C Q DRY WT. COMP. SPEC. R o MOISTURE CONDITION OF MOLD OVA' C( bov S HT. COMPACTED SPECIMEN 11.339 Z 0 , S T WET DENS] TY / Z L . 7 ' / V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D I UNIT CONE +UNIT G =E -F K = J +G CONE .1667 - L = K _ (100",:; +N) Q = 0 _ (100 %; + N) SM. RING - _ .0143 .1810 Q V = FACTOR x Q . S LG. RING .0302 1 .1969 REMARKS:_ est Method Calif. 216 -F 140 i B- METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY. MOISTURE ±.S'1I O ✓E RC= `y TENT. RC SPECIFICATION: NL_� ❑ BILLING WILL BE MADE AT END OF MONTH ❑ Preliminary ests prior COUNTY OF ORANGE ' to award or contract. ROAD DEPARTMENT s Material Testing Section ❑ materallseoc,aaII RELATIVE COMPACTION entering into works. PROJECT -/W M /' /�ITFi� /%V/t/ e'xf . RESIDENT ENGINEER (INSPECTOR) A i SEND REPORT TO: ONSTRUCTION ❑ AGENCY ❑ LOCATION Aa1'EY� 7 A5 REPRESENTING LIMITS TYPE MATERIAI V •S • DEPTH. DATE !b •LO '(a' TESTED BY:_ —� IN PLACE DENSITY Al _ INITIAL WT. TEST SAND LAB B WT. SAND RETAINED LEI ! 95 C _ WT. SAND USED ZZ -35 D TEST SAND DENSITY .So . E VOLUME SAND USED WET WT.'� F VOLUME CONE + RING ( *-10 G I VOLUME TEST HOLE r O H WT. EXC. SAMPLE R I TARE WEIGHT .CDRR.MAX.DENSITY J WET WT. EXC. SAMPLE O K WET DENSITY IN PLACE S /OUC.r L DRY DENSITY IN PLACE S TEST NO. C- 32-/1 FIELD NO. f7 CON T. NO. OR - (W.O. OR P.O. R P - 2.. 1 DATE REPTD. 1 cattroct item /l /��R ffN CY v "✓ CONTRACTOR. IVILLMA - MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ RT LT OF rt STA O! TO Ltst BELOW FINISHED GRADE L0(Ldzt2 *oN METHOD A MOISTURE SAMPLE • _ MOLD NO. FIELD LAB WET WT. 4 01 DRY WT. p Q h MOIST. M N SP. GR. ROCK Ag4EO WET WT.'� DRY WT. ROCK Q .WET WT. - 1 >_ DRY WT. TOTAL DRY WT. R % ROCK .CDRR.MAX.DENSITY MAXIMUM DENSITY RATHOLE DATA":' • _ MOLD NO. • e.1 C. C. 2 - 3 4 01 INITIAL WT. SPECIMEN p Q P WET WT. AT COMPACTION Ag4EO a't 3 00. <.. Q DRY WT. COMP. SPEC. R %. MOISTURE CONDITION OF MOLD -T/v d S /OUC.r S HT. COMPACTED SPECIMEN O• T WET DENSITY / 4. V DRY DENSITY ' CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D I UNIT CONE +UNIT G= E- F K= 1_ G CONE .1667 - L = K = (I Do- +N) Q = O = (1 007 + N) SM. RING .0143 .1810 R = (P -Q) _ 0 V = FACTOR x + S LG. RING 1 .0302 .1.969 REMARKS: Test Method Calif. 216 -F i B• 1130 Ifl1r, METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE S,01`0 V 2V RC = 9Q q TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OFMONTH BY /D. do . RESIDENT ENGINEER (CITY EN13R.) MATERIALS WEER 1301143.1 IELATIYE COMPACTION ❑ Preliminary tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT to 5 - Material Testing Section TEST NO. C— 32— /- ,-S,3C C _ WT. SAND USED INITIAL WT. SPECIMEN D _22-1--r TEST SAND DENSITY L-FIELD N2. E Control tests on ❑ RELATIVE COMPACTION ns.o, oR a.. l , ` °" _ VOLUME CONE + RING of GI 4 7—k - .1921 anteing wort entering into works. •PROJEC'f� I WT. EXC. SAMPLE + TARE DATE REPTD. If contract, use contract item TARE WEIGHT -y�LOv 'C!/M f'YAT/l/z �/ A)J �% 11;14,VX 4 /AGENCY '" RESIDENT ENGINEER (INSPECTOR) �� .moo 6 450 /% CONTRACTOR B2- SEND REPORT TO: CONSTRUCTION ❑ AGENCY ❑ MAINTENANCE ❑ ,, SUED. ❑ PERMITS ❑ ' LOCATION 4LL/S y *3 G RT LT OF rL STA REPRESENTING LIMITS _ DRY DENSITY IN PLACE TYPE, MATE AL la 'S ;DEPTH .,t O TO OR' BELOW FINISHED GRADE DATE �' 10 - (O% TESTED BY: Lkoe -w_LLo &j IN PLACE DENSITY A _ INITIAL WT. TEST SAND 4 Z, B WT. SAND RETAINED ,-S,3C C _ WT. SAND USED INITIAL WT. SPECIMEN D _22-1--r TEST SAND DENSITY & (. S a E _ _ VOLUME SAND USED _ WET WT. ROCK F _ VOLUME CONE + RING 11 + %1 O GI VOLUME TEST HOLE .1921 H I WT. EXC. SAMPLE + TARE I TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE _ K -WET DENSITY IN PLACE CONDITION OF MOLD L _ DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB _ W ET WT. 2 3 DRY WT. 01 INITIAL WT. SPECIMEN � MOIST. MM N SP. GR. ROCK P _ WET WT. ROCK A 4 DO DRY WT. ROCK WET WT. - _ DRY WT. ;` TOTAL DRY WT. % ROCK R CORR.MAX.DENSITY fit' 1 REMARKS: Test Method Calif. 216 -F 1 e -7 FIELD +S 1% WE METHOD, A ❑ B,[4 MAXIMUM DENSITY RATHOLE DATA • _. MOLD NO. C. C. 1 2 3 4 01 INITIAL WT. SPECIMEN xA 4 0 0 P WET WT. AT COMPACTION A 4 DO Q DRY WT. COMP. SPEC. R % MOISTURE fit' 1 _ CONDITION OF MOLD C/oSQ S HT. COMPACTED SPECIMEN T WET DENSITY / V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D 1 UNIT CONE +UNIT G =E - F K =J G CONE 1667 - L = K _ (100 " +N) Q = 0 _ (100 %, + N) SM. RING .0143 .1810 R = (P -Q) - Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F 1 e -7 FIELD +S 1% WE METHOD, A ❑ B,[4 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY }� MOISTURE % Vev� RC= TENT. RC = 8a.7 % SPECIFICATION: NL_ %, ❑ BILLING WILL BE MADE AT END OF MONTH BY LV, /i✓�I RESIDENT ENGINEER (CITY ENGR.) MATERIALS EN NEER 1301143,1 RELATIVE COMPACTION ❑Preliminary tests prior COUNTY OF ORANGE to award of contract. • ROAD DEPARTMENT • �e5 • Material Testing Section TEST NO. C— i 32/3 FIELD NO. ❑Control tests on RELATIVE COMPACTION 4w O. OR P.OpOR AHF PI �r materials actually Z _ 6 • entering into works. / If contract, use contract item DATE REPT D. PROJECTZ=/ Zi U_Z/PM wlin .C' MA /,y /L.BPL ` yidENCY RESIDENT ENGINEER (INSPECTOR) 7% Q /fG- CONTRACTOR /LL /1- SEND REPORT O: - CONSTR CTION ❑ OuTSiGE LE" MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ AGENCY LOCATION LLS Y RT LT OF rL STA REPRESENTING LIMITS TYPE MATERIAL DEPTH ltpa, TO I `ar BELOW FINISHED GRADE DATE � -(J -(off TESTED BY: �o _a :`�: Iy _ IN PLACE DENSITY _ A INITIAL WT. TEST SAND Q j B WT. SAND RETAINED I b.711 C D WT. SAND USED TEST SAN D_DENSITY i E� F1 VOLUME SAND USED VOLUME CONE + RING 3 2 GI VOLUME TEST HOLE O`p HIWT. EXC. SAMPLE + TARE 'z I TARE WEIGHT WET WT. EXC. SAMPLE J K L WET DENSITY IN P_LA_CE__ DRY DENSITY IN PLACE ��� 9F T METHOD A MOISTURE SAMPLE WET WT. DRY WT. FIELD _ LAB MOIST_ M N SP. GR._RO CK 1 AjP WET WT. ROCK 3 DRY WT. ROCK O WET WT. - a O`p DRY WT. - i` TOTAL DRY WT. P ROCK CORR.MAX.DENSITY REMARKS: Test Method Calif. 216 -F • 140 i B� METHOD A ❑ B ®. SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE -� Z ca 41NDER RC - % TENT. RC =-%-q - 9 % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY X�2Z�Ogja RESIDENT ENGINEER (CITY ENGR) MATERIALS NGINEER F3011 -83.1 RELATIVE COMPACTION • MAXIMUM DENSITY RATHOLE DATA MOLD NO 1 AjP 2 3 4 O INITIAL WT. SPECIMEN O`p P WET WT. AT COMPACTION _d __DRY WT. COMP. SPEC. R % MOISTURE tz • CONDITION OF MOLD S HT. COMPACTED SPECIMEN 0. 70 ' T WET DENSITY V1 DRY DENSITY CONY. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- 8 E= C= D UNIT CONE +UNIT G =E - F K =J +G CONE .1667 - L= K= (I Do- +N) Q =0- (100 % +N) SM. RING _ .014_3 .1810 R = (P -Q) + Q V = FACTOR x Q= S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • 140 i B� METHOD A ❑ B ®. SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE -� Z ca 41NDER RC - % TENT. RC =-%-q - 9 % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY X�2Z�Ogja RESIDENT ENGINEER (CITY ENGR) MATERIALS NGINEER F3011 -83.1 RELATIVE COMPACTION ❑ Preliminary tests prior COUNTY OF ORANGE _ _ INITIAL WT. TEST SAND y to award of contract. ROAD DEPARTMENT WT. SAND RETAINED 3 Material Testing Section TESTgNNO. C — -'+; Z " D /3a ® Control tests on RELATIVE.. COMPACTION W O ? OR P.OROa AHFPI materials actually F entering into works. G VOLUME TEST HOLE • If contract, use contract item GATE KEPT PROJECT G'– /Zac —AGENCY- % MOISTURE RESIDENT ENGINEER (INSPECTOR) L,:2,v - / —I '.G�ti CONTRACTOR .•� +� d -y`. ?: +" `r- : n/ SEND REPORT TO: CONSTRUCTION OUTSIDE ❑ AGENCY MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION .L7GL E--S' 41 C- L RT LT OF rL STA REPRESENTING LIMITS S TYPE MATERIAL i✓. . DEPTH ., /6 TO /�G BELOW FINISHED GRADE DATE zi? – / 2' - :� TESTED BY: 226�0C IN PLACE DENSITY A _ INITIAL WT. TEST SAND WET WT. B WT. SAND RETAINED 3 C WT. SAND USED -'+; Z " D TEST SAND DENSITY WET WT, 3 — a E VOLUME SAND USED_ _ �z F VOLUME CONE + RING G VOLUME TEST HOLE IAI H WT. EXC. SAMPLE + TARE I TARE WEIGHT % MOISTURE J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE 128, L DRY DENSITY IN PLACE M MOI S' MAXIMUM DENSITY RATHOLE DATA WET WT. 1 2a DRY WT. 3 o MOIST. N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT, 3 — a DRY WT. — TOTAL DRY WT. % ROCK CORR.MAX.DEN! REMARKS Test Method Calif. 276•F v m LC ca W O na U • mm ..L �y v -V W METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY l25 3 MOISTURE %L RIC = ¢_ TENT. RC = % SPECIFICATION: NL_% BILLING WILL BE MADE AT END OF MONTH je' .r, W BYLfL- _.- aadati.r.,l RESIDENT ENGINEER (CITY EN wA 7EaIA LS ENGINE react -es t RELATIVE COMPACTIk MAXIMUM DENSITY RATHOLE DATA MOLD N0. 1 2a 2 3 4 01 INITIAL WT. SPECIMEN ,0 P WET WT. AT COMPACTION ? /s' Q _ DRY WT. COMP. SPEC. R % MOISTURE /E',L — CONDITION OF MOLD Ovb LG /JN 2 S HT. COMPACTED SPECIMEN p, T WET DENSITY /3 , Z I /.37,5 V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A– 8 E= C- D I UNIT CONE +UNIT G =E -F K =1 +G CONE 1667 - L = K + (100 - +N) Q = 0 _ (100-1, + N) SM. RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q + S LG. RING .0302—j—, REMARKS Test Method Calif. 276•F v m LC ca W O na U • mm ..L �y v -V W METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY l25 3 MOISTURE %L RIC = ¢_ TENT. RC = % SPECIFICATION: NL_% BILLING WILL BE MADE AT END OF MONTH je' .r, W BYLfL- _.- aadati.r.,l RESIDENT ENGINEER (CITY EN wA 7EaIA LS ENGINE react -es t RELATIVE COMPACTIk ❑ Preliminary tests prior COUNTY OF ORANGE to oword o contract. ROAD DEPARTMENT Material Testing Seetiee TEST q 5. C— 3 a 8 S FIELD NO.. Control tests on IW�O ?OR P OROR ANFPI 'materials actually RELATIVE COMPAC.tN entering into .works. i # DATE KEPT D. ntract, use contract item PROJECT , - - AGE1 Cy RESIDE GINEER (INSPECTOR) 1'? % �� CONTRACTOR t... SEND R RT 70: CONSTRUCTION ❑ Aaccl MAINTENANCE ❑ SUBO. " APE RMITS ❑ LOCATION Z4d/ % '­:: s RT LT OF r -S e REPRESENTING LIMITS 'TYPE MATERIAL DEPTH TO .�6i BELOW FINISHED GRADE DATE TESTED-EY: IN PLACE DENSITY A INITIAL WT. TEST SAND Q B WT. SAND RETAINED, - C WT. SAND USED ­ST INITIAL WT. SPECIMEN D fE SAN __DENSITY N E VOLUME SAND USED ED 3 �}O F VOLUME CONE+ RING _ _ as /ly G1 VOLUME TEST HOLE) S O H WT. EXC. SAMPLE +,TARE �jp I TARE WEIGHT_ CORR.MAX.DENSITY J WET T. EXC. SAMPLE K WET DENSITY IN PLACE _ CONDITION OF MOLD L DRY DENSITY IN PLACE ' METHOD A ; "' MO I STURE;;40PL E MAXIMUM DENSITY RATHOLE.DA_ TA JELW I LAB WET WT. _ 3 DRY WT. 01 INITIAL WT. SPECIMEN ' MOIST. M : — N SP. GR. ROCK. L'4 _'; =, P WET WT. ROCK'rs" -_ DRY WT. WET WT, - a Q DRY WT* - TOTAL DRY WT. `7, ROCK R CORR.MAX.DENSITY REMARKS: Test Method Calif. 216 -F • 1140 1120 1 9- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE RC ===aZ_ % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY MATERIALS ENGPEER ' ! RESIDENT ENGINEER (CITY ENGR.) j F3011 43.1 RELATIVE COMPACTION - i I MAXIMUM DENSITY RATHOLE.DA_ TA MOLD NO. 1 7ff__F_2,rtT 3 4 01 INITIAL WT. SPECIMEN 00 I ZQOa P WET WT. AT COMPACTION Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD O✓ _ S HT. COMPACTED SPECIMEN ZO. I T WET DENSITY / ¢ ! 133. V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D UNIT CONE +UNIT G =E - F - K =J = G CONE .1667 - L = K _ (100":; +N) Q = 0 _ (100% + N) SM. RING .0143 .1810 R = (P -Q) _ Q V = FACTOR x Q - S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • 1140 1120 1 9- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE RC ===aZ_ % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY MATERIALS ENGPEER ' ! RESIDENT ENGINEER (CITY ENGR.) j F3011 43.1 RELATIVE COMPACTION - i I Preliminary asts prier COUNTY OF ORANGE to award off contract. ROAD DEPARTMENT s, Material Testing Section TEST NO C— 399� 8 (e FIELD NO_ , T ® Control tests on -CON T. NO, O RELATIVE COMPACTION 4.0.OR P-O.OR ANP.1 materials actually entering into works. — I tf contract, use controct item DATE REPTO. PROJECT eZ- 2Z h i; '`� AGENCY- J RESIDENT ENGINEER (INSPECTOR) &a?f sow -CONTRACTOR .!,fr�w- �61-'IfTfyl SEND REPORT TO: CONSTRUCTION C3 GUT SIDE MAINTENANCE ❑ SUED. 11 PERMITS C1 AGENCY LOCATION AGLE'f 2/ _3 RT LT OF (L STA ! I REPRESENTING LIMITS TYPE MATERIAI A. >S DEPTH TO l'G BELOW FINISHED GRADE DATE 9 —j2 -C9 TESTED BY: �C vKOc I REMARKS: Test Method Calif, 216 -F 1 B� Iw r METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS =DE DENSITY MDISTURE RC = % TENT. RC = 86.9 % SPECIFICATION: NLi% + ❑ BILLING WILL BE MADE AT END OF MONTH BY ,rn, RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENGI! i 13011 -e3.1 RELATIVE COMPACTIO1 IN PLACE DENSITY MOLD NO. METHOD A MOISTURE SAMPLE Al _ INITIAL WT. TEST SAND <%. `'�;i B WT, SAND RETAINED 6, 7 FIELD LAB C _ WT. SAND USED WET WT. D TEST SAND DENSITY t DRY WT. E _ VOLUME SAND USED _- WG4 % MOIST. F VOLUME CONE + RING , jp,j(� SP.�GR. ROCK G VOLUME TEST HOLE `} WET WT. ROCK H WT. EXC. SAMPLE +TARE - - ZG DRY WT. ROCK 132. I TARE WEIGHT WET WT. DRY DENSITY J WET WT, EXC. SAMPLE y' , - -p DRY WT. - FACTOR x Q = K WET DENSITY IN PLACE E= C= D TOTAL DRY WT CONE +UNIT L DRY DENSITY IN PLACE CONE .1667 % ROCK;`-•'' L = K = (100 -- +N) Q = 0 _ (10017" + N) CORR.MAX,5Eti51TY .0143 REMARKS: Test Method Calif, 216 -F 1 B� Iw r METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS =DE DENSITY MDISTURE RC = % TENT. RC = 86.9 % SPECIFICATION: NLi% + ❑ BILLING WILL BE MADE AT END OF MONTH BY ,rn, RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENGI! i 13011 -e3.1 RELATIVE COMPACTIO1 MAXIMUM DENSITY RATHOLE DATA MOLD NO. Ft—)C 2 3 4 01 INITIAL WT. SPECIMEN P WET WT. AT COMPACTION 0 DRY WT. COMP. SPEC. R % MOISTURE [ CONDITION OF MOLD Vnd ar S _ HT. COMPACTED SPECIMEN T WET DENSITY 132. V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- 8 E= C= D UNIT CONE +UNIT G =E — F K = J � G CONE .1667 — L = K = (100 -- +N) Q = 0 _ (10017" + N) SM. RING .0143 .1810 R = (P —Q) + Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif, 216 -F 1 B� Iw r METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS =DE DENSITY MDISTURE RC = % TENT. RC = 86.9 % SPECIFICATION: NLi% + ❑ BILLING WILL BE MADE AT END OF MONTH BY ,rn, RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENGI! i 13011 -e3.1 RELATIVE COMPACTIO1 1. Preliminary tests prior COUNTY OF ORANGE LAB B WT. SAND RETAINED to award of contract. ROAD DEPARTMENT • 0_ 9 INITIAL WT. SPECIMEN D Material Testing Sactioa resT �d. C— 3 S 7 • WET WT. AT COMPACTION F FIELO NO. DRY WT. ROCK GI Central tytson RELATIVE COMPACTION W:a. aR P.a OB k�1FP1 TOTAL DRY WT. maror inafo - - - �� („S" WET WT. EXC. SAMPLE entering ng Iola woror ks. �(/, "'•tc' WET DENSITY IN PLACE CONDITION OF MOLD - DATE REPTD. If contract, use contract item PROJECT C7 " /Zfi AGENCY— - - 0K 7' - RESIDENT ENGINEER (INSPECTOR) 'Li2i) K.oCJI;j l ., CONTRACTOR 8A1- Ql 'irrx SEND REPORT TO: CONSTRUCTION ❑ cTEyCV ! MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ _ LOCATION r�r E r .�. l.5 *, RT LT OF rL STA - REPRESENTING LIMITS TYPE MATERIAL DEPTH TO--Z6 BELOW FINISHED GRADE DATE 2- - TESTED BY: _ IN PLACE DENSITY A INITIAL WT. TEST SAND LAB B WT. SAND RETAINED 3 C WT. SAND USED INITIAL WT. SPECIMEN D TEST SAND DENSITY (,.r} E VOLUME SAND USED_ WET WT. AT COMPACTION F VOLUME CONE + RING DRY WT. ROCK GI VOLUME TEST HOLE . i Ei 4-1 H WT. EXC. SAMPLE + TARE TOTAL DRY WT. I TARE WEIGHT („S" J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FI ELO LAB WET WT. 2 3 DRY WT. O INITIAL WT. SPECIMEN %.MOIST. M- N SP. GR. ROCK WET WT. AT COMPACTION WET WT. ROCK DRY WT. ROCK WET WT. - _ DRY WT. COMP. SPEC. DRY IN T. � TOTAL DRY WT. % ROCK % MOISTURE CORR.MAX.DENSITY REMARKS: Test Method Colif. 216 -F 1 B- IU METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 10i a� MOISTURE tZ /off ER RC = `Y TENT. RC SPECIFICATION: NL._% MAXIMUM DENSITY RATHOLE DATA MOLD NO. 106 2 3 4 O INITIAL WT. SPECIMEN 2900 P WET WT. AT COMPACTION 2 OO Q _ DRY WT. COMP. SPEC. R % MOISTURE F'IELp CONDITION OF MOLD �lE S HT. COMPACTED SPECIMEN i. T WET DENSITY )'>0• VI DRY DENSITY CONV. FACTOR =0.592 FACTOR ?x Q = VOLUMES, C.F. C= A— B E= C= D UNIT CONE +UNIT G =E - F K =J =G CONE .1667 - L = K _ (100 -1 +N) Q = 0 s (I00 %: + N) SM. RING .0143 1 .1810 R = (P -Q) - Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Colif. 216 -F 1 B- IU METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 10i a� MOISTURE tZ /off ER RC = `Y TENT. RC SPECIFICATION: NL._% ❑ Preliminary tests prior - COUNTY OF ORANGE _ _ INITIAL WT. TEST SAND 6 to award of contract. ROAD DEPARTMENT p 6O? C y Material Testing Section TEST R C —`; M - VOLUME SAND USED FIELD NO. r (� 6k0;r, Control tests on r' ® - RELATIVE COMPACTION ` °N'' " °P °"" Iw NT 14 P O OR'�RHFPI VOLUME TEST HOLE materials actual) H Dfc?�/ -• entering into work$. TARE WEIGHT r J WET WT. EXC. SAMPLE .. If contract, use contract item DATE REPTD. WET DENSITY IN PLACE _ Z PROJECT y - RESIDENT ENGINEER (INSPECTOR) - 'a r.� _) 16 q,. CONTRACTOR i- i SEND REPORT TO: CONSTRUCTION OU 11 AGEENCY CY = 1riA1NTENANCE ❑ SUBD.❑ PERMITS ❑ LOCATION ,4SILeEt !L ' -- RT LT OF CL STA REPRESENTING LIMITS V DRY DENSITY TYPE MATERIAL DEPTH II T016" BELOW FINISHED GRADE DATE 9 -/ - %i TESTED BY: SoAfC L CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. i IN PLACE DENSITY A _ INITIAL WT. TEST SAND 6 B WT. SAND RETAINED 3 C _ WT. SAND USED 7 p D TEST SAND DENSITY M E VOLUME SAND USED WET WT. AT COMPACTION F VOLUME CONE + RING DRY WT. ROCK G VOLUME TEST HOLE Ito H WT. EXC. SAMPLE + TARE TOTAL DRY WT. "- I TARE WEIGHT r J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE _ Z L DRY DENSITY IN PLACE METHOD MOISTURE A SAMPLE FIELD LAB WET WT. 3 4 DRY WT. INITIAL WT. SPECIMEN 274ro p `"- MOIST. M N SP. GR. ROCK WET WT. AT COMPACTION WET WT. ROCK DRY WT. ROCK WET WT. -� _ DRY WT. COMP. SPEC. DRY WT. - 3 TOTAL DRY WT. "- % ROCK % MOISTURE CORR.MAX.DENSITY REMARKS Test Method Calif. 216 -F 0 1 B� 1140 t-. y METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS. IN OPT. PLACE DENSITY MOISTURE ± 3 %D N,0AZ RC % TENT. RC =__"/% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH ZPA RESIDENT ENGINEER (CITY ENGRJ ''"rTE IALf ENm R ,.. r301143.1 - RELATIVE COMPACTION . MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 zP73 2 3 4 01 INITIAL WT. SPECIMEN 274ro p P WET WT. AT COMPACTION Q _ DRY WT. COMP. SPEC. R % MOISTURE 1, CONDITION OF MOLD S HT. COMPACTED SPECIMEN /Q I T WET DENSITY I /3 V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E - F K =J =G CONE .1667 - L = K - (100 -,, +N) Q = 0 - (100% + N) SM. RING .0143 .181.0 R = (P -Q) _ Q V = FACTOR ..x Q= S LG. RING .0302 .1969 REMARKS Test Method Calif. 216 -F 0 1 B� 1140 t-. y METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS. IN OPT. PLACE DENSITY MOISTURE ± 3 %D N,0AZ RC % TENT. RC =__"/% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH ZPA RESIDENT ENGINEER (CITY ENGRJ ''"rTE IALf ENm R ,.. r301143.1 - RELATIVE COMPACTION . CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. I DATE August 20, 1969 CONTRACT NO. 1208 PURCHASE ORDER NO. BUDGET NO. 50 -9299 -040 CONTRACTOR'S NAME Miller- Griffin, Inc. PROJECT NAME AND NO. Water Main Replacement, 1968 -69, Corona del Mar Area ACTION: In alley 13 -E, the existing main was found to be 8 inch instead of 6 inch and not at the location as shown on the p33es. Modify the connection as directed in the fiild. The cost of the additional pipe shall be paid for under the appropriate contract unit price items. The additional exploratory expivaltoryand backfill shall be paid for on a force account basis. The cost of this force account work, per Daib Extra Work Report and invoice submitted is: $120.98. CONTRACTOR: / BY «� DATE APPROVAL: cc: Purchasing CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD Niiler•er ffin. Inc Box 676 Sualand. California "DO Ll Date August 20. 1969 ATTENTION: KpLACEmENTg, 1968699 Corona del Par Ara 0-1206 SUBJECT: !de are transmitting the following: No. CoDies Remarks: 3 3 Description Chang* Order No, 1 Change Order No. 2 pleas* sign original and ono Copy. Return tro Copies to our office and retain one copy for your file. Copies to: By: Eapneleceiuns Field wow CHANGE ORDER NO. CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER 2 DATE August 20, 1 CONTRACT NO. 1208 PURCHASE ORDER NO. - BUDGET NO.50- 9297 -041 CONTRACTOR'S NAME Miller- Griffin, Inc. PROJECT NAME AND NO. Water Main Replacement, 1968 -69, Corona del Mar Area ACTION: In alley 8 -C, it was found that the existing main was 6 inch A.C.P. in a different location from the C.I. shown on the plans. Modify the connection from the mew main as directed in the field. The cost of the additional pavement removal, excavation, and and backfill will be paid for on a force account basis. The cost of this work, per Daily Extra Work Report and invoice submitted is: $81.39. APPROVAL: '��/ e e NUM cc: Purchasing i M NIN E. GENERAL CONTRACTORS 352.3128 August 15, 1969 City of Newport Beach Public Works Department 3300 W. Newport Blvd. Newport Beach, California 92660 BOX 578 10900 COTTONWOOD ST., SUNLAND, CALIF. 91040 1- �- �r .- 0� CITY Of NEWPCP.i BEAM rQ CAL1 Attention: Mr. Pat Dunnigan Subject: Water Main Replacement 1968 -69, Contract C -1208 Gentlemen: Following is the list of rates and extensions to be applied to C.C.O. #1 and C.C.O. #2 respectively: C.C.O. #1 /Laborer (Larry Medina) 2 Mrs. @ 6.45 12.90 .Foreman 2 Hrs. @ 8.87 17.74 Skiploader Operator 1 Hrs. @ 7.84 7.84 ,, Backhoe (incl. Operator) 2 Hrs. @ 16.50 33.00 Skiploader 1 Hr. @ 7.16 7.16 S Sacks Redi -Crete @ 1.16 9.28 6 Tons Backfill Sand @ 2.88 17.28 105.20 158 15.78 $ 120.98 C.C.O. #2 ,,Laborer (Larry Medina) 2 Hrs. @ 6.45 12.90 Laborer (Ray Gallegos) 2 Hrs. @ 6.21 12.42 Laborer (Jack Dake) 1 Hr. @ 6.21 6.21 Supervision (McKibbin) 2 Mrs. @ 8.87 17.74 , Backhoe (incl. Operator) 1 Hr. @ 16.50 16.50 Compressor & Jackhammer 1 Hr. @ 5.00 5.00 70.77 158 10.62 $ 81.39 Very truly yours, MITT -RR -GRIFFIN INC. Walter A• Gr/ii-n, esident �� �� - - - - - - - - - - - - - - - - - - - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C.C.O. No- It Amount Authorized $ Y Report No DAILY EXTRA WORK REPORT Previous Expenditure $ +9 Work Performed 7-° 9, Today $ Date of Repo To Date Contract No. Project Name- AAV ,," /— .0 L�) I - Description of I C5�xe 71�e 14.Au � Total Cost of Labor 'HOURLY RATE SMALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRE. UNDER STATE AN. FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS EQUIPMENT HOURLY RATE HOURS EXTENDED AMOUNTS LABOR Total Cost of Labor 'HOURLY RATE SMALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRE. UNDER STATE AN. FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS EQUIPMENT Al CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT Amount Authorized $ Report No DAILY EXTRA WORK REPORT Previous Expenditure $ Date Performed u° Today $ Work € " 'Date of Report c — 6, To Date $ s.` " tit` !Contract No Prolecf Name�/sfffF� /7fc� /fA /Cf C�NP ✓mac' iG 4, 0 . r %,'.'r�• f ;t rr' ^�F .iG Discnpflon of >Work] q HOURLY HOURS EXTENDED -, RATE t AMOUNTS BO R 9 OeAvw 4,4,e,2 v' %✓1F ol"V4 Ult'IaR! ,L,.'.l e- i<1.r96 1.% �M u �r - Total Cost. of Labor- s HOURLY RATE SHALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRE. UNDER STATE AND FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS r EQUIPMENT /' IT i { s Total Cost of Egalpmenf MATERIALS. and /or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES r, $G TOTAL Cost of Materials 2 F The above record is complete and correct $ub- Total la€'7s2e:�i't° 15% (Sec. 9 -03 S +d. Specs.) / CONTRACTOR S+ RPiZESENTATIVE Total this report Y4 }I ✓I INSPECTOR { t2iy I For office use only y White to Inspector. Pd. on Est. No '; Yellow 61. Public Works Department Checked by CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING PROJECT: WATER MAIN REPLACEMENT, CORONA DEL MAR AREA BUDGET NO. 50- 9297 -041 CONTRACT NO. 1208 1. 6" A.C.P. 3 6.70 /LF 5691.5 LF 2. 8" A.C.P. 8.00 /LF 1 LF:'. 3. 4" P.V.C. Pipe 8.00 /LF 733 LF' 4. 4" G;V. 113.00 Ea 2 Ea 5. 6" G. V. 153.00 Ea X33 Ea V 6. 4" T. S. 370.00 Ea 1 Ea ' 7. Fire Hydrant N 500.00 Ea 12 Ea 8. 1" Service- 75.00 Ea 302 Ea 9. 2" Temp Resurfacing 0.35 /LF 4286 LF: 10. 6" A.C. Trench Resurfacing,, 2.00 /LF . 11. 4" P.C.C. 1.00 /SF 12. 8" P.C.C. 1.507SF'.... C.0.# 1 C.O.# 2 AMOUNT EARNED 38,133.05 8.00 5,864.00 226.00 5,049.00 370.00 6,000.00 22,650.00 '1,500.10 120.98 81.39 ORIGINAL CONTRACT $ 81,667.00 . :.'.;. Send Payment to: EXTRAS To DATE CONTRACT To DATE Miller- Griffin C K Box 578 AMOUNT EARNED $ 80,002.SZ Sunland, Californi 91040 LESS 10,% RETENTION 4,083.35 •� 1 LESS PREVIOUS PAYMENTS 49,909.05 ..AMOUNT DUE THIS REQUEST T 26,010.VZ I HEREBY CERTIFY THATT� THE ABOVE AMOUNTS AND VALUES ARC CORRECT:, SIGNED SIGNED • o�•ENa1016 E R. ONTR OR J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD 4 Date August 18, 1969 Miller- Griffin Box 578 Sunland, California 91040 ATTENTION: SUBJECT: MATER MAIN REPLACEMENT,, CORONA DEL MAR ARE , C-12 :+pa- are transmitting the following: Ne. Copies Description Remarks: Copies to: 3 Progress Payment No. 3 Please sign original and one copy. Return two copies to our office and retain one copy for your files. GPD /em Eacieeares By G.P.D,,oar Jr. Field Engineer i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 2 FOR PERIOD ENDING 1u1VjR, i06a PROJECT: WATER MAIN REPLACEMENT, CORONA DEL MAR AREA BUDGET NO. 50- 9297 -041 CONTRACT NO. 1208 1. 6" A.C.P. $ 6.70 /LF 4627.5 LF $ 31,004.25 2. 8" A.C.P. 8.00 /LF 1 LF 8.00 3. 4" P.V.C. Pipe 8.00 /LF 4. 4" G.V. 113.00 Ea 5. 6" G. V. 153.00 Ea 27 Ea 4,131.00 6. 4" T.S. 370.00 Ea 7. Fire Hydrant, 500.00 Ea 4 Ea 2,000.00 8. 1" Service- 75.00 Ea 208 Ea 15,600.00 9. 2" Temp Resurfacing 0.35 /LF 3569 LF 1,249.15 10. 6" A.C. Trench Resurfacing 2.00 /LF 11. 4" P.C.C. 1.00 /SF 12. 8" P.C.C. 1.50 /SF $53,992.40 uu /II ORIGINAL CONTRACT $ 81,667.0,0 Send Payment to: EXTRAS TO DATE CONTRACT TO DATE Miller - Griffin Box 578 AMOUNT EARNED 53,992.40 Sunland, California 91040 LESS 10% RETENTION 4,083.35 LESS PREVIOUS PAYMENTS 11,146:05 AMOUNT DUE THIS REQUEST 38,763.00 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED �ylC. - 7- SIGNED cG t5ANOINEE ON TO BY ATTENTION: SUBJECT: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD Miller-Griffin Box 578 Sunland. California 81040 0 Water Main Replacement. Corona del Mar Area Ye are transmitting the following: Date July Ia. 1969 No. Conies Description 3 Remarks: Progress Payment Request No. 2 C -1208 Please sign original and one copy and return to our office. Retain one copy for your files. Copies to: By: 6, P. 0unigan, Jr. ldg Field Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD Date Ju1T18. 1969 Miller - Griffin Box 578 Sunland. California 91040 ATTENTION: SUBJECT: Water Main Replacement. Corona.dal Mar C -1208 4e are transmitting the following: No. Copies Remarks: Copies to: 3 Description Progress Payment No. 2 Please sign original and one copy. Return two copies to our office and retain one copy for your files. GPD /em At"s By, /� G.P.Dunigan S 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT COMPLETION STATUS CONTRACTOR: Miller- Griffin Box 578 Sunland, California 91040 REPORT DATE_ July 18, 1969 CONTRACT: Water Main Replacement, Corona del Mar (C_1208 DATE OF AWARD/EXECUTION June 2, 1969 TIME ALLOWED (CALENDAR DAYS) Alleys 60 All 75 ORIGINAL COMPLETION DATE August 1, 1969 August 16, 1969 RECOMMENDED EXTENSION+ - - CORRECTED COMPLETION DATE August 1, 1969 August 16, 1969 CALENDAR DAYS USED 46 days 46 days CALENDAF DAYS REMAINING 14 days 29 days PERCENT TIME USED 76.6 61.3 % PERCENT VALUE COMPLETED 53.8 % +TIME EXTENSIONS MAY BE GRANTED BY CITY COUNCIL ONLY. EXTENSION NOTED WILL BE RECOMMENDED BY PUBLIC WORKS DEPARTMENT. REMARKS: Individual alley damages in the amount of $1,550.00 have already been assessed (See attached tabulation). Total damages will be deducted from final payment(s).' SIGNED BY: C -1208 0 Total $ 250.00 650.00 850.00 1,050.00 1,550.00 1,550.00 1,550.00 1,550.00 1,550,00 WATER MAIN REPLACEMENT - CORONA DEL MAR Time of Completion and Liquidated Damages Req'd Act. Days Alley Start Comp. Comp. Over Amount -d 6 -5 -69 6 -19 -69 6 -24 -69 5 $250.00 2 -c 6 -6 -69 6 -20 -69 6 -28 -69 8 400.00 2 -b 6 -9 -69 6 -23 -69 6 -27 -69 4 200.00 -a 6 -10 -69 6 -24 -69 6 -28 -69 4 200.00 4 -c 6 -13 -69 6 727 -69 7 -7 -69 10 500.00 4 -b 6 -26 -69 7 -9 -69 7r9 -69 - - 13 -e 6 -30 -69 7 -14 -69 7 -11 -69 - - 5 -c 7 -1 -69 7 -15 -69 7 -15 -69 - - 6 -b 7 -8 -69 7 -22 -69 7 -21 -69 - - 6 -a 7 -10 -69 7 -24 -69 - - 7 -b 7 -14 -69 7 -28 -69 8 -c 7 -16 -69 7 -30 -69 11 7 -18 -69 8 -1 -69 C -1208 0 Total $ 250.00 650.00 850.00 1,050.00 1,550.00 1,550.00 1,550.00 1,550.00 1,550,00 Preliminary tests prior COUNTY OF OR/ to oward of contract. ROAD DEPAATN _ IN PLACE DENSITY A INITIAL IN TEST SAND B WT. SAND RETAINED C WT. SAND USED D TEST SAND _DENSITY i5 l -2S E VOLUME SAND USED_ _ _ 3, c F VOLUME CONE + RING , t41 1p GI VOLUME TEST HOLE 7 EXC. SAMPLE + TARE „3S I TARE WEIGHT 7 WET WT. EXC. SAMPLE K WET DENSITY IN PLACE _ L DRY DENSITY IN PLACE - AGENCY iE T ONTRACTOR ONCE ❑ SUBD. ❑ PERMITS ❑ RT LT OF (L STA METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT: '" MOIST. I M N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT. - a DRY WT. - i TOTAL DRY WT. % ROCK CORR.MAX.DENSITY MAXIMUM DEN &T RATHOLE DATA MOLD NO. 1 JJ5 2 3 4 01 INITIAL WT. SPECIMEN .. 'yo a P WET WT. AT COMPACTION _ P# VR Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD__ C' _ S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR--O.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT GONE +UNIT G= E- F K= J- G CONE .1667 1 - L =K +(100x; +N) 0 =0 +(t D0 % +N) SM.RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S I LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • /9 RECEIvr'b- PUBLIC Wgj18 AUg 3 1069 Clry NfWNPO r 8" fA RESIDENT ENGINE r9e11- 3. _ I 19- LOW FINISHED GRADE i -5 FIELD +S ( %WET) METHOD A ❑ B ,R SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE ==014 14 Da RC = % TENT. RC = % SPECIFICATION: NL_% Q BILLING WILL BE MADE AT END OF MONTH CA(lf, .V BY !D MATERIALS EN fi RELATIVE COMPACTION Materia Control w?'l tests RELAT�� materials actuallr R entering into works. _ . - - i if wntra PROJECT ( - ^ —Z 2 Og RESIDENT ENGINEER (INSPECTOR) o'� 4Gni SEND REPORT � AGENC T �' „�iOLG E� A REPRESENTING LIMITS TYPE MATERIAL V-5 D DE DATE �r - 6 -(09 T TESTED BY:_ IN PLACE DENSITY A INITIAL IN TEST SAND B WT. SAND RETAINED C WT. SAND USED D TEST SAND _DENSITY i5 l -2S E VOLUME SAND USED_ _ _ 3, c F VOLUME CONE + RING , t41 1p GI VOLUME TEST HOLE 7 EXC. SAMPLE + TARE „3S I TARE WEIGHT 7 WET WT. EXC. SAMPLE K WET DENSITY IN PLACE _ L DRY DENSITY IN PLACE - AGENCY iE T ONTRACTOR ONCE ❑ SUBD. ❑ PERMITS ❑ RT LT OF (L STA METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT: '" MOIST. I M N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT. - a DRY WT. - i TOTAL DRY WT. % ROCK CORR.MAX.DENSITY MAXIMUM DEN &T RATHOLE DATA MOLD NO. 1 JJ5 2 3 4 01 INITIAL WT. SPECIMEN .. 'yo a P WET WT. AT COMPACTION _ P# VR Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD__ C' _ S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR--O.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT GONE +UNIT G= E- F K= J- G CONE .1667 1 - L =K +(100x; +N) 0 =0 +(t D0 % +N) SM.RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S I LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • /9 RECEIvr'b- PUBLIC Wgj18 AUg 3 1069 Clry NfWNPO r 8" fA RESIDENT ENGINE r9e11- 3. _ I 19- LOW FINISHED GRADE i -5 FIELD +S ( %WET) METHOD A ❑ B ,R SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE ==014 14 Da RC = % TENT. RC = % SPECIFICATION: NL_% Q BILLING WILL BE MADE AT END OF MONTH CA(lf, .V BY !D MATERIALS EN fi RELATIVE COMPACTION - AGENCY iE T ONTRACTOR ONCE ❑ SUBD. ❑ PERMITS ❑ RT LT OF (L STA METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT: '" MOIST. I M N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT. - a DRY WT. - i TOTAL DRY WT. % ROCK CORR.MAX.DENSITY MAXIMUM DEN &T RATHOLE DATA MOLD NO. 1 JJ5 2 3 4 01 INITIAL WT. SPECIMEN .. 'yo a P WET WT. AT COMPACTION _ P# VR Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD__ C' _ S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR--O.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT GONE +UNIT G= E- F K= J- G CONE .1667 1 - L =K +(100x; +N) 0 =0 +(t D0 % +N) SM.RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S I LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • /9 RECEIvr'b- PUBLIC Wgj18 AUg 3 1069 Clry NfWNPO r 8" fA RESIDENT ENGINE r9e11- 3. _ I 19- LOW FINISHED GRADE i -5 FIELD +S ( %WET) METHOD A ❑ B ,R SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE ==014 14 Da RC = % TENT. RC = % SPECIFICATION: NL_% Q BILLING WILL BE MADE AT END OF MONTH CA(lf, .V BY !D MATERIALS EN fi RELATIVE COMPACTION MAXIMUM DEN &T RATHOLE DATA MOLD NO. 1 JJ5 2 3 4 01 INITIAL WT. SPECIMEN .. 'yo a P WET WT. AT COMPACTION _ P# VR Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD__ C' _ S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR--O.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT GONE +UNIT G= E- F K= J- G CONE .1667 1 - L =K +(100x; +N) 0 =0 +(t D0 % +N) SM.RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S I LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • /9 RECEIvr'b- PUBLIC Wgj18 AUg 3 1069 Clry NfWNPO r 8" fA RESIDENT ENGINE r9e11- 3. _ I 19- LOW FINISHED GRADE i -5 FIELD +S ( %WET) METHOD A ❑ B ,R SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE ==014 14 Da RC = % TENT. RC = % SPECIFICATION: NL_% Q BILLING WILL BE MADE AT END OF MONTH CA(lf, .V BY !D MATERIALS EN fi RELATIVE COMPACTION REMARKS: Test Method Calif. 216 -F • /9 RECEIvr'b- PUBLIC Wgj18 AUg 3 1069 Clry NfWNPO r 8" fA RESIDENT ENGINE r9e11- 3. _ I 19- LOW FINISHED GRADE i -5 FIELD +S ( %WET) METHOD A ❑ B ,R SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE ==014 14 Da RC = % TENT. RC = % SPECIFICATION: NL_% Q BILLING WILL BE MADE AT END OF MONTH CA(lf, .V BY !D MATERIALS EN fi RELATIVE COMPACTION ae irf a t tests prior to to awward d contract. Control tests on ferials actually entering into works. COUNTY OF ORANGE ROAD DEPARTMENT Materiel Testing Section TEST o7C- FIELD NO. 9 Or RELATIVE- OMPACTION WrOm NO OR I ON OR P.O'. OR AHFPI 424 -1L 9 - DATE REPTD. B If contract, use contract item PROJECT - �L�!%✓ AGENCY C- `�ew ?C'z �4 A- cC, RESIDENT ENGINEER ONSPECTORI �� o3�so,.� CONTRACTOR SEND REPOR3 TO: CONST�J CTION ❑ ncencr ® MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION �G�'% ��7 �-S� S!w/ FiBi?TiS� RT LT OF q- STA REPRESENTING LIMITS TYPE MATERIAL Al/-S• DEPTH DATE S - .� -C.a`� TESTED BY:.__MU IN PLACE DENSITY A _ INITIAL WT. TEST SAND G,rj. Qo BI WT. SAND RETAINED 3 C WT. SAND USED SP. GR. ROCK D TEST SAND DENSITY 1.ZS E VOLUME SAND USED WET WT. - 'F VOLUME CONE + RING to G VOLUME TEST HOLE % ROCK H WT. EX C. SAMPLE + TARE I TARE WEIGHT %MOISTURE J WET WT. 'EXC. SAMPLE K WET DENSITY IN PLACE _ • / L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD LAB WET WT. 1 DG DRY WT. 3 MOIST. M N SP. GR. ROCK Q WET WT. ROCK DRY WT. ROCK P WET WT. - DRY WT. =e- TOTAL DRY WT. Q % ROCK CORR.MAX.DENSITY REMARKS Test Method Calif. 216 -F • i 120 r LOW FINISHED GRADE METHOD A ❑ B ® . SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 122) I4 MOISTURE 4-07, 0 RC % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH �� BY //lJlQ RESIDENT ENGINEER (CITY ENGRJ stn reR lLS 1 Nc ER —� r9011 -03.1 RELATIVE. C:OMPACTION.,.:.:,.. '.s -a MAXIMUM DENSITY RATHOLE DATA ei MOLD NO. 1 DG 2DG 3 4 01 INITIAL WT. SPECIMEN Q 2,400 P WET WT. AT COMPACTION 2280 Q DRY WT. COMP. SPEC. R %MOISTURE VIELD CONDITION OF MOLD _ V�____._ UNDER S HT. COMPACTED SPECIMEN 10.0 T WET DENSITY 1 132.7 1Z 2. V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D I UNIT CONE +UNIT G =E - F K = J =G CONE .1667 - L = K = (100%, +N) Q = 0 + (I DC , + N) SM. RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q _ S LG. RING 1 .0302 .1969 REMARKS Test Method Calif. 216 -F • i 120 r LOW FINISHED GRADE METHOD A ❑ B ® . SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 122) I4 MOISTURE 4-07, 0 RC % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH �� BY //lJlQ RESIDENT ENGINEER (CITY ENGRJ stn reR lLS 1 Nc ER —� r9011 -03.1 RELATIVE. C:OMPACTION.,.:.:,.. '.s -a ❑Preliminary teats prior to award of contract. Contrai tests on . materiols actoa 11 entering into works. COUNTY OF ORANGE ROAD DEPARTMENT Material Testing Section RELATIVE COMPACTION �_� . S L� _ F - ( L�1dTZ. ,2.\ PROJECT '-xLU6 RESIDENT ENGINEER (INSPECTOR) oIV SEND REPORT TO: CONSTRUCTION ❑ AGE LOCATION A o r.,+ -A - 1: - /5;-) REPRESENTING LIMITS TYPE MATERJtL 4- •�' D DATE a -(-v -Cvc�> TESTED BY: IN PLACE DENSITY A _ INITIAL WT. TEST SAND O B WT. SAND RETAINED OTOO';."'OR C WT. SAND USED 29.6 S D TEST SAND DENSITY $1.2S E VOLUME SAND USED_ WET Wl ROCK F VOLUME CONE + RING I 1S(O G VOLUME TEST HOLE B H WT. EXC. SAMPLE + TARE 2 J , I TARE WEIGHT ,3 J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE OO L DRY DENSITY IN PLACE AGENCY CONTRACTOR t751 MAINTENANCE ❑ SUBD. El PERMITS ❑ C % �le0 RT LT OF rL STA ('Q" TO ( �° BELOW FINISHED GRADE �iLm2t��.0 r'+ �12t�W ti) METHOD A MOISTURE SAMPLE MAXIMUM DEN TY RATHOLE DATA TEST NO. C- O FIELD NO. OF S OTOO';."'OR DRY W :.... AHFPI , 4a4 -� DATE REPTD. SP. GR. ROCK CONTRACTOR t751 MAINTENANCE ❑ SUBD. El PERMITS ❑ C % �le0 RT LT OF rL STA ('Q" TO ( �° BELOW FINISHED GRADE �iLm2t��.0 r'+ �12t�W ti) METHOD A MOISTURE SAMPLE MAXIMUM DEN TY RATHOLE DATA FIELD LAB WET WT. 2 3 DRY W :.... Y- ` INITIAL WT. SPECIMEN MOIST. M N SP. GR. ROCK P WET Wl ROCK DRY WT. ROCK WET WT. - Q DRY WT. - 43_ TOTAL DRY WT. o ROCK R CORR.MAX.DENSITY /F�p REMARKS Test Method Calif. 216 -F 1L B-+ METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE -A O DU RC = % TENT. RC = - Z% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • BY �CP��� MATERIALS EN EER RESIDENT ENGINEER (CITY ENGR.) .3011-Ii3.1 RELATIVE COMPACTION MAXIMUM DEN TY RATHOLE DATA . MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN P WET WT. AT COMPACTION Q DRY WT. COMP. SPEC. R % MOISTURE /F�p CONDITION OF MOLD w</ S HT. COMPACTED SPECIMEN , T WET DENSITY ! V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D I UNIT CONE +UNIT G= E- F K= J G CONE .1667 - L= K= (100":: +N) Q =O +(100 %: +N) SM. RING .0143 1 .1810 R = (P -Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS Test Method Calif. 216 -F 1L B-+ METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE -A O DU RC = % TENT. RC = - Z% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • BY �CP��� MATERIALS EN EER RESIDENT ENGINEER (CITY ENGR.) .3011-Ii3.1 RELATIVE COMPACTION Preliminor tests prior to award a %contract. COUNTY OF ORANGE ROAD i _ INITIAL WT. TEST SAND LAB DEPARTMENT Material WT. SAND RETAINED 3 Testing section TEST NO. C-2;, e QO D I _�j0 t.14 E FIELD NO. OP °nhgl tests on RELATIVE VOLUME CONE + RING COMPACTION G W.O ?OR P.aq q H materials actually HIWT. EXC. SAMPLE + TARE 9S I taQ _ (. entering into works. . 5.. 6 t'- A- 0. WET T. EXC. SAMPLE 7-4 If :contract use contract item DATE REPTO. g -� -G PROJECT �'IZ.OFS AGENCY (�a2T tja/}c� RESIDENT ENGINEER (INSPECTOR) Ors O ?o<�O�' CONTRACTOR - GR.tf-t=.t— SEND REPORT TO: CONSTR CTION 11 AGENCY AGENCY IDE MAINTENANCE ❑ - SUED. El PERMITS C1 LOCATION_ �fLLF�" y RT LT OF (L STA REPRESENTING LIMITS WET DENSITY , TYPE MATERIAL tz, .S DEPTH ��d.. TO< <I�r BELOW FINISHED GRADE DATE F' TESTED BY: 114 �'•"v`- �`�t.`.+ IN PLACE DENSITY A _ INITIAL WT. TEST SAND LAB B WT. SAND RETAINED 3 C WT. SAND USED QO D TEST SAND DENSITY _�j0 t.14 E _ _ VOLUME SAND USED _,17f2. F VOLUME CONE + RING A is cG G VOLUME TEST HOLE Z HIWT. EXC. SAMPLE + TARE 9S I TARE WEIGHT s J WET T. EXC. SAMPLE 7-4 K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB _ WT. ET W 2 3 DRY WT. 01 INITIAL WT. SPECIMEN ry MOIST. M I N SP. GR. ROCK P WET WT. ROCK ' DRY WT. ROCK WET WT. — Q DRY WT. _ 3 a TOTAL DRY WT. ROCK R CO RR.M Ai. DENSITY — % - LLiifaee�•t,�a - >— r•�a�a- .•asi -- Test Method Calif. 216 -F • i B- 140 1 A METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY a MOISTURE 8 OvE' RC = % TENT. RC = gj9r S % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATER LS ENG EER r301i -08.1 RELATIVE 140IMPA CTION . .ire. � .5S! ?' >y.. _..... ... ' -,.� i..-. -.:� �'.✓ MAXIMUM DENSITY RATHOLE DATA . MOLD NO. 1773 2 3 4 01 INITIAL WT. SPECIMEN p P WET WT. AT COMPACTION 22 04D Q DRY WT. COMP. SPEC. R _ % MOISTURE — % CONDITION OF MOLD - Ov6e S HT. COMPACTED SPECIMEN 77 T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G=E - F K =J =G CONE .1667 - L = K _ (100'": +N) Q = 0 _ (1007, + N) SM. RING .0143 .1810 R.= (P -Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 - LLiifaee�•t,�a - >— r•�a�a- .•asi -- Test Method Calif. 216 -F • i B- 140 1 A METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY a MOISTURE 8 OvE' RC = % TENT. RC = gj9r S % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATER LS ENG EER r301i -08.1 RELATIVE 140IMPA CTION . .ire. � .5S! ?' >y.. _..... ... ' -,.� i..-. -.:� �'.✓ ❑ Preliminary tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT ` G% Material Testing Section TEST NO. C— s = FIELD NO. Control rests on REL S TI� °w° . o. Ti " ° v °" N materials actual) ,COMPACTION entering into works. -- - DATE REPTD. —� (-Q If contract, use contract item // PROJECT — /�Oe AGENCY L /, /,/ RESIDENT ENGINEER (INSPECTOR) o CONTRACTOR «. =o— Cia�LPAJ SEND REPORT TO: CONST UCTION ❑ AGENCY MAINTENANCE ❑ Sum). El PERMITS ❑ LOCATION IILL�i� ,7 RT LT OF it STA REPRESENTING LIMITS TYPE MATERIAL k%T - - DEPT / TO BELOW FINISHED GRADE DATE— _ TESTED BY: oQ/2 /k�N 4'N IN PLACE DENSITY A _ INITIAL WT. TEST SAND d ,S B WT. SAND RETAINED 3 C WT. SAND USED DRY WT. ROCK D TEST SAND_DENSITY - E VOLUME SAND USED TOTAL DRY WT. F VOLUME CONE + RING /g /n G VOLUME TEST HOLE • %O HIWT. EXC. SAMPLE + TARE % ZQ 1 TARE WEIGHT % MOISTURE J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT. _ MOIST. M N SP. GR. ROCK 3 'WET WT. ROCK O DRY WT. ROCK v WET WT. — - DRY WT. P TOTAL DRY WT. ktJ %, ROCK CO RR.M A X. DEN S I TY Q REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) rso RELATIVE I B• METHOD A ❑ B 14 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE 010 taAAvJL RC = `y TENT. RC = %. '5� % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY le _j MFTERnAIS E INEER — _ fr, COMPACTION a MAXIMUM DENSITY RATHOLE DATA • _ MOLD N0. 1 2 3 4 O INITIAL WT. SPECIMEN v - P WET T. AT COMPACTION ktJ Q _ DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD S HT. COMPACTED SPECIMEN O.-I( T WET DENSITY V1 DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E= C= D UNIT CONE +UNIT G =E — F K = i =G CONE _.1667 — L =K= (100 -; +N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P —Q) + Q V = FACTOR x Q _ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) rso RELATIVE I B• METHOD A ❑ B 14 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE 010 taAAvJL RC = `y TENT. RC = %. '5� % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY le _j MFTERnAIS E INEER — _ fr, COMPACTION a - - - -_ -- �- _ .___ -_ _ ..__- G -f z od CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO / TDy /�1fL�t DATE. �. SUBJECT:-,4)4,L r- G %s / ✓iNl, -- Ac c 1' Y & G/',�7- n! �Tu Pe, ,--7 l:VW! K4 D 4Z4, Y C1 «s1.1fz.4C- Z1 %3 - GC�N3TKt1G7lGN ��I�IlL1. NC: D TH/' s .y4 L- l y /f?t /1 T ac- eRl w 7�� T.eiv -5 /�;/Z. COPIES T0: I GNED PUT IT IN WRITING , e . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS ❑ Preliminory tests prior COUNTY OF ORANGE to oword of contract. ROAD DEPARTMENT /v� Material tei�ibgSeciioa TEST NO. C —.27 ' FIELD NO. cangeF tests °^ RELATIVE COMPACTI�QN. matoia is oNUeLIv entering into worjrs.. . DAT Pi o. If c<fri act, use contract iTern I PROJECT a---?4;: G AGENCY- RESIDENT ENGINEER (INSPECTOR)__ a q sans C &TRACTOR SEND REPORT TO: CONST$ UCTI ON ❑ AGENCY ;.' MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION ��1 11 �y � 5 LC -r- /CO $ per�sS7ld Ct RT LT OF rt STA REPRESENTING LIMITS ! TYPE MATERIAL - -5_ DEPTH 2 TO BELOW FINISHED GRADE DATE ec?— /— �,' 9 TESTED BY: -,?-R 6 Ar o- AeAlzZ / q0&/ IN PLACE DENSITY A _ INITIAL WT. TEST SAND , 20 B WT. SAND RETAINED 3 C WT, SAND USED 210. eD D TEST S- ARYDENSITY !:�rl E VOLUME SAND USED_ WET WT. ROCK__ F VOLUME CONE +RING G VOLUME TEST HOLE DRY WT. H,WT. EXC. SAMPLE +TARE 3 , 1 TARE WEIGHT_ '42S J WET WT C. SAM. EXPLE _ K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 2 3 DRY WT. 01 INITIAL WT. SPECIMEN "7, MOIST. M N SP. GR. ROCK P WET WT. ROCK__ DRY WT, ROCK WET WT. - Q DRY WT. TOTAL DRY WT. %, ROCK R CORR.MAX.DENSITY REMARKS: ew 1.40 METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE �aa U EfL RC = % TENT. RC= %, SPECIFICATION: NL_% AT END OF MONTH RESIDENT ENGINEER (CITY ENGR.) 01 MATERIALSENGt ER r3011 -e 9.t RELATIVE COMPACTION MAXIMUM DENSITY RATHOLE DATA • _ MOLD N0. 1 2 3 4 01 INITIAL WT. SPECIMEN ap P WET WT, AT COMPACTION Q DRY WT. COMP. SPEC. R %, MOISTURE _ CONDITION OF MOLD C� iJ S HT. COMPACTED SPECIMEN /A Q T WET DENSITY V DRY DENSITY CONV. FACTOR=0.592 FACTOR x Q = VOLUMES, C.F. C=A — B E= C= D UNIT CONE +UNIT G =E - F K =J +G CONE 1667 - L= K_(100 - +N) Q =0 000 % +N) SM. - .014_3 .1810 R = (P -Q) - Q V = FACTOR x Q- LG. RING .0302 .1969 REMARKS: ew 1.40 METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE �aa U EfL RC = % TENT. RC= %, SPECIFICATION: NL_% AT END OF MONTH RESIDENT ENGINEER (CITY ENGR.) 01 MATERIALSENGt ER r3011 -e 9.t RELATIVE COMPACTION ❑Prelimina,, east, prior to award o' contract. t Control tests on materials actually j entering into works. 0 COUNTY OF ORANGE ROAD DEPARTMENT Material Testing Section RELATIVE COMPACTION • 4f cotitro� PROJECT C '08 RESIDENT ENGINEER (INSPECTOR) SEND REPORT TO: CONSTR CTION ❑ AGENC LOCATION Att ,— % ='�` /-50 REPRESENTING LIMITS TYPE MATERIAL DE DATE rS � / - l TESTED BY:_ IN PLACE DENSITY A _ INITIAL WT. TEST SAND LAB B WT. SAND RETAINED _ (%, 2 C WT. SAND USED $ D TEST SAND DENSITY N E _ _ VOLUME SAND USED ._3Zo3 F _ VOLUME CONE + RING - B/D G I VOLUME TEST HOLE 3 H WT. EXC. SAMPLE +TARE s" I TARE WEIGHT CORR.MAX.DENSITY J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE TEST NO. C— �27 72- FIELD NO. Q F CONT. NO. OR (W.O. OR P.O. OR H P y -�. DATE REPTD. 8 — AGENCY j F-+ .)A/ CONTRACTOR MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ t � ! =D 44k� RT LT OF (� STA METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 2 3 DRY WT. 01 INITIAL WT. SPECIMEN MOIST. M N SP. GR. ROCK P WET WT. ROCK pQ DRY WT. ROCK WET WT. - a Q DRY WT. TOTAL DRY WT. % ROCK R CORR.MAX.DENSITY CE REMARKS: Test Method Calif. 216 -F RESIDENT rant 1 -413.1 1 B- LOW FINISHED GRADE Al METHOD A ❑ El SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE � OO RC= q TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 1 GlNf li r # fIVGR.) BY MATERIALS E NEER y r �.. RELATIVE .COMPACTION s MAXIMUM DENSITY RATHOLE DATA . MOLD NO. 14S 2 3 4 01 INITIAL WT. SPECIMEN 2 goo a-f474:, P WET WT. AT COMPACTION pQ Q'5 2z Q _ DRY WT. COMP. SPEC. R % MOISTURE CE — 3• ' CONDITION OF MOLD Cb ;&7145 S _ HT. COMPACTED SPECIMEN T WET DEN SI TY 1141e. 1,77, DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E= C- D UNIT GONE +UNIT G =E - F K =J . G CONE ..1667 - L= K= (100; +N) Q =O= (1.00 % +N) W. RING .0143 .1810 R = (P -Q) - Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F RESIDENT rant 1 -413.1 1 B- LOW FINISHED GRADE Al METHOD A ❑ El SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE � OO RC= q TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 1 GlNf li r # fIVGR.) BY MATERIALS E NEER y r �.. RELATIVE .COMPACTION s ❑ Preliminary tests prior Al COUNTY OF ORANGE 5 v, to award of contract. • ROAD DEPARTMENT (p� _ WT. SAND USED _0o ',C. q Material Testing Sectiee- TEST NO. C- X77-3 WET WT. – s E VOLUME SAND USED `, ROCK Control on VOLUME CONE + RING RELATIVE COMPACTION wOTOR P.ORO R Ff materials actually 07 Z EXC. SAMPLE +TARE entering into works. I TARE WEIGHT 1.8 zj • WET WT. EXC. SAMPLE If contract, use contract item DATE REPT D. WET DENSITY IN PLACE � – � , / /� 0-1 PROJECT AGENCY "-' RESIDENT ENGINEER (INSPECTOR) O / v Al CONTRACTOR SEND REPORT TO: CO T UCTION ❑ AGENCY .a MAIN T N E �� ❑ SUBD. ❑ PERMITS ❑ LOCATION .IfLLF ✓ /��.�� Y RT LT OF (L STA REPRESENTING LIMITS TYPE MATERIAL Ry -L D DATE E– /"I_> '9 TESTED BY: IN PLACE DENSITY Al _ INITIAL WT. TEST SAND 5 v, 81 WT. SAND RETAINED -__9_� C _ WT. SAND USED _0o ',C. q D TEST SAND DENSITY___ WET WT. – s E VOLUME SAND USED `, ROCK F VOLUME CONE + RING B / G VOLUME TEST HOLE 07 Z EXC. SAMPLE +TARE �2'1 , L o I TARE WEIGHT 1.8 zj 7 WET WT. EXC. SAMPLE L„ K WET DENSITY IN PLACE CONDITION OF MOLD__ L DRY DENSITY IN PLACE N Mots MAXIMUM DENSITY RATHOLE DATA • WET WT. 1 DRY WT. 3 ---;m 0 1 N ___T SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT. – s DRY WT. 3 – e TOTAL DRY WT. `, ROCK _ CORR.MAX.DEN' REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY riot 1 -03.1 METHOD A ❑ B i2 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /Z 7 /3,c MOISTURE velt RC =� TENT. RIC = % ., ISPECIFIC ATION: NL_% ❑ BILLING WILL BE MAbEAT END OF MONTH M .� . -MATERIALS EN NEER EER ENGRJ RELATIVE_ COMPACTION MAXIMUM DENSITY RATHOLE DATA • — MOLD NO. 1 2 3 4 O INITIAL WT. SPECIMEN 2 410 �j dQ P WET WT. AT COMPACTION cI Q _CG DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD__ S HT. COMPACTED SPECIMEN U, Z- T WET DENS] TY V1 DRY DENSITY CONY. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E= C= 0 T CONE +UNIT G =E — F K =J =G E 7 - L = K _ (100-0 +N) Q = 0 _ (t 00�> + N) RIN3 i a .1810 R = (P -Q) - Q V = FACTOR x Q _ S RIN2 .1969 REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY riot 1 -03.1 METHOD A ❑ B i2 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY /Z 7 /3,c MOISTURE velt RC =� TENT. RIC = % ., ISPECIFIC ATION: NL_% ❑ BILLING WILL BE MAbEAT END OF MONTH M .� . -MATERIALS EN NEER EER ENGRJ RELATIVE_ COMPACTION ❑ Preliminar tests prior C COUNTY OF ORANGE (p FIELD NO. p per S �jl COnf101 frets On O RELATIVE C COMPACTION c cONT. NO. OR FP to wort X X/ � DATE REPTD. If contract, use contract item PROJECT C �� 17 0G A AGENCY 8 8 RESIDENT ENGINEER (INSPECTOR) - - / CONTRACTOR SEND REPORT TO: C9N RUCTION ❑ ❑ AGENCY � MAINTENANCE ❑ ❑ SUBO. ❑ ❑ PERMITS ❑ LOCATION d4ZGE1" L R RT LT OF rL S STA REPRESENTING LIMITS TYPE MATERIAL �� 7 - D DEPTH TQQ�� B BELOW FINISHED GRADE DATE -' � _..6 T TESTED BY: ��Pr'J�o JT -/ o- / 4 l lze_ /Son./ IN PLACE DENSITY A INITIAL WT. TEST SAND Ac{ 4o B WT. SAND RETAINED C WT. SAND—USED D TEST SAND DENSITY __ , E VOLUME SAND USED _ �_ `Z F VOLUME CONE + RING G1 VOLUME TEST HOLE _ H WT. EXC. SAMPLE +TARE 7 S . 3 I TARE WEIGHT J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT. " MOIST. M N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT.. —a DRY WT._ TOTAL DRY WT. % ROCK CORR.MAX.DENSITY • MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 G, 2 ef.jlF 3 4 01 INITIAL WT. SPECIMEN GY! QQ P WET WT. AT COMPACTION op Q DRY WT. COMP. SPEC. R %MOISTURE f ,c) i '4 CONDITION OF MOLD _ 5 S HT. COMPACTED SPECIMEN Q T WET DEN SI TY I / tea, 'gr' V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E — F K =J G CONE .1667 1 — L =K= (100;:, +N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P —Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F CJ 1 9— y METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE ° TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENY"EER F301143.1 .. RELATIVE COMPACTION _: METHOD A MOISTURE SAMPLE FIELD LAB WET WT. DRY WT. " MOIST. M N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT.. —a DRY WT._ TOTAL DRY WT. % ROCK CORR.MAX.DENSITY • MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 G, 2 ef.jlF 3 4 01 INITIAL WT. SPECIMEN GY! QQ P WET WT. AT COMPACTION op Q DRY WT. COMP. SPEC. R %MOISTURE f ,c) i '4 CONDITION OF MOLD _ 5 S HT. COMPACTED SPECIMEN Q T WET DEN SI TY I / tea, 'gr' V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E — F K =J G CONE .1667 1 — L =K= (100;:, +N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P —Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F CJ 1 9— y METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE ° TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENY"EER F301143.1 .. RELATIVE COMPACTION _: • MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 G, 2 ef.jlF 3 4 01 INITIAL WT. SPECIMEN GY! QQ P WET WT. AT COMPACTION op Q DRY WT. COMP. SPEC. R %MOISTURE f ,c) i '4 CONDITION OF MOLD _ 5 S HT. COMPACTED SPECIMEN Q T WET DEN SI TY I / tea, 'gr' V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E — F K =J G CONE .1667 1 — L =K= (100;:, +N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P —Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F CJ 1 9— y METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE ° TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENY"EER F301143.1 .. RELATIVE COMPACTION _: REMARKS: Test Method Calif. 216 -F CJ 1 9— y METHOD A D B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTURE ° TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENY"EER F301143.1 .. RELATIVE COMPACTION _: ❑ Preliminary tests prior COUNTY OF ORANGE to award o contract. t ROAD DEPARTMENT z!Dq 4 /1 Material Testing Section TEST NO. C— 477 S ' FIELD NO. RELATIVE. COMPACTION CON T. NO.OR COn}rol tests On CON OR P.O. OR AHFPI " materials actually ``,,o y_Tr entering into works. .� DATE REPTD. —Cp_ If eonttoct, vo ontroct item PROJECT "AGENCY. z/ RESIDENT ENGINEER (INSPECTOR) / CONTRACTOR SEND REPORT TO: CONS RUCTION ❑ AGEOU TSIDE NCY ❑ MAINTENANCE ❑ SUBD. El PERMITS ❑ LOCATION ALL �V 2�. �/��% ><`' �� 117`'E RT LT OF OE STA REPRESENTING LIMITS TYPE MATERIAL %. -Sr DEPTH TQ.' BELOW FINISHED GRADE DATE �' 4 `j TESTED,HY: 24k eo ri ^` ag -A I �'a At IN PLACE DENSITY A INITIAL WT. TEST SAND LAB B WT. SAND RETAINED 3 C WT. SAND USED - '�,�., /d D TEST SAND DENSITY N E VOLUME SAND USED "VOLUME WET WT. ROCK F +RING r GI VOLUME TEST HOLE DRY WT. H WT. EXC. SAMPLE + TARE 1 TARE WEIGHT 3 J WET WT. EXC. SAMPLE (mil K WET DENSITY IN PLACE ,3 L _ DRY DENSITY IN PLACE_ .METHOD A M01WRE SAMPLE MAXIMUM DENSITY RATHOLE DATA *t£LD LAB WET WT. 2 es 3 DRY WT. O ANITIAL WT. SPECIMEN MOIST. ". `M N SP. GR. ROCK P WET WT. ROCK - DRY WT. ROCK WET WT. - "a Q DRY WT. TOTAL DRY WT. % ROCK R CORR.MAX.DENSITY -S. Ci REMARKS: 140 Test Method Calif. 216 -F • METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY ISq MOISTURE 3% O RC= % TENT. RC - % SPECIFICATION: NL_ % END OF MONTH i o Lx. BY +4ri.4 "ea&w M�RIALS EN ER., RESIDENT ENGINE (Ci'fi�� TIME C.O;MPACTION -' MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 A6 2 es 3 4 O ANITIAL WT. SPECIMEN 0-0 P WET WT. AT COMPACTION ZAF Q DRY WT. COMP. SPEC. R % MOISTURE -S. Ci —,3, U _ CONDITIONO_FMOLD S _ HT. COMPACT ED SPECIMEN Z0, 2 T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q L_&ES, C. F. C = A — B E = C _ D- UNIT CONE +UNIT G =E - F K= J =G ".rt? CONE .1667 - L =K +(100"x, +N) Q =0 +(i 00 %, +N) .:SM. RING -': ''.0143 .1810 R = (P -Q) + Q V = FACTOR x.. - S LG. RIµ .0302 .1969 REMARKS: 140 Test Method Calif. 216 -F • METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY ISq MOISTURE 3% O RC= % TENT. RC - % SPECIFICATION: NL_ % END OF MONTH i o Lx. BY +4ri.4 "ea&w M�RIALS EN ER., RESIDENT ENGINE (Ci'fi�� TIME C.O;MPACTION -' CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TOZ-Sit[ Y ZZLIe eee DATE —ev FROM: �4j—lwo4j AfN-e SUBJECT:—&4d-,C,Y IN llxe.,Fy- 2.04 fl of rW4.0 2>197W .,VAAWY j01,Y,01,fr,e A3 /?y � - - j IV, - CopiEs To: lE &ako PUT IT IN-WRITING . . . WR 11�7Q4, L" fGNED i SAVE TIME AND AVOID EMOM Cori es To. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MEMO T01, 8111 �i Af! =`ofu, DATE -7 FROM: SUBJECT:— Y L 7c ,4 ) �f- 17 - e z zmas r Ac- A-k -) /V /?y � - - j IV, - CopiEs To: lE &ako PUT IT IN-WRITING . . . WR 11�7Q4, L" fGNED i SAVE TIME AND AVOID EMOM CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO y DATE y - / " -/ `1 — "G FROM: SUBJECT: . 73 !s itle W. wfi/c H —J ES T0: PUT IT IN WRITING . . WRITTEN MESSAGES SAVE F.�ms /GG% AvArlwr ff z or IGNED TIl�t AM AVOID EwS S COPIES TO: SIGNED ' PUT ft_ 1 .WRITING . _ . WRITTEN MESSAGES SAVE T.ah£: EiM AVOID S t " i Yom` :i s. r i 1 � • CITY OF NEWPORT BEACH CALIFORNIA two city Hall 8300 Newport Blvd. - (714) 878.2110 July 3. 1969 Miller- Griffin, Inc. P.O. Box 578 Sunland, California 91040 Attention: Mr. Griffin Subject: Water Main Replacement, Corona del Mar Are , C -1208 Gentlemen: The Special Provisions for the subject project require that all work in the alleys be completed within 60 calendar days following the execution of the contract. By mutual agreement the starting date was postponed until June 2, 1969 resulting in a completion date of August 1, 1969. At the present time, you have completed four of the sixteen alleys under the contract (25 %) but have used 30 of the 60 days allowed (50 %). It is suggested that you read Section 6 of the Standard Specifications, and especially paragraph 6 -9, liquidated Damages. In addition, the Special Provisions require that work in each alley be completed within 14 calendar days, any time beyond that being subject to a $50 per day damage assessment. This requirement was emphasized at the pre- construction conference, and has been reiterated in numerous memos to your personnel since that time. The enclosed tabulation shows that no alleys have been completed within the 14 day limit and the total damage assessment for those alleys completed so far is $1,050.00. It is suggested that you increase your work force sufficiently to meet the time limitations required by the contract. Very truly yours, G. P. Dunigan, Jr. Field Engineer GPD /ldg CC: City Manager City Attorney L, . .� — ..�� ... �..: .. :sru au...r..'.�i.ia v. �i�i .'_ ... .'i. r- �� ✓.._...,iY vtl-�Y. 1. °.�v .. . Yn r 2 r x t: A � S � x a CITY OF NEWPORT BEACH - PUBLIC'WORKS DEPARTMENT MEMO v 9 WATER MAIN REPLACEMENT - CORONA DEL MAR, C -1208 TIME OF COMPLETION AND LIQUATED DAMAGES ALLEY START REQ'D. COMP. ACT. COMP. DAYS OVER AMOUNT TOTAL 2 -d 6 -5 -69 6 -19 -69 6 -24 -69 5 $250.00 $250.00 2 -c 6 -6 -69 6 -20 -69 6 -28 -69 8 400.00 650.00 2 -b 6 -9 -69 6 -23 -69 6 -27 -69 4 200.00 850.00. 2 -a 6 -10 -69 6 -24 -69 6 -28 -69 4 200.00 1,050.00 4 -c 6 -13 -69 6 -27 -69 4 -b 6 -26 -69 7 -9 -69 13 -e 6 -30 -69 7 -14 -69 5 -c 7 -1 -69 7 -15 -69 9 12-0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ��/ MEMO q To Atr 4/ mcIN DATE �td/s�C� C7APrf FJN - � FROM: Fedi.SWN . /1°/Ue SUBJECT: d,C C� . /�i� ®31/,�E " fJu� r3 Z / '� . Z C', IE'E_ !✓are/ O!J/r'Ai '�iU 7- ,¢►vela- NN.v /Q?/ �1zy�3,3'jijL�'". T� 'P,ed✓ /sloes of J`isc: ,�.Ssu.�y �oYisls ,u0 .iov �I /J4 E�Fj�Ec T R3 DG TN /33TE,;`_ CITY OF NEWPORT BEACH -- PUBLIC WORKS DEPARTMENT MEMO « rW sr 1� DATE 4:0 _5e -C:�, IGNED AlL CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT �. / /y/ MEMO Ctil /190 /N�%�/larO e- DATE-4 �27 41 i AIWA) W-K ?,C4 V /31L�5 6r= .Srres � - Si�a's /N4- PFL ✓ /f /ON.i f/.t'�E X10 . .CdN:rr�K. /N ,�'r-r�c:T. AS GF Tbls �iSITE - 1 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO To-Ar= f3rJ /N f /t t 6ic - � e /.�,' /i✓ DATE AII� -P. 7 FROM: Id IJ4 /5e J �/ SUBJECT: � pE Y .GIA45 JeC '- fi3 PiiZ _ AMP- 00 . fn -/4 4- `/ Bl vd. --SFC ?i-L IdL retV1510A)5 i l.0Nr41cT0(< 15 #46P. -5Y fNe7-iFrr0 7 M,47- � -r0F d 55r_j5cNt NT AND - yVi -rZK. gF5relLTION3 /}2r. IQ Er-Ffre--T F--e- 1!{,4,6 4C< <}S_ GF TH15 -v#iTa e A.JO THFSiF 5ApLIIZ - MirV►sio&Uj .iaiZE 5 o 6,-44 -(a9 13 .21It,L 5GFT' AA.)Q uN43'rW'3L..E W SFVtiizAL. PLAC(f.3, COPIES To: ,47/0,=44) AIF549gr2 PUT IT IN WRIT K..;,,: «_. MESSAGES SAVE TIME AND AVOID I 1 CITY OF NEWPORT BEACH - P C_ =WORKS DEPARTMENT MD T4&I,aiN , f! %WZAe- 4iemolI✓ DATE !/ FROM: - /D ,�/fNT TiYE - 4SsgAW6A1r ,4A!D wieoe RA xlero4s #+ Ar 43 0 /v. t- r *15 A.yr,� ��.� E`GIcGT yore �� �' Z i9 . /`i'LSD >y034C - riox)s xoc rose llcL,FYs 1 *y ze D'� ^? F,¢TNF/1/YS Tiz /0S4ClfA1dlr Vii- 11,Ck4:l D ofAC Ab t .�✓ ,�f. Ear AW sivcc r�is .� �r �s Abw ,� SIGNED MA ° ""or CITY OF NEWPORT BEACH - PUBLIC.-WORKS DEPARTMENT �. ace wMD TOWN, FROM: 1 4i45cl+3, el(lf \� ... _ fJ SUBJECT. A,L C <G3u�'� ��f!„Sf�;1�+TiD.0 G°Otb /ylsc�t/�iti47 /AJ f7�+6y E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 14. Newport Boulevard TO: Miller - Griffin Box 578 Sunland. California 91040 ATTENTION: SUBJECT: Water Main Replacement. Corona del Mar Area We are Transmitting the following: 0 Date .tunes 24- 1a69 No. Copies Description 3 Remarks: C -lY0 Progress Payment Request No. 1 Please sign two copies and return to our office. Retain one copy for your files. Copies to: GPD /ldg Enc. By: zz?ff� G. P. Dunigan. Jr. Field Engineer CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT % PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDI .lima 20. 1969 PROJECTt WATER MAIN REPLACEMENT, CORONA DEL MAR AREA BUDGET N0. 50- 9297 -041 CONTRACT 1208 ITEM CONTRACT CENT AMOUNT " NO. CONTRACT ITEM PRICE COMPLETE EARNED ' 1. 6.. A.C.P. s 6.70 /LF 1440•.LF $9,648.00 2. 8" A.C.P. 8.00 /LF- 3. 4" P.V.C. Pipe J 8.00 /LF_ 4. 4" G V. 113.00 Ea 5. 6" G.V. 153.00 Ea 8 Ea. 1,224 00 /. 6. 4 " "T.S. 376.00 Ea - 7. Fire Hydrant 500.00 Ea " r,. 8. 1" Service-. "75.00 Ea 19 Ea.- 1,425 00 LiL 9. 2" Temp Resurfacing \ 0.35 /LV ;250 LF' 87 50 10. 6" A.C. Trench Resurfacing 2.00 /LF 11. 4" P.C.C.. 1.00/5F 12..: 8" P.C.C. 1.50/51"1" : . RIYFO 12,384 50 OF 1pE4VPpR BEAC 2 pq F H, ORIGINAL CONTRACT .,,$ 81.667.00 Send Payment tot " EXTRAS TO DATE CONTRACT To DATE Miller- Griffin Box 578 AMOUNT EARNED1Z,3B4.5O Sunland, California 91040 ' LESS 10% RETENTION 1,238.45 LESS PREVIOUS PAYMENTS .AMOUNT DUE THIS REQUEST 11,146.05 I HEREBY CERTirY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED MILLE GRIFFIN INC. ray �G{ BY ' 6 r 1 ..._i ..) .. 4..0. 0�... .y §':Y %.f ?. �..{ i'.ti5! T�. N�..Ca1 \4 !. .t.�.d. .. 5:i. • _ Orr 406e6-� j CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO / 7.Gy TOW;lar 4, FriN / ��lll Xi ;�- �� F/� DaTE FROM: /�A� -srlgi ei�r �J�W I C1�rNf S ,2UleiiS i)l�Pf'' ? i, /�1i� 7� T00 SH0e --r }'t rv1h11cC' CON�v'h'CT1Gl� TU %'XIST /!vy YY�iih� d F KIZS T- ce7 114 4-r Q�6,1� ivlhTr/Z_ STvP _ 31� I��SIT1Gl�? D 511 D/ rY15TllJ/� L(�NAITiC.TICIIJ I�'� /r11T 1✓J o OF T-Ni N )t 1STlA)Cj "I PE7-eF �ef4TV -ACTCL 1-5 GI I N>7r D TNH7 </NI i A Vi 0 L'LUPI_ln,LhS WILL f31 =. ilLLGIvfL7i II' i:1Oy IF- KYIc Z a CXLl i?-er5 ,ExTrND1/ ,J6 TTv AN rK15T /AUG,.': -- N r ,�- COPIES T0: rA7 1 1`��+K. iSIGNED PUT FT IN WRITING WRITTEN MESSAGES SAVE TIME A D,"10 EiINiS Now Xz CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / MEMO DATE FROM: Al SUBJECT: /YL «� . G�d3Liic r - A /�<,e /"/4r/"70 or= G '!o -G ,eAle 7-e Af 1-3 rl,f i /_ a 7'11&,r rHe f%SiG s3 /v1rN% /%AJg WL.2K 2G5T4' /CT /GNS /Y'& /VGW /✓ �i=iaG % /=� ,t Aft, Y 2 e- e yF3o TH/.se I`t- /vp1r/G,r/s ,g,.= .sril& IA/ Azz-fy ZOo COP 1 Es To: CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT '- / MEMO TO -WWIT (�/R�fGiiv� /G /i� //,c- �� /r "r /c/ DATE- er' FROM: Zel -54N SUBJECT: Y. c4ovaeE P" - ' /ti1�/%70 OG / —lo % ,r NO �iC �� Silk c /NL �CV /3 /AVS �,Vl,�,y�TG/Z /s HE�G l3 y /✓DT /G /�'A IW//y TN.E A- 1- IC331MSN7 /A/vD kl/O,eK Rrs'3T.e/G710A1.0 Ae4c /ww '"- e*G,NG) rldAZT //Zf sr-/t-d- /,✓ gc/e .�AA.Crs Z c 1 2 o 4vAMO Ns.tkY_5 / I COPIES TO:j/*ao AaWIC. SIGNED PUT IT IN WRITING . . . WRITTEN MESSAGES SAVE TIW AND AVOID ERRORS i 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DATE RECORD OF ORAL INFORMATION P.W. DIRECTOR From 5yAJ In person -llccon Asst. P.W. DIR. Firs: Tel. Ted UTILITY SUPT. To: 4 T- t4gIFFA) Firm: Tel. 0 ,c —izoa? No. INIT. DATE P.W. DIRECTOR Asst. P.W. DIR. UTILITY SUPT. TRAFFIC ENG. ASST. CITY ENG. SUBDIV. ENG. DESIGN ENG. CO -OP P �J. ENG. FIELD ENG. SECRETARY Subject:—A—kl.rY 0 I- c5u�tE 4 ItNt-()RINt` Outline of Information received Given E-771 H AT- N F f7H y5 LINTIL /�SSr55M z—N7� ?S � I L 5S tI . IF— O 1- A L.L R Nr 15 d HA LGrF D 7=b,2 A ti�-a Date- 14A 5 G1L3 LV a Al 10 (ZHAtiarD FviZ i,KTKIa &PLY 3 0Ay5 UNTrt, Ze, — ClLNlP— 5iCFD )VlE: Ta TfiK.F7 ) >J 2 A A 5 To eo 1, Pzrzv 01 l HLC(ZIP1�7 —2) AL -r8 - 61? Action Required Person Responsible Note; Make copies for addressees indicated by "C" in No. Block Date Due: RAY R. FOSTER 438 FERNUEAF AVENUE CORONA del MAR, CALIFORNIA 92625 July 24, 1969 Mr. Derek H. White, Design ELgr. City Hell Newport Beach, Calif. Your letter (undated, but hand - delivered last Saturday afternoon) concerning the water main replacement program, indicated the work would begin in about 40 hours, which would have made it Monday A.M., July 21. As only some Jack- hammer work hoe been done since then, I presume it has been delayed by the heavy equipment operators' strike. In that event, 6trest parking will not be needed until work actually starts? A point not mode clear in the letter lot what happens to the alley after the water main has been replaoed? Will the alley immediately be paved - with concrete, as all the other nearby alleys are - or do we have to put up with the �.. bituminous patch paving for awhile? This doesn't hold up, and the City's own garbage collection trucks are the worst offenders in gouging the soft pavement into ruts and high ridges. Some of these get so bed they can affect a car's wheel alignment while angling into the garage. Last fall, in discussing the extensive work an Second Avenue and adjacent alleys you stated that funds were not available to include paving this alley (between let and 2nd Avenues, and Fernleaf and Goldenrod) but that it would have first priprity in this fiscal year. Does that still stand, and what is the timint? We strongly urge that the work, including concrete paving, be finished as soon as possible. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO '� / / TOIL FROM: COPIES TD: DATE 7—,7,-6? `--IG`C-1 2e�, 5 /A/ %H /5 /j« ✓ r r / SIGNED PUT IT IN WRITING e e . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS MIER- GRI IN INC. GENERAL CONTRACTORS 352 -3128 July 21, 1969 City of Newport Beach Public Works Department City Hall, 3300 Newport Blvd. Newport Beach, California Attention: Mr. Derek H. White Design Engineer 0 c - iz 'V� BOX 578 . 10900 COTTONWOOD ST., SUNLAND, CALIF. 91040 Subject: Water Main Replacement, Corona Del Mar Area Gentlemen: We wish to inform you that as of this date we have not received payment covering Progress Payment Request No. 1 for the period ending June 20, 1969 on the above subject project. We are aware of the fact that in City offices as well as in private industry sometimes situations arise that prevent the maintenance of a strict schedule. However, payment within a reasonable time should be expected, and when this does'not occur it creates a financial burden and hardship upon us. Anything that you might be able to do to expedite the above payment will be greatly appreciated. Very truly yours, MILLER - GRIFFIN INC. Wal eE i A. ffin', Vice ident WAG:dm R¢`' 6ED ` N �Ya c CITY OF NEWPORT BEACH.- PUBLIC-WORKS-DEPARTMENT TO 3 /LL �i� !/.r. - f2/ N /i✓ t+ DATE 7 -mss FROM: ��%%/SG�iW SUBJECT: 1`7LLfr l! e7vioe_ COPIES . F 44- rt/T 5;f eYl G - ?® CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT I MEMO TO /Z'% j l l i /C. �7 -!>f' :`%�` /N DATE / FROM: t� !%✓ % 'f �� J// �LL�'y l l SUBJECT: %✓ `%' �� 'G,'= '= �'!�i� �" �. .rN_s / /fi r /�4C .5 y:, 1J/�iE'�-_ %� %� /�J� /� L' �i }%� /".�� �� 15 7 i CITY OF NEWPORT BEACH.- PUBLIC-WORKS-DEPARTMENT TO 3 /LL �i� !/.r. - f2/ N /i✓ t+ DATE 7 -mss FROM: ��%%/SG�iW SUBJECT: 1`7LLfr l! e7vioe_ COPIES . F 44- rt/T 5;f eYl c iz-ap r CITY. OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO���j':P�:�li� �l' % /[�fi.�� j��',�I�f.� /I� .. DATE- FROM: /3CN / e1013 UBJECT: Allrlly 1p Bf Al /-/iC,lfy C.L(J3�'.'2 <- �LL/"� P G'- '. C.Tin:3T.Cd- c�T //�N / /M�•Ud'/6�0C /I�%. COPIES TO: _��r •-l- �„y�i�'�.r�i`.i SIGNED PUT IT IN WRITING.,.. , .;WRITTEN. MESSAGES SAVE_T1ME AND AVOID. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO o TO! �C /ri/3i� /i� / %�Ar,e' l9iel,k F lA% DATE '7 FROM: SUBJECT: A/ Tasue,c ^e i.r J21 vlr;2. - '57,,-c= 7-E of - T/d /1 f%t l Fc y 10/°` A-7 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / MEMO TO /// zh ajtde -- DATE FROM: ,g'3 /S P/t/ � ,-eyo SUBJECT. 44-Y . Gr "'Fi ✓ /.c/!p - ,c� may" 13 /�. iVi`✓ /GD� Ac�c� f SS //3G ice' rc Ye hi /c.` G r-s - / ✓4 Alai ' U/2r N//rI TO Z,11,1/lOr.�r -54I I44-f C 71le- t� s piss Nc7 �s' r.0 �.r•i us . % � -rm E r /SriN� ,E /3/r,� i�3ds i B!' —iii- ,60 24 P,c /z/-7 A)i/W '4 _ Hl1e rN� rAe 7—A o1 T .4 AA Y E X /ST�x)le 3 ' _5l3r ✓le V s WNiC/< IX r4J' rr' E wrfd //!S COPIES T0:1 -1&u/ G&*AA— //-v 'X yj/(�d+ff�+si" /t,i —: lE& V g4lAJ# dAW .iii J014 - /✓e% / Q W .4AA0WI j7 S 1 GNED PUT IT IN WRITING .,... , W T'T MESSA kSAVE TIK AND SID EMS: eri „� ey --m1 E �,a�or�f�ccls /r lmojT Ike /!o % "YY /% 'Z ¢ _ -17 A-7 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / MEMO TO /// zh ajtde -- DATE FROM: ,g'3 /S P/t/ � ,-eyo SUBJECT. 44-Y . Gr "'Fi ✓ /.c/!p - ,c� may" 13 /�. iVi`✓ /GD� Ac�c� f SS //3G ice' rc Ye hi /c.` G r-s - / ✓4 Alai ' U/2r N//rI TO Z,11,1/lOr.�r -54I I44-f C 71le- t� s piss Nc7 �s' r.0 �.r•i us . % � -rm E r /SriN� ,E /3/r,� i�3ds i B!' —iii- ,60 24 P,c /z/-7 A)i/W '4 _ Hl1e rN� rAe 7—A o1 T .4 AA Y E X /ST�x)le 3 ' _5l3r ✓le V s WNiC/< IX r4J' rr' E wrfd //!S COPIES T0:1 -1&u/ G&*AA— //-v 'X yj/(�d+ff�+si" /t,i —: lE& V g4lAJ# dAW .iii J014 - /✓e% / Q W .4AA0WI j7 S 1 GNED PUT IT IN WRITING .,... , W T'T MESSA kSAVE TIK AND SID EMS: eri „� r C-lZa NOTICEto Owner or Reputed Owner, to the Original Contractor and to the Construction Lender (if any) in accordance with Section 1193, California Code of Civil Procedure or Section 4210, California Government Code. TO: City of Newport Beach (Mama of armor, rop.tad ew... or public agency) Address: 3300 Newport Blvd Newport Beach___ (Address as shore oo building permit: if not (hewn, address of lob sea a AND TO: Miller— Griffin Inc. ("a" of original contractor) Address: Pao- Box 578 Sunland 91040 (Address of original contractor; if "known, address of lob site) AND TO: none per customer (Nam. of construction lender if any) (Address of construction lender; if unknown, address of job sits) LIVINGSTON- GRAHAM INC. 5500 No. Peck Road You are hereby notified that El Monte, California (Nam. of person or firm furnishing labor, urvica, materials or equipment) located at (Address of person or firm furnishing labor, service, materials or equipment) has /will furnish(ed) labor, service, materials or equipment of the following general description Ready mix concrete with the estimated total value of (Construction lenders copy only) for the building, structure or other work of improvement located at sewer improvement - N W cos id Ave & Pacific Coast Hwy, Corona Del Mar (Address The name the person who contracted for the purchase of ch labor, service, materials or equipmeret h LIVINGSTON GF:vnH ^P1 '�!I 55w Pau. labor, service, 6/30/69 ay 4— lzX acs (signet*,.) (Dab delivered or mailed) CI_y ^F NOTICE TO PAYOR: "Under the Mechanics' Lien Law (California Code of Civil Procedure, Jeetion 1181 at seq.) any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your prop- erty. This means that, after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own contractor in full, if the subcontractor, laborer, or supplier remains unpaid." sea push S"O of book of fbk pad for kartranNar Y tb an, of this form n -u • aSEe aua,uaoe arona,o • aeor e. rsaergnr. sN wwaaLao. No. 114 . a CITY OF NEWPORT BEACH CALIFORNIA +w city Han 3400 Newport Blvd. (714) 8784310 July 3, 1969 Miller- Griffin, Inc. P.O. Box 578 Sunland, California 91040 Attention: Mr. Griffin Subject: Water Main Replacement, Corona del Mar Are , C -1208 Gentlemen: The Special Provisions for the subject project require that all work in the alleys be completed within 60 calendar days following the execution of the contract. By mutual agreement the starting date was postponed until June 2, 1969 resulting in a completion date of August 1, 1969. At the present time, you have completed four of the sixteen alleys under the contract (25 %) but have used 30 of the 60 days allowed (50 %). It is suggested that you read Section 6 of the Standard Specifications, and especially paragraph 6 -9, Liquidated Damages. In addition, the Special Provisions require that work in each alley be completed within 14 calendar days, any time beyond that being subject to a $50 per day damage assessment. This requirement was emphasized at the pre- construction conference, and has been reiterated in numerous memos to your personnel since that time. The enclosed tabulation shows that no alleys have been completed within the 14 day limit and the total damage assessment for those alleys completed so far is $1,050.00. It is suggested that you increase your work force sufficiently to meet the time limitations required by the contract. Very truly yours, G. P. Dunigan, Jr. Field Engineer GPD /ldg CC: City Manager " City Attorney ,,• I.A. y.l WATER MAIN REPLACEMENT .-.CORONA DEL MAR, C -1208 TIME OF COMPLETION AND LIQUATED DAMAGES ALLEY START REQ'D. COMP. ACT. COMP. DAYS OVER AMOUNT TOTAL 2 -d 6 -5 -69 6 -19 -69 6 -24 -69 5 $250.00 $250.00 2 -c 6 -6 -69 6 -20 -69 6 -28 -69 8 400.00 650.00 2 -b 6 -9 -69 6 -23 -69 6 -27 -69 4 200.00 850.00 2 -a 6 -10 -69 6 -24 -69 6 -28 -69 4 200.00 1,050.00 4 -c 6 -13 -69 6 -27 -69 4 -b 6 -26 -69 7 -9 -69 13 -e 6 -30 -69 7 -14 -69 5 -c 7 -1 -69 7 -15 -69 9 - -~'-'~--------'`'-- -' — ----------------------------- - / � � CITY OF NEWPORT BEACH ~ PUBLIC WORKS DEPARTMENT � | MEMO � ^<� | DATE FROM: . ' SUBJECT: ZZ ' � | � � � � ^ CoP|ss TO: � - x|owco PUT IT IN WRITING WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS � -�xawm�Nep ' ` CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / MEMO y TObllar elAa /.v �/�� /�c�!P�- la�c%ii =r -iN DATE FROM: SUBJECT: y166F"�tc� rS Hm)o '7;4r i r�sicrJ3 ,Q/e t ✓fr:._' ��� /if/ �L �� GT X73 !✓L T/!l ` TE., CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO er/' 44 —/ 3:1.-el COP( ES To. 6U6iie-- ;etiC%, O T/H,1 1 DATE el,,- `✓, `lr / lil,. NT IGNED PUT IT IN WRITING , . . . . WRITTEN MESSAGES SAVE TINE AND AVOID ERRORS CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT C —/Z O 2� MEMO / DATE !� ";217 �d i FROM:9e15e-" -) SUBJECT: — y,ccs'Y /- NLDi/ !Pi lu Tc ✓h" i` iU0 ,�.cldyr�lZ /N i'rr/,ar NJ a< TN /s �NTt CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TOf �Cy�✓� / /3,r i� / /�L %!�! lac f -2 ! / =i li✓ DATE 41157 % -Z FROM:.CC:�3 /5clCJ � G'loo SUBJECT: [xc Y .C/tsue —�3 i�f.i� itwliii ry A -/W -/ y V i= -.IrIL iiZcdiSlGti.15 L;GNT .�aCTp(Z, !3 NrCLF'r3Y Nc7irrh L7 Tiiri7 TNr' L}I / Syli),)T iN vd,R L '�17`T12/11k.7 -IC:N3 { Z 1fJ F yr —�T' I ( iL ALL t Y 4: i5 �1— TN IS t71T= ✓ir,3C 7H'73r 5q +-1 i..0 - !') ' ' I— i =( )L ,- t� Y s Z, A ire r ,w o G - Z4 A t3 D ;Z 11 w H /L, o4 -15_ 3TIr!_ 'SL F7– A&.)i7 utiSTHi�i_`- t!-) Sf- YI iZHL 74ALE -5 COPIES T0: � //; L/, exeriz I GNED PUT iT IN WRITING o e e v WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO C'- ad DATE / FROM: % /tee SUBJECTTt 111 / �r Y G�GSlJe� /y3 PE,c Nif w //> G,r- vi314o( � Tl,e rs• /eD '7 TXNT T//G /I S3 3JNJFi11/1 1�wo Wdee e 3r eler/ONs �kr /i� or r/// -i �w7-, x. Gxe r F�K /04'47/ Z A 0 AJe T f..l C ,le,.IvairMA/ s y eC sTiLL /i) EGFECT /=Ge '041 -I Ys S /NC � /Vt / riY1--Z GF TiYFSF f1CL/c j3 /{ ��� ,J /QD s �p /lilPi4 GTE FU.Q T*,r11 /ND,zG o1.Q/� _ /11'? dCfES 0 -1 3 t•� l.OP1F fo: i w ,S//T /Sh /1 C TI TN /3 IGNED m PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO FROM:t %ic,t' SUBJECT: ` - c DATE K��� s'L S,�Ec /.VCr. TKv 1// /Lit COPIES To: LLL7 �.u6� I GNED PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: Miller- Griffin Box 578 Sunland% California 91040 ATTENTION: SUBJECT: Water Main Replacement. Corona del Mar Area We are Transmitting the following: Date jun• 74, 1969 No. Copies Description 3 Remarks: C -lY0 Progress Payment Request No. 1 Please sign two copies and return to our office. Retain one copy for your files. Copies to: G. P. Dunigans, Jr. Field Engineer GPD /ldg Enc. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0._ 1 FOR PERIOD ENDI PROJECTt WATER MAIN REPLACEMENT, CORONA DEL MAR AREA BUDGET NO. 50- 9297 -041 CONTRACT 1208 ITEM NO. CONTRACT ITEM 1. 6" A.C.P. :. . 2. 8" A.C.P. 3. 4" P.V.C. Pipe 4. 4" G:V. 5. 6" G.V. 6. 4".T.S, 7.. Fire Hydrant c ?" 8. 1" Service -5 9. 2" Temp Resurfacing y: 10.: 6" A.C. Trench Resurfacing 11.:. 4" P.C.C.. 12..; 8w.-P.C.C. 4 - ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED LESS 10,% RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUEST 6.70 /LF 8.00 /LF' 8.00 /LF 113.00 Ea 153.00 Ea 370.00 Ea 500.00 Ea 75.00 Ea 0.35 /LF- 2.00 /LF 1.00 /SF 1.50 /SF'' R! P�BI� AMOUNT EARNED $9,648.00 - ,'toy %t, of BEADY , << 3 819667.00 Send Payment to: Miller-Griffin. Box 578 12,384.50 Sunland, Califor 1,238.45 11,146.05 I HERESY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT SIGNED /l:i �� L SIGNED MILLER NOINEE � ,L 91040 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TOK DATE FROM: .41 COP] Es To: T j—"I'l 5 LTD X Tr iv 10 1-7 I GNED PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS llil 4t. 7 L A, 1-. L 7 ij 1 T i k� I-') c Lz- COP] Es To: T j—"I'l 5 LTD X Tr iv 10 1-7 I GNED PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION From daI5ybJ In person r5ZI Tel. Tellcon To: _4 T (y tFI_a) Firm: Tel. • .0 — /2od9 No. INIT. DATE P.W. DIRECTOR sst. P.W. DIR. UTILITY SUPT. TRAFFIC ENG. SST. CITY ENG. SUBDIV. ENG. DESIG NG. FIELD ENG. SECRETARY Subject: /-j 1,.A.r Y C. ,&Su ki :E 4 C� 14 L0 Ri&1F` Outline of Information received F:71 Given 1. 1sFT 1D LGN i i2- —t —)q T NF /7H VS L/NTiL 5r551\6 17 9JT 15 o i- /) I-L F y -2-D 4 Nr. iS oHhr 4FD )=,,;. 1.3- Akti_aY F 3 10041 L_ te. /t /7 —Z`t 1419 5 6,1J Ly' 02 M04 k! H A tii, FF_ D F_r jZ_ a )c T iz CPLY 3 IDAY5 l /Nr/c, Z C. , Li, NTiZ AS(6 ED "lz Ta TAKE 1J /) I- �- ff Y 5 2,A) 1-3 To 1- +&,zAe6 tu LHLCIZIN1� �+ 1DUA� G -18- 10 Action Required Person Responsible Note; Make copies for addressees indicated by "C" in No. Block Date Due: CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TOcf /s5e /F�i.✓ /�i <�/l /;;c. -�,�trv/ �J DATE e�l -fie -4e- FROM: SUBJECT: ,ewe Te c 1-5 h / "�'t "/3 K /W/>rll,r_'O 711,Y /' ; He / ff,3e S3//!4r/Vl 11AAV WL2� QFS TK /CT /LNS PIKE �VCW „1/ �rraG% / ,� 17' 4,en r 2 L a f%F3o rNi3E i`o 1r4p1r1,eA1z A".ry Z o0 COPIES T0:_f CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT TOW', / / MEMO / p 44T G12iF�i�v 11t11<{ /:.c-- G7C�FF /(i DATE_ f�' -.2.3 -ec FROM:1t' {3cN 61:11043 SUBJECT://L,.,; Y. C: Adt me,6 - /y 5 RA /2 IT7G me OG if - 9 -i� y 44,10 'e c/NL :CN G re/Z F/B 7-yaf rHF A33fs3li, eyE , 1va WoKA' ?9 c lww ,/�F 3Ti�� i/✓ 6r'FEeT ,�c,e .Y,4A.Ey _Z C i Z O _ sitlrEr COPIES T0: X /IrLO � &r` I GNED PUT IT IN WRITING . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS .a June 18, 1969 Miller- Griffin, Inc. P.0.8ox 578 Sunland, California 91040 Attention: Mr. Walter Griffin Subject: Water Main Replacement, C.D.M. Area, 1968 -699 C -1208 Gentlemen: Reference is made to our letter dated May 21, 1969 stating that contract C -1208 was executed on May 12. 1969, which date began the time allowed to complete the work. For reasons of mutual convenience, you began excavating in the first alley, 2D. on June 6, 1969. This is to inform you that the times$ lowed to compete the wolek will begin on June S. 1969. Very truly yours. Uerek H. White Design Engineer DHW /em cc: Field Engineer i m8 ,D67zel�, CITY OF NEIWPORT BEACH - PUBLIC WOKS DEPARTMENT TO�iL //`lam /A✓ ��� /IC��K Gj /2 / %�f %�% DATE.I ' —�T —� / FROM: SUBJECT: COP I Es To: T SAC _LL 5/�'. "'VL ' 910M[0 i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT // MEMO TORT LtR /�F/ c/�lI ��F K -G/c�rr'� cJ DATE FROM: rC401313cou r, T.Pde7z Z I "i�t P,ecdisi�Ns f .erg` T i�/iT /N!/� LG/V3Ti�l /LT /D� /A/ /Tfi�H.� �lLL/r.Y3 e COPIEs To: ✓ /ti4d A6.44 I GNED PUT FT IN;WRITING a;. SSgGES SAVE T.1bE eL --------- - ----------- - ------------------ - ----------- - -------------- ............... F Uw 'de 00 ---- --- ---- ------ ~-~---~~--'','~.'-`-~.�~.~~~�,~`~.--`--`~_-,__`~-~.----- | / otAp �-__'----'-� - -'-- ' '- ---�-- -�----'__�- 4 # G'. — /za1� NOTICE to Owner or Reputed Owner, to the Original Contractor and to fhe Construction Lender Iif any) in accordance with Section 1193, California Code of Civil Procedure or Section 4210, California Government Code. TO: City of Newport Beach (Name N nerear, reputed wasse r or public agency) - Address: 3300 Newport B Vd Newport Beach (Address or 'hewn use building permit; If Pat ahwh. addreo of lab shat AND TO: Miller Griffin Inc. (Name of origlea ongtiractor) Address: P.O. Box 578 sunland " AND (Address of original contractor; If unknown, address of jab she) (Name of coestroction lender If any) (Address of construdin leader; if e,knwis, address of job file) LIVINGSTON N- GRAHAM INC. 5500 No, Peck Road You are hereby notified that Fi Monte California (Name of person or firm furnishing labor, service, materials fir pnlpmeal) located at (Address of person or firm furnishing labor. service, materials or, Wfolpmo tt has /will furnish (ad) labor, service, materials or equipment of the following general deseripfion AQaregate with the estimated total value of (COestre<tien lenders copy only) for the building, structure or other work of improvement located at City of Newport Beach on Second St B/T Dahlia & Poinsettia Corona. Del Mar (Address of job she) _ The name of the person who contracted for the purchase of such labor, service, materials or equipmanf is Miller Griffin LIVI NGSTCN-GPAHAIVI INC. 5500 No. Peck P,cad El P.inntr, v i, rnf (Nome of pef%n or 6/11/69 (Date delivered or mailed) (signature) (Address) serviw, materials or eNlpmeen NOTICE TO PAYOR: "Under the Mechanics' Lien Law (California Code of 1181 et seq.) any contractor, subcontractor, laborer, supplier or other pars( your property but is not paid for his work or supplies, has a right to enforce a erty. This means that, after a court hearing, your property could be sold by proceeds of the sale used to satisfy the indebtedness. This can happen even if contractor in full, if the subcontractor, laborer, or supplier remains unpaid." Sn Pink SbW al bwk of NY pod for %onoctior b New d this loan 10 -67 a Quern uursRauo FORMS -sere e. vewrwnf.:ce....aIon. cacM. Freer Civil Procedure, Section n who helps to improve claim against your prop - a court officer and the you have paid your own Fosses pa. IM ----------------------- — — ------------------- ------- — ------------ CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO 14&,4 /V DATE er FROM- SUBJECT: 4 Z� -5717el Copies i G N E D PUT IT IN WRITING WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DATE RECORD OF ORAL INFORMATION P.W. DIRECTOR From:W/3 In person F rm: �/I%ly/ Tel. Tel con y No. INIT. DATE P.W. DIRECTOR Asst. P.W. DIR. UTILITY SUPT. TRAFFIC ENG. ASST. CITY ENG. SUBDIV. ENG. DESIGN ENG. CO -OP P R_ )J. ENG. FIELO ENG. SECRETARY r a To: LD• / LL 50 /J Firm: `� ✓3 / del . Subject: ���� �CfiS�//ZfI_ File: Date: Outline of Information received Q Given /y DV15F-D I N%IT 1)"r, is Z A) 13ic- A2 LtD59:0 To 7-12 AFF1 c � srr>Ft��TS 5T 1� NAV0 A5H iM U0NTA INFze2.S I\ 6.4lJ l ` k% LI-F Y /0 FgaNTe TP—A S N * �3ri<K a SIR R.u<-r ALLFFY Ihi cF,55115LE7n Action Required Person Responsible Date Due: Note; Make copies for addressees indicated by "C" in No. Block CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO. `�t%T DATE ` FROM: SUBJECT:1 COPIES T0:.V�- - ��'SIG`IJED CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO; /%% 7-- DATES 6 r1 SUBJECT: T G' 12 Z /'•� :: l/ !!'G' / {'I.�fG /+' /i il /= ? -�C ul C.( � 'I (>C'. `'J/ yI /l G .mac r COPIES T0: I GNED dRITING . . . . . 'WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS I ALL 9 2.'5 '"T2E 04 1-1 N E J- ,)d;<o m G nb2TH r6 ALLEY 2 A Z ALLEY Zd T2CMGH LJME LOOKIAf6 SOU rH TJ A�tEY 2 G wA-i E Z MA, t7 XkOo -.n G R.C. PRV-�MEAJT. A`L,EY C LooAiti(G Sou -H T-o RLt EV 2$- "WrE PIECES OF A.C.: 4 6+HL2 DE82/J 1,4 -M' ENC," C -18041 WArga MAim R<ILAGiM; N T r r C.TVo-'_:i 7-a sQU c�A;1A1A pi.` MA/ T y ALLEY Z G - rrzcnlr-" Foz SEZV,c.c ghLD Z ALLEY Zd T2CMGH LJME LOOKIAf6 SOU rH TJ A�tEY 2 G wA-i E Z MA, t7 XkOo -.n G R.C. PRV-�MEAJT. A`L,EY C LooAiti(G Sou -H T-o RLt EV 2$- "WrE PIECES OF A.C.: 4 6+HL2 DE82/J 1,4 -M' ENC," C -18041 WArga MAim R<ILAGiM; N T r r C.TVo-'_:i 7-a sQU c�A;1A1A pi.` MA/ 5, ALLEY 48 LOoe -i&IG Noel-14 C el-". TO N LLG Y d A AttEY 4 A Loo dGf ALG QoZ ME2LY 10 S'rM A v Z 4vc. ALLEY (. : WATCrL MAOM REPLA49MCoATO COADMA ass, MAC PIGTU2�� ! A::.Er1 f�Y_: `il OnS iZ06lSC,'N CALIFOOIIA PRELIMINARY'iCE In Accordance With Section 1199, California Code Of Civil Procedure and Section 0270. California Government Code L CONSTRUCTION LENDER or E',: Reputed Construction Lender, if any N r- City of Newport Beaoh D 3300 Newport Blv&.. E Newport Beaaha California I_ Attentions Mrs. Laarawl Lagioe J R City Clerk L �J C O P Y FOLD OWNER or PUBLIC AGENCY or Reputed Owner (on public work) (on private work) FOLD MERE WOWED CITY CLERK Ji,..,, CITY of N-11PUT BUCH, CALIF. ~1� ORIGINAL CONTRACTOR or Reputed Contractor, if any YOU ARE HEREBY NOTIFIED THAT . 01 (narV(*W person or firm furnishing labor, services, equip, 505 So. Claudina Street ment or material) Atnah ®ire - 7 i foT_+ri a 92805 (address of person or firm furnishing labor, services, equip- ment or material) has furnished or will furnish labor, services equipment or materials of the following general description: Nisoellaneona Valves. fittingB and (general description of the labor, services, equipment or ayywtomaaoea for water Lea lief material furnished or to be furnished) for the building, structure or other work of improvement located at: U_2f NMert Beech jaddress or description of job site - ft=ae Coeaty _ Corona ]1e1 Mar sufficient for identification) Area the name of the person or firm who contracted for the pur- chase of such labor, services, equipment or material is: Millerneriffin. Ino. P. 0. Bo= 578 10900 Cottonwood Fhwl ays8l i ferui a (address of above person or firm) An estimate of the total price of the labor, services, equip- ment or materials furnished or to be furnished is: $ 15.000:00 tely (this must be furnished ro construction lender — optional as to owner or contractor) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. IF I. •t �.hv s- This form is recognised by the following organisations: BUILDING MATERIAL DEALERS CREDIT ASSOCIATION CALIFORNIA BUILDING MATERIAL DEALERS ASSN. CALIFORNIA LICENSED CONTRACTORS ASSOCIATION LUMBER ASSOCIATION OF SOUTHERN CALIFORNIA _.I m 11 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO �yl j .. ; .l ii' / /.�' ��i' / /!i',e ' ;'V i ,N' / /'' /•; /.L DATE FROM: SUBJECT; c c /.0 /r _ / G A, 7,ZUC T /uX� L C!1 / /i /a`y ? .�✓ -1 fl S ?r Z -� " /L- 5, i'L /i3c yil ✓fS /u/lJs COPIES Toe /Y /(rtf (I Oy(. ✓ JdGNED i PUT IT IN WRITING . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS --- - ------------- - - -------------------- -- ------------------------- - ----------- 6 1 Copies To:/. CITY OF NEWPORT BEACH — PUBLIC WORKS DEPARTMENT MEMO TO A.. /-L DATE FROM:.',b SUBJECT: All 7 -ze Copies To:/. _ CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / MEMO / O TO;/V� %,i; �iiGN - ii11,e DATE i FROM: � SUBJECT :_,�: z i ✓� ✓il /Gr�� C C�`Y ` Z7 //O c /ij/ el -/9 COPIES TO:6; /, 1; V/."//N - %;.t'td /Z 4,C I GNED PUT IT.IN WRITING . . . . . '.WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS 0 May 27, 1969 TO: UTILITIES SUPERINTENDENT FROM: Design Engineer SUBJECT: WATER MAIN REPLACEMENT. CDM AREA. 1968 -69, C -1208 Attached are two prints of the title sheet of our Plan W- 5068 -S for the subject project. Will you please have Norm plot the valves that are required to make "dry" connections in each of the alleys shudn. Please return the print and we will make copies for the contractor and our field people. We would appreciate it if you could have someone check the valves before the work begins. The contractor proposes to start delivering materials to the area beginning June 2. 1969. He will start work in the easterly alleys and proceed westerly. I am trying to get a storage yard built for his use behind the Standard Station at P.C.H. and Dahlia but have not yet succeeded! We will need approximately 700 of the notices that you supply that are placed on door knobs notifying people :thei -t.. water is going to be turned off. RVAM Derek H. White Design Engineer DHW /em C - /Zp8 TO: FIELD ENGINEER FROM: Design Engineer May 21, 1969 SUBJECT: WATER MAIN REPLACEMENT PROGRAM, COM AREA. 1968 -699 C -1208 Attached for your use are 2 sets of Plans, Special Provisions and Proposals including contract prices. Also attached is a copy of our Letter of Authorization to proceedtto the contractor requesting that he notify us of his proposed schedule. Derek H. White Design Engineer DHW /em Att. stiller - Griffin Company dox 578 Sunland, California Attention: Mr. Waiter Griffin. Vice President 0 c - /zev May 219 1969 Su:,ject: Water Main Replacement, CDM Area, 1968 -69 C -1208 Gentlemen. Enclosed for your information and files is a fully executed copy of the contract for the subject project. Also enclosed is ti+e aonding Company's copy for your dispensation. Please proceed with the construction in accordance with the Plans. Specifications and Special Provision. The contract was executed oy the City on May 12. 1969, which date begins the time allowed to complete the work. Very truly yours, Derek H. White Design Engineer UdWlem cc/ Pat Uunigan TO: Public Works Department FROM: City Clerk Date MaN721 'IgFq SUBJECT: Contract No. 1208 Project Water Main Replacement Program 1968 -69 ( CdM area) 3 Attached signed copy of subject contract for transmittal to the contractor., Bonding Co., 9 your files. Contractor: Miller- Griffin, Inc. Address: Box 578 - Sunland, California Amount: $ 81 0667.00 Effective Date: May 12, 1969 Resolution No. 6971 Laura La os LL: dg Att. 3 cc: Finance Department May 16, 1969 TO: FIELD ENGINEER FROM: Design Engineer SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69, C -1208 Mr. Walter Griffin of Miller- Griffin would like to meet with us at 8:30 A.M. Thursday, May 22, 1969. Will you please have the inspector -to -be and /of yourself available -- they may want to visit site after our meeting. av- Derek N. White Design Engineer DH'W /em May 15, 1969 TO: CITY CLERK FROM: Public,,Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69, C -1208 Attached are four sets of Contract Doucments and Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all doucments have been executed by the Mayor and your office, please retain your copy and return the Contractor's Puolic Works Department's, and Bonding Company's copies to me. 1 cr Derek H. White Design Engineer DHW /em Atts. c- - /Zoe TO: CITY RNEY / FROM: Public Works Department/ SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69 Corona del Mar Area, C -1208 6 c — /Zoe May 12, 1969 Attached are four sets of contract documents and insurance certificates for the subject project as executed by the Contractor. Ple ew for compliance with City requirements and urn at y earliest convenience. Derek H. White Design Engineert DHW /em Att. r TO: CITY ATTONiEY FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1968 -69 Corona del Mar Area, C -1208 L c -iZ .9 ? May 12, 1969 Attached are four sets of contract documents and insurance certificates for the subject project as executed by the Contractor. Pleas^ review for compliance with City requirements and return at your earliest convenience. Derek H. White Design Engineer DHd /em Att. 0 0 CITY OF NEWPORT BEACH CALIFORNIA p May 2, 1969 Jenkin Construction Company P. 0. Box 1427 Long Beach, California 90801 Attention: W. R. Jenkin, President Subject: Water Main Replacement Program. (C -1208) Surety Bond - 77ie American Insurance Company Gentlemen: On April 28, 1969 the City Council of the City of Newport Beach awarded subject contract to Miller - Griffin Company, thereby releasing you from your bid. Please notify your surety company that subject bc9nd,which is enclosed, is hereby released. Yours very truly, Laura Lagios City Clerk City of Newport Beach ih Enc. cc: ?ublic Works Dept. Attn: Derek White CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 April 30, 1969 Miller- Griffin Co. Box 578 Sunland, California SUBJECT: Water Main Replacement, Corona del Mar Area, 1968 -69, 1208 GENTLEMEN: four ENCLOSED ARE Virg COPIES OF THE CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE SUBJECT PROJECT. ACTION AWARDING THIS CONTRACT TO YOU WAS TAKEN BY THE CITY COUNCIL ON April 28, 1969. IT WILL BE NECESSARY FOR YOU TO EXECUTE THE LABOR AND MATERIAL BOND, PERFORMANCE BOND, AND THE CONTRACT. THE DATE OF THE CONTRACT IS TO BE LEFT BLANK, AND IT WILL BE FILLED IN WHEN THEICITY EXECUTES THE AGREE - MENT. THE CONTRACT DOCUMENTS WILL BE DISTRIBUTED AS FOLLOWS: (1) CITY CLERK, (2) PUBLIC WORKS DEPARTMENT, (3) CONTRACTOR, \Y) BONDING-COMPANY,/yW IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE SUBMIT CERTIFICATES FOR PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AND WORKMEN'S COMPENSA- TION INSURANCE. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. THE CITY OF NEWPORT BEACH IS TO BE NAMED AS AN ADDITIONAL AS- SURED ON THE PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE. 2. THE LIMIT OF THE INSURANCE SHALL BE AS FOLLOWS: A. LIMIT OF LIABILITY FOR INJURY OR ACCIDENTAL DEATH: ONE PERSON ONE ACCIDENT $100,000.00 $300,000.00 B. LIMIT Or LIABILITY FOR PROPERTY DAMAGE: ONE ACCIDENT $ 25,000.00 AGGREGATE LIABILITY FOR LOSS $ 500000.00 fi _ • PAGE 'L. 3- THE POLICIES SMALL BE ENDORSED AS FOLLOWS: 0 "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEW- PORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE." PLEASE SUBMIT YOUR PROPOSED STARTING DATE IN ORDER THAT WE MAY PLAN OUR IN- SPECTION SCHEDULE. THE SPECIFICATIONS REQUIRE THAT ALL OF THE ABOVE DOCUMENTS BE RETURNED TO THE CITY WITHIN IO DAYS AFTER THEY HAVE BEEN MAILED TO YOU. (V EE /R'YY TRULY YOURS, Derek H. White Design Engineer DHW /ldg CC: Frank E. Rowsey Agency 510 S. Spring St. Los Angeles, California 90013 Jenkin Construction, Company P.O. Box 1427 DONG BEACH, CALIFORNIA 90801 Attention: W. R. Jenkin, President SUBJECT: WATER MAIN REPLACEMENT PROGRAM C -1208 Gentlemen: April 29, 1969 This is to inform you that the City Council awarded the subject contract to Miller- Griffin Company, thereby releasing you from your bid. We wish to thank you for your bid and hope that you will be inter- ested in future projects of this nature. Your bond will be released by the City Clerk. Very truly yours, / -Lr Derek H. White Design Engineer DHW /em cc: City Clerk REPLY TO P.O. BOX 7427 O LONG BEACH, CALIFORNIA 90807 JENKIN CONSTRUCTION CO., 3200 EAST 29TH STREET, LONG BEACH, CALIFORNIA (213) 427 -3832 April 18, 1969 City of Newport Beach 3300 Newport Boulevard 9 Newport Beach, California Ott ORBS Attention: Mr. Joseph T. Devlin C Public Works Director Subject: Contract No. 1208 Water Main Replacement Corona Del Mar Area Dear Sir: Pursuant to our conversation last week it is evident that my interpretation of the bid documents for the replacement of water mains was considerably different than what was intended by the City. I, therefore, respectfully request that consideration be given to awarding the contract to someone other than Jenkin Construction Co. If you need further information please contact me at your convenience. WRJ:mn Very truly yours, JENKIN CONSTRUCTION CO. ;7 W. R. Jen nil President CITY OF NEWPORT BEACH CITY ATTORNEY Department U TO: City "sit DATE: Apra n, 1969 FROM: City Attorney SUBJECT: pater min 1Mlai t Fx*S= ms 1964 -690 GMttait so, 3206 rew as4ed no sopiu Ot tw vowlnti~ in 480 M tiro with the abom wbjait. We baw p=iparad OWN rasslutisas in the alto mt0. plea" diat=Oy tM gag"& ani. it is =Mwstad that this natter be Naiad an the **=W l 64401a Los the nsitint of d*ril 2611 1969. Amt s is ii s city Yaaps pabbio ilsa Disistor Tsuy R. iayniur MY Atti=aq fr Assistant City At%*= " 1 2 3 4 5 6 7 ,9 10 11 12 13 14 15 16 17 18 19 20 21 22 231 241 25 26 27 28 29 30 31 32 C Or um two OF NLWkOAT BYA i 1W A CONTI= FOR Tim WAZU MUM REKAQ24W PROGReIds 1968 -69. Ct38T"CT Is, i2" WaLaZASO pwroomt to tk* notic* inviting bids for work in connoction with a +rater g"A repl"emout program in the City of ke"Wt Beach and iu accordance with the plans anA spscifiaa- tions heretofore adopted, bids were received on the 8th day of April, 1969, and publicly opewd and declared; and Vii, it appear* that the lowass responsible bidder therefor is Xillor- Griffin, 1=. of Sunlau6i NOW* TWREMUs BE it &LSQLVP that the bid of Miller - Griffin, Ina. for the work in av=ection with a crates main replacement program in the amount of $810667.00 be accepted and the contract for the constr+uotion work -be awarded to sai6 bidder. Bit IT BttT HIR RESiLVEa;► chat the Mayor and City Claris are hereby authorized and directed to exeaute a contract is accordacse with the specifiastione, bid and this awned on behalf of the City of Newport: beache and that the City Clark be directed to furnish an executed «copy to the successful bidder. A00PTLD this day of . 1969. ATTRS7 city alerk yor TLW ta4 r 4122/69 April 16, 1969 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM. 1968 -69 (C -1208) A memo to the City Council recommending award of contract for the subject project will be submitted at the April 28 meeting. The following information is for your use in preparing the appropriate resolution: Bids were opened by City Clerk at 10:00 a.m. on April 8. 1969. As discussed, we do not know at this point whether the contract will be awarded to the low or second low bidder. If you need further information. please call at -your con- venience. 4 Derek H. White Design Engineer DHW: jtk ._��bd�'-/'�✓�: f� /ST .'��/!,S _ — vt.-y coy__�.B.�±a- .ve. -Yt �ac? .Su �A .. W ,,e(v, .mar S, Jobs /a.c,(sr coKs %. c�,o i✓ ... //� -�',, �J v e �( wa re 1 u u c t 0 0 m r o�a>- Jrp 0� } a 3 g i p 9 C r QIZ (n �aw F z 0 H O(Z r b. O H tJ W x h� `— o of ul I ol, of of of a r V l ) R ti N 0 z � ' LA nn 4 vo'i r d W � a° 80 °no a0000 s 2 {� }° �' OI •I O� V O� O� 'JI J QI � �' J1 aQ N ° 0 ° Q N `n O i ?^ r p J M o cx roll � � 2` -:§€ y Ss , y � V 3 m b - r ..nJIn SV-c0 Oar' r b. O H tJ W x \ � \ B HE __ ©! 2 \�) � \ §§§ 0 ! $� (� . \2 � 3 §\ §0z ; e83 � - �� . 2 . . kA §\�, v§ \� d �k104 � \\ \ {j }�$( \ % /�•) . � PH \/o ,2amo « CITY SEWPORT BEACH ® PUBLIC WORKS DEISTMENT CONTRACTORS CHECK-OUT LIST BID OPENING PROJECT LofLz -&n.MucL .WORKINGDATE1 e C� kS t -IS OtyS DEPOSIT REQU 1 RED ENO INEERIS EST INATE 0\ p(o, Snow NO. NAME ANO ADDRESS PHONE DEPOSIT REMARKS �. LD.ST.�L Ll Sow MAILED ,• �. b.3cslc it S .3— /7 - ego I 'L IS4ceZ Goa�o.,�. -moo « i D� hjo I QDD2ES5 . t}30� W, CoMM OU WC �zK -+2.3 -035 c 11 C,, CZ, Ma K�2Va y � Awor.aE2 r P1C 1r_E Uv C Cotici� VGA � �`E(L �p tiST. Cp . "I -4 ?--V6 + N d \- �tiawoc�, �"I S3r� -53os sow tl G— an o� i G2o a Cac iF T�J �Ej4< Cm�,S ^. 2v cr�oU GDS /p, 4. SSS Vvu $VC�jj A. e. -6zz4 tt c��.Ir-. 4 e F.W.'DcogF. � It uK1ae Cousreucrco `1 Ce. (2/3> Ad �3 3200 FAST 29'L" ST286T R0. Box /427 4• �7_ .9822 _ II LONG BEACHl CALCFOe-44A 90801 ,yq Y ^V CLOW 6; ray Ct-o VV COR.POP.A -. 10w ' }� l 605 Sovr.c G4AVb1 lfl St¢EST PO. 801c 5 o �.. - �' CITY O1S-WPORT BEACH - PUBLIC WORKS DEOMENT CONTRACTORS CHECK-OUT LIST 10: 0-0 A. h BID OPENING APR, Lg )9toq "...... PROJECT WA-rce- Ae, P PL.Ac. to LT Woomme DAYS (mn +IS 75 CALct4twL C"nea in DES Mae. Aar-4 — F.!'. 1968 -I q DEPOSIT REQUIRED ENGINEER'S ESTIMATE 1p(n X500 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS p QOSECCANS Co-isr uc -T,oN COMPAP� Y <217 MAIL6D 2609 Wesr QoSEC¢ANd P.O. BoK 4648 638 4213) 3' 17- lo� Comwr � �F 90226. to�0 -D 4 Al u 92504 ci 3s3 �G( C -;-r3 Pic K- < D lip r- �� T 20 -6 w l T- N L.O h S T 7 _7wL j �I G C.I D u P us 8 s. -I—vt- s ; . s -z¢ —�q �., Boa 'I- 0 7 /Y" oafi�ykxs otrrC 'RzvD, ,061 /1J /LLEe GGt /FF /iv /NC ^� lc rkc4 S7r 10� sS23 / :4 UP C.a n ILI U Ill 1 C / nq t 01 p ,--, L llJ C— n- 6 . ss � ar& _ 2 Lf a K, i WOW HUTRUTION EOMPANY FABRICATING • PIPELINE CONSTRUCTION CONTRACTOR 2509 WEST ROSECRANS • COMPTON, CALIF. 90224 P. 0. BOX 4698 NEwmark 8 -7816 NEvada 6-0348 RIC hill 44f'q 0. City of Newport Beach 3300 Newport Blvd. Newport Beach, California Attention: Laura Lagios Gentlemen: March 15, 1969 Please send one set of plans and specifications for construction of Annual Water Main Replacement (C-1208), Corona Del Mar Area. Very truly yours, ROSECRANS CONSTRUCTION COMPANY BY ) G). CJ� J Fred W. Ward FWW:gm .I 0 EiW March 14, 1969 City of Newport Beach 3300 Newport Blvd. Newport Beach, California. Attention: Laura Lagios City Clerk Gentlemen: LJ CLOW -ESTEY CLOW CORPORATION ` .'/ r Will you please forward plans and specifications for the construction of: F1"17LTAL WATER Y1AIN REPLACZ;E7T (C -1208 $io6,o00 Thank you. Yours very truly, M vi' lams SS c. 1 0"z 3 -17- L9 . A,`-<> 505 SOUTH CLAUOINA STREET • P. 0. BOX 550 - ANAHEIM, CALIFORNIA 92805 • (114) 5331391 G� �o '•.;H, REPLY TO: � P.O. BOX 1427 LONG BEACH, \ CALIFORNIA 90801 JENKIN CONSTRUCTION CO., 3200 EASY' 29TH STREET, LONG BEACH, CALIFORNIA (213) 427 -3832 March 14, 1969 City of Newport Beach 3300 Newport Blvd. Newport Beach, California Attention: Public Works Department Gentlemen: Please send us your plans and specifications No. C -1208 (Annual Water Main Replacement). Bids are due 10:00 am, April 8, 1969. Thank you. mn Very truly yours, JENKIN CONSTRUCTION CO. W. R enkin, President 1 /QW (Z .J" ' x A",-Op A Q 0d-�+y 0040P 1 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT Wa- r�g_ Ma eco. acs air -Coi un o. Msy \`1b8-�o°� BY: _C.o .n rs ... .►ea T'Rv�b�'tS —b 'bL, PRELIMINARY DIVISION 1=., c2 DATE ZA4 -, m9 FINAL NO. ITEM QUANTITY UNIT PRICE AMOUNT a�cA\.A �• �.� pow. ut t.�� ".- �i +i- oruoT�. WcsrEeL.l�ia,�J � S C L.� fir. D° �1I �' r l f� �O ©. 4 d' c, ti,� \Ivy Es Z t zr�0.°= 4co•� �Z GiC..b� Q4000a 4 So�.� 8 \ " wa-tcoti SE0 LE 60V3UJS ZL oNS k o o -s F -In a.a L.. O,4 1\ Mt C w c 'P�2rcA rtL2 "�2.v.c' oattma � Z boo `Po cl , of All CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT \oto -6g BY: "�w• PRELIMINARY DHVISION Lw,c 2. DATE FINAL NO. ITEM QUANTITY UNIT PRICE AMOUNT -t> 4' o-m- s,. '1ST l u.�. \4=' �16Soo.- 41' G7 V "2060, -7 5 E G `— ~•QFKa Z�, L.N fir+ O6r �.JQ,/ Llv --------------- ......................................................... ............................. .. - �� i i ul I t -icy - -- --i 3c — _ k _sc \6 i u - \ O k 4" T \%. C l Af �ct l f I " - _--- -,__--_-__---_- - -- _----_�---- - _ _ ' � °,°^°"°°~°°°~~,°^°^°°°°°°°°�°�°,°,°^°°~°°°,°^°**°^°°^~°°00°°°°o° ftqL | . _..........+ I .................................................................... ............................... C-� N I - i $ d s h i II sr = Z Z zs I .. ..................................................................... ..............................1 V_ .. y . s -1. o PI c u y� II L ,Fr, t g �.�.. Z T 7y Acle L1 2e 0. ! I ,- A-"A. l Zc L ZD I 43R l:s t' • • c � L,Gt a I \\ k"Its .. I; ton i 1 II I I January 23, 1969 TO: PUBLIC WORKS DIRECTOR ASSISTANT PUBLIC WORKS DIRECTOR UTILITIES SUPERINTENDENT FROM: Design Engineer SUBJECT: Annual Water Main Replacement Program 1968 -69 Apparently there is now $74,000 appropriated for this program. The six inch mains will be replaced in Corona del Mar alleys., At approximately $6000 per alley we will be able.to replace mains in approximately 12 full alleys. The mains will be replaced under separate contract from pavement reconstruction. Temporary A. C. patching will be used. Alleys 2a, 4b, 4c, 5c, 6a, 6b, 7b, 8c, 20a, 21b, and 23b have been chosen by priority of water main failures and surface failures. (See plan attached) Derek H. White Design Engineer ------ *� DHW /em n x. - .� .. .'zi w,Y� iks. r_ `- wsib- �...z _. _• • w i�Lnq��Pn h, 1 q R ll�.♦ N o e a e N III. r I M � Iw r w I• r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ � w +> I I}t q • • SIP r ' A ! Y A r o R�: •• w N q$ VI ll'T"It s Y M e? g JJI r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ w . � I I}t q • • SIP r .II A M Y A r o R�: •• w N q$ VI ll'T"It s Y M e? g JJI h, w N 1 w - .• � M w :, k a Y I.I r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ w . � I I}t q • • SIP r .II A M Y A r o R�: •• w N q$ VI ll'T"It s Y M e? g JJI h, w N r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ w . � I I}t q • • SIP r .II A M Y A .'. o R�: •• w N :, ll'T"It 3 a Jr I 11 n h, w 4 y w = .• � M w :, k a Y I.I a M ti A 4 e v• N r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ w . � I I}t q • • SIP wl^ .II A M Y A .'. o R�: •• w N :, ll'T"It 3 a r n h, w 4 y w w .• � M w r i n / r .4. ..' '�:' wI>ww. 'Wed F I I iI S h ti8l'� `]�eev♦N 1r$IYYa..Bo ! ww ` —..y � � � "fir t _1 s.I..:++ wylw.w� 'rXf13SN/Ct/ i ♦ t L__ TAP +Irw.swe w . w I I}t q t tit t SIP wl^ '" A 8 Y 1 .'. o R�: •• ` N :, ll'T"It 3 a r n h, w 4 w w .• � M w TAP +Irw.swe ' �II iQ f f� r 1nn3Ar h L C h z! q$ 4 It El • v ♦ r II4w Y w111111 w t �nn�nr w . w I I}t q t tit t SIP wl^ '" A 8 Y 1 .'. o n h •• ` N :, ll'T"It 3 a r n h, w 4 w w .• � M w r i n / ' �II iQ f f� r 1nn3Ar h L C h z! q$ 4 It El • v ♦ r II4w Y w111111 w t �nn�nr w . w I I}t q t tit t SIP wl^ '" A 8 Y 1 .'. o n h •• ` N :, 1 3 a r n h, w 4 w w .• � M w r i n / ' �II iQ f f� r 1nn3Ar h L C h z! q$ 4 It El • v ♦ r II4w Y w111111 w t �nn�nr a 1 ce J w . w I I}t q t tit t SIP wl^ ty$SYlBe••N °a II .�t � � To. n h w ` e :, 1 3 a a 1 ce J V. { w . w In II I• III M LC ty$SYlBe••N °a II .�t � � To. n h w ` e :, 1 3 a r n h, w 4 ♦ i n / { 4 Y s N 4 u v{ w N • .II r w j { •. w w V. { w . w In II I• III M LC ty$SYlBe••N °a II .�t � � To. n h w ` O O VI . w In II I• III M LC ty$SYlBe••N °a II .I Pn a Im w II. I'• e :, 1 3 a r n h, w ` O O VI . w In II I• III M LC v °a II .I Pn a Im w II. I'• e :, 1 3 a r n h, w ` ♦ O O VI . w In II I• III M v M II .I M a w II. I'• e :, 1 �r' a r n h, w ` ♦ n / 1 w w ti • .II r w j J f w y I ........_....._ v M II .I M a w II. I'• e :, 1 �r' a a�• n h, w ` ♦ n / 1 ti j { •. w w .w w � � 4. ' w y I ........_....._ v M II .I M a w II. I'• e :, 14-1-, C a a�• n h, w ` ♦ n / w •. w w .w w � � 4. ' w y t > //J/Y�Ar I w wu .wlalrt r r rI/I w rIr � r r. .mow -• wI� / wM.I wr r It to zz fk Zx + ►343.8 4o ra ti. .: ,$RlYY�4a. .:♦(N $;g lll`! • t �Ar eiyl4 r w . w w w v � 3Ar ' I �� w I +• w1r L--A,— i III T I ........_....._ v M II .I M a w II. I'• e :, t C a a�• n h, w ` t > //J/Y�Ar I w wu .wlalrt r r rI/I w rIr � r r. .mow -• wI� / wM.I wr r It to zz fk Zx + ►343.8 4o ra ti. .: ,$RlYY�4a. .:♦(N $;g lll`! • t �Ar eiyl4 r w . w w w v � 3Ar ' I �� w I +• w1r L--A,— i III T I ........_....._ Sr$l�s�4a••N MINOR a e e Y .. A,•. � J 1/ f' N w t > //J/Y�Ar I w wu .wlalrt r r rI/I w rIr � r r. .mow -• wI� / wM.I wr r It to zz fk Zx + ►343.8 4o ra ti. .: ,$RlYY�4a. .:♦(N $;g lll`! • t �Ar eiyl4 r w . w w w v � 3Ar ' I �� w I +• w1r L--A,— i III T v a / f , ,yc .: it -- t - ♦ ''�.►... � ,r r y� -- Ji s ; ♦ P w � • w Y M I. w IV / � f /P,l �} L ........_....._ MINOR a e e Y .. A,•. � J 1/ f' N w ♦ n / v a / f , ,yc .: it -- t - ♦ ''�.►... � ,r r y� -- Ji s ; ♦ P w � • w Y M I. w IV / � f /P,l �} L P� b/ ti 0 I V I y ........_....._ MINOR a e e Y .. A,•. N w P� b/ ti 0 I V I y l i I /w.s.r•�wwsev �d10ViiN'. i � � ,` z, t t ' a j C�{7CG ,w we .vwl.ri ........_....._ MINOR rr i f � �' �♦ ! � . .. It Is . .,,: % ` `� J % Ar / ' '�wr .rlrLri jyd/ r C�{7CG ,w we .vwl.ri r. i ........_....._ MINOR r. i January 23, 1969 TO: PUBLIC WORKS DIRECTOR ASSISTANT PUBLIC WORKS DIRECTOR UTILITIES SUPERINTENDENT FROM: Design Engineer SUBJECT: Annual Water Main Replacement Program 1968 -69 Apparently there is now $74,000 appropriated for this program. The six inch mains will be replaced in Corona del Mar alleys., At approximately $6000 per alley we will be able to replace main's in approximately 12 full alleys. The mains will be replaced under separate contract from pavement reconstruction. Temporary A. C. patching will be used. Alleys 2a, 4b, 4c, 5c, 6a, 6b, 7b, 8c, 20a, 21b, and 23b have been chosen by priority of water main failures and surface failures. (See plan attached) Derek H. White Design Engineer DHW /em 0 9 DNw / /Z /6s ✓Gx /G'{� /"l Ci 6��pc / >'y S6/ O -370 % 1� ic5e Ga'a�p o0 bra /Z 2301 3 .