Loading...
HomeMy WebLinkAboutC-1247 - Water main replacement - Corona del Mar and Vista Baya - 1969-70YJfIEN RECORDED MAIL TO• CITY OF NEWPORT BEACH. 3300 W. Newport Bird`:, Newport Beacha California92660 2635 4 NOTICE OF COMPLETION FREE PUBLIC WORKS C3 E'a 9395 PALE I RECORDED AT REQUEST OF am or+d,►ro�r 1101111 IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIF. 9:05 AM SEP 3 1970 J. WnE CARLYLE, County Reeordar To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 29, 1970 the Public Works project consisting of Annual Water Main Replacement, Corona del Mar Area and in Vista Bava, 1969 -70 (C -1247) on wnicn Ace was the contractor, and was the surety, was con I, the undersigned, say: T 8 VERIFICA 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 September 2, 1970 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 August 24, 1970 _accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct;: Executed on September 2, 1970 at Newport Beach, California.'-. �I CITY OF NEWPORT BEACH CALIFORNIA Date: September Z, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Annual Water Mein Replacement, 1969 -70 Corona del Mar Area and in Vista Bays, Contract No. 1247 on which Ace Pipeline Construction, Inc. was the Contractor and The Travelers Indemnity Company was the surety. Please record and return to us. LL:d` Encl. Very truly yours, Laura Lagios City Cleric City of Newport Beach August 24, 1970 rwu 4 i�ru TO: CITY COUNCIL By +6e CITY COUNCIL FROM: Public WorJJT�e ?agr`grrrP1PRT BEACH SUBJECT: ACCEPTANCE OF ANNUAL WATER MAIN REPLACEMENT; CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 (C -1247) 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: c -5 The contract for the Annual Water Main Replacement, Corona del Mar Area and in Vista Baya, 1969 -70 has been completed to the satisfaction of the Public Works Department. The bid price was: $111,250.00 Amount of unit price items constructed: 111,432.40 Amount of change orders: 73.43 Total Contract Cost: 111,505.83 Amount budgeted in Account No. 50- 9297 -065: $119,000.00 The change order was for the insertion of a tee to accommodate an additional fire hydrant. The Contractor, Ace Pipeline Construction, Inc. of Pomona, California, did an excellent job, causing a minimum of inconvenience to the residents. The contract date of completion was August 13, 1970 by July 29, 1970. eph T. Devlin, tic rks Director D /ldg All work was completed 5 PURCHASE ORDER CPT OF NEWPORT BEAR '3300 NEWPORT BOULEVARD - NEWPORT BEACH, CALIFORNIA 92660 'PHONE: (714) 673 -2110 VENDOR Ace Pipeline Construction, Inc. 1312 il. 1st St. Pomona, Calif. SHIP TO No. 3344 INVOICE IN DUPLICATE THIS ORDER NUMBER MUST APPEAR ON ALL INVOICES, SHIP - PINS NOTICES, BILLS OF LAD- _ "ING,, EXPRESS RECEIPTS AND 'PACKAGES. ".DELIVERY TICKETS SHeLt !N- CLUDE UNIT PRICE. DATE May 6, 1970 DEPARTMENT city Council QUANTITY DESCRIPTION OF ARTICLES OR SERVICES REQUIRED UNIT PRICE TOTAL Annual Water main replacement - Corona del Mar and Vista 3aya, as per contract 111,250.00 Contract - 6 -1247 Resolution - 7177 FOR CITY USE ONLY I M P 0 R T A N T CITY OF NEWPORT BEACH CODE AMOUNT ) -9297 -065 111.250.00 Show as a separate item any retail sales tax, use tax or Federal tax applicable to this purchase. -.. .... This order subject to California sales tax. All allowable transportation charges most be prepaid O. W. MEANS an4 Fho�n as a separate item on the invoice. Do not PURCHASING AGENT include Federal transportation tax. DEPARTMENT COPY g £ Ik.?a �• � ��; �'.d sue`^ '" f §{. } _ }�Yii� to � - �� Y .t- $i''1 xf �w kit �� s q % S• R9S � S L' � = ��°f .I, - x x � � XSyY S r Y Fi � L• r i FR x b iN k x iF C � ynT`t a �` T z a �` CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. Ci2r#7 0, Date Project hema W~ Mdn 141 LXw1e * Ci wwo Mi Mess and V18ft Gaya Attached are .M executed copies of subject contract for your files and for transmittal to the contractor, Contractor: •m pI 1 %%-_ Address: 1312 Wnt nMt Street, PMMA, CA Amount: $ 111.260.00 Effective Date: Resolution No. ]467177 adopted on 4-2700 i LL:dg Att. cc: Finance Department ❑ A _f- `A May 1, 1970 TO: CITY CLERK FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70, C -1247. Attached are,three sets of the subject 'documents and the required insurance certificates which have been approved by the City Attorney's office. Please have executed as soon as possible and return the Public Works.Department copy and the Contractor's copy to our office. The insurance certificates should remain with your copy of .the documents. Ed L. McDonald Design Engineer ELM /ldg Att. { `s �� , �• . ' ':: �: - - - e -� f -i. 1 i.. . ... .. ... _... . .r -. ..:..1iM �4 _e__i .. �- "_4.�i�a.� - -f r.:.v�suu.....�o� b wR'�±+... .zai .uia. .. INDUSTRIAL INDEMUTY COMPANY (A STOCK COMP ) ,- HOME OFFICE SAN FRANCISCO NAMED INSURED ACE 'r!LM CONSTRU MN INC. 1312 N First Street Pomona, California CERTIFICATE ',£. ISSUED TO : ".,4= OF NEMPM BEACH N~t Beach, California CERTIFICATE OF INSURANCE CERTIFICATE INDUSTRIAL INDEMNITYi'MI'ANY ISSUED BY • 9TpaaT. • CITY STp iE INDUSrRIAL 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 COMPENSATION EFF7 9 WORKMEN'S COMPENSATION EXP7/1, O STATUTORY CALIFORNIA COMPENSATION — EMPLOYER'S LIABILITY — $7,000,000 PER OCCURRENCE COMPENSATION EFF STATUTORY COMPENSATION STATES) OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY —$ PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY— AUTOMOBILE AUTOMOBILE LG 645 -103 n�(� ���s $ $ 250, 000• 500t000- EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY— EXCEPT AUTOMOBILE 7 EFF 7/l /6 $ 2 / 000. 500, WV $AC A OCCURRENCE PROPERTY DAMAGE LIABILITY — AUTOMOBILE EXP T/1/7 $ 100 000. EACA OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY— $ . $ pp $ EXCEPT AUTOMOBILE AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF FIRE, LIGHTNING a TRANSPORTATION > THEFT (BROAD FORM) EXP p$ COLLISION OR UPSET ACTUAL CASH VALUE LESS $ DEDUCTIBLE EFF INLAND MARINE 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 aide. LIENHOLDER As respects the following described womobile(s): YEAR I TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or afters the coverage afforded by the policy described herein.) Policy No. LG 645 -1033 includes the City of Newport Beach as an additional Insured with respect to operations performed by the named insured for the City of Newport Beach. JOB: Annual Water Main Replacement, Corona Del Mar area and in Vista Bays, This � - &llgii447canceled nor reduced in coverage until after 1 days written notice of such can- cellation or reduction in coverage shall have been mailed to this certifleatiII der.y�•egistered mail. Certified this day of lq See E dorsement 30th y April, 0 Attgched) FRANK E. ROWSTY AGENCY, Inc. By � T iYsANY Producer 510 S. Spring Street jjjjjj 1 ,1� L tzost- Hate -ea) j,os AsIgeles , California t_r A a Representative Fi.: BMW �k s TV- ra ks a „ aV s ra ks a „ ENDORSEMENT It is hereby understood aad agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. All other terms and conditions of this pohcy remain unchanged. This endorsement is hereby made a part of policy No. L-G 645 -1033 issued to Ace Pipeline Construction Inc. Endorsement No. INDUSTRIAL INDEMNITY COMPANY Effective April 30, 1970 �FORMO�'X003 y.yX' 1 By AUTHORIZED REPRESENTATIVE Robert P. Deering i IAW,OSTRIAL INDEMhWTY COMPANY (A STOCK COMP W) HOME OFFICE SAN FRANCISCO - NAMED INSURED ACE PIPELINE CONSTRUCTNON INC. 1312 West First Street Pomona, California CERTIFICATE ISSUED TO CITY OF NEWPORT BEACH Newport Beach, California CERTIFICATE OF INSURANCE CERTIFICATE ISSUED BY INDUSTRIAL INDffi COMPANY � aTRESSar � CITY STATE INDUSTRIAL INDEMNITY COMIANY 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 COMPENSATION EFF /1 STATUTORY STATUTORY CALIFORNIA COMPENSATION — WORKMEN'S COMPENSATION CB 645-1376 EXPI /7O EMPLOYER'S LIABILITY — E2ADD,ODD PER OCCURRENCE COMPENSATION - EFF STATUTORY COMPENSATION STATE(S) OF �: WORKMEN'S COMPENSATION EXP - EMPLOYER'S LIABILITY —$ PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY RY LIABILITY— LG 645 -1033 $250,000.. 500,000. AUTOMOBILE $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY — EXCEPT AUTOMOBILE > EFF 7/7./69 $250,000. $ 500,000• EACH OCCURRENCE PROPERTY DAMAGE LIABILITY — AUTOMOBILE EXP 7/1/70 $100,000. EACH OCCURRENCE - AGGREGATE PROPERTY DAMAGE LIABILITY — $500,000. $ EXCEPT AUTOMOBILE 500 a 000 . AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF $- $ FIRE, LIGHTNING 8 TRANSPORTATION > THEFT (BROAD FORM) EXP $ COLLISION OR UPSET ACTUAL GASH VALUE LESS $ DEDUCTIBLE EFF INLAND MARINE $ 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. LIENHOLDER As YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER I DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy described herein.) Policy No. LG 645 -1033 includes the City of Newport Beach as an additional insured with respect to operations performed by the named insured for the City of Newport Beach. JOB: Annual Water Alain Replacement, Corona Del Mar area and in Vista Baya, This qI$i Shelf not be canceled nor reduced in coverage until after 10 days written notice of such can- cellation or reduction in coverage shall have been mailed to this certificate holder. registered mail. Certified this ?-0th day of April, 19 0 Se ndorsement FRANK E. ROWSEY AGENCY, Inc. USIMUL Mrn e 1"ANY Attached) Producer 510 S. Spring Street a IX.31.Re(e.ea) Los .Angeles, California By Robert P. Deer 1 ,l t a q. r °i y�yam(' a tt i a 4j� QW M a � t Yk ore i '71k VE q. r °i y�yam(' a tt i a 4j� QW M a � t ENDORSEMENT t 't is hereby und.erstooc and agreed that the Policy to which this certificate re ers :i:ay not be cancelled, materially chanC,�d, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registe*•ed written not'_ce of such cancellation or reduction in coverage All other terms and conditions of this policy remain unchanged. Ibis endorsement Is hereby made a part of policy No. LG 645-1033 Construction Inc. Endorsement No. Effective April 30, 1970 r FORM I %005 (P'y issued to Ace Pipeline INDUSTRIAL INDEMNITY COMPANY By it — AUTHORIZED REPRESENTATIVE Robert P. 1)eering CONTRACT NO. 1247 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 Approved by the City Council this 23rd Day of March 1970 A h afira Lagios, �yty ,Y ;. •r / 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 21st day of AQ r % _1 , 19UL, at which time they will be open and read, or pf� e- rTo`rming work as ollows: — ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 CONTRACT H0. 1247 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified.check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 Secretes are required and the CorporaTe 3 aT Sha eTT -6�r to aTT documents requ r ng s gnatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to-others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepare y the Southern California Chapters o t e er can Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. I City of Newport Beach. California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 FOR ORIGINAL SEE CITY CLERK' LE COPY PAct IF BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, ACE PIPELINE CONSTRUCTION INC. , AS PRINCIPAL, AND THE TPAVELERS INDEMNITY COMPANY , AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten Percent (10 %) of total amount bid DOLLARS LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AMC) SEVERALLY, FIRMLY SY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF Annual Water. Main Replacement Corona del Mar Area and Vista Bay Area, 1969 -70, C -1247 IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE'CITY COUNCIL OF SAID CITY, AND I.F 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 8105" WITHIN TEN (1)) DAYS (NOT INCLUO'tIYOt; SATURDAY AND SUNDAY) FR!OWTHE DATE OF THE MAIL1II1147, _ OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS R£'ADY FOR EXECUTION, THEN THIS�05LIGAT'ION SHALL BECOME NULL AND VOID) OTHERWISE IT BE AND REMh,.tN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY, IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 21St DAY OF April 19 70 , CORPORATE SEAL (.IF CORPORATION) /s/ John F.,PiDer' PRING IP AL (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT)' Mary Inu Fscar TIE TRAVELERS INDEMNITY COMPANY -- Witness SURETY BY /s/ H. L..Sevison TITLE �Y F;.f .__.. .:. �i . •.,L .', :�: ... .: T,. t1S i4 n.��.. JI._.: x�. 4n• �ab�� 'a�1Y�i�.�`.���.'I.:,���I.� 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 27, 1970 HAS AWARDED TO - Ace Pipe Line Construction. Inc. , HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR Annual Water Main Replacement. Carona del Mar Area and in Vista Bava. 1969 -70. C -1247 IN THE CITY OF NEWPORT BEACHS IM STRICT CONFORMITY WITH THE DRwINGS.ANO SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 19 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,13HALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED INS UPON.,, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DOME, -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 Ar.V PTPFLTW C.ON4TRIITCTTnN TNC_ AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND THE TRAVELERS INDEMNITY COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF & nO /100 _ FIFTY FIVE THOUSAND SIX HUNDRED TWENTY FIVE DOLLARS 55...625.00 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 MS OBLIGATION IS .SUCH, THAT IF-THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONSS - 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 BONDS AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BCND.,.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. - LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AT10N ENTITLED TO FILE CLAIMS UNDER SECTION SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THIS BONDS AS REQUIRED BY THE PROVISIONS OF THE STATE OF CALIFORNIA. a PAGE 6 AND ALL PERSONS, CCMPANIESO AND CORPOR- 1192.1 OF THE CODE OF CIVIL PROCEDURE THEIR ASSIGNS IN ANY SUIT BROUGHT UPON SECTION 4205 OF THE GOVERNMENT CODE OF AND THE SAID SURETY, FOR VALUE RECEIVEDI HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIMES 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 CHANGES EXTENSION OF TIMES ALTERATtONS 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 ES AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOFO THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMEDX ON THE 30th DAY OF April . 196 70 ACE PIPELINE CONSTRUCTION INC. APPROVED AS TO FORM JOAAAA� J&LtA CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON ATE ATTESTS CITY 'CLERK THE TRAVELERS INDEMNITY COMPANY (SEAL) L. Se-vBon Attorney in Fact. SEAL) SURETY State of California County of Los Angeles _ u' On 11iIS— 30th day of April , 19 70, before me personally came H. L. Sevison to me known, who being by me duly sworn, did depose and say: that he is an Attorney(s)-in-Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to h fiffiflfYrW�pfsib9rfpid Corporation, and that he signed his name thereto by like a rj y. � OFFICIAL SEAL P HELEN M. DICK NOTHI.'� POBLIC - CALIFORNU- RINCIPAL OFnCE IN (Notary Pubic) toy xN ,ELES COUNTY td; CQmI^ission Expires Now. 89. 1973 n ,.b wa Rmwnw�� My commission •w- ., 3» t _. 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT f PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED April 27, 1970 HAS AWARDED To -Ace Pipeline Construction, Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR Annual Water Main Replacement, Corona del Mar Area and in Vista Bava, 1969 -70, C -1247 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, ACE PI TNF. CON92:RITCTT0N Tw.. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND ' RE TRAVELERS _fV"ANV AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF 100 1 FIFTY FIVE THOUSAND SIX HUNIRED TWENTY FIVE & noL DOLLARS 1($ 55.625.00 /s I 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, 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 - VIDEO 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, (PERFORMANCE BOND - CONTINUED) 0 PARE S AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGES EXTENSION OF TIMES 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 BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONS 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 WHEREOFS TH13 INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED2 ON THE 36th DAY OF April , 196 70 ACE PIPELINE CONSTRUCTION INC. (SEAL) THE TRAVELERS INDEMNITY COWA&IL} SURETY Attorney in ,Fact. APPROVED AS TO FORM: AAM)A AJ 4 �r r CITY ATTORNEY State of California County of Los Angeles On this 40th day of— April 19—ID, before me personally came to me known, who being by me duly sworn, did depose and say: that he is an Attorneys) -in -Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him . in accordance with the By -Laws of the said Corporation, and that he signed his name th b 1'k I'CUFr.nnxanNrrrrNr L ereto y 1 e r* outhoT ' PPd ,� mss. OFFICIAL SEAL L HELEN M. DICK 1 NOTAk'• vUSLIC - CALIFOF PkmCIPAL OFFICE IN LOS ANGELES COUNTY 11� Cbmmisslon D*M Nov. 29.19; (Notary Public) 9 • 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 SAYS THAT NE.ITHER THEY NOR ANY OF THEME 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 THEMp HAS PAID 00 IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR 13 TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER 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 BIDDERSO WHICH TE1403 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 - MATER- IALMAN 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 810 DEPOSITORY OR WHICH PREVENT ANY SUBr 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 SUGGESTEDP OFFERED, PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE C'ONTRACTo NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND . WHATSOEVERS WITH.ANY PERSON, WHOMSOEVER TO PAYO DELIVER Top OR SHARE WiTH'ANY OTHER PERSON IN ANY WAY OR.MAMMER, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUG14T BY THIS 810. /s/ John F. Piper, Sec. SUBSCRIBED AND SWORN TO BEFORE HE BY THIS 21st "Y OF April 199 .2 , MY COMMISSION - EXPIRES: August 14, 1973 /s/ Mary Louise Esser NOTARY PUBLIC Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Will submit if low bidder /s/ John F. Piper. Sec. Signed Ace Pipelino Construction,gne, BALANCE SHEET February 28, 1970 CURRENT ASSETS Cash Accounts receivable - -trade Accounts receivable -- employees Other receivables Construction in progress Less advances on contracts Prepaid expenses and deposits Supplies INVESTMENTS Real estate - -at cost FIXED ASSETS Machinery and equipment Automobile and truck Small tools and equipment Office furniture and equipment OTIIER ASSETS Bonds Goodwill Cash surrender value -- officers' life insurance , ASSETS $342,067 277,745 Accumulated Cost Depreciation $341,754 235,329 165,524 102,674 28,585 24,039 16,974 10,911 $552,837 $372,953 LIABILITIES CURRENT LIABILITIES Accounts payable Notes and contract payments due within one year Federal income and California franchise taxes payable -- estimated Accrued liabilities Payroll taxes $ 12,376 Wages 162,087 Expenses 24,400 Employees' savings accounts 9,910 LONG -TERM DEBT Notes and contract payable Lcss payricnts due within one year (above) CAPITAL Capital stock -- authorized, 2,000 shares of $100 par value; issued and outstanding, 340 shares Retained earnings Balance, April 1, 1969 317,710 Net income 78,789 $276,254 231,247 28,512 3,672 64,322 16,311 983 Net Book Value 106,425 62,850 4,546, 6,063 1,000 25,000 17,900 $621,301 26,738 179,884 43,900 $871,823 $ 70,935 35,967 87,862 I 208,773 $403,537 73,754 35,967 37,787 34,000 396,499 436,499:,, °; -j $871, 82 ... Prepared from the books without independent audit verification. FOROGINAL COPY SEE CITY CLERK'S F10 COPY Page 10a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. 1970 Covina City P. Goodwin 213 -ED 10111 1969 Pomona City J. Van Wagner 714 -629 3071 1970 Rainbow Municipal Water District Scott 728 -1178 1970 Mnn.a Vista Cn my Water Wright 69d -0035 Job now in progress 1970 Irvine Ranch - on Culver Rd. & Fwy. 1970 Southern Counties Gas Co. R. Dyer 538 0211 1970 Elsinore Valley Water Dist. Keller 678- 1970 Riverside City Lanz 787 -7341 /s/ John G. Piper. Sec. Signed 0 0 PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS 1 DAY OF 19f'7L�', BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND Ace Pipeline Construction, Inc. 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 Annual Water Main Replacement, Corona del Mar Area and in Vista Baya, 1969-70_(C-1247) 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. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSB 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. 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. 2/7/67 ! 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 IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY AR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACH CALIF RNIA BY: &�� MAYOR ATTEST: CITY CL RK ACE PIPELINE CONSTRUCP ON, INC. CONTRACTOR APPROVED AS TO FORM: r I CITY ATTORNEY • • INDEX TO SPECIAL PROVISIONS C -1247 Page I. SCOPE OF WORK II. COMPLETION AND ORDER OF WORK III. PAYMENT IV. TRAFFIC CONTROL V. NOTIFICATION OF RESIDENTS VI. STORAGE YARD VII. ADJUSTING UTILITY BOXES, VALVE COVERS, ETC., TO GRADE VIII. SHUTTING DOWN THE EXISTING WATER MAINS IX. CONSTRUCTION DETAILS 1. Asbestos Cement Water Mains 2. Gate Valves 3. Fire Hydrant Assemblies 4. Temporary Asphaltic Concrete Trench Resurfacing - 2- Inches Thick 5. Water Services 6. Backfill 7. Tapping Sleeve Assembly 8. Bayside Drive Connections CITY OF NEWPORT BEACH SP 1 of 4 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 CONTRACT NO. 1247 I. SCOPE The work to be done under this contract consists of replacing water mains and appurtenances in various alleys and surface restoration of street excavations in the Corona del Mar area and in Vista Baya Street in the north Newport area. The contract requires the completion of all the work as shown on the Plans, Drawing No. W- 5072 -S, and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications 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 Angeles, California 90034, Telephone (213) 870 -9871. II. COMPLETION AND ORDER OF WORK The Contractor shall complete all work in the Vista Baya portion of the contract within 15 consecutive calendar days after the date of execution of the contract by the City. The construction of the water main, water services, and temporary A.C. patching in Vista Baya shall be completed prior to commencing water main construction in the alleys in the Corona del Mar area. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days Trom the date it is first closed to such use. Full compaction must be included in the completed work before the alley is restored to normal use. The Contractor must employ sufficient men and equipment necessary to accomplish this schedule. When the work in any one alley is not 100% complete, including compaction, 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. The Contractor will be assessed liquidated damages in the amount of $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. The Contractor shall complete all the work covered within the contract within 100 consecutive calendar days after execution of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. 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. SP2of4 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 Standard Specifications. As lane, controlled by flagmen, way traffic at the end of ea and egress to all residences construction. V. NOTIFICATION TO RESIDENTS traffic control in compliance with Section 7 -10 of the necessary, streets may be restricted to one traffic during construction hours, but must be restored to two - :h working day and on weekends and holidays. Ingress on Vista Baya must be maintained at all times during 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 renoti- fication, 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. STORAGE YARD A storage yard, at the corner of Dahlia and 5th, 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. VII. 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 opererations, 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. VIII. SHUTTING DOWN THE EXISTING WATER MAINS The Utility Division shall be notified at least 24 hours in advance of the need to shut down any existing water main. IX. �i SP3of4 A detailed schedule shall be prepared in advance of making the connections to the existing water mains in Bayside Drive. This schedule shall be subject to the review and approval of the Engineer and of the Utility Superintendant prior to doing any work in Bayside Drive. The schedule shall provide for accomplishing all three (3) of the Bayside Drive connections in a coordinated manner which will require the absolute minimum of shutdown time for the existing 14 -inch water main in Bayside Drive. CONSTRUCTION DETAILS 1. Asbestos Cement Pipe Water Mains The price bid per lineal foot for asbestos cement water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks and other miscellaneous appurtenances, slope protection, landscaping replacement, etc., required to construct the operative water mains, excluding gate valves and temporary trench resurfacing. Permanent trench resurfacing is not included in this contract. 2. Gate Valves The unit price bid for 6 -inch and 10 -inch gate valves shall include all valves excluding hot tap connection, fire hydrant assemblies, and Bayside Drive connections. 3. Fire Hydrant Assemblies The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, ring tite flanged gate valves, thrust blocks and pipe required to connect the assembly to the gate valves and water main, as shown on the plans.and as per City of Newport Beach STD- 500 -L. 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 foot of water main and service connection trench in asphaltic concrete and portland cement concrete pavement areas in alley 8A, Vista Baya, and in the street crossings, in lieu of asphaltic concrete tonnage as specified in Section 306 - 1.12.1 of the Standard Specifications. The temporary asphaltic concrete resurfacing is to be left in place at the conclusion of the contract. No permanent trench paving will be required in the contract. It is emphasized that the temporary asphaltic concrete resurfacing shall be maintained in a smooth condition, level with the adjacent surface, 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. 5. Water Services New one -inch copper water services (per C.N.B. Std - 501 -L) shall be installed to all vacant lots, to existing and relocated water meters in the alleys, ? ! SP 4 of 4 to existing water meters in the street areas, and installed for air release purposes. The City will relocate the water meters that are not adjacent to the alley right of way line to the alley right of way line prior to the starting of the Contractor's work. The relocated water meters will be connected by a temporary service connection installed by the City. After the Contractor has connected the new water service lateral to the newly relocated water service, he shall return the temporary water service connection previously installed by the City to the City's Utility Division. 6. Backfill Bedding up to one foot over the top of the new water main shall be sand with a minimum sand equivalent of 30. Due to the fact that temporary asphalt patching is not being used in the alleys, all backfill must be leveled to the grade of the adjacent pavement elevation to allow normal traffic to use the alley. 7. 10 -Inch by 6 -Inch Tapping Sleeve Connection Assembly Including Gate Valve The unit price bid for the 10 -inch by 6 -inch tapping sleeve assembly shall include all pittings and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 -inch water main in 5th Avenue at Alley 8A, and all fittings and appurtenances required for the plug - coupling adaptor on the existing 6 -inch cast iron water main in alley 8A near the tapping sleeve connection. 8. Bayside Drive Connections Prior to installing the Bayside Drive connections, the Contractor shall complete and put into service all the new asbestos cement water mains in alleys 24C, 25B, and 27 from 1st Avenue (including the gate valves, the cable backs and the anchor blocks) to the 450 bend at the connection limits as shown on the plans. The existing 14 -inch cast iron water main in Bayside Drive shall only be shut down one time for a maximum of 4 hours. The Contractor shall schedule his work which will enable him to install the connection adaptors, flanged gate valves, and cable tie backs at all three locations within the above specified 4 hours. The Contractor's attention is directed to Section VIII of these Special Provisions regarding shutting down the existing water mains. The unit price bid for the Bayside Drive connections shall include all fittings and appurtenances required to connect the new 6 -inch water mains to the 14 -inch cast iron main in Bayside Drive and to the previously installed cable backed gate valves in the alleys as shown on the Plans. APR 2 "1 IyU TO: CITY COUNCIL By }he CITY COUNCIL FROM: Public Works (jj�a�&AWPORT BEACH April 27, 1970 SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 C -1247 RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Ace Pipeline Construction, Inc. of Pomona, California for $111,250.00. 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 21, 1970. BIDDER AMOUNT Ace Pipeline Construction, Inc., Pomona $111,250.00 Witon Construction Co., Inc., Los Angeles 115,185.00 Jenkin Construction Co., Long Beach 118,652.00 Miller- Griffin Inc., Sunland 122,810.00 Barron & Eckhart Engineering Contractors,So. E1 Monte 149,310.00 James I. Gallacher Co., Costa Mesa 161,564.80 The low bid is 5% less than the engineer's estimate of $117,500.00. Funds are available in Account No. 50- 9297 -065. Ace Pipeline Construction, Inc. has not previously contracted work for the City of Newport Beach. However, it is a large, well qualified pipeline construction firm. A' reference check with other public agencies for which the firm has performed water line construction work resulted in uniformly excellent recommendations. The firm has also performed considerable construction work for the Southern Counties Gas Company in Newport Beach and elsewhere. This project provides for the replacement of old water mains in the alleys in the Corona del Mar area and in Vista Baya in the North Newport area. When the work is completed, contracts will be let for the reconstruction of the alley surfaces and the resurfacing of Vista Baya. The plans were prepared by the City August 31, 1970. J Fseph T, vlin Pu Wo k Director EL The estimated date of completion is i • CITY OF NEWPORT BEACH CITY ATTORNEY Department i TO: City Clerk DATE: April 23, 1970 FROM City Attorney SUBJECT: Resolution awarding a contract for the annual water main replacement, Corona Del Mar area and in Vista Baya, 1969 -70, Contract No. 1247 Transmitted for presentation to the Council at the meeting of April 27th are copies of a proposed resolution in connection with the above subject. TULLY H. SEYMOUR City Attorney THS:mh Att. cc: City Manager Public Works Director file t �t } =. ,3 i Vi a .s ._.l. _ l{' %.b ,7 i w RESOLUTIbs NO, 7 177 A RESOLUl7ARt OF THE CM COUNIL OP' 7-a CITY O8 NEWPORT BEACH AMA49M A ODNTR= 8011 THE ANNUAL WATER 29�11l. CORONA DEL MAR AREA AND �STA BAYA, 1489 -70, CONTRACT NO. 1247 WHEREAS, pursuant to the notice iuvi.ting bids for work in connection with the annual water main replacement, Corona pet Nor area and in Vista Bay &, 1969 -70,, in aecordance with the plans and specifications heretofore adopted, :bids were received on the 21st day of April,, 1973, and publicly opened and declared,, and WBERRA$, it appears that the toweet respoheible bidder therefor is Ace Pipeline Construction, Inc., Pomona, California Nowe TBRREFORE,.BE IT RESOLVED by the City Gouhoi.l of the City of Newport Beach that the bid of Aeae Pipeline Construction, Inc., for the work in the amount of $111,250.00 be accepted, and that the contract for the described work be awarded to said bidder BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorised and directed to emocute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. "ADOPTED this 27th day of April, 1970. r ATTEST 2�+ OPT 3 it r f q ff �� � a fit.'- " r% S 'ice .t,y�s i -r•�q 3•y ',�,$�.' ti s r ie 9Sft Ft >x ,mow v la ;t ��Y i .. * �.> ♦t fz$ i !� Y ,/fib �'�SSa �S ^•�5- . i 1 .� 2i1P ♦ J'{ 'd 'S L+J T� j � r` i f .. ,p. � a9•t A , -.5 + } s e h i a SLR} r wi��`�� � � ♦-s }�- k c .a t±• �'� >, ..rr .y 0 3. io a .e yv+. r t -_ aL-, �'' f -_ - r f_ . " � '�+ wu iH J y♦ I y T ,:- i .,ySSii,�¢'.�+� ��s�$3ab ar"�•S Y" { _^5h�i�(�• .�Y`g 3 r 1 4 .•E g -'V, !`TY 5 iss,.�f� "YVe� '£5: s. 'a�• �ty'Y n �i t axe i1Paf'" s � e t'R SX� ♦ '.. r r ° h.'. 4 �`'.,'�. ��'P'•xt4�vd rq �'s,.�. i P 'tx; -0•`��es l kr� �' F� aL ° � ,ht qN �k �r � ,y��•fr s r �' i_ y�e'•�, �.F„ •d.. i" � 9_1 tF's' °° sa "♦ f ;. n a `Cr - s� ai r e d g+ �' ♦ ��Nr . ' 1 - 5 `�rs'a- - F ys d }¢° N-''r lk {.s v �%.y5 .F{a xy`'s y >�f a - a ♦ s r"" +F IV. - r zk i t .,e, i„ Y.i+. W - h F M4.� ♦ [ Y }tom '+ > 4 �t2/a+•ai ♦4l "s �B Y{ a, s� .} r' Fy ,yi Y nrY t r- 7 I L?i i V,yµ• ♦ i r r 5-xfa `$r +r e,• a , :Rd x r' ytt y - it .i`� }-c Ana e d i r+x EtiTi i '4L� gir.. F 1' - m " '�xr�`[ c� r 5 a•E,a ,�- � .� " 4t�- Prate .aa ,�� t i i4rt♦ 5'�� y� *y '"�:� ��.a��i .1-fi t e: r k -'� ♦ y5 A'i`E' �, f 4 ! 'is` kyiY q .FP�[� kA Ad kx`_:. �° ? M� 1�'•, is Y S -k A? �" *P � �x� +ts��� F -� -, i � t `� �i'v. .� 3 `� -s li yna•�r .j �Ht�r�t s x�s`+,.,i.' ` r ' ♦i<.S A p X15 ii �4 $ T'J v i'tiiY'•' A 1l IN Y *:' ' �' } uihwr`.'4i5 LPL R,+ +ir'}�l 9 t xP ». yg' rr #rvy s 9�'4• �r , .,��`.r w EF- " J4 _ f• 4 � r -. �A J �'1' 4 '~<i 5 - -.�'� a f' �♦h�3 V A'Ft .F` �i °`J .v r "�o--v i•s i - �'�f $.t; i t. r $i T K1L u``•"yYi -i} J`5� � f) � N ,mot .; d f si S YY�i i S i , -., .. -' y. _ A Yp.� � - -• f yy •tip- .•V'£' Y� � Y 1 '� '� ie _ dd` N 1 .�+1 't YF g '�� :': .�,4'Yt r. ? 'E. m ♦ .. va r' ,g.. .y :`i v'k t? x'1+5 i t t a X ACE PIPELINE CONSTRUCTION, INC. UNDERGROUND PIPELINE CONSTRUCTION 1312 WEST FIRST STREET POMONA, CALIFORNIA 91766 Telephone (714( 629 -3361 April 23, 1970 CITY OF NEWPORT BEACH City Hall Newport Beach, Ca. 92660 Att'n: City Clerk Re: Annual Water Main Replacement, 1969 -70 Gentlemen: We understand that our firm submitted the low bid for the above named contract. I am enclosing a financial statement as noted in our bid. Yours truly, ACE PIPELINE CONSTRUCTION, INC. Mrs. ry4Lou -Esser Office Manager enc. r w / :,;C:, -= NCH,\ ,.. _ . lFy. °.:4:1 1 Ace Pipeline Construction, Inc, BALANCE SHEET February 28, 1970 ASSETS CURRENT ASSETS - Cash $276,254 Accounts receivable- -trade 231,247 Accounts receivable -- employees 28,512 Other receivables 3,672 Construction in progress $342,067 . Less advances on contracts 277,745 64,322 Prepaid expenses and deposits 16,311 Supplies 983 $621,301 INVESTMENTS Real estate - -at cost 26,738. , Accumulated Net Book FIXED ASSETS Cost Depreciation Value Machinery and equipment $341,754 235,329 106,425 Automobile and truck 165,524 102,674 62,850 Small tools and equipment 28,585 24,039, 4,546. Office furniture and equipment 16,974 10,911 6,063 $552,837 $372,953 179,884 ." OTHER ASSETS Bonds 1,000 Goodwill 25,000 Cash surrender value -- officers' life insurance 17,900 43,900 $871,823. LIABILITIES CURRENT LIABILITIES Accounts payable $ 70,935 s Notes and contract payments due within one year 35,967 Federal income and California franchise taxes payable -- estimated 87,862 *`r Accrued liabilities Payroll taxes $ 12,376 Wages 162,087 Expenses 24,400 Employees' savings accounts 9,910 208,773 $403,537 LONG -TERM DEBT Notes and contract payable 73,754 Less payments due within one year (above) 35,967 37,787;`.:1 CAPITAL Capital stock -- authorized, 2,000 shares of $100 par value; issued and outstanding, 340 shares 347000 Retained earnings Balance, April 1, 1969 317,710 Net income 78,789 396,499 430,499'"'­` $871,823 Prepared from the books without independent audit verification. t "s-4. Ah cn 9 0 i O wi I f 69 cn 9 0 i O wi _ _ r • i �� o �� � � �� � � ,� a f CONTRACT NO. 1247 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 Approved by the City Council this 23rd Day r- ooffr/�� March �11970 � allra Lagi os „Pty 0 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 21st day of A r1.1 _ 9 19j,�, at which time they will�e opened and read, or pig e�'orming work as follows: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 CONTRACT NO. 1247 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified . check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shalt be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 Corpora a ea Shalla#?ixe� to aTT documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to-others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepare y the Southern California Chapters o the er can Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. r City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1. Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 69820 adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 CITY OF NEWPORT BEACH WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 CONTRACT NO. 1247 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: • PRIof2 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. 1247 in accordance with the City of Newport Beach Drawings W- 5072 -S; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM QUANTITY NO. AND UNIT 1, 7,800 Lineal Feet 2. 150 Lineal Feet ITEM DESCRIPTION ft 6 -Inch Asbestos Cement Water Main and Appurtenances Complete in Place F /.=-7L/ @ :S�J� /acz204,es s,Ab A4& Dollars and c.�n� Cents e inea oot 10 -Inch Asbestos Cement Water Main and Appurtenances Complete in Place UNIT TOTAL I 75d - 8500 °v @ -T��le z>y" gp-s ,gAa� /V�p Dollars and Cents $ / 2 ° —° $ za,00 er ineal Foot 3. 1 Each 10 -Inch Gate Valve - Ring Tite i s D. and . 0 0 0 0 0 0 0 0 7 7800 350 0 0 0 0 0 150 12 1800.0000 2 9 1 6 0 4 6 4 0 . 0 0 7 6 6 0 11220.00 3 2 0 40 ■ 28900.00 2 1 0 8 40 8 4 0 8 5 0 0.0 0 a 0 0.0 0 3 5 0.0 0 4640.00 1 2 2 6.0 0 2 8 8 o 0.0 o 8 4 0.0 0 6 0 0,0 0 4500.00 1,12,250.00.003 . PR2of2 ITEM QUANTITY ITEM DESCRIPTION ...... UNIT.- TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 29 Each 6 -Inch Gate Valves - Ring Tite .I� _ �/I l f 1 Dollars and s/ ac . �1 5. 17 Each Fire Hydrant Assemblies with 6 -Inch Flange by Ring -rite Valve @ -64;f HjjAzjPE0 �lXt,'� �v�n_.x Dollars and Cents $ l �D—°O $j(aa�° Eac 6. 320 Each 1 -Inch Water Services and 7. 2,100 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick @ No Dollars and Cents $ 0.410 $ t- Per Lineal Foot 8. 1 Each 10 x 6 Tapping Sleeve Assembly, Including 6 -Inch Gate Valve at alley #8A @iX•P� T,�LV �s .y�✓n Dollars and fia"cCents $ 1,00 $ G00 ac 9. 3 Each Bayside Drive Connections, Complete Including Appurtenances .n.A i J . i ♦ ♦.G: ♦ Dollars and i i ♦ . / Cents $ �pep EaR TOTAL PRICE WRITTEN IN WORDS B//E t/4NDRE0 E[.EdO✓Ti101l�A/10 Tv✓D t/t1n/DRFO Dollars and Fcn/TQUA.PS Ji%✓r� .✓� CENTS Cents R _ - — r • Page 2 ALL BIDS -ARE TO BE COMPUTED ON THE BASIS OF THE G.IVEN ESTIMATED QUANTITIES OF WORKS AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURESp THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION. SHALL BE CALCULATED AND THE 8103 WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTIT.[ES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY$ BEING GIVEN SOLELY AS A BA313 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 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 CONTRACTORSS LICENSE N0. � QP./ (��� CLASSIFICATION A7 ACCOMPANYING THIS PROPOSAL IS CASH, CERTIFIED CHECKS CASHIER SS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. PHONE NUMBER DATIf t TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATIONS CO- PARTNERSHIP LIST BELOW NAMES OF PRESIDENTS SECRETARY' TREASURER AND MANAGER IF A CORPORATIONS AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP! 5 r . DESIGNATION OF SUB - CONTRACTORS 0 PAGC 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED.THC 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.MITH 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 2. 3• 4. 5• 6. 7• 8. 9• ' 18. 11. ADDRESS TTPE OF ORGAMIZA7TO.N:: (INDIVIDUAL. CO- PARTMERBMIP OR CORO) �o,,. C 9/76 ADDRcaa :PAGE .. BIDDER'S. BOND TO ACCOMPANY 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 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, 15 ACCEPTED BY TME-CITY COUNCIL OF SAYD CITY, AND I.F THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SNAIL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE 'NOTICE INVITING BIDS" WITHIN TEN (.L)) DAYS NOT INCLUD'RN'Oe SATURDAY AND SUNDAY,) FRQMI7THE DATE OF THE MAIL'dOM7.. OF A NOTICE TO THE A80VE BOUNDEN PRINCI,PPAL.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 REMA;/:TI IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREI- N.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 SURETY f~ Bid or Proposal Bond y. The Travelers Ind 011ty - 3 Hartford, onnecticut (A STOCK COMPANY) KNOW ALL MEN BY THESE PRESENTS, That we,..-- ....... ACE PIPELINE CONSTRUCTION INC. -- ---- --- I----. - - - - --- ----- --... �R - ................. Company (hereinafter called the "Principal'), as Principal, and TA TRAVELERS INDEMNITY COMPANY, a corpora- tion incorporated under the laws of the State of Connecticut, and authorized by the Laws of the State of Cali- fornia, to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto .................. .. . ... CITY OF NEWPORT BEACH -- - °----------------------------------------------------------- ------------------------------- .................................. .................................. ----- ------ (hereinafter called the "Obligee "), in the sum of, ____ ------------- Ten --- ercent- --- (10 %)--of- _total amount_ bid--------------- __- ..-- ---- ------------_DoBus ($ ....... ....... . ................... ..), good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made, the said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED AND SEALED this ................... --------------- day of-.-- ------------------- APr4 ---------------- A.D. 19- -- 70 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall make any award to the Principalfov__ -W_-_- _Annual_ Water replacement Corona Del Mar area and __---. .----- •.................. - ....... Vista BAY . .....a -, - -_ 1969 -70,- .... Contract -- #..1247. . - - - -- ----.._. - - -- - - -- according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with The Travelers Indemnity Company, as Surety, or with other Surety or Sureties approved by the Obligee; then this obligation shall be null and void; otherwise it shall be and remain in full force'and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: - - ---- - ---- - --- ----- ----- ACE - -PI--- ------- - ----- --- ST CTZ F: • (SEQt) S -602 Rev. 10-61 PRINTED IN U.S.A. THE TRAV S INDEM Y COMPANY, By. � r i H. L. S son - -------- ------- --- --° -I-- ---- --_--- -_ -- -- ----------------------- Attorney -in -Fact C O °z tz d C b m w C r cue =' n O ��f 5k�idi Kz > rx e w�,y �a C� O °z tz d C b r r State of California County of Los Angeles } ss. � 1 On this_ 21st day of April , 19-7-0, before me personally came to me known, who being by me duly sworn, did depose and say,. that hd is an Attorneys) -in -Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By -Lows of the said Corporation, and that he signed his name N IIIIIIIf111111N// IIIIIIIIf1111111111111111N1111N11 thereto by Pike a �orl OFFICIAL SEAL HELEN M. DICK C/ ALIFORNIA I q:, IV .., i(� r N/a l OFFICE IN Ro {,./ � � �fC) ... NTY pep My Commission Expires Nov. 29, 1973 RffNlfiE'+ iJSh4. 0..e..FSR:ihiFiiYEFaN1YYNIfNIMI My commission expires ,. 1 � i-41" tQl. 243 rNINTEO IX Y.f.6 .. ' ... .... ...a . 0 NON - COLLUSION AFFIDAVIT toPAGE 9 THE BIDDERSj BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEMO HAVE,IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERpOR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM$ HAS PA ►D OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING Of VALUE WHATEVER] OR SUCH AFFIANT OR AF- F.IANTS.OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLYX ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDOERSO WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN TM LETTING or THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR NATERIALMAN THROUGH ANY BID DEPOSITORY] THE 13YLAWSO RULES OR REGULATION9 OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM AMY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID DID DEPOSITORY OR WHICH PREVENT ANY :SUS- 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 OFFEREDI PAIDt OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE-THE ACCEPTANCE OF THE SAID SID OR AWARDING or THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERS WITH ANY PERSON. WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITM'ANY OTHER PERSON IN ANY WAY OR.MANNERO ANY OF THE PROCEEDS OF THE CONTRACTS SHOU:GNT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS '-V s—f DAY OF 14 (lp_,eL- a MY COMMISSION EXPJ.RESS NOTARY PUSLIC ------ OFFICIAL SEAL V, M "�"Y LOUISE _ ScR lio -CL.i C- CALI'-i N1A C LL OFFICE N LOS ANGELES COUNTY hiy Commission Expires Aug. 14, 1073 r"'a Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Yv I L -(- Sc,-3 M iT lF �-oW t3 r At7cR2 Page 10a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. r 111,10,1114N iii -o ✓• va 74 vrffj Rim/ s 0 0 INDEX TO SPECIAL PROVISIONS C -1247 Page I. SCOPE OF WORK II. COMPLETION AND ORDER OF WORK III. PAYMENT IV. TRAFFIC CONTROL V. NOTIFICATION OF RESIDENTS VI. STORAGE YARD VII. ADJUSTING UTILITY BOXES, VALVE COVERS, ETC., TO GRADE VIII. SHUTTING DOWN THE EXISTING WATER MAINS IX. CONSTRUCTION DETAILS 1. Asbestos Cement Water Mains 2. Gate Valves 3. Fire Hydrant Assemblies 4. Temporary Asphaltic Concrete Trench Resurfacing - 2- Inches Thick 5. Water Services 6. Backfill 7. Tapping Sleeve Assembly 8. Bayside Drive Connections CITY OF NEWPORT BEACH SP 1 of 4 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 CONTRACT NO. 1247 I. SCOPE The work to be done under this contract consists of replacing water mains and appurtenances in various alleys and surface restoration of street excavations in the Corona del Mar area and in Vista Baya Street in the north Newport area. The contract requires the completion of all the work as shown on the Plans, Drawing No. W- 5072 -S, and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications 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 Angeles, California 90034, Telephone (213) 870 -9871. II. COMPLETION AND ORDER OF WORK The Contractor shall complete all work in the Vista Baya portion of the contract within 15 consecutive calendar days after the date of execution of the contract by the City. The construction of the water main, water services, and temporary A.C. patching in Vista Baya shall be completed prior to commencing water main construction in the alleys in the Corona del Mar area. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days Trom the date it is first closed to such use. Full compaction must be included in the completed work before the alley is restored to normal use. The Contractor must employ sufficient men and equipment necessary to accomplish this schedule. When the work in any one alley is not 100% complete, including compaction, 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. The Contractor will be assessed liquidated damages in the amount of $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. The Contractor shall complete all the work covered within the contract within 100 consecutive calendar days after execution of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. 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. • • SP2of4 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. Ingress and egress to all residences on Vista Baya must be maintained at all times during construction. 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 renoti- fication, 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. STORAGE YARD A storage yard, at the corner of Dahlia and 5th, 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. VII. 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 opererations, 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. VIII. SHUTTING DOWN THE EXISTING WATER MAINS The Utility Division shall be notified at least 24 hours in advance of the need to shut down any existing water main. SP 3 of 4 A detailed schedule shall be prepared in advance of making the connections to the existing water mains in Bayside Drive. This schedule shall be subject to the review and approval of the Engineer and of the Utility Superintendant prior to doing any work in Bayside Drive. The schedule shall provide for accomplishing all three (3) of the Bayside Drive connections in a coordinated manner which will require the absolute minimum of shutdown time for the existing 14 -inch water main in Bayside Drive. Y IX. CONSTRUCTION DETAILS 1. Asbestos Cement Pipe Water Mains The price bid per lineal foot for asbestos cement water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks and other miscellaneous appurtenances, slope protection, landscaping replacement, etc., required to construct the operative water mains, excluding gate valves and temporary trench resurfacing. Permanent trench resurfacing is not included in this contract. 2. Gate Valves The unit price bid for 6 -inch and 10 -inch gate valves shall include all valves excluding hot tap connection, fire hydrant assemblies, and Bayside Drive connections. 3. Fire Hydrant Assemblies The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, ring tite flanged gate valves, thrust blocks and pipe required to connect the assembly to the gate valves and water main, as shown on the plans.and as per City of Newport Beach STD - 500 -L. 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 foot of water main and service connection trench in asphaltic concrete and portland cement concrete pavement areas in alley 8A, Vista Baya, and in the street crossings, in lieu of asphaltic concrete tonnage as specified in Section 306 - 1.12.1 of the Standard Specifications. The temporary asphaltic concrete resurfacing is to be left in place at the conclusion of the contract. No permanent trench paving will be required in the contract. It is emphasized that the temporary asphaltic concrete resurfacing shall be maintained in a smooth condition, level with the adjacent surface, 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. 5. Water Services New one -inch copper water services (per C.N.B. Std - 501 -L) shall be installed to all vacant lots, to existing and relocated water meters in the alleys, i 0 SP 4 of 4 to existing water meters in the street areas, and installed for air release purposes. The City will relocate the water meters that are not adjacent to the alley right of way line to the alley right of way line prior to the starting of the Contractor's work. The relocated water meters will be connected by a temporary service connection installed by the City. After the Contractor has connected the new water service lateral to the newly relocated water service, he shall return the temporary water service connection previously installed by the City to the City's Utility Division. 6. Backfiil Bedding up to one foot over the top of the new water main shall be sand with a minimum sand equivalent of 30. Due to the fact that temporary asphalt patching is not being used in the alleys, all backfill must be leveled to the grade of the adjacent pavement elevation to allow normal traffic to use the alley. 7, 10 -Inch by 6 -Inch Tapping Sleeve Connection Assembly Including Gate Valve The unit price bid for the 10 -inch by 6 -inch tapping sleeve assembly shall include all pittings and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 -inch water main in 5th Avenue at Alley 8A, and all fittings and appurtenances required for the plug - coupling adaptor on the existing 6 -inch cast iron water main in alley 8A near the tapping sleeve connection. 8. Bayside Drive Connections Prior to installing the Bayside Drive connections, the Contractor shall complete and put into service all the new asbestos cement water mains in alleys 24C, 25B, and 27 from 1st Avenue (including the gate valves, the cable backs and the anchor blocks) to the 450 bend at the connection limits as shown on the plans. The existing 14 -inch cast iron water main in Bayside Drive shall only be shut down one time for a maximum of 4 hours. The Contractor shall schedule his work which will enable him to install the connection adaptors, flanged gate valves, and cable tie backs at all three locations within the above specified 4 hours. The Contractors attention is directed to Section VIII of these Special Provisions regarding shutting down the existing water mains. The unit price bid for the Bayside Drive connections shall include all fittings and appurtenances required to connect the new 6 -inch water mains to the 14 -inch cast iron main in Bayside Drive and to the previously installed cable backed gate valves in the alleys as shown on the Plans. r. F /QE NYORANT 54/4LL BE 10W4 F5 /0010; AR 'Floc /F /C ST.4TE5 F/6. 200""OR 4,CEN55EL4ER G/5T 904" OR "R /CN o4va614 RD .C' G65A /PPED i N/ /TN N. S. TNREAOS AND NEOORENE 645KETy 4 ° CYITL ET -6.V41 /- BE NO,P "AL TO CLlQB FACE 6A5KET O 1"E1V5;10N5 2312 °t105E; 2 q//6" /.,D. ; 33//6 "O .O.; 3/6 °T!/ /0 4 " /J05E; 4%/6 "/. Cl.,- 5%B o. 0.; % TU /cry l - l /2" XAM460N NUT _ 1 �2"PENTA60N NUT O E OF WATER .11.4 /N AS SHOWN ON /MPROMA1EN7' PLANS a'-o" /B.. + NORMALLY- ZLL I , r TOP OF PVM'T. 1146VE BOX COVER 46 Ft5R 6T0• -5 10-L 2 B'COAV. OR VC. P /PE 0� M j 6'45BE3706 CEMENT -- V r L 606ATE VALVE C MENT L /NED C45T /RON TE6 W /TIJ 6" FLAN6E0 OUTLET CONC. TNjPUST BLOC /1 NOTE ALL CONCRETE 6L/A14 BE CL.465 r,.0-0-3000 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT L DRAWN klA �CONC. ANCfl02 _; _ DATE ? �BLIC WORKS R.E. ' r 4 s TH /S D 1AlENS10A1 COA1C. METE2 BOX (SEE NOT-F 13' CLEAR FOR 1a METER FOR 314' METEfP - BROOKS 1.3 //,y v a 314 a a •. FOR 14, METER - BROOKS r 37 METER tt,, METER COUPLIAIG TO BE IA16 `TALLE0 BY C /TV AFTER METEK BOX 16 /N PLACE SL ORE n COAIAI. 70 SERVICE LINE SY OWNER -:• 1 FEMALE COUPL/A/G.: N W1TH 1. P. THREAD g ANGLE METER ST.7P ✓4,W,FS ✓0AIE6 -I -1524 MUELLE,P 1-1-14250 OR - "C-CDED SEE 6T0-513 -4 Pu6CO C -2236 F0A? GOUPL /FAy DETAILS TYPE K COPPER TU8 11,IG --"' CORPORATION STOP .- JAMES JONES ✓ -1500 A LI&LLER H -15000 OR PU8C0 C - 2700 7C(4M,� A- C 1,VATER AqA /A✓ - - - DOUBLE B,ZOAIZE SERVICE I M T:1 C S THREAD JAMES JONES -1-979 - MUELLER H -1600 6M1711 - BLA1R 323 cA/Q /5TY 1022 NO TES /. ALL 'TUB /AIG F, F/TTIAIGS eC7. MA11J El METEiP TO 8E /a UNLESS OTHERWISE SPECIFIED- 2 WHEN COA/NECT /NG A 3�4" METER 7V A 1' SERVICE USE A 8RV"ZE WATER METER BUSNIA.G JAMES ✓ONES ✓ -IZB -H OR APPRVWZ> EQUAL. 3. /METER BOXES SUBJECT 70 TRAFF /C LOADIAJG WILL REQU /RE'- C. L TRAFFIC COVE -eS•. CITY OF NEWPORT BEACH DRAWN DATE —. PUBLIC WORKS DEPARTMENT APPROVE P LIC WORKS ECM STANDARD WATER SERVICE R.E. No. s 3/4" I *v DRAWING NO. Tan.4Q . I 0 0 THAS D /NIEN5 101,1 : COMC. METER BOX (SEE nO7•C- +�L 13f FOR / Z" ,WETER FOR 11/2f wr&K - BROQCS #3B c /7' n e n ;FOR 2� MCMR- 5,foakS '465 METER rLA1✓6E0 COUPLING TO BE INSTALLED dY CITY AFTER METER: BOX 16 IN PLACE., SLOPE 1/4I 7010':•• i COMMECT To SERVICE LANE BV OWt1ER-- :* FLAMC O Cd1PL1% {i/ROUGN% CCIOPER 404 ?7(R W /TH L P FEMALE iHREAO ANGLE VALVE WITH FLAA.IGE CONNECT /ON ./AMES ✓ONES ✓ /527 F W.POUG</T 900 ELBOW OR RENO CAM BE MADE. -... W1T14 4PPR0f/60 P /GE QgNOER H4P000lV7- COUPL /A/cg CITY SEND CAN BE MADE WITH AN APPROVED PIPE BENDER., TYPE K COPPER TUB /AAA IF COKPOPATIO/J STOP JAMES -JONES /46 A. C. WATER MA/AJ ---- - DOUBLE: BRvAlze SE!?V /CE CLAMP WITH CS. THREAD JAMS . OV6 J-979 SM /T.S�- BL4 /.P 323 CWQ/5TY /022 "OTE$ /. METER 6OKE6 SUB ✓ECT 70 TRAFFIC LOADING WILL REQUIRE G / TRAFFIC CY7VER5'. Z. WROUGHT COPPED F/TT.;VGS -5"ZL 56 51L VEQ BRAZED TO TWE TUBI,vG • ANDARD WAT�E2N SER I/ DRAWN AVAIMGWT COGDEiR` ' - gOgOTO.P u DATE -4_ /o- 6Y �� S-r WORKS DIRECTOR R. E. A10. i B20KIZ& SEPti /CE A 4' r9 C. MAII1 UNLESS OTNERw/sE SPEClfiEO `CO,c/C �TIC�UST BLGCK � .:;• +50LJL? _�'. /. PLUG L 'a . NEAVV A.C. COUPG /,VG i R SERVICE WITH rACTO ,eY -7 4 PPED G S. TH.PEgDED Ck1TLf'T /" :.ORPORAT/i P[. A)/ / i /2" =/ =o" - - -- SECT. � COUPLING NOTE: 4Z4 CONC?ETE 54VAI-1- BS' CLASS 6.0-8-3000 CITY OF NEWPORT BEACH DRAWN PUBLIC WORKS DEPARTMENT APPROVEL WA TCR SC-/PV /CF` /COI" "EQCTi ,S END FOR D&AD !VAIA15 DRAWING rat,= ,. _..... � -� .,...maw - �...... - - DATE R, 6. NO STD -St ■m mI LI/✓ED � COATED STEEL "WAI ••. STAL/DARD COUPL /NG - ONE SIZE LARGER THAN SERvrcE 'NYLON 605H /hG - ONE S /LE LARU—k THAN SPRV /CE COeFORAT/O,(J STP WITH IkO" RMt INLET 5 COPPER P 1/7IF Oc./TLET NOTES /. ALL crll UECTIGv. - 7b LINED �onl7EO S'TFEL .L1AIN5 REQUIRE S /AL APPROVAL FROM P.',ia /C H/OK.t'S GIR, ALL LINING COATING DAXMiGED (W KEeNGVEO FV� 1N6TALLAi -lo1v OF THE SERVICE 5H4LL BE REGLACEO 7U H61R ORIGINAL cay.OiTlml CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SERVICE TAP TO LINED & COATED STEEL MAINS LW<9 5eRVICE6 ALL SERV /CES SHALL eE ORIENTED AS • ABOVE DRAWN W P. DATE 3 -11! APPROVED LIC WORKS DIRE R.E. NO. DRAWING: N0. ,STD -54 r LI/✓ED � COATED STEEL "WAI ••. STAL/DARD COUPL /NG - ONE SIZE LARGER THAN SERvrcE 'NYLON 605H /hG - ONE S /LE LARU—k THAN SPRV /CE COeFORAT/O,(J STP WITH IkO" RMt INLET 5 COPPER P 1/7IF Oc./TLET NOTES /. ALL crll UECTIGv. - 7b LINED �onl7EO S'TFEL .L1AIN5 REQUIRE S /AL APPROVAL FROM P.',ia /C H/OK.t'S GIR, ALL LINING COATING DAXMiGED (W KEeNGVEO FV� 1N6TALLAi -lo1v OF THE SERVICE 5H4LL BE REGLACEO 7U H61R ORIGINAL cay.OiTlml CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SERVICE TAP TO LINED & COATED STEEL MAINS LW<9 5eRVICE6 ALL SERV /CES SHALL eE ORIENTED AS • ABOVE DRAWN W P. DATE 3 -11! APPROVED LIC WORKS DIRE R.E. NO. DRAWING: N0. ,STD -54 6 SC'�1�E0 UL CONCRETE ANC,4/0/P BLOCk STEEL ANCL10l7S C / "A "B " "C " F /Tr //VG LENGTH WIDTH DEPTH S/ZE pUANT. LENGTH 6 "X 45°BENO 2.0' 2.0' 2.5, %20 2 8.5" 8 "X 45 °BEN0 2.5" 2.5, 05' %2 0 2 9. O' /O "X 45 0BEND 3.0' 3.0' 3.5' %2 0 12" X 45 °BE1V0 4.0' 4.O' 40' GROUND %24 2 /2.0' L /NE Cl F/ r r/ n/G .4NC1-10RS NOT S"A6ED0EO /N CONCRETE 5WALL BE _ WQ TER MQ /N COATED W/r/l /-/OT TAR O.R EG74141- '' ° _ ° c' ►. r STEEL .41VC1-10,PJ CONC..4NC&OR BLOCk ELEVAT /ON VEa 77 c.4L BEND .4/VCI-10. 2 rn G.4rE vAL YE 2 '�4 STEEL ANCF/OPJ ANGNOPS NOT EAffir, "AO. /N CONCRETE SHALL BE WATER M4 /N C047E0 W /T./ VOT T4R r - OR E-0"L 4 BOTTOM OF TRENCH CONC. QNCHO.P .BLOCk 2 " 14U6 2" \ I CLQSI 6 0 -8 -3000 O /A. SEC T1O�N EL E V.4 T /ON GATE VA L VE . 1VCA/O,P CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DRAWN A/M DATE -3 - /O- Co APPROVE P BLIC WORKS DIRECTOR .41VC/-/OR BL OCA-. OET.4 /LS FO.e R.E. N0. DRAWING NO,,Z 5 S GATE V.4LNE,I- (f Y,6R71CAL BENO. . R 6 Sr4AJ40A,Q0 V,41-Vff BOX C0l1iFQ AS PER FIkIISHED STREET a- coluc. Ole v c PIPE THRUST 6L OCk (SEE 97-D-501-I-) LEAD BOTH BUDS OP T4P0 IAIG SLEEVE PLEAD G45eETS C 4 TS VA L Ie 41ju 14PP14G SLEEVE (GATE VALVE SHALL BE 10W.4 14, eigkI56=1-1-46.e LAST /.4A, OR RICAISERIES go). CITY OF NEWPORT BEACH DRAWN -/- DATE PUBLIC WORKS DEPARTMENT APPROVE 74PRIXIC SLEEVE 41JO G47E P B WORKS DI ECTOR V4LVE --�Oe C4ST IROAI OR 17-LIC Llc�R.,F 0. ASBESTOS CEMEA1 -r RIPE DRAWING STO-506-1,.: r GdL�GOE- p,..A p.. ,2E.US5ELdE2 UST /3d G+r Q /C.0 SE.P /E5 2t_7 O.Q /OWA P /OE - i i I� �z VA SO.- 6 /0-L re a> •I V, /C. G. C. 2 ✓. C. Fj /PF TYP /C4L EPOsCY G /NEU SGEEYE COUPL /.C/G �- CdST G'OU.�L /.ffCS t- V�STG /�C/LL°S6 X,UOTE': d[.L MdTBQ/dLS dA/OCd474%E247-10115 S41B4/EC7- 7b V- .dg 9 0� -6 OF HE tired �O S.oEC�G L. Vic' Afldr. CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED BLIC WORKS DIRE AND I R.E. NO. DRAWING NO. 1 s z� m= i a a � ► I I K I I Y UQ vp a (J � to Om k' CITY OF NEWPORT -BEACH PUBLIC WORKS DEPARTMENT T YP /CA L JOIN ASBESTOS CEMENT P/) DRAWING DATE 3 -�< R.E. N0. °u W Q M V o U 0a �u N 0j 4V) �� 1 Y UQ vp a (J � to Om k' CITY OF NEWPORT -BEACH PUBLIC WORKS DEPARTMENT T YP /CA L JOIN ASBESTOS CEMENT P/) DRAWING DATE 3 -�< R.E. N0. .r I W „ar CONO/TIAl / a.D la. +M:q CONDITION COA/O/T/OY /// �° 4.VNiq LA V 'e _ COND /T /ON V! v COVD180N ViN A2.irbY t ' ;l.b, V4LVE 4A/CNOR RPEOD A'O,P 114LIlES 12 "ORLAeSER (SEE DWG. L -506- sTD.J .y /N. CONO /T /ON /f/ COND /T /ON 1/// TYP ICAL SECT /O/V TL/,PU D E T,4 1 L S THRUST 6zocA-s NOTE: (l.) ,4LL THRUST BLOCK BEARING FACES SF141-1- BE POURED 4G4 1A/ST UNDISTURBED SOIL OR APOROVED COMPACTED B4CECF /LL. 45.0.4X• (Z) CONC. 5941 BE CL 455 6.0 -B -3000 THRUST BLOCA' ,8EA,Q/NG ,4QE,4 /N S9 FT. P /PE CO/VD/T/O/V SIZE / // /// /V V l// U// !/ /// 4 Z.6 3.3 Z..6 /.3 /.3 ?.O 3.3 2.6 6 4.6 6.5 3.9 ?.0 2.6 3.3 6.5 4.6 6 7.8 I 1.0 5.9 3.3 3.9 5.9 / /.0 7.8 to /Z4 /7.5 9.8 5 Z 6.5 9.1 175 /Z.4 /Z /7.5 ?4.8 13.6 78 9./ IZ.3 748 175 14 Z4.0 33.8 16.? 9.7 17.3 16.9 33.8 24.0 l6 /. / 44.0 Z3.8 /Z.7 15.5 73.2 44.0 31. l /. CALCULATED ON ZZ5L9 TEST PPESSU,PE s 4LL0N,48LE 9E4TI/N6' P/1ESSU,PE OF 3000 Z 9 PE,Q 50 FT 2. /N POOQEQ SO /LS SPEC /,4L DES /GA/ /S QEQU /.PEO. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 57M, rp,wfV90 0 0 0 For, m -IC WORKS DIRE R.E. NO. STD. -SC FIA11511ED .5rA2,Z76r (5.G40,9 14. C. Aw Vr- COAIC.QEr—= C01-440 51-14Le- QE CL.455 6-0-49,3000 19" COMO. lie a. C. lo//7E .p4Al'c- 'c CODER ;90401r6 "4,0&,9'0 WATER, SEWER OQ AS f?EOU /QED 2- 0.; 01,d. CITY OF NEWPORT BEACH DRAWN -4/M DATE ---,3_ PUBLIC WORKS DEPARTMENT APPROV MI-VE BOX COVER OR UBLIC WORKS DIRE r4ER'"WAL CZEAA10Ur COV6-,Q R.E. NO. A"40 .4Q1.G45Q DRAWING NO. STD. —5/1 m "' a PL4TE W /TN ' q P4 /SEO P P47TE W SUOFOPT PC OA/ COAIC FTG } r-4 d F� 9., 6" G.. 3'" L4YER OF G,P4VEL 4LL G45k'6TS %i " (TYP ICAL) /6 %" I B" 1 4 "1 FO? 3" YCeI1ME SERVICE DRAWING NO. .s'TD. -,S // LAST OF M4 TE.?/AC.S SE?V /GE S/ZE ITEM DESC� IPrIOA/ 3' 4" C' 8" d 4. G PIPE TO M4141 3" 4" 6" 8" B FL4/VGED GATE VALVE OS E` Y 3" 4" &' 8" B -1 FLANGED G4 TE MLVE OS E` Y 3" 4" (e 8' C A14AIGED C.1 P /PE 3 %4 LG Gat "LG 4'r6 "LG 8 " -6'LG C -/ FL41VGED C./ P /PE 3 ".t "LG d'-6'L& 4.6 "1-G 8:6 "LG D VIC74LILIC COUPLING 3" 4" 6" 8" E HE,?.SEY 9c W /TN .BYP4SS' METER 3" 4" F OUTLET 3" a" 6' 8" METER V4411- T- 6k'OOKS A/4 SPEC 14L G 735 736 736 OR EQU4L 063 1GAI h, V4ULT COVER- B,POOK.S /V4 735 736 736 „ OR 6-011,04 B43E PL47',x',S- BZ60,95 N-9 r 733 73;7 733 " OR EQU4L. ,VOT .S: /. IF G47-E VALVE AT M411-1, OMIT' ITEMS (D© 4,UD USE O,UE SIZE 5Af4LL ER VAULT. Z 4LL TRAFFIC VAULTS REQUIQE SPECIAL OES/GV 3.,041k17" COVER PLATE 4,10 ALL EXPOSED /RO,C/ FITTGC/GS W17-1.1 O,UE COAT OF RED LEAD PRIMER 4,10 041E C04T OF 4Z-U1W1,1U1W P4 1,1T 4. SEFOPE CO""EFC7I0M 70 CITY WATEQ SYSTEM A PER"IT MUST BE 087-AIMED F,P 'F/MA,VCE DEPT /M C17V HALL CITY OF NEWPORT BEACH DRAWN ✓I DATE 3 -10- 69 PUBLIC WORKS DEPARTMENT APPROVE BLIC WORKS DIRECTOR o, l M rC F /QE JUVICE DRAWING NO. .s'TD. -,S // I ' , . FDR 3" E 4" USE cRok's x°849 0R 6- L - /05Yi J FOR 6 "8'02/0 "USE" SPHG /AL DESIGN. _ r--- - - - - -- - SUPPORT F /TT /(/GS 0,(/ COMIC F,-G. (rrRIC44) E O C I I A D F 6 M 1 M J K G L E IB I C B NN e - ° 0 ° i Ia O roll npe ° .01 foil ee e I P[Ow °0° \ N tiff 6Yi 33'" 76 %Z'" 8 6" 6Y[ 3 "METEQ /6 %L' 9 ( jr Q "METER 6" 9" /0 %Z "T6' G" 45" ZZyz" /0 %Z 6" C 6 "METE,P _ 6" 9" / / %Z" 6" 6" 53" 26'/e" / /he 6" G" 8 "METE,P 6" 9° 13" G °- 6' - 6B" L /S T OF AM TER 14 LS ITEM DESCle/OT/LW QWAif ArErt,P sizEs 3" 4 6" 5 /0" A .a. C. PIPE TO IM 11V 3" 4" 6' 8 ' /O" B SERV ICE SADDLE (BRO,UZE) Z 2" 2 Z" 2" Z" C CLOSE NIPPLE 2 Z' 2" Z" Z" Z- 49 MUELLER OR /SEAL V4LVE' 2 9-IOZ91 9- /OZ91 1-1- 1OZ91 N -IOZ91 H - /OZ 91 E BRONZE PLUG 2 RPTHO. Z "IPTHO. YPTHO. Z"IPTHG Z "IR7WO SM /T/-/ .BLA /R FL4AIGED F COUPLING 4D4P7ER / 9121-3 -Q /3 9/Z -4 -5/0 9 /Z -6 -7Z0 9/Z-B•948 9/Z - /0 -// G FLANGED GATE 1141-UE AIRS Z 3" 4" 6" 8" /O" H F1ANGED C / P /PE Z 3:6 "L a':B'L 6,6 L / V/CTlJUG/C COUPLING / 3" 1,p J MERSEY FM METEP / 3" 4` 6' B" /O' K A16,,PSEY OC w/e 9,y-,P45,5 / 3" Q' 6" B" /O" L FL A/VGED Cl PIPE / 3x 4' L 4; 6'L 6 : 4'L B ". 4'L IO ; 4 L ,DOTES L /F DOUBLE CHECK ASSEMBLY IS 4107- REQUIRED OM /T ITEM ® 4,VD USE O,UE SIZE SM4 LL E2 M UL T. Z. ,DLL TRAFFIC V4UL77.5 REQUIQE SPEC14L DES 1G,1. 3 . P.4 /,CIi• CODER P447E A,UO 4LL EXPOSED /ROAI F/T776UGS MrAl O.UE COAT OF REP LEAP PRIMER 4,UP 01167 COAT OF ,4LU441AJU1W P414177. 4. CITY OF NEWPORT BEACH DRAWN-4t1= DATE 3 -io -G9 APPROVED PUBLIC WORKS DEPARTMENT 11JJT4LL.4T10AJ UBC TOR WORKS DIRECW4TEje.METER R.E. N0 }° I t -� 4 r � -, FOR -9 411hp szo OelT "'993&7 Ole E- Q ugm.-, A& -117 &7'if ,BROOKS owx// Of FOR 6 USE BROOKS 10,031le Ole EQ414-1- (4= 4 /p' ") —S—UPP—Oe —TF—177—'141G-3 —OV C—Ok—lC. �Xr F7T—G–yP;I–CZZ-) A 8 C D E F G H 9 1/ G L E D O. u Ic-Low 9- 8- r.- 16 %z" A; /z 8- 6- 3 ac -Tee.. 9- 9" r.- 6-1 25 IKyz" c, .,/z .9 6 a ME TER, =Cv =9 1 .41 P4LUT COVER PLATE 4 ID 41-L EXPOSED IR40AI F-ITTAUG5 WIT-1-1 0//& C04r OF R&D 4040 AellWEe 41,10 OX/& CO,n7' OA- 4Z-U1;l1V4'1A4 P4141r LIST OF MATER14L5 ITEM DESCRIP r/oA/ QUAAJ. ME rEle SIZES 4 4. C. PIPE 7-0 A-14111 3- 4' 8 SERVICE 54DDLE (BRO41ZE) 2 0" 2' 2, C CLOSE AlIPPLE z 2^ Z' D MUELLER ORIJE4L V4LV,6- 0 -1-1-I0291 H-10291 14-16291: E- 8,90,(IZ4C PL UG 2 2"IP71.0 2-l.R771,0 SMOW BL41P rL4AJGED 91Z-3-413 91Z-4-510 9/Z -6 -72. COUPLbUG 4D4FTER 9 'c`L,4k1CcD G4TE V4LVF k1 RS 2 3' 4- 6'. /4 )c-L4k1Gc-D C./ PIPE 2 3' 4- VlcT,4uLlc COURLIVG 3- -j Ae,625,ff Y COMPOUUD METER 3- 6- k HERSEY O W/o By-F=S L. FL4 UGEO C. L R/R& 4 "R d'L r.,XdL 1F DOUBLE CI-IEC41 6 Ss A4 8 L Y 43 .DOT RE: Q ulec- ig omv-� ITE41 @ 41JO U5,E ONE SIZE SA44LLE-A' V41-14-7. Z. 41-L Te4,CPIC V4UL7-,5 REQUIRE ZPeC144 0ESIGILI. CITY OF NEWPORT BEACH DRAWN DATE–A:ZQ-:- 9 -~� PR6VED PUBLIC WORKS DEPARTMENT WA 7-ER METER IVS T4 4- L A r/ 0 Al (flLIC WORKS DIRECTOR r A?. E vo.!j 3� March 19, 1970 C77y V:' TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA - 1969 -70 (C -1247) RECOMMENDATIONS: 1. Approve Plans and Specifications 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on April 21, 1970 DISCUSSION: The estimated cost of the work is $117,500, Funds have been budgeted in the water fund for this work. This project provides for the continuation of the program to replace the deteriorated water mains throughout the City. This year's program includes replacement of mains in the alleys in the Corona del Mar area and in Vista Baya in the north Newport area. When the work is complete, contracts will be let for the reconstruction of the deteriorated asphalt pavement surfaces in the alleys with new Portland cement concrete surfacing and for the resurfacing of Vista Baya. The new mains will maintain adequate flow 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 about August 31, 1970. J seph evlin P blic s Director ELM /bg TO: CITY COUNCIL FROM: Public Works Department August 24, 1970 SUBJECT: ACCEPTANCE OF ANNUAL WATER MAIN REPLACEMENT; CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 (C- 1247) 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: c -� The contract for the Annual Water Main Replacement, Corona del Mar Area and in Vista Baya, 1969 -70 has been completed to the satisfaction of the Public Works Department. The bid price was: $111,250.00 Amount of unit price items constructed: 111,432.40 Amount of change orders: 73.43 Total Contract Cost: 111,505.83 Amount budgeted in Account No. 50- 9297 -065: $119,000.00 The change order was for the insertion of a tee to accommodate an additional fire hydrant. The Contractor, Ace Pipeline Construction, Inc. of Pomona, California, did an excellent job, causing a minimum of inconvenience to the residents. The contract date of completion was August 13, 1970. All work was completed by July 29, 1970. eph T. Devlin APf iJ '� c, Hy COUNCIL tic rks Director /ldg DATE INDUSTRIAL IN ITY COMPANY CERTIFICATE (A STOC Y) OF HOME OFFICE SAN FRANCISCO INSURANCE NAMED INSURED A-'- PIPELINE CONSTRUCTION-INC. 1312 West First Street • Pomona, California CERTIFICATE CERTIFICATE ISSUED TO "Irry OF NEWPORT °..A'.:H .. ISSUED BY •INDUSTRIAL INDEMNITY COMPANY i,eLi?ort Beach, California • • a", aTATE 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 I LIMITS OF LIABILITY COMPENSATION EFF 7// OI / r 1 STATUTORY CALIFORNIA COMPENSATION — WORKMEN'S COMPENSATION '.,B O6 7 —D ��� EXP 7' EMPLOYER'S LIABILITY — $2,000,000 PER OCCURRENCE COMPENSATION _I' EFF STATUTORY COMPENSATION STATE(S) OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY —E PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY — LG 667-0012 $ 250,000• $ 500,000. AUTOMOBILE '. EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY — /1 /70 $ 2j0,000. $ 500,000. EXCEPT AUTOMOBILE > EFF7 EACH OCCURRENCE PROPERTY DAMAGE LIABILITY — EXP7/1/71 $ 100)000' AUTOMOBILE EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY— $ 500 OOO $ 500,000- EXCEPT AUTOMOBILE • ,000. PHYSICAL DAMAGE - COMPREHENSIVE EFF CC $ $ FIRE. LIGHTNING 8 TRANSPORTATION > THEFT (BROAD FORM) EXP $ COLLISION OR UPSET ACTUAL CASH VALUE LESS $ DEDUCTIBLE EFF INLAND MARINE ' $ EX P P EFF EXP $ Effective any loss under Automobile Physical Damage Coverage is payable as interests may appe!L1aJbjL Named Insured and the Lienholder named below in accordance with Loss Payable Endorsement on reverse aide. \ S LIENHOLDER • ��.�/ /, • � � rffr+i� Js C �f As respects the following described automobile(s): �1% �'C D J YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER U n ± its 1 Ne c ry �f yi0 a 4 \cam: WPdRT DESCRIPTION AND LOCATION OF OPERATIONS — (This cerlificate of insurance neither affirmatively or negatively amen Qttl�t s or alien e i afforded by the policy described herein.) Policy No. LG 661 —0012 includes the City as an additional insured with respect to operations performed by led insured for theCity of Newport Beach. JOB: Water Main replacement, Corona Del Mar area and Vista Baya, 1569 -70 C- 121;7. This policy shall not be canceled nor reduced in coverage until after cellation or reduction in coverage shall have been mailed to this certifig Certified this 23rd day of June, 1� (0 FRANK E. ROWSEY AGENCY, Inc. usrAY Producer 510 South Spring Street �L 1X081 -Re (e -ea) Los Angeles, California � N o e 10 days written notice of such can- e holder. By registered mail. (5�:ndorselent Attached; a e Y II'Y �y 4 w y istm "f� 1 V a r' z " fi- .. ��� yy g K kr _ Poe rea. e X � �s }LV3• ' f ?,A'.+>s#g dT t `.da x 9 r. �• }.. .Y> u-P' yp '' �- 1 w w 1'iI b s.' .>t YL1•`: «�'"$1 °`dra�'"{.i v .:$iTh W �'h: 1t&ffr �"AISG. r,gaa' RN ��. y�y..N -. � �, `' V` �� :'� � s+.�b-✓i «�� '•; a^ e � 'ate. � S.k�• � "., �;�[ f.+ rJFa mcsze F ..3' {ata � � `? _d'`L' d r 4" W This endorsement modifies such insurance as is offorded by the provisions of the polity relate ing to the following: FORM IL259 U 67t It i.� hereby understood and agreed that the Policy to which this certificate refers i.ay not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Nev.port Beach, Cite Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. (The rnformalion belou is required to he rnnrpleied only ubert Ibis endorsement ii issued subsequent In the policy efferNne dale.) Lffe, ii, e 7/1/70 . this endorsement forms a part of Poliry No. LG 667-0012 to Ace Pipeline Construction Inc. br INDUSTRIAL INDP.i.NI`I'Y COI-'.P : "�Nv ti-- Robert P. Deering I1-IDUSTRIAL IAf�ITY COMPANY 4L CERTIFICATE (A STOCK C _ ,,c SU OF HOME OFFICE SAN FRANCISCO INRANCE NAMED v INSURED ACE PIPELINE Co)c4IoN INc' 1312 Best First Street Pomona, California CERTIFICATE ISSUED TO -- .'N CAT S ItnsxiAI II•D&vIIdT C01ffAN7 CITY OF NEWPORT BEACH BY Newpot Beach, California aT�* • - - -- • CITY - - aTl1Tl } 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 I LIMITS OF LIABILITY COMPENSATION EFF 7/'ir,� 'f STATUTORY CALIFORNIA COMPENSATION - WORKMEN'S COMPENSATION _ EXP �. EMPLOYER'S LIABILITY - SR,OOD,OOD PER OCCURRENCE COMPENSATION EFF STATUTORY COMPENSATION STATE(S) OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY -E PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY- AUTOMOBILE 66LC TA 7 -001 $ 25O 000. - - $ GOON EAcII COHO OCCURRENCE BODILY INJURY LIABILITY - EXCEPT AUTOMOBILE > EFF7/1/7O $ 250 000. $ 500,000. EACtf OCCURRENCE PROPERTY DAMAGE LIABILITY- AUTOMOBILE EXP7� /71 p ^^ /� $ 100 000 , PROPERTY DAMAGE LIABILITY- EACFI OCCURRENCE AGGREGATE EXCEPT AUTOMOBILE $ $ 5no' OOO, AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF $ FIRE, LIGHTNING a TRANSPORTATION > $ THEFT (BROAD FORM) EXP $ COLLISION OR UPSET ACTUAL GASH VALUE LESS DEDUCTIBLE EFF INLAND MARINE $ EXP EFF EXP $ Effective eny 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 aide. LIENHOLDER YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER I DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively at negatively ansonds, extends or afters the coverage afforded by the policy described herein.) Policy No. L4 667 -0012 includes the City of Newport Beach as an additional insured with respect to operations performed by the named Insured for theCity of Newport Beach. JOBL Water thin replacement, Corona Del liar area and Vista Baya, 1969 -70 This Fo sTall not be canceled nor reduced in coverage until after 10 days written notice of such can- cellation or reduction in coverage shall have been mailed to this certificate holder. y registered mail. Certified this 23rd day of June, 19, (Se dorsesnt Attached FRANK S. ROWSEY AGENCY, Inc. 1�IDVSrRIAIL uJD MrANY Producer to S 4-1. i 5 ou Spring Street IX091 -R8 ( 9-a9) * o- !n-ell. ` Calms gore( - _." 4L [his endorsement modifies sach insurance as is afforded by the provisions of the policy relat ing to the following: FORM 11,59 111 671 It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport' Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. (the information below is required to be completed only when this endorsement is issued subsequent to the policy effective date.) Effective 7/1/70 . tbis endorsement forms a part of Policy No. LG 667-0012 issued to Ace Pipeline Construction Inc. by INDUSTRIAL INDEMNITY COMPANY r AUTHORIZED RERRESENNTIVE ' Robert P. Deering I CONTRACT NO. 1247 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 Approved by the City Council this 23rd Day of March 1970 �� v��1V a6ra Lagi os ry 0 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 21st day of R rift �, 19jQ_9 at which time they w1 a open and read. or per orming work as follows: ANNUAL WATER MAIN REPLACEMENT. CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 CONTRACT NO. 1247 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 ea Sha eTl-6 xer to a T — documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract, Docu- ments issued to-others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepare by the Southern Ca i ornia Chapters o t e er can Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave.. Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. City of Newport Beacho California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.)o 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 crafts classifications or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982. adopted May 12, 1969. A copy. of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 6 -16-69 6 To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: CITY OF NEWPORT BEACH WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 CONTRACT NO. 1247 PROPOSAL 0 PR1of2 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. 1247 in accordance with the City of Newport Beach Drawings W- 5012 -S; the City's Standard Drawings and Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION 1. 7,800 6 -Inch Asbestos Cement Water Main and Lineal Feet Appurtenances Complete in Place UNIT TOTAL Dorm @ Seven Dollars and Dollars and Fifty Cents Cents $ 7.50 $ 58500.00 er inea 1 Foot 2. 150 10 -Inch Asbestos Cement Water Main and Lineal Feet Appurtenances Complete in Place @ Twelve Dollars and Dollars and no cents Cents $ 12.00 $ 1800.00 er Lineal Foot 3. 1 Each 1'0 -Inch Gate Valve - Ring Tite @ Three Hundred Fifty Dollars and Dollars and no cents Cents $ 350.00 $ 350.00 Each @ Six Hundred Sixty Dollars and Dollars and no cents Cents $660.00 $ 11220.00 Each 6. 320 Each 1 -Inch Water Services @ Ninety Dollars and Dollars and no cents Cents $ 90.00 $ 28800.00 Each 7. 2;100 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick @ No Dollars and Dollars a nd Fort Cents Cents $ 0.40 $ 840.00 er inea o0 8. 1 Each 10 x 6 Tapping Sleeve Assembly, Including 6 -Inch Gate Valve at alley #8A @ Six Hundred Dollars and Dollars and no cents Cents $_600.00 $ 600.00 Each 9. 3 Each Bayside Drive Connections, Complete Including Appurtenances @ One Thousand Five Hundred Dollars Dollars and and no cent Cents $ 1500.00 $ 4500.00 ac TOTAL PRICE WRITTEN IN WORDS One Hundred Eleven Thousand Two Hundred Fifty Dollars and no cents Cents $ 111250.00 PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT ..........• ..TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE " " " "• "" "PRICE' 4. 29 Each 6 -Inch Gate Valves - Ring Tite @ One Hundred Sixty Dollars and Dollars and no cents Cents $ 160.00 $ "4640.00 ac 5. 17 Each Fire Hydrant Assemblies with 6 -Inch Flange by Ring -Tite Valve @ Six Hundred Sixty Dollars and Dollars and no cents Cents $660.00 $ 11220.00 Each 6. 320 Each 1 -Inch Water Services @ Ninety Dollars and Dollars and no cents Cents $ 90.00 $ 28800.00 Each 7. 2;100 Temporary Asphaltic Concrete Trench Lineal Feet Resurfacing - 2 Inches Thick @ No Dollars and Dollars a nd Fort Cents Cents $ 0.40 $ 840.00 er inea o0 8. 1 Each 10 x 6 Tapping Sleeve Assembly, Including 6 -Inch Gate Valve at alley #8A @ Six Hundred Dollars and Dollars and no cents Cents $_600.00 $ 600.00 Each 9. 3 Each Bayside Drive Connections, Complete Including Appurtenances @ One Thousand Five Hundred Dollars Dollars and and no cent Cents $ 1500.00 $ 4500.00 ac TOTAL PRICE WRITTEN IN WORDS One Hundred Eleven Thousand Two Hundred Fifty Dollars and no cents Cents $ 111250.00 Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER, IN CASE Of A DISCREPANCY BETWEEN WORDS AND FIGURES2 THE WORDS SHALL 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 -CONNECTED TOTALS. THE ESTIMATED QUANTIT.IES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED MAS 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 (I0) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY -` ING THIS DID SHALL BECOME THE'PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA'PROVIDING FOR 'RTNE REGISTRATION OF CONTRACTORS LICENSE NO. 192602 CLASSIF'tATION A ACCOMPANYING THIS PROPOSAL IS Bidders Bond CASM0 CERTIFIED CMEC,K, CASH IER /S 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 CODES AND AGREES TO .COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE Of THE WORK OF THIS CONTRACT. 629 -3361 Ace Pipeline Construction, Inc. PHONE NUMBER BIDDERS NAME (SEAL) 4 -21 -70 John, M. Botkin, DATE PreSl�ent AUTHORIZED SIGNATURE s/ John G. Piper eC.�reaS. AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION., CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS SECRETARY TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS John M. Botkin, Pres. Richard T. Young, VP John F. Piper, Sec., Tr.. R.M.O. DESIGNATION OF SUB — CONTRACTORS PACE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE 3UB -BID3 OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP MIS BIO.AND THAT THE SUBCONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH'THEY BID., SUBJECT TO THE APPROVAL OF THE CITY ENGINEERy AND IN ACCORDANCE.VITH THE APPLICABLE PROV13IONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUBCONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK I. NONE 2. SUBCONTRACTOR ADDRESS 3• 4. 5• 6. 7• 8. 9• ' 1 ®. 11. 12. Ace Pipeline Construction, 'Inc. BIDDERS NAME 1s/ John F. Piper, Sec. AUTHORIZED GNATURE CORPORATION TY►[ OF ORGANIZATION:: (INDISIDUALF CO�-PARTNERSNIP OR CORP) 1312 W. Fi-st_Street Pomona.-California 91766 ADDacas FOR-ORIGINAL SEE CITY CLEOS FILE COPY 0 PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, ACE PIPELINE CONSTRUCTION INC.- , AS PRINCIPAL., ..AND THE TRAVELERS INDEMNITY COMPANY , AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten Percent (10 %) of total amount bid 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 Annual Water Main Replacement Corona del Mar Area and Vista Bay Area, 1969 -70, C -1247 IN THE CITY OF NEWPORT BEACH, 13 ACCEPTED BY 'THE CITY COUNCIL Of SAID CITY] AND if THE ABOVE BOUNDEN PRINCIPAL SMALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CON3TRUC- TION AND SMALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE 'NOTICE INVITING BIDS" WITHIN TEN (1)) DAYS (NOT INCLUO'INGa SATURDAY AND SUNDAY) FROM-THE DATE OF THE MAILtlN0.1 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 SMALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE PAD 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 13 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM' ITS OBLIGATIONS UNDER THI3 BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 21St DAY OF April 19 .70 , CORPORATE SEAL (IF CORPORATION:.) - /s/ John F._P1Der •PRINC IPAL (ATTACH ACKNOWLEDGEMENT OF _ ATTORNEY IN FACT)' .. I. Mry Inil F—ar THE TRAVELERS INDEMNITY COMPANY Witness SURETY BY /s/ H. L. Sevison TITLE 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED April 27, 1970 HAS AWARDED TO Ace Pipe Line Construction. Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR Annual Water Main Replacement, Corona del Mar Area and in Vista Bava, 1969 -70, C -1247 IN THE CITY OF NEWPORT BEACH•, IN STRICT CONFORMITY WITH THE DRA'WINGS.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.TN13'bOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE ACE PIPELINE CONSTRUCTION INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND THE TRAVELERS UMEOXTY COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF FIFTY FIVE THOUSAND SIX HUNDRED TWENTY FIVE & g3b�LDAR3 (# 55,625.00 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 A33IONSO 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 SOND,.A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS Of SECTION 4204 OF THE GOVERNMENT CODE OF TOE STATE.�Of CAt IfORNiA. N � :tea ` -'y�y Sr'•.- .�... .. 0 0 PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS 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 BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND.THE SAID SURETYI FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGEI EXTENSION OF TIMES 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 BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGES EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS or 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 13 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOFS THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NANEDS ON THE 30th DAY OF April 196_,x. ACE PIPELINE CONSTRUCTION INC. (SEAL) � 1(�; 01 01 III 7yg1 Y 1 WW- Attorney (SEAL) SURETY APPROVED 4�T0 FORM-. /S'7-C ITY GATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST= CITY CLERK State of C11*11a rda. l SS. County of Li J On this —day 19_-joeforo me personally came to me known, who being by me duly sworn; did depose and say: that 1# M Affomey(s) -in -Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing instrument; that be, know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority ranted to � in accordance with the B laws of the said Corporation, - 9 Y- potation, and that = »signed 1 name vu thereto by like a s.^•e^• enresnsssnusa sssaxessawssssreess�ssea .0 DOi'F1 Ne M SEAL. HELEN M. DICK NOTA PUBLIC- GALIFONNIA FR NCIPAL OFFICE IN LOS AN,f US COUNT' 1 MX Commissi0n 1: iieis NM 2% 1972 m�Fskn.e , P AGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTSO THAT WHEREAS$ THE CITY COUNCIL OF THE CITY OF NEWPORT BEACHO STATE OF CALIFORNIA BY MOTION ADOPTED April 27, 1970 HAS AWARDED TO _ Ace Pipeline Construction, Inc. _ HEREINAFTER DESIGNATED AS THE "PRINCIPAL"", A CONTRACT FOR Annual Water Main Replacement Corona del Mar Area and in Vista Bava 1969 -70 C -1247 IN THE CITY OF NEWPORT BEACHj IN STRICT-CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON 'FILE 1'N THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH.. WHEREAS2 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; .. NOWO THEREFOREO WEB AS PRINCIPALO HEREINAFTER DESIGNATED AS THE "CONTRACT Olt", AND AS SURETY ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH.. 'IN THE SUM OF WIM FM =093M •=I =WM tg== RJR & M/WbLLARS ($ W. n.00 ) 2 SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEYS ITS SUCCESSORS AND ASSIGN$; FOR WHICH PAY - MENT� WELL AND TRULY TO BE MADEX WE BIND OURSELVES/ OUR HEIRS EXECUTORS AND AD- MINISTRATORS9 SUCCESSORS OR ASSIGNS JOINTLY AND SEVERALL.YX FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPALS HIS OR ITS HEIRSO EXECUTORSj ADMINISTRATORSp SUCCESSORSp OR ASSIGNS SHALL IN ALL THINGS STAND TO AND ABIDE BYE AND WELL AND TRULY KEEP AND PERFORM THE COVENANTSi CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART2 TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIE09 AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:.AND MEANING AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH ITW 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) 0 PAGE 8 AND SAID SURETYp FOR VALUE RECEIVEDj .HEREBY STIPULATES AND AGREES THAT NO CHANGES EXTENSION OF TIMES 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 SONDp AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGES EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CONI• TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALS IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SMALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOFS THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED ON THE DAY OF ..Iii . 1960 APPROVED AS TO FORM: S[j�w^. //n ete CITY ATTORNEY IIIIIIIII'T.. a, i, i n +n AdOiAtQEAL)- a J SURETY � ' At4�nlrj V ►�. State of CAMIAMMU is. County of =Y mad= On this— day of W_, 19_*+ efore me personally came to me known, who being by me duly sworn, did depose and say: that � a- - Affomey(s) -in -Fact of The Travelers Indemnity Company, the Corporation described in and which executed the foregoing Instrument, that know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to Winja ccordance with the Bar -Laws of Corporation, and that bsigned W name thereto by like a +as +�xnoorrarnm nnwsnrcn ` - �.. "I L SEAT. ... CIA HEIEPJ M. DICK GALIFORNII / pR,.v I'Ai OFFICE IN COUNTY E[• My Commission Endres Nov. 29, 1973 PAGE 9 NON - COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS 81D, 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 13 TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR 13 TO GIVE TO SUCK OTHER BIDDER OR PUBLIC OFFICER AN'YTHI'NG OF VALUE WHATEVER, 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 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 810 HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATION& 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 3US- -- 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 810 WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING Or THE CONTRACT, NOR HAS THIS _ BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY K.I ND - WHATSOEVER, WITH ANY PERSON . WHOMSOEVER TO PAY, DELIVER TO, OR SNARE :MITM'ANY OTHER PERSON-- .)M.ANY WAY OR - MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUCHT BY THIS BID. /s/ John F. Piper, Seca SUBSCRIBED AND' SWORN TO BEFORE HE BY THIS 21st PAY ,oF April 196 70 MY COMMISSION.EXPi.REV August 14, 1973 /s/ Mary Louise Esser NOTARY PUBLIC Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Will submit if low bidder /s/ John F. Piper. Sec. Signed I • e Ace Pipeline Construction, Inc. BALANCE SHEET February 28, 1970 CURRENT ASSETS Cash Accounts receivable- -trade Accounts receivable -- employees Other receivables Construction in progress Less advances on contracts Prepaid expenses and deposits Supplies INVESTMENTS Real estate - -at cost FIXED ASSETS Machinery and equipment Automobile and truck Small tools and equipment Office furniture and equipment OTHER ASSETS ASSETS $342,,067 277,745 $276,254 231,247 28,512 3,672 64,322 16,311 983 Accumulated Net Book Cost Devreciation Value $341,754 235,32.9 106,425 165,524 102,674 62,850 28,585 24,039 4,546. 16,974 10,911 6,063 $552,837 $3� $621,301 26,738 179,884 Bonds 1,000 Goodwill 25,000 Cash surrender value -- officers' life insurance 17,900 43,900 $871,823 LIABILITIES CURRENT LIABILITIES Accounts payable $ 70,935 Notes and contract payments due within one year 35,967 Federal income and California franchise taxes payable -- estimated 87,862 Accrued liabilities Payroll taxes $ 12,376 Wages 162,087 Expenses 24,400 Employees' savings accounts 9,910 208,773 $403,537 LONG -TERM DUST Notes and contract payable 73,754 Less payments due within one year (above) 35,967 37,787 CAPITAL • Capital stock -- authorized; 2,000 shares of $100 par value; issued and outstanding, 340 shares 34,000 Retained earnings Balance, April 1, 1969 317,710 Net income 78,789 396,499 430,499 $871,823 Prepared from the books without independent audit verification. FORD GINAL COPY SEE CITY CLERK'S A COPY Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. 1970 Covina City P. Goodwin 213 -ED 10111 1969 Pomona City J. Van Wagner 714 -629 3071 1970 Rainbow Municipal Water District Scott 728 -1178 —1970 Mnnta Vista County Water Wright 624 -0035 Job now in progress 1970 Irvine Ranch - on Culver Rd. & Fwy. 1970 Southern Counties Gas Co. R. Dyer 538 0211 1970 Elsinore Valley Water Dist. Keller 678 -2136 1970 Riverside City Lanz 787 -7341 /s/ John G. Piper. Sec. Signed PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS i Z& DAY 00 BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATEO AS THE CITY, PARTY OF THE FIRST PART, AND _ Ace Pipeline Construction, Inc. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF Annual Water Main Replacement, Corona del Mar Area and in Vista Baya, 1969 -70 (C -1247) AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS$ 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. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT'; ALSO FOR ALL LOS% 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. 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. ' 2/7/67 0 i PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAX THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY.. THE DIRECTOR Of PUBLIC WORKSp AND THEIR OFFICERS AND EMPLOYEESO FROM ALL CLAIMS LOSSI DAMAGE, IN4URYp AND LIABILITY OF EVERY KINDS NATURES AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE AND FROM ANY AND ALL CLAIMS, LOSSO DAMAGES INJURYS AND LIABILITY HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WFEREOFp THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST; ` CITY ERK a APPROVED AS TO FORM: Sy57 CITY ATTORNEY CITY OF NEWPORT EACH "IA BY: .MAYOR ACE PIPELINE CONSTRUCTION, INC. CONTRACTOR �a �l INDEX TO SPECIAL PROVISIONS C -1247 Page I. SCOPE OF WORK II, COMPLETION AND ORDER OF WORK III. PAYMENT IV. TRAFFIC CONTROL V. NOTIFICATION OF RESIDENTS VI. STORAGE YARD VII. ADJUSTING UTILITY BOXES, VALVE COVERS, ETC., TO GRADE VIII. SHUTTING DOWN THE EXISTING WATER MAINS IX. CONSTRUCTION DETAILS 1. Asbestos Cement Water Mains 2. Gate Valves 3. Fire Hydrant Assemblies 4. Temporary Asphaltic Concrete Trench Resurfacing - 2- Inches Thick 5. Water Services 6. Backfill 7. Tapping Sleeve Assembly 8. Bayside Drive Connections CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ANNUAL WATER MAIN REPLACEMENT CORONA DEL MAR AREA AND IN VISTA BAYA 1969 -70 CONTRACT NO. 1247 I. SCOPE SPIof4 The work to be done under this contract consists of replacing water mains and appurtenances in various alleys and surface restoration of street excavations in the Corona del Mar area and in Vista Baya Street in the north Newport area. The contract requires the completion of all the work as shown on the Plans, Drawing No. W- 5072 -5, and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications 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 Angeles, California 90034,. Telephone (213) 870 -9871. II. COMPLETION AND ORDER OF WORK The Contractor shall complete all work in the Vista Baya portion of the contract within 15 consecutive calendar days after the date of execution of the contract by the City. The construction of the water main, water services, and temporary A.C. patching in Vista Baya shall be completed prior to commencing water,.main construction in the alleys in the Corona del Mar area. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days Trom the date it is first closed to such use. Full compaction must be included in the completed work before the alley is restored to normal use. The Contractor must employ sufficient men and equipment necessary to accomplish this schedule. When the work in any one alley is not 100% complete, including compaction, 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. The Contractor will be assessed liquidated damages in the amount of $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. The Contractor shall complete all the work covered within the contract within 100 consecutive calendar days after execution of the contract by the City and as specified in Sections.6 -8 and 6 -9 of the Standard Specifications. 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. ! SP2of4 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. Ingress and egress to all residences on Vista Baya must be maintained at all times during construction. 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 renoti- fication, 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. STORAGE YARD A storage yard, at the corner of Dahlia and 5th, 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. VII. 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 opererations, 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. VIII. SHUTTING DOWN THE EXISTING WATER MAINS The Utility Division shall be notified at least 24 hours in advance of the need to shut down any existing water main. e SP3of4 A detailed schedule shall be prepared in advance rf making the connections to the existing water mains in Bayside Drive. This schedule shall be subject to the review and approval of the Engineer and of the Utility Superintendant prior to doing any work in Bayside Drive. The schedule shall provide for accomplishing all three (3) of the Bayside Drive connections in a coordinated manner which will require the absolute minimum of shutdown time for the existing 14 -inch water main in Bayside Drive. IX. CONSTRUCTION DETAILS 1, Asbestos Cement Pipe Water Mains The price bid per lineal foot for asbestos cement water mains shall include excavation, backfill, tees, crosses, elbows, reducers, joint couplings, thrust blocks, anchor blocks and other miscellaneous appurtenances, slope protection, landscaping replacement, etc., required to construct the operative water mains, excluding gate valves and temporary trench resurfacing. Permanent trench resurfacing is not included in this contract. 2. Gate Valves The unit price bid for 6 -inch and 10 -inch gate valves shall include all valves excluding hot.tap connection, fire hydrant assemblies, and Bayside Drive connections. 3. Fire Hydrant Assemblies The unit price bid for fire hydrant assemblies shall include the fire hydrants, risers, elbows, ring tite flanged gate valves, thrust blocks and pipe required to connect the assembly to the gate valves and water main, as shown on the plans.and as per City of Newport Beach STD - 500 -L. 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 foot of water main and service connection trench in asphaltic concrete and portland cement concrete pavement areas in alley 8A, Vista Baya, and in the street crossings, in lieu of asphaltic concrete tonnage as specified in Section 306 - 1.12.1 of the Standard Specifications. The temporary asphaltic concrete resurfacing is to be left in place at the conclusion of the contract. No permanent trench paving will be required in the contract. It is emphasized that the temporary asphaltic concrete resurfacing shall be maintained in a smooth condition, level with the adjacent surface, 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. 5. Water Services New one -inch copper water services (per C.N.B. Std - 501 -L) shall be installed to all vacant lots, to existing and relocated water meters in the alleys, 0 SP4of4 to existing water meters in the street areas, and installed for air release purposes. The City will relocate the water meters that are not adjacent to the alley right of way line to the alley right of way line prior to the starting of the Contractor's work, The relocated water meters will be connected by a temporary service connection installed by the City. After the Contractor has connected the new water service lateral to the newly relocated water service, he shall return the temporary water service connection previously installed by the City to the City's, Utility Division. 6. Backfill Bedding up to one foot over the top of the new water main shall be sand with a minimum sand equivalent of 30. Due to the fact that temporary asphalt patching is not being used in the alleys, all backfill must be leveled to the grade of the adjacent pavement elevation to allow normal traffic to use the alley. 7, 10 -Inch by 6 -Inch Tapping Sleeve Connection Assembly Including Gate Valve The unit price bid for the 10 -inch by 6 -inch tapping sleeve assembly shall include all pittings and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 -inch water main in 5th Avenue at Alley 8A, and all fittings and appurtenances required for the plug - coupling adaptor on the existing 6 -inch cast iron water main in alley 8A near the tapping sleeve connection. 8. Bayside Drive Connections Prior to installing the Bayside Drive connections, the Contractor shall complete and put into service all the new asbestos cement water mains in alleys 24C, 25B, and 27 from 1st Avenue (including the gate valves, the cable backs and the anchor blocks) to the 450 bend at the connection limits as shown on the plans. The existing 14 -inch cast iron water main in Bayside Drive shall only be shut down one time for a maximum of 4 hours. The Contractor shall schedule his work which will enable him to install the connection adaptors, flanged gate valves, and cable tie backs at all three locations within the above specified 4 hours. The Contractor's attention is directed to Section VIII of these Special Provisions regarding shutting down the existing water mains. The unit price bid for the Bayside Drive connections shall include all fittings and appurtenances required to connect the new 6 -inch water mains to the 14 -inch cast iron main in Bayside Drive and to the previously installed cable backed gate valves in the alleys as shown on the Plans. CITY OF NEWPORT BEACH Date May 4, 1970 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1247 Project Annual Water Main Replacement Corona del Mar and Vista Baya Attached are . two executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Ace Pipeline Construction, Inc. Address: 1312 West First Street, Pomona, CA Amount: $ 111,250.00 Effective Date: Resolution No. R -7177 adopted on 4 -27= i LL:dg Att. cc: Finance Department ❑ INDUSTRIAL INDEMWTY COMPANY (A STOCK COM ) HOME OFFICE SAN FRANCISCO NAMED INSURED ACE PIPELINE CONST#tUMN INC. 1312 West First Street Pomona, California CERTIFICATE ISSUED TO CITY OF NBWP ff BEACH Newport Beach, California CERTIFICATE IwsuR ANCE CERTIFICATE ISSUED BY WDUSMUL INIMM11M COMPANY � eTaeET CITY STATE 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 polity designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD I LIMITS OF LIABILITY COMPENSATION EFF-1/110 645_-1_3T6 /�L 0 STATUTORY CALIFORNIA COMPENSATION — WORKMEN'S. COMPENSATION CB EXPT/ • F / EMPLOYER'S LIABILITY — S2,000,000 PER OCCURRENCE COMPENSATION EFF STATUTORY COMPENSATION MAWS)'OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY —T PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE LIABILITY— L." L0 645 -103 250,000♦ ow. Wi 000. Wit AUTOMOBI ERY $ $ PERSON EACH OCCURRENCE BODILY INJURY LIABILITY— EXCEPT AUTOMOBILE EFF ./ /�s /� L / 1/6 $ 250P000. $ p�Lq /�/L/� ,,r� P000. EACH OCCURRENCE PROPERTY DAMAGE LIABI LIN- AUTOMOBILE EXP 7/I./7 $ lootow. EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY— �s $ 000 EXCEPT AUTOMOBILE 000 • $ 5W, • AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF $ FIRE. LIGHTNING at TRANSPORTATION ) $ THEFT (BROAD FORM) EXP $ COLLISION OR UPSET ACTUAL CASH VALUE LESS $ DEDUCTIBLE EFF INLAND MARINE $ EXP EFF EXP $ Effective +ny loss under Automobile' Physical Damage Coverage is payable as Interests may appear to the Named Insured and the Ihmholder named below in accordance with Loss Payable Endorsement on reverse side. LIENHOLDER YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER I DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or often the coverage afforded by the policy described herein.) Policy No. L4 645 -1033 includes the City of Newport Beach as an additional insured with respect to operations perforated by the named insured for the City of Newport Beach. JOB: Anrjual Water Main Replacement, Corona Del Mar area and in Vista Bays, This �9*rs'AIIG ?"canceled nor reduced in coverage until after 10 �days written notice of such can- cellation or reduction in coverage shall have been mailed to this aoificati - der. registered stall. Certified this 30th day of April, 1910 tSegEpdorsement FRANK Be ROWSEY AGENCY, Inc. WDXMZUAL -�$�T ANYAtoached) Producer 510 S o Spring Street } 1 L% { _.� �6 j I X03'-Re fe -69) Los Angeles, California ey k?Pre•.n,aJiY i.. z s•�� F� r i .OP�„}'.q`4tl Yid.. , Y.. �. V w�.,ST.j(Ttij •24-:. q �r a 'fin 2y(:..:yp vX .I' k.�•: ^,.s's -' f A ' ".s rr § x��k _a- s �" �' i �'�-t• t ii 3R'�.`r2+PaY""^ ! �:.� �� "i • � +.�. �� _ S LYE �. £ 'Y' - �' S� tt°�R "`" _S 2a9Ai'�".�• - v - } Y zy 4•��3�4" L r ✓t 3LS .fit �." +� f - .j <�;'���, '� v'r t �,�y. �.i '�� ,�{�..>, �..4 P'°� ,}' —y e��'�a5*•yy1� �'t' g � �y l 1 � J at 1> ENDORSEMENT It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. All other terms and conditions of this po0[y remain undhonged. This endorsement is hereby mode a port of policy No. LG 645 -1033 issued to Ace Pipeline Construction Inc. Endorsement No. INDUSTRIAL INDEMNITY COMPANY Eff ective April 30, 1970 AUTHORQ D REPRESE&T iIVE Robert P. Deering � FORM IXOOS 'Fl • F �� ®�- �.�.�' Ma 4 a ;1 i C.' y , .._ �._ TO: CITY COUNCIL 0 FROM: Public Works Department 0 April 27, 1970 SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70 C -1247 RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Ace Pipeline Construction, Inc. of Pomona, California for $111,250.00. 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 21, 1970. `� BIDDER AMOUNT Ace Pipeline Construction, Inc., Pomona $111,250.00 Witon Construction Co., Inc., Los Angeles. 115,185.00 Jenkin Construction Co., Long Beach 118,652.00 Miller- Griffin Inc., Sunland 122,810.00 Barron & Eckhart Engineering.Contractors,So. E1 Monte 149,310.00 James I. Gallacher Co., Costa Mesa 161,564.80 The low bid is 5% less than the engineer's estimate of $117,500.00. Funds are available in Account No.._50- 9297 -065. Ace Pipeline Construction, Inc. has not previously contracted work for the City of Newport Beach. However, it is a large, well qualified pipeline construction firm. A reference check with other public agencies for which the firm has performed water line construction work resulted in uniformly excellent recommendations. The firm has also performed considerable construction work for the Southern Counties Gas Company in Newport Beach and elsewhere. This project provides for the replacement of old water mains in the alleys in the Corona del Mar area and in Vista Baya in the North Newport area.' When the work is completed, contracts will be let for the reconstruction of the alley surfaces and the resurfacing of Vista Baya. The plans were prepared by the City August 31, 1970. J seph IT,.vlin Pu lic Director EL ldg The estimated date of completion is APPROVED By DATE APR 271970l� �U�.1fA'�vlL N To: City Clark CITY OF NEWPORT BEACH CITY ATTORNEY Department DATE, April 230 1970 FROM' City Attorney SUBJECT. gssolution awarding a contract for the annual water min replan - Its Corona Dal Her area and in Vista Dayal 1460.7D_ rantraet Ue_ 1267 Transmitted for presentation to the Council at the mating of April 27th are copies of a proposed resolution in connection with the above subject. TV= S. SIZymn City Attorney TNS sash Atto cc s Cit?? (tanager Tubllc storks Diroatoreo' f its lot lilt AQUA. awl - AP T-1, \2 -'\ . � I I YTIV logo OV: V a A USQUITION ;3Y Tffi I:Ti'i' mom OF To C TY THE or IMWRrI UA A� A rACT py Fuc�utcA . . D9L X" AREA AIND IN TWA SAYA, 1469 -70,, 6".Aima Data. 7 WOU", pureuatet to the notice iavitin bide for Mstk in caseation with the annual water min replasamat, Coroa+t.,De1 Mar as" and in Vista Hays, 1969.70, in aceardaece with the plans and specificatims heretofore adcptod, bids wens received on the 21st day of Aprn, 1970, and publicly opgmW and declared; and WXMM i, it appsars that the 4"mat respeasible bidder therefor is Ace Pipeline Constraationt Ina., Pomona, California TNUMU# HH IT BHS XWD by the Gift' Oowaail Of the City Of Newport Heaah. %that the bid of Ace tipeliete QWAtradtioa, TAc., fur the Work is the smo at of 01119250.00 be accaptad, Sad that the contract for the described work be +rrasxtded to said bidder U IT MRMI IMLY6D that the Sh"r and City Cleric are hereby authorised and directed to execute s contract in accordance with the specifieations, bid and this award on behalf of the City of Newport Heady and that the City Clark be directed to furnish as executed copy to the sue"misful bidder. AiX MD this 27th day of April. 1970. layer A4 _ �i !`P fi g �. a�. S. Jk (+ y��' i . �Yg.ZWj4 ! ��� T +� `S� ^Y G 1 •� MA�'� t i�f^ �'Y.. w zrt IF £ � Yr F mj� T'R.J 5 i`x^ )[Y .L ..A 'tom➢ 1' .i )< T' �R. F L a.. r ry qy C ` �'. ay. W � }'� r - F. i �A l .p x G TC 4 TA �a ? a Ax A 5yi \ I } 6 a {` 41-1 as � i '�'�• � � '' t r�. .. 'T� i K. i c ;;Jrr�F• ""•cc x { Y §)e Yvt 4 . 4'r. i Fa' : y'�v y z� �` "r mtp�lv`" Inez a 'S irs. �,wa+ `,�i '` x Kc��+�i?' 1•- -. Y ai' x ygX�r �' ,�,,�sa iyNIP€ $� "irE i- ry 2r r v r' e}§ 3 x >• y }. ,s�". YJ 11'111 1'"67i k 411,l iiy,,7. Ea•... � -,,� > +.a- ^E, Vii` Ft�y S 1� ''�ik. f a.r a 9�.rn �y � r � •tf .' � r�Yi .; ev sry vUtua �t aa. A� � -: r Y .z � �i. F {i dLe -t i ✓ �W i haI v %yn y "ti dF {' � �'' f " ] .Yi o�: t T 4°r' •iir'"^ � �"Yi T / ra i §>'i'riP'�r tiy�} Aa c ,�+ryns.kR. 7- '4 T 1 r a f y •,d4- lt+ed �' ;y'e rYd 1P* bv.r'`x'` ' �4i'� �... : tt'#� � ' Y ✓'{':S„�.�� y_,r n:' aK �, r��g�g� �; s '� s. 4 v'�srt"' y d � � „l.. -i a t{ " '� tv �* fir r a?%%4 �' yr A �.i: r d6 ; t.3z'.,, giZ �'� %f � Z *;• ti ,. r 4i 'Fh1in6.i.wx .py}ae tF* $ 1+k�., f" All "� '€ 3y pl. { r; 13 { v 4 y� 'Ile ay� g a i�yF to ✓4?` ° ,fs, i. a s` � -�y •.• ,y ° y[y'* .�,�y�''a w. h ,.t,� .,C r -art �t �,: r �, �_ � � s�A`�y�"3 � _L *F` 4f ;'Y* 4" .er3�'; 'k Y4'}'�` $ r kt, BL r£• �r 3tS,1° '`' { � �. ". "7c F��s.l '�y—d � 3R:; �'.Fa+ E'i"� r!�€.4ets s i �h- / $"xt..�'r �F ✓`tx: .''`�"?` v . f <�'q ffi' �Y Jx V,' AV xy `# 4"i s `= +ka..'�'. •.v J_M1 'fi t' t s.f AIL 7 77 NMI ...,..� r ' l, It IJ— 44J r March 19, 1970 —,5� TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA - 1969 -70 (C -1247) RECOMMENDATIONS: 1. Approve Plans and Specifications 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on April 21, 1970 DISCUSSION: The estimated cost of the work is $117,500. Funds have been budgeted in the water fund for this work. This project provides for the continuation of the program to replace the deteriorated water mains throughout the City. This year's program includes replacement of mains in the alleys in the Corona del Mar area and in Vista Baya in the north Newport area. When the work is complete, contracts will be let for the reconstruction of the deteriorated asphalt pavement surfaces in the alleys with new Portland cement concrete surfacing and for the resurfacing of Vista Baya. The new mains will maintain adequate flow 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 about August 31, 1970. i )OP 7Sblic evlin s Director ELM /bg APPROVED BY CI DATE AR 23 1970 Y COUNCIL F /QE NYDQ4NT 5a4LL BE %OWq F5 /000; 047 T'� /FOQ SR /C% S!/4N6UgR0 � 665 455E�U PPEO W /T,U Al S. TL/REAOS 4ND 1V6'OA,PENE 646kE7,!F '� 4" O!!TL ET SN441- BE A/OPAMZ TO CGlPB FACE GASKET O/N/EN5 10N5 2 %2'l/OSE; 29//6"/.0.; 33//6 "O.O.; 3 / /6 °T// /CK 4 "//05E; 4%/6 "/.0.1 5 ;1,6 O.� %j'T/J/C/c l l/2" PENTA60N NUT /I2"PFN/O60N N&7-�d O E OF WATE.Q AMIA1 AS SHOWN i ON /MGROYEMENT GLANS 6'-O" NORMALLY TOP OF PYM'T. 114G VE BOX COVER a AS X�--.Q STO -5 10-L 2 B'CONO. OR I<C. P/PE M O! KEEP CEMENT G[E4R OF gOIJS 6 "ASBESTM CEMENTl V 5 u : 6 "6ATE VALVE CEMENT N IRON TE E W/TI 6 F OCTL ET 2Q CONC 4NCH02 BLOC/! CONC THRUST BLOC/! NOTE . ALL 60N6RETE SNdLC 6E 66455 6.0 -19-3000 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DRAWN ✓- DATE APPROVED I . 1 BLIC WORKS DIRECTOR R.E. 140.9L5 DRAWING P. _- r -.. TH16 DI 1eA1610V : .CONC. METER 8OX (5'EE NOTE 3 13' CLEAR FOR /' METER FOR 314" METER - BROOKS 13 /1, �� a 314 ' n FOR I i METER - BKOOkS a! 37 METER PP.,� METER COURLIAIG 70 BE /A/SYALLED 8Y C /TY AFTER METER BOX IS 1N PLACE SLOPE 114/ 70 /LOS I COAMI 70 5ERV1d.E L /A/E BYI OWNER"" FEMALE CCUPL /Nv'. WITH I. P. THREAD QNGL E METER 7-;)F ✓A.v&s ✓ONES J -1524 MUELLER H -14250 ce PUBCO C -2236 TYPE K COPPER TUBIAIG IF NEEDED. SEE STD. - 513 -L FO.R COUPL/1llg DETAILS CORFORA7101,1 STOP JAMES JONES J -1500 MUELLER H -15000 OR PUBCO C - 2700 A. c. wATER A4A1A.1 .... DOUBLE $ROAIZE SERVICE lViTN C. S. THREAD JAMES ✓ONES ✓- 979 MUELLER 1-1-1600 SM /TH - BLAIR 323 CH.¢ISTY 1022 NO rEs I. ALL TUBING Fy F/T'T/MGS BET. MAIN E, METE,P TO 8E 19' UNLESS OTHERW /SE SPEC /FIEO. 2. WHEN CONNECT /NG A 314" METER 70 A I' SERVICE USE A 8RONZE WATER METER 9USMA49 JAMES ✓ONES 1-120-H OR APPRUWL) CVUAL. 3. METER BOXES SUBJECT M TRAFFIC LOADING W /LL REQUIRE- C 1. TRAFFIC CM6E?S. CITY OF N PUBLIC W( STANDARD P ORT 4TER SERVICE N n /M DRAWN -/L DATE DRAWING NO. WORKS RE. A I TI/ /S O /MIENS /OA/ : 13" FOR I elf, " /DETER c l7° n 1 METER f, FLA.UGED COUaIAfIG 70 IN6TALLE0 IJY CITY AFTER BOX Is 1AJ PLACE. SLOPE 11417,o /'o":' ' CO IAlkeC r "TO SERVICE LINE 8V COlVC. vc -TER 80k (SEE .vOTE #L FOR / / /ZV' ME7r-R - BRQACS #39 ...-FOR Z+' "TS?- 5APIX7K5 1465 e . R ,I FLAIJvEO COUFL /AIG ` ~....•W,P000+ 17- C 47A167P ADAPTOR WITH /. P. FEMALc THREAD , -," ANGLE VALVE WNTH... FLANGE COA/NECrION BEND CRN BE MAO& WITH 1.4Aefe6 JONES ✓ V5Z7 F AN APPAPOVEO PIPE 8ENOE'R., TYPE K COPPER TUB M9 . - " ADAPTOR W,POUG/./T 90 ELBOW O? BEANO CAN BE .440E W/T/J 4PF'ROI/EO P /PE 49L I'VAIM.G.tVT COUPL //./G /F cXDPPORATIO/.I STOP JAMES JONES ,145 A- C. WATER N1AI1./ . DOUBLE SAFOAlzE'' SE/?V /CE' CLA(tP WITH C. S. THREAD JAMES 0VES J-979 MUELLzle /- / - /ro00 6M 17'11- .BLq 1.P 323 CA1411STY V022 NOTES /. METER 80X&6 SUBJECT 70 TRAFF /C LOAFING WILL R&QUIRE G I. TRAFF IC COIVERS. Z. WROUGHT COPPER F/TT/A/GS SGd4[L 349 S/L VEAC B.?40,90 TO 7L16- TUBING . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD WATER SERV 1112 a 2" DRAWN w. P DATE APPROVE SLIC WORKS DIREC' R. E. NO•5 DRAWING NO._STnm _JV] %. A ' l" COPPEK SE/2V� .. B,PO,c/z,E SEl /CE 4^ 4 C. N1A71./ U1ULF5S OTr�ERw�SE SPECYf /ED r i I r/ AVV A.C. CO[JPUi./G WITH FACTORY •TAPPED C. S. TN PEADED ck/TLET PLAN/ •,t/C: rT/-tn�UST t3�0CK •-`''SOL /C3 �`C. //. PLUG .Sr�',PE,l SERV /CE -... INVERT SEC T. COcJPU1vG NOTE: ALL CONCRETE SA/ALL BE" CL4SG 6.0 -8-3000 CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVE WATER 6C-eV1C6= C0NNECT 101`5' BLIC WORKS OIRE TOR FOR DEAD CiUD "AI/`IS DRAWING N0. STD -3503 —L SC/•/EO UL A CONCRETE .44C!/OR BLOCk STEEL ANCAIOQS "A " "B " "C " F /TT //VG SIZE OUANT. LENGTH LENGTH WIDTH OEPTN 6 0 X450 BENO 2.0' 2.0' 2.5, %20 2 8.5' 8 "X 45° BEND 2.5' 2.5, 2.5' A2 0 2 9.0' 10 "X 45 °BEND 3.0' 3.0' 3.5' %2 0 2 //. 5' /2",r 45'BEND 4.0' 4.0' 40' %20 2 /2.0' GROUND L /NE C. F/ TT/NG W,4 TER MA /N ANCL/O.PS /VOT E.LIBEOOEO _ /N CONCRETE JMALL BE COATED W/77-/ AW7-", s• ;;� 7.4R O.? 6- jPL14G STEEL 41VCA1oq,5 CONC. 4NO&OR BLOCK ��•, •, �';•,'_� /,p CL.4JJ Co.0 -B -3000 ELEIiAT /q,oV R B " VIER TIC 41- KENO .41VC1-10.Q GATE 14L YE 2A4 ,STEEL ANC/IMS QNC//ORJ NOT 6NBEOOE0 /N CONCRETE S!/ALL BE WATER .NA /N COaTED turd/ IJOT 7WR OR EQUAL BOTTOM OF TRENCL/ CONC. /11VC11OR BLGL^k CLASJ 6.0 -B -3000 2" NUB 2" SECT /ON ELEV 47-ION GA TE' VA 4 VS- 41VCN0Q CITY OF NEWPORT BEACH DRAWN—A-1-64 DATE APPROVE P BLIC WORKS DIRECTOR PUBLIC WORKS DEPARTMENT .41VCA1O.P BL OC.K 0E7.4 11- S FO.Q R.E. N0. DRAWING N?, TT GATE ewye -.r BENOl P Sr4A.14)AA;'O VALVE BOX COVER AS PER 67-0. -5 /O -L F /,L/ /SHED STREET GIPAOE I I �i a- CO.UC. OR V c P /OE i THRUST BLOCK (SEE STD - 50 / -L) LEdO BOTH EUDS �or Tq� p 4EAD EG45KETS I - + I � GATE VALVE AUD T4G0 /UG SLEEVE (GATE VALVE SH4LL 6E /OWA LIST Id, RE,USEL4. AER L /ST 13A, OR RICH SERIES 2o).�EF STo. -51, CITY OF NEWPORT BEACH DRAWN -I DATE -3-/0- PUBLIC WORKS DEPARTMENT APPROVE TIJPV /,U6 SLEEI/E IJ,UD GLl TE P BLIC WORKS a ER V41-VE FOR CAST /ROAC/ OR PE vo. .' ,OSBESTOS CEME,(JT PIPE DRAWING STD -5OG —L p.. -- GdTE v1, VE6 A .2E.f/$5ELdE.2 L15T /3d Gic- R /C,U SE,PIES 20, oQ 1OGV.4 O /OE V4 C. VA3oX COVER 45 vc::L-R STO.- 5 10-L • a 9n9p V C. P /�E TYPlC4L EPDX-Y GlwED SLEEdE COU�G /,C/!� -- CdST COU�7L/4/4C ;449 /�9TG /.(/LESS NO Q33 oe EOL/OG /TN- DOTE: op ST4.[/OtlBO 3P -CdF / /�G7el .[ S' ti0 9 /dL ,0.20/./5/O.C/8 GYJ.f/T2�CT. CITY OF NEWPORT BEACH DRAWN PUBLIC WORKS DEPARTMENT APPROVED e AND MO DRAWING NO. STD - 510 -L DATE 3 -/0 - rc 9 �p° WORKS DIRE TOR R.E. NO. -507- L i COA/O /T/ ?N / COA/D/T/ON COND /T /DN /// rm- , ey COND /T/ONV c.. COND /T /ON V/ J 0 L COND/7 /ON V /// I - V,4LVE,4NCN0A? ,PEOD FO,P Y&VES /2 "O:PLA,PGEB (SEE DN'G. L -506- STD.J 1 '•, 'MAX. a I 4mv CONO /T/ON /V COND/T/ON V// TYP /CAL SECT /OrV TLoVU D E r,4 / C S r/- /,easr BLOCKS NOTE: (L) ALL TH.PU.ST BLOCK BEAR? /A/O PACES SHALL BE POU/VED AGA /A/ST UA/D /STL/.PBED SO /L OR APPQOt/ED COMPACTED BACALF /LL. (Z) COA/C. SHAG L BE CL ASS (0-0 - B - 3000 ThSPUST 81OC41 BEA PIA16 4/1E,4 /NSQ. FT. P /PE COND IT ION S /ZE l // /// /V V V/ Y// V /// 4 2.6 3.3 2.6 13 /.3 2.0 3.3 2.6 6 4.6 6.5 If 2.0 2.6 9.3 6.5 4.6 6 7.8 / /.O 5.9 3.3 3.9 5.9 //.0 7.8 /0 12.4 /7.5 9.8 5.Z 6.5 9./ 175 124 l2 /75 24.8 13.6 7.8 9./ 12.3 24.9 175 /4 MO 33.8 19.1 9.7 12.3 16.9 338 24.0 16 1./ 44,0 Z3A 127 15.5 23.Z 44.0 31.1 /. CALCULATED ON 225 LB. TEST A2F5SU,PE s ALL04VgBLE 3EA/1/NG PIIESSUR?E OF 2000 Z 9 PE,Q SO CT. Z. /N P002EQ 501L SPEC /AL OES /GN /S 11EQU /PED. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SrAAIDARD HQUS T BB L O cks DRAWN o! /l.J. DATE WORKS DIRE R.E. NO. DRAWING NO. STD. - a F /A//SL/EO STREET G.¢40E F! C• F34 V'T. ROCK BASE o'a ve CONCQETE C044442 —/ 51-1.41-1 BE CL45S 6.0- 8 -306Ya B° GO/VC. OR A C. P/PE E FR4ME' � COliEQ BROOKS P,A70UCT5 NO 4 TT MA.PKED W<lTER, SEWEIQ Oa 45 QEQU /RED 2 -0" t CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1144VE BOX COVER O!? TERM /NQL_ C49WA/OUT COV61a b � a DRAWN A. /Al/. DATE _4-5- APPROV USLIC WORKS DIRE R.E. NO. DRAWING NO. 570.7Lh zm STElo PL ATE W /TN edlSEV FLOG? PATTERN =1 G •• = B -1 `v SUOVORT QC n ALL GdSRETS ON COAX. % (TYP ICAL) AD4oTER A c` C O C -/ E C° F 6" FO? 3" SEPIA /CE 9" /0" Foe 4" SERVICE " 6 6' ? ?Yp" Mel, 3" L4YER OF G'.'. IO 6" FOR 6" SEPU /CE G' G" ?6 %t" / /Y1" 8" I roe 8. sepocE LIST OF M4 TE'R /4 LS S E ERV /CE S /Z ITEM DESC,Q /DT /ON 3 4' a, 8 4 4. C. PIPE TO M4 141 3' d" 6" 8" B FLANGED GATE t14LVE OS f Y 3' 4" 6" 8" B -1 FLANGED G aTE V4LVE OS A' Y 3 d' ta' 6' C FLANGED C.1 PIPE 3' -6 "4G Q:b "LG 4'x6 "L6 8. -6'LG C -/ FLANGED C/ P /PE 3 ",6 "46 G ".6'LG C-lo "LG 8:6 "LG D VICTAU41C COURUM; 3" 4" 6" 8" E HERSEY D.C. WITH BYPdSS METER 3" 4" F OUTLET 3" 4" G METER VAUL T - BROOKS AID 735 736 73(o SFEC14L OR EQUAL 06.5IGAI M UL T CO VE,P - B.POOKS /l-a H 735 736 736 OR CQ UQ L I B4.5E PLATES - M60 S AU- 733 733 733 " OR EQUAL. ,VOTES I. IF GATE ML11E AT MA /.U, OM IT ITEMS AAJD USE O,UE SIZE SMALLER MULT. Z ALL TRAFFIC VGIULTS REQL/IRE SPECIAL DESIG,V. 3. PLC /,UT COVER PLATE 4140 ALL EXPOSED I?04/ F 17T1k1GS WI TN Od1E COAT OF REP LE40 PRIMER 41IO O,VE C047- OF .C]LUM/L/UM P41AIT. 4. SEFO,?E CONNEC? /C/J 7L) C /TY WATER SYSTEM A PERtdIT MUST BE OBTAINED FR 'FINANCE DEPT /N C17Y HALL CITY OF NEWPORT BEACH DRAWN ✓L DATE 3 - /0- 619 PUBLIC WORKS DEPARTMENT APPROVE BLIC WORKS DIRECTOR AV MrC )r1w scemE R.E. NO.�S DRAWING a t 'r Foe 3" E d" USE 1Bemes YPBd9 O? EQUAC ` L e /05Ys% FOQ 6" B; 02 /O` USE S.QEG /4L ODES /GN. SUPPORT F /TT /UGS O(/ COmC FTG (7- YP /C41) E O C I A B D F 6 14 I N J K G L E I v C tiN S e e e v Y O e o i l loll se o Sas •� I FLOW_ - oe N i I tiff �a ,33' 16 %z" 8 G" 6 3'mETE.4 ow 9" 9" 6" 6" 33" /4 %[" 9 G" YE d"M67EP 6" 9" /O Yr' 6" G" 4 5' ZZYc" /OYZ 6' G' 6 "A/EFCR _" 53' / /Yr 6" 6" 8`ME7E,P G" 9" /3" 6 "' G" 66" 36" 0 6" 6" /O"METee c is r OF NL4 rCZ141-s ITEM DESCR /PT /aV QUAN �E�c.P SIZES A ,4. C. PIPE TO M4 //V 3" 4" 6' 8" /O" 5 SERV ICE SADDLE (BRO,UZE) Z Z' Z- Z" Z" 0- C CLOSE NIPPLE Z Z" Z" Z" Z" Z" D MUELLEQ OAP /SEAL V4LVE Z 9 -IOZ91 N -IOZ91 N -1029/ 011-IOZ91 1-1-10291 E BRONZE PLUG Z Z'IP7H0 Z'/PTNO rlpmp Z "CPTHG FleTI -10. SMIT4U 1BL4 1R FL4NGEO F / 9103-413 912E -S /D 9/Z- 6- 720 912-8-948 9 /Z -IO -I/ COUPLING 404PTEC G FL4NGE0 GATE VALUE NoPS. Z 3" 4' 6" a- /O" N i F44NGE0 C / PIPE Z 3 =6 "L d': 8'(- 6,6 "L 8'r6'L /M6 "L / V /CTLI UL /C COURUAIG / 3" d " 6 J L/E1PSE Y F M METEIP / 3" 4" 6" 8" /011 k LIE4PSEY OC °/e 6Y-P455 / 3- Q" 6" B" /O' L FLANGED Cl PIPE / 3xd'L d;d'L G:d'L 8 %d'L /O.d'L (/O TES L IF DOUBLE CHECK ASSEMBLY U 1107- ,PEQUIQED 01W1 7- ITEM Q) J kID USE ' 0/-/,!F S/ZE SMLI LL EP V4 UL 7-- Z.4LL TiP4FF /C V4UL77S REQU IRE SPEC14L DES /GAJ. 3. P41117- COV,6oO PLATE 4410 4LL EXPOSED /ROXI c-IrTIoUGS W1 TN OUE C04 7' OC- REO LE40 PRIMER 41(10 011E C04 T OF 4L UNNUUM P41117- CITY OF NEWPORT BEACH DRAWN DATE 3 0 9 PUBLIC WORKS DEPARTMENT APPROVED W4TE2: TE2 /AUST4LLdT10AJ UBLIC WORKS DIRECTOR .ME T 'r 17 aznoels "493/40 Ole 5 Q U4A4 7AR, Toz 6 41JC Of fQ11,41- suppoer WITTITGj o/7 cokic. TrG. (TYPIC4L) A 8 C D E F G H 14 J G L 6 0 C 8 J •. U U IJ FLOW_ 9' 8" '6' c 24 16�1z-1 16vz, a- -30MEI-e'e �Illf 9 9" 6' 6' R-9 16yz" /4 yz" 9" 6" id, TER 1- 9- /omz" 6l6-]_ -qa��e ZZ!/Z" I I P4 /,UT COVER PI-4rE 4AJD ALL EXPOSED 190AI FIMAIGS W1 7-/-/ OAI& CO,47- OF 2E0 Le40 RAPIM&A7 4A1,0 OXA6 CO,nT OF P4 /.(/T. L/ST OF MATER144.6 METE/? S /ZES ir.=M DESCRIP770AI QUAAJ. 4 ACRIAE TO IW41,U 3- Id" 6- 8 SERVICE SADDLE (BMIZE) 2 Z" Z- o" C C4. OSE k11PRL E z 9* Z" Z" D MUELLER OR /SEAL VALVE 0 1-1-10Z91 /-/-/029/ 14-10291 8,e011ZE PLUG 2 2"11071-19 l'IRT,40 Z-Z p T11a —c- SA41714 BL410 -F-L4k1GE0 F I 912-3-413 91Z-4-510 912 - 6 - 7ZO COUPLIIJG 4D4FTER G c-LAJIQ D GATE V4LV49 AJkS 2 FL4 A.IG&D C./ PIR6 2 v1cr4uUc COUPI-IAJG-- -3" d" �- 1-4625'eY COMPOUkID METER 3' k A1ECS"=Y D.C. w10 By-R=S F'LAILIGeD C/p/pc- dL —L- t107',eS: / hf-DOUBLE CHECK ASS&A481-Y 45 4C10Te6=(2U12&0 01WIT ITEM @ 4410 USE ONE 51Z& S444LL.Ek' VAULT. Z. 41-1-' 7-,Z4jcoc-1C V4UL7-,5 R,6QUIRe SPEC 141- Ve5lGl-l. CITY OF NEWPORT BEACH DRAWN JL DATE PUBLIC WORKS DEPARTMENT APPROVED LIC WORKS DIRECTOR W4 TEk" METER IVS T4 /- LA T1 0 Al jr4"Af.40oUA/D A46-rER (1�1 - AP. E. A10. Am s-ra - nL 17 CITY OREWPORT BEACH - PUBLIC WORKS DEPARTMENT 6q-70 MEMO _ M TO: fir/./ E o�r�r�rer f,Sr�rrey� Date FROM: A5kf±gW Src160" %w SUBJECT: P /eisa lipvgdn" ve SuP!ry o # Ach,F vd f4 rrseeewr< <rf /Z3 ire/ .ore. Qo /boa /s /. Db /, r Af f/ ssis Aw— eleV5 . C! eoo, &,4-0r"01 r "01 �A7 .sue r * AV /4 i , , W Copies To: Fi /r/E.�i ��.i _atri � Signed PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS SAPPHIRE S I I CE /NA-W.0, �EK WALK TO G.e40E G/LA iw .122• y iz4• .I X26•' - CA lo 804 lL E03 W.N. r ^ ••W. N. WM. / YOP.NJ NJ. / / %�iJ/ `"'P . ;:, O W.M. Yll fja Its., B � � � � „� � I' f\ � � •.. � • .. • • \ e� � . , Ir K CONST. MOO. TYPE "B c 0 1'71. a TO 6!14OE A 5 54,10Wi / 16EB0E7A/L_ 41 %7.50. -- i b _ .� FILE COPY (SUBMIT IN DUPLICATE) 4 GENERAL SERVICES DEPARTMENT WORK REQUEST DEPARTMENT: Public Works DATE: April 13, 1971 DESCRIPTION & LOCATION OF WORK (Continue on reverse side); Reconstruct asphalt concrete drive approach to garage at 125 Coral Avenue, Balboa Island as per the attached elan. Overlay would be acceptable. NOTE: Please contact Survey Party for staking prior to commencing work. REQUESTS REQUIRING CONSTRUCTION WORK OF ANY KIND SHOULD BE ACOOMPANIED BY ACCURATE DRAWINGS /SKETCHES DESIRED C014PLETION DATE: May 28, 1971 CHARGE TO: (Budget No) FOR ADDITIONAL INFORMATION, SEE: Steve Bucknam. Design Section /s/ J.J. Devlin (Department Read) ------------------------ --- ---------- --- ------- - ...... - ---- ------- - --------- �-------- (For Use by General Services Department) WORK ASSIGNED T0: DATE: REMARKS: COMPLETED COSTS: Labor- Material: Other: TOTAL: General Services Director (Foreman) COMPLETED WORK APPROVED BY: DATE: (Originator) CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. Final 5% FOR PERIOD ENDINGortnhgp p- IQ70 PROJECT: Water Main Replacement 1969 -70 BUDGET NO. 50- 9297 -065 CONTRACT NO. ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED O•` ZZ -7O CONTRACT TO DATE ORIGINAL CONTRACT - EXTRAS TO DATE O•` ZZ -7O CONTRACT TO DATE AMOUNT EARNED LESS *P RETENTION 111,505.83 -- Send payment to: LESS PREVIOUS PAYMENTS 106,441.28 Ace Pipeline AMOUNT DUE THIS REQUEST 5,064.55 1312 W. First PCOORRR M CA 92008 1 HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE SIGNED�-� SIGNED ,0ENGINfER CONTRACTOR BY 1 �` Steve Bucknam Ed McDon41 d Pat Dunigan Guy.. Prewi it:r Jim frost Don Wetiii.`•' Joe Stucker 1. Project Planning and Financing No problems encountered 2. Des# Features No prob ems encountered 3. Level of Inspection Good 4. Contract Administration No problems encountere 5. QualiAy of Work Excellent 6. Cooperation and Communications No problems encountered i 7. Suggestions for Improving Procedures on Future Projects ? None h,y ' Guy C. rewitt Administrative Assistant ..1 sue• au_� 9:_v us_ s u...'_,_.Ewt �..r .::,r.,,JS'eY6euYwti:� fa5.auxv.�.,�.�,y�r�.y Lxi•ia R5 'M�'Y:P 1 .. . ` _ 23'_ ,�_ - :. ,, Y= �^d'...: �.. r.: .....'.w ? -.: ,a. "" ....,. � :e'8'.�I$anaaadwa. �i..,�_:.i;:.�.cii';e�...t •. � ... .. _._u.:v�.____ ,..1 1 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Annual Wat Mar Area and in Vista Bars. 1969 -70 on which Ace pipeline Con was the contractor, and The T was the surety, was completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 2, 1970 at Newport Beach, California. I, the undersigned, sdr. I am the City Clerk of the City of Newport Beach; the City Council of said City on August 24, 1970 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct, Executed on September 2, 1970 at Newport Beach, California. 7 As 4- CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4(F) FOR PERIOD ENDING PROJECT: Water Main Replacement - 1969 -70 BUDGET NO. 50- 9297 -065 CONTRACT NO. August 14, 1970 1. 6 inch A.C.P. $ 7.50 /LF 7708.0 LF $57,810.00 2:: 10 -inch A.C.P. 12.00 /1-F 175 LF 2,100.00 3. 10 inch G. V. 350.00 EA 1 EA 350.00 4. 6 -inch G. V. 160.00 EA 26 EA 4,160.00 5. Fire Hydrant assembly 660.00 EA 17 EA 11,22.00 6. 1 -inch services 90.00 EA. 331 EA 29,790.00 7. Temproary A.0 pavement 0.40 /LF 2256 LF 902.40 8. 10 X 6 T.S. & V. 600. EA 1 EA 600.00 9. B,ayside Drive Conn. 1,500.00 EA 3 EA 4,500.00 111,43 .40 n !'; R; C.O. #1 73.43 S RE£t`� C.O. #2 -- R(IuLEC o>rR?(S 111,505.83 i970� -i.: Ci y OF NE4Vr'J" I BE Cy, ti ti N ORIGINAL CONTRACT $111,250.00 EXTRAS To DATE CONTRACT TD DATE - D� ` Sen payment to: AMOUNT 111 ,5117 83 1EARNED LESS 10% RETENTION 5,064.55 ce Pipeline LESS PREVIOUS PAYMENTS 95,728 50 1312 W. First AMOUNT DUE THIS REQUEST 10,71,-78 Pomona, CA 92008 /uG 4 /Z I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. S 1 GNED S I GNED /,I-, 1 c NGJ NEfft V NTRACTOR . eq sy it CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING July 17, 1970 PROJECT: Water Main Replacement - 1969 -70 BUDGET NO. 50- 9297 -065 CONTRACT NO._ 1247 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. 6 -inch A.C.P. 7.50 /LF 79538 $ 56,535.00 2. 10-inch-A.C.P. 12.00 /LF 175 LF 2,100.00 3. 10 -inch G.V. 350.00 EA 1 EA 350.00 4. 6 -inch G.V. 160.00 EA 25 EA 4,000.00 5. Fire hydrant assembly 660.00 EA 16 EA 10,560.00 6. 1 -inch service 90.00 EA 292 EA 26,280.00 7. Temporary A.C. pavement .;.' 0.40 /LF 2165 LF 866.00 8. 10 x 6 T.S. 3 V. 600.00 EA 1 EA 600.00 9. Bayside Drive corm. 19500.00 EA $101,291.00 ORIGINAL CONTRACT 1119250.00 EXTRAS To DATE CONTRACT TO DATE AMOUNT EARNED $101.291.00 LESS 40 RETENTION - S62.SY LESS PREVIOUS PAYMENTS X57 m. AMOUNT DUE THIS REQUEST 38ll a d C;':Y OF El BEACH, CA�Ih. I HEREBY CERTIFY THAT THE ABOVE AIAM I S IGNED I .j- - Fle,1d INEER payment to: Ace Pipeline 1312 W. First Pomona, California 92008 LUES ARE CORRECT. SIGNED dal J CONTRACTOR 'Ae"� .'..f� ..JF.. 'k'YC^�._NF ?v^t:d�i[.i l' ..d!ffiE.__�c .,w,_ :..' � ... •.S: 0 0 . PROGRESS PAYMENT REQUEST NO. 2 IOR PERIOD ENDING June 20, 1970 PROJECT-. Water Main Replacement - 1969 -70 BUDGET N0. 50- 9297 -065 CONTRACT NO. 1247 1. I 6 -inch A.C.P. $ 7.50 /LF 4,632 LF 34,740.00 2. 10 -inch A.C.P. 1 12.00 /LF 3. 10 -inch G.V. 350.00 EA 4. 6 -inch G.V. 160.00 EA 13 EA 2,080.00 5. Fire hydrant assembly 660.00 EA 11 EA 7,260.00 6. 1 -inch service 90.00 EA 200 EA 18,000.00 7. Temporary A.C. pavement 0.40 /LF 1486 594.40 8. 10 x 6 T.S. & V. 600.00 EA 1 EA 600.00 9. Bayside Drive conn. 1,500.00 EA 63,274.40 ORIGINAL CONTRACT $111,250.00: EXTRAS TO DATE ^~ ® 7C_ �P- CONTRACT TO DATE C nd payment- -to ",.n ��G AMCUNT EARNED 63'274.40 e Pipelin :ESS K6, RETENTION 5 562.50 312 W. Fir5,: 'n ' It LESS PREVIOUS PAYMENTS 13,508.64 _ Pomona, Cali brnia 008 IJ� AMOUNT DUE THIS REQUEST $ 44,203.66 I HEREBY CERTIFY THAT THE A80VE AMOUNTS AND VALUES ARE CORRECT. S IGNED, /�� � ' SIGNED LNG IN R C NTRAC R BY 0 a CITY OF NEWPORT BEACH m PUBLIC WORKS DEPARTMENT .PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING 6_22 -70 PROJECT- Water Main Replacement - 1969 -70 BUDGET NO. 50- 9297 -065 CONTRACT N0, 1247 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. 6 -inch A.C.P. 3 7.50 LF 1412 LF $100590.00 2. 10 -inch A.C.A. 12.00 LF 3. 10 inch G.V. 360.00 EA 4. 6 -inch G.V. 160.00 EA 3 EA 480.00 5. Fire hydrant assembly 660.00 EA 2 EA 19320.00 6. )-inch service 90.00 EA 26 EA 29340.00 7. Temporary A.C. pavement 0.40 LF 699 LF 279.60 8. 10 x 6 T.S. 8 V. 600.00 EA 9. Bayside Drive corn. 19500.00 EA 15.009.60 ORIGINAL CONTRACTP 1119250.00 EXTRAS TO DATE a CONTRACT TO DATE - - y/ /J/ � Z /, /f -�D� ?� d payment tot AMOUNT AEARNED 15009• // / /SU �_�(�(�. Ai:Q Pipeline LESS 10% RETENTION 1 :500.9 (/� 1312 W. First LESS PREVIOUS PAYMENTS .- Pow&$ California 92008 AMOUNT DUE THIS REQUEST 13,508.64 . I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED p, VE SIGNED �rP f'P�Liye ,4-LNG EER CONTRACTOR BY_ CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE June 15, 1970 CONTRACT NO. 1247 PURCHASE ORDER NO. - BUDGET NO. 50- 9297 -055 CONTRACTOR'S NAME Ace Pipeline PROJECT NAME AND N0. Water Main Replacement 1969 -70 ACTION: In Third Avenue at Alley 8 -b, remove approximately 40 lineal feet of new 6 -inch A.C.P., insert a 6 -inch x 6 -inch tee for a new fire hydrant and re -lay the 6 -inch A.C.P. The cost of this work, performed on a force account basis, per daily extra work report is: $73.43. APPROVAL: Field Engineer Department Head cc: Purchasing CONTRACTOR: BY DATE.9, /�7�.... )ate RECEI,. BLIC WBi;,,,, ! Z2 D UN'? ' (�nN )a e CITY OF EWPORT BEACH CALIF. !�� CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER N0. DATE May 26, 1979 CONTRACT N 1247 PURCHASE ORDER NO. -" BUDGET NO 50- 9297 -065 CONTRACTOR'S N Ace Pipeline PROJECT NAME AND N0, Water Main Replacement, 1969 -70 ACTION: 1. Delete The work shown in Alley 13 -d (Sheet 8) 1. 6 -inch A.C.P. 321 L.F. @ $ 7.50 _ $ 2407.50 A. 6 -inch Gate Valvp 1 EA @ 160.00 160.00 S. Fire Hydrant 1 EA @ 660.00 = 660.00 6. 1- inch.Service 4 EA @ 90.00 360.00 7. Temporary A.C. 60 LF @ 0:40 = 24.00 3611.50 2. Add The work in Begonia and First Avenues (Sheet 15) 1. 6 -Inch A.C.P. 329 LF @ 7.50 $2467.50 ?' 4. 6 -Inch Gate Valve 2 EA @ ',460.00 _ 320.00 6. 1 -Inch Service 11 EA @ 90.00 _ 990.00 7. Teomporary A.C. 180 LF @ 0.40 72.00 'f .50 Net cost increase per this change: $238.00 ' DATE APPROVAL: cc: Purchasing L O W N E R F C O p L Y CALIFOVIA PRELIMINARY OOTICE In Accordance With Section 1193, California Code Of Civil ProcedNre and Section 4210, California Government Code THIS IS NOT A LIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR 1 CONSTRUCTION LENDER or Reputed Construction Lender, if any FOIL HERE OWNER, or of Reputed Owner (on private work) YOU ARE HEREBY NOTIFIED THAT . . . CERTAIN—TEED PRODUCTS CORP. �j (name of persor. or firm furnishing labor, services, equip - P 0 BOZ #248 _ menr or material) OBIADA CALZFORNIA 94563 (address of person or firm fornlsh'mg labor, services, equip- ) FIRsir sHIPMSB'T: 5/7/70 ment or material) has furnished or will furnish labor, services, equipment or materials of the following general description: Arahr• atrium-Cataei Pigs and (general description of the labor, services, equipment or Allied Materials material furnished or to be furnished) for the building, structure or other work of improvement located at: WATER MAIN�rpRr�EPLACEMENT db PUBLIC AGENCY 1247 §THaeD&H&TAlpWaEffsite (on public work) NIE14PORT BEACH, CALIFORNIA sum:ieni for identification) The name of the person or firm who contracted for the put chase of such labor, services, equipment or material is CITY OF NRdPORT BEACH 3300 NZrTPORT BLVD. NEWPORT BEACH, CALIFORNIA Construction loan no. L FOLD rERE ORIGINAL CONTRACTOR or Reputed Contractor, if any ACE PIPELINE 1312 WEST FIRST STREET POMNAS, CALIFORNIA ACE PIPELINE (name and address of person or firm) 1312 WEST FIRST STREET (if knawn) I An estimate of the total price of the labor, services, equip ment or materials furnished or to be furnished is: Dollar amount must be furnished to 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. Dated 11�t 19 ASShIoatRHGIONAL ITry NOR. 0-0e) Telephone Number ( � 1 254 -4350 THIS FORM (NO. 594) DISTRIBUTED THROUGH IBUILDING MATERIAL DEALERS CREDIT ASSOCIATION - (213) 382 -7151 f rs R� c: xcr°i+ : 1 t i B/N FORM 105 -A C — / Z c-1 7 Legal Notice Prereqube To Filing Claim Of Lien fid /Or "20 -DAY `PRELIMINARY' NOTICE" ORE CONSTRUCTION PROJECT: Per Section 1193` of State of California Code of Civil Procedure and Section 4210 of Government Code 1rxkyclllrred=K '(As Amended to April 8, 1969) (Name Or Description Of Project) For Use By Sub - Contractors; Materialmen- Suppliers; Architects; Engineers; and Other Non- Contractor Claimants On PUBLIC or PRIVATE Construction Projects. 1► (Street Address OR Let And Tract No.) B/N FORM 105-A — © 1967 By BUILDING NEWS, INC., 3055 Overland Avenue, Los Angeles, California 90034 — (213) 870 -9871 OR _ (Tact /SUbdlvlelon�eoundarles) OTO: LENDER (Of Reputed Lendef) OF CONSTRUCTION FUNDS (If Any) [ I (City) OR [ 1 (County) EXCERPTS FROM SECTION 1193, CALIFORNIA F —I I CODE OF CIVIL PROCEDURE Name 1193. (a) Except one under direct contract with the owner or one performing actual labor for wages, every person who furnishes labor, service, equipment Street _� —_ �_,� - -_ _ or material for which a lien otherwise can be claimed under this chapter, ar t( which a notice to withhold City - can necessary given t under duty chapter, any claim ry prerequisite Y of lien and of Ne notice to withhold, cause Los bas to the -. -.— — L- Note: If address of above party is not known, JOB SITE ADDRESS may be substituted on second and third lines given to the owner or reputed owner, original contractor or reputed contractor, and to the construe above. If name of lender is not known, you may substitute the words "CONSTRUCTION LENDER" on ti is t line. render, If any, to Me reputed construction tt scribe, if any, a written preliminary notice as pre lea - scribed by this section. (b) All persons having a direct contract with the owner, except the contractor or one performing actual O TO: 0 OWNER (Ot Reputed OWnel) PUBLIC AGENCY labor for wages, who furnish labor, service, equip for lien can be (On Private Work) (On Public Work) in nt, or materiel which a otherwise claimed under this chapter, or for which a notice to withhold can otherwise be given under this * * * * * * * * As * * * as * sF v, * w w * _ - chapter, shall, as a necessary prerequisite to me validity of any claim of lien and of the notice to I withhold, cause to be given to the conslruction M4 �y �� p.��,� Name `•• �lch � � v3 raagp U_VWAM lender, if any. or to the reputed construction lender, if any, a written preliminary notice as prescribed by _M4 _ -* _, suhdivision (c) of this III Street �M ffi xd. fc) The preliminary notice referred to o sub- . — _, divisions (a) and (b) above shall be given not later than 20 days after the Claimant has first furnished City _ wh - ��r labor, services, equipment, or materials to the jobsite s —___ _ ._� " °7 L* r' /�d shell contain the fallowing information: (9\ The name of the pension who contracted for * * * * * * * * * as * * * v 'y' ' *� Note: If address of above yarty k :rot known, )OB SITE ADDRESS may be substiond and 1RIVd, /inea`�, haze of such labor, services, equipment or above. If name of owner is not known, you may substitute the word "OWNER" ,ere priva work 1 . ateriala. A general description of Me labor, service, :pment or materials furnished, or to be furnished, if there is a construction lender, he shall be �.: - k� T0: ORIGINAL ( "General ") CONTRACTOR (Or Reputed Contractor) (If 1 �.. O vF. furnished with as estimate of the total price thereof _ s addition to Ma foregoing. fA A statement that if bills are not paid in full V labor, services, equipment or materiels furnished, �i ��� Name �i�- or to be furnished, the improved Property may be b)ect to mechanics' liens. +i]ei3B� f v,e' �,y !) . Street 233. TlLniys_. PI - The name and address of such parson furnishing h labor, services, equipment or materials. A description of the jobsite sufficient for idim _ `'I Pity p n��s� ation. @f w.� ?-- aaasLLA -� 7,+-r "E+ /- -�- -�__ an invoice for such materials contains the L information required by this section, a copy of such _I invoice, transmitted in the manner prescribed by this Note: If address of shove party is not known, JOB SITE ADDRESS maybe substituted on second and third lines abovo. section, shall be sufficient notice. A certificated architect, registered engineer, build - If name of original contractor is not known, you may substitute the wards "GENERAL CONTRACTOR" on first line. ing designer, land surveyor, or landscape architect, _ acb erg under a license or registration law of this _ The name of the LEGAL ENTITY (i.e. person. Partnership, corporation, sub- contracto0 who CONTRACTED for the state, who has furnished services for the design of the work of improvement, and who gives a �URCNASE of such labor, services, equipment or material is: ( ) some as ORIGINAL CONTRACTOR named above; preliminary notice as provided in this section not later than 20 days after the work Of improvement OR: has commenced, shall be deemed to have compiled with subdivisions (a) and (b) of this section with QQ �f7bove nam parties a in armed that claimant named below has furnished (or will furnish) labor, services, equipment or respect to architectural services furnished or to be �V1 aterial for buildings, structures or other works of improvement to project named above of following general description: furnished. (d) If labor, service, equipment, or materials have bean furnished to o jobsite by a person who elected - du eis,11 not to give o preliminary notice as provided in sub sit YYff siFYaasv�OOY- 3 R division (a) or (b), such parson shall act be precluded from giving a preliminary notice not later than 20 days after furnishing other labor, service, equipment, or materials to the same jobsite; provided, however, that such person shell be entitled to claim a lien and e notice the withhold only for such labor. cornice, To protect the owner or public agency from obligation for any payments beyond agreed construction contract terms; equipment, or material furnished within 20 days Qand to assure the claimant below of full payment of all moneys due him on this project, the above named part ies prior to service of s'j:1 not an; an'y time thereafter. re hereby notified that if charges for above named labor, services, equipment or materials furnished or to be (e) Any agreement made or entered into by an furnished are not paid for in full, the improved property referred to above may be subject to mechanics' liens (per owner whereby the owner agrees to waive the rights Section 1181, at seq. of the California Code of Civil Procedure) and construction funds are subject to "stop notice" or privileges conferred upon him by this section shall action (par Section 1190.1, California Code of Civil ?rated use). be void and of no affect. (h) Where the contract price to be paid to any FROM subcontractor on a particular work of improvement QLAIMANT: Name j)h:,ti_+L exceeds four hundred dollars ($400), the failure of — _ _ _ that contractor, licensed under Chapter 9 (commencing Street / with Section 7000) of Division 3 of the Business and - Professions Cade, to give the notice provided for in City this section constitutes grounds for disciplinary action ) by the Registrar of Contractors. O T (i) The provisions of mix section shah not apply / Claimant Dr uMOrized ant Sign Mere to any public work which is subject to the notice provisions of Section 4210 of the Government Code. (n If More is no known construction lender, thal fact shall be noted in such designated space. Any failure to indicate the name and address of the construction lender on such application. however, B/N FORM 105-A — © 1967 By BUILDING NEWS, INC., 3055 Overland Avenue, Los Angeles, California 90034 — (213) 870 -9871 mom -=aj qqx opt - tN ap JAI Lion -j" I 141 4w Z,J Xm- fly, 2, Am, "Ot 1 was R "a' IN, A-mot ka, mytwn li Lion -j" I e I ❑ Preliminary ests prior COUNTY OF ORANGE to @word or contract. ROAD DEPARTMENT J "r Material Testiee Section, a'Itests wn RELATIVE IOMPACTION ent4 A, $r S. ALI If corriract, use contract item / PRCAECT _ Q- /_� 4 - AGENCY -- 7r[.y/sw Por77' 8�.:.a' RESIDENT ENGINEER (INSPECTOR) �Q_ &Z45,12 Al - —CONTRACTOR CONTRACTOR�iGE 0 /RELi,u6 "SEND REPORT TO: CONSTRUCTION C! A SUYE ® MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCAyl161N FIT LT OF (L STA g4 }.2.� REPRESENTING LIMITS TYPE MATERIAI N`i• DEPTH TO J,2 BELOW FINISHED GRADE DATE S"- /.3-7D. TESTED BY: ila� z _ IN PLACE DENSITY Al INITIAL WT. TEST SAND LAS B WT. SAND RETAINED 3 C WT. SAND USED INITIAL WT. SPECIMEN D TEST SAND DENSITY -7 E VOLUME SAND USED Fa Sig F _ VOLUME CONE + RING G VOLUME TEST HOLE. DRY WT. H WT. EX C. SAMPLE + TARE p — I TARE WEIGHT 3,30 J WET WT. EXC. SAMPLE --y K WET DENSITY IN PLACE CONDITION OF MOLD L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAS WET WT. 2 3 DRY WT,. 01 INITIAL WT. SPECIMEN MOIST. M N SP. GR. ROCK PI WET WT. ROCK DRY WT. ROCK WET WT. Q -. DRY WT. _4 - TOTAL DRY WT. % ROCK R CORR.MAX.DENSITY ° REMARKS Test Method Calif. 216 -F -' -00,, t..l -( j�� 6�4 • V � RESIDENT ENGINEER (CITY ENGR.) salt +s.t. RE1 METHOD A ❑ B 5 SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE °v RC = 8 8 TENT. RC = % SPECIFICATION: NL_ %;' BILLING WILL BE MADE AT END OF MONTH MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN PI WET WT. AT COMPACTION 241,30 Q -. DRY WT. COMP. SPEC. _4 R % MOISTURE ° CONDITION OF MOLD « - S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- 9 E= C= D UNIT GONE +UNIT G= E- F K= J= G CONE .1667 - L= K= (I00; +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 Calif. 216 -F -' -00,, t..l -( j�� 6�4 • V � RESIDENT ENGINEER (CITY ENGR.) salt +s.t. RE1 METHOD A ❑ B 5 SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY MOISTURE °v RC = 8 8 TENT. RC = % SPECIFICATION: NL_ %;' BILLING WILL BE MADE AT END OF MONTH .� .� _, t.. _ . s .. n Pre Le: re :r _ CnIINTY nG nPAKIrc LOCA016N ' !'i ra &?4 &l RT. LT OF (L STA REPRESENTING LIMITS TYPE MATERIAL- mss- DEPTH - TO /a BELOW FINISHED GRADE DATE �' -� �- 7� 'TESTED BY:� IN PLACE DENSITY A INITIAL WT. TEST SAND . iWT. B WT. SAND RETAINED N I - C WT. SAND USED WET WT. ROCK D TEST SAND - E VOLUME SAND USED _ DRY WT. - 3 F VOLUME CONE +RING - Q VOLUME TEST HOLE CORR.MAX.DENSITY H WT. EXC. SAMPLE + TARE p I TARE WEIGHT MOISTURE J WET WT. EXC. SAMPLE t p . K WET DENSITY IN PLACE �, O .; L _ DRY DENSITY IN PLACE -- METHOD A MWf,TURE SAMPLE FIELD WET WT. LAB. . iWT. - 1 - MOIST. M N I - SP. GR. ROCK WET WT. ROCK _ DRY WT. ROCK - WET WT. - 4_ - - DRY WT. - 3 Z pD TOTAL DRY WT. - % ROCK tW CORR.MAX.DENSITY RELATIVE `. REMARKS: Test Method Calif. 216 -F • i METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY. D, I MOISTURE RC = Q% / % TENT.. RC = % SPF-d.FICATION: NL_% ❑ BILLING WILL 13E MADE AT END OF MONTH J i MAXIMUM DEN I Y RATH%4 DATA MOLD NO. - 1 3 4 TIAL WT. SPECIMEN ZA00 BY T WT. AT COMPACTION Z pD -M ENGINEER (CITY ENGR.) ' ,8 tW Y WT. COMP. SPEC. 7R6 RELATIVE `. `. CQ.P ON MOISTURE CONDITION OF MOLD V/uD CSC COMPACTED SPECIMEN T WET DENSITY I 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 % +N)_ RING .0143. - .1810 R = (P -Q) = Q V = FACTOR x Q _ S -5M. LG. RING- .0302 .1969 REMARKS: Test Method Calif. 216 -F • i METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY. D, I MOISTURE RC = Q% / % TENT.. RC = % SPF-d.FICATION: NL_% ❑ BILLING WILL 13E MADE AT END OF MONTH J i d BY MATERIALS RESIDENT ENGINEER (CITY ENGR.) ' ,8 tW ��faan- as.l.. RELATIVE `. `. CQ.P ON 14 };: _ z - M1��..�. .. - . :... ;. 0 P,elimincry tests prior COUNTY OF ORANGE to oword of contract. ROAD DEPARTMENT Material Testing isettloll afuttssny `4 -' wpks. z7- If contract, ute contract item, PROJECT ...c.—i24,7 AGENCY c RESIDENT r _CON'FRAi UTSID 'ENA Nte- SEND REPORT TO. _CQNSTRU�,TdN ❑ AOGENCY' LOCATION A L L 10 :R REPRESENTING-LIMITS TYPE MATERIA DEPTH To. YL DATE —TESTED BY: G TG IN PLACE DENSITY Al INITIAL WT. TEST SAND :39. 00 B WT. SAND RETAINED CWT. SAND USED loo D TEST SAND D SITY .0 E VOLUME SAND USED WET. WT. - 3 F VOLUME CONE + RING I GI VOLUME TEST HOLE H!WT. EXC. SAMPLE + TARE 2. `4 .1 TARE WEIGHT T WET _WT. EXC. SAMPLE K L WET DENSITY IN PLACE_ DRY DENSITY IN PLACE - . METHOD ', MOISTURE SAMPLE FIELD LAS WEIT,WT. DRY WT. M MOIST. M N SP. GR. ROCK OT—INITIAL WET WT. ROCK DRY WT. ROCK WET. WT. - 3 Pi DRY WT. TOTAL DRY WT.. COROCK R.MAX.DENSITY REMARKS: 4 A SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTUREJ'p �RC = % TENT. Rt. ISPECIFICATION: NL_l t MADE AT END OR Or ONTH 13 N*- A TER Is LS EmpICJEER RESIDENT. ENGINEER (CITY ENGRJ REUE TW F 3071.81.2 M =tee rte= i�CP 11 MAXIMUM DENSITY RATHOLE DATA MOE6 NO.- 2, 4 OT—INITIAL WT. SPECIMEN Pi WET WT. AT COMPACTION DRY WT. COMP. SPEC. RjQ % MOISTURE OF MOLD SfCONDITION AT. COMPACTED SPECIMEN O. I:r-A& T WET DENSITY DRY DENSITY' �.CONV.FACTOR--0.592 FACTOR xQ= VOLUMES, C.F.. C= A- B E= C D UNIT CONE+UNIT G=E-F K = J =G � CONE .1667 L K - (i oo- +N) Q + NL RING 01 43, .1810 R = (P- Q). = 'Q. V = FACTOR x Q - S -,SM. LG. RING .0302 REMARKS: 4 A SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY MOISTUREJ'p �RC = % TENT. Rt. ISPECIFICATION: NL_l t MADE AT END OR Or ONTH 13 N*- A TER Is LS EmpICJEER RESIDENT. ENGINEER (CITY ENGRJ REUE TW F 3071.81.2 M =tee rte= i�CP 11 V1..:` 'c as, t97a , Ace Pipeline Construction, Inc. 1312 Most First Pomuna, G Attantion: Mr. Ace Newell Subject: Annual Water Main Replacement C -12 Gentlemen: Enclosed is .a copy of our mwo to the City Ceemai.l recommandiaq acceptance of your work. It is anticipated that ft",lMttea of Completion will be filed today and that the retention will be pa" about October 1. 1970. we do not normally comment on the quality of the wait to our awn to the Council, merely saying that the worst was satisfittory. In this case, however, we "old not let your fine work qgso unrocognised. Your crew. particularly gill McFadden mid Tony Hewel:i did an excellent job. We look forward to having Aee:Pipelfne on -cur fMM, Projects. Yery truly yours, G.P. Ounigae..dr: Field Engineer' QPD /em Enc: � Y ON 'c as, t97a , Ace Pipeline Construction, Inc. 1312 Most First Pomuna, G Attantion: Mr. Ace Newell Subject: Annual Water Main Replacement C -12 Gentlemen: Enclosed is .a copy of our mwo to the City Ceemai.l recommandiaq acceptance of your work. It is anticipated that ft",lMttea of Completion will be filed today and that the retention will be pa" about October 1. 1970. we do not normally comment on the quality of the wait to our awn to the Council, merely saying that the worst was satisfittory. In this case, however, we "old not let your fine work qgso unrocognised. Your crew. particularly gill McFadden mid Tony Hewel:i did an excellent job. We look forward to having Aee:Pipelfne on -cur fMM, Projects. Yery truly yours, G.P. Ounigae..dr: Field Engineer' QPD /em Enc: ?__, ... _ . ' ,I '; .�;�'x,:.� ,... CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: a .Et ,e . A.:ti 2 Date `'2 7�i to FROM —,.. .l SUBJECT: (-)cam rft,Z VJIn..� 1 �—..�c � �.t�•.rt- _; c� 9 -'' t� C— Izy.1 � %, e.7 4 l --C t-6- �- > .Z --t ;-\ i"c i 2r i.v A'T' CL 6A �1 1+i IA] Wcau.j' -,�* Qr CtUC_.aY J "tip.. t_ I \Z3 Copies To: 1 PUT IT IN WRITING . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS Co C 7O , r. oe.— 8 "� SLnsea��6Giwu�+rs L � I� i ev --= - - - - -4 ° VA�u E e� J►oo.�rvc � ..5 `L = 4 *?-.L Uw J So 54 tey 3.�Le ��.sow M .................. - - -. —_ _ e — - -- -rte = �� �•� -�€ �ao�— �4 c = Z4.. - mimic— :r6eJS Y �. �lti C12,5-1-70 _ � E Lc� ewe Z cti G4 �L��y� COJPU Vt I EA 1 i i DATE AND TIME: May 6, 1970; 9:00 A.M. PRESENT: Bill McFadden, Ace Pipeline Tony Howell, Ace Pipeline Bill Enos, Newport Cablevision Jim Frost, Utility Division Wade Beyeler, General Services Department Pat Duni.gan, Public Works Department, Field Engineer Don Robison, Public Works Department, Engineering Inspector :. Joe Stucker, Public Works Department, Engineering Design Ed McDonald, Public Works Department, Engineering Design F; 1. The contractor's work schedule for performing the work was discussed and '. approved. 2. The notices mailed and to be handed out by the contractor were reviewed. 3. The relocation of cable T.V. if required was discussed by the contractor and Mr. Enos of Cablevision. 4. Valve specifications were discussed. 5. Water meter relocations being performed by the city's utility division were discussed. 6. Methods.of backfill and the pipeline trenches were discussed:- Also discussed were soil types in the Corona del Mar area. 7. The methods of marking the three Bayside Drive connections were reviewed in detail. 8. The proposed work in Vista Baya was discussed. The meeting was adjourned at 10:30 A.M. �f i at t ;y.:.F „ ••m :f�c r �. '.a�.s �_ , s a.. ',.w r. ,Ye2c., a�?:.;.'�,... �duz.:':.... 'a'�ec_.h�"b �;°`Ja�:! f`.4�,� t z 2 ',.i i t �,.. ,. i _. ,. :Yi'� n.� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION From: Eye Firm: Tel. To: Mr. Enos Firm: CATV In person Telcon Tel. 540 -9111 Subject: Water Main Replacement CDM, 1969 -70 E No. INIT. DATE P.W. DIRECTOR Asst. P.W. DI R. UTILITY SUPT. TRAFFIC. ENG. ASST. CITY ENG. SUBDIV. ENG. DESIGN AG. CO -OP P DJ. ENG. FIELD ENG. SECRETARY Outline of Information received Q Given d le: C -1247 te: Notified Mr. Enos of 9:00 AM meeting on 5 -6 -70 in Field Engineer's office. Action Required Person Responsible Date Due: Note; Make copies for addressees indicated by "C" in No. Block 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: Utilities Superintendent FROM: Public Works Department Date May 5, 1970 SUBJECT: Annual Water Main Replacement 1969 -70, CDM and Vista Baya, C -1247 A pre- construction meeting with the contractor (Ace Pipeline Construction Inc. Pomona) has been set for 9:00 AM, May 6, 1970 in the Field Engineer's office. It is recommended that you be present or send a representative to this ti Copies To: General Services Director 'Field Lngineer Joe Stucker Ed McDonald Signed PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY ONEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: Field Engineer FROM: Public Works Department SUBJECT: to May 4, 1970 been _ that the contractor will start construction within two weeks. Attached are caries of the Title Sheet indicatina the areas of construction and Copies To: of the notification letters sent to the property owners and or residents Ed McDonald - Signed PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS Dear Property Owner and Resident: This is to notify'yo that the City's annual Waiver Main Replacement program is schedul'e.d_to begin on Vista Baya in approximately 40 hours, as stated in our previous letter. This work may necessitate the temporary closing of your.street during the daytime. Please find temproary parking locations outside the work area for the automobiles you intend to use`while the street is closed. The contractor will re- notify you from three to five hours pxsor to shutting off water service to make connections. Effort will be made to complete the work as rapidly as possible. We wish to thank. , you for your cooperation. rj ... ' . ,�.;v� .: ` CITY Of NEWPORT BEACH - PUBLIC WORKS DETMENT MEMO TO: Utilities Duoerintendent Date MAY q. 1970 FROM: Public Works Deoartmett ,SUBJECT: Water Main Replacement 1969 -70 QN Area z124Z. Copies To: Police Dept, Fire Dept. Gen. Serv. Director Ed McDonald Signed Traffic Eng, Fiedd Eng. & Joe Stucker PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS i i CITY OF NEWPORT BEACH CALIFORNIA Dear Property Owner and Resident: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 4, 1970 The City has awarded a contract to the Ace Pipeline Construction, Inc. of Pomona for the replacement of old water mains in various alleys and streets in the Corona del Mar area. The nature of this work necessitates closing the alley to vehicular traffic for approximately two weeks. During that period it will also be necessary to shut off water services on several occasions for three to five hours each time. You will be notified between 40 to 55 hours prior to closing of the alley. You will be renotified from 3 to 5 hours prior to shutting off water services. These notices will be hand delivered by the contractor. On regular refuse pick -up days, it is requested that you place your trash containers in front of your home in the street adjacent to the curb. The refuse pick -up schedule will continue as usual. Please continue this operation until the barricades are removed and the alley is ready for use. In approximately 2 to 3 months after completion of the water main construction, the alley will be reconstructed by a second contractor with portland cement concrete pavement. The alley reconstruction work will also require an additional closing of the alley to vehicular traffic for several weeks. You will again be notified in advance of that work. Your cooperation in making this program successful is appreciated. Every effort will be made to complete the work as rapidly as possible with a minimum of inconvenience to the residents. If you have any questions concerning this project, please call Mr. Joe Stucker or me at 673 -2110, extension 26. Very truly yours, Ed. L. McDonald Design Engineer ELM /bg CITY OF NEWPORT BEACH CALIFORNIA Dear Property Owner and Resident: City Hall 3300 W. Newport Blvd. Area Code 714 673 -d110 May 4, 1970 The City, has awarded a contract to Ace Pipeline Construction, Inc. for the replacement of the old water main in Vista Baya. The nature of this work will necessitate temporary closing of Vista Baya during the construction. During that period it will also be necessary to shut off water services on several occasions.for three to five hours each time. You will be notified between 40 and 55 hours prior to the closing of the street, and you will be renotified from 3 to 5 hours before shutting off water services. These notices will be hand delivered by the contractor. In approximately one month after completion of the water main work, a second contractor will resurface the street. This work will also require temporary closing of the street. You will again be notified in advance of that work. Your cooperation in making this program successful is appreciated. Every effort will be made.to complete the work as rapidly as possible with a minimum of inconvenience to the residents. If you have any questions concerning this project, please call Mr. Joe Stucker or myself at 673 -2110, extension 26. Very truly yours, Ed L. McDonald Project Engineer ELM /bg C -1247 See Contract File for The Water Main Replacement — Corona del Mar Area and in Vista Baya Plans CITY OF NEWPORT BEACH CALIFORNIA Ace Pipeline 1312 W. First Pomona, California 92008 92660 City Hu)1, 3300 Newport Blvd. (714) 673.3110 May 4, 1970 Subject: Water Main Replacement, Corona del Mar Area and Vista Baya, 1969 -70, C -1247 Gentlemen: Enclosed for your information and files is a fully executed copy of the contract for the subject project. Please arrange 48 hours in advance for a pre - construction meeting and submission of your construction schedule for approval in accordance with Section 6 -1 of the Standard Specifications. Upon approval of the schedule you may proceed with the construction in accordance with the Plans, Specifications and Special Provisions. The contract was executed by the City on May 4, 1970 which date begins the time allowed to complete the work. Very truly yours, Ed McDonald Project Engineer EM /em CC: Field Engineer Utility Superintendent i% CITY OF'NEWPORT BEACH - PUBLIC WORKS DE AMENT MEMO TO: UTILITY SUPERINTENDENT Date April 30, 1970 FROM: Design Engineer SUBJECT: WATER MAIN REPLACEMENT. CORONA DEL MAR AND IN VISTA SAYA1, 1969 -70, C -1247 Copies To: Attached is one set of plans and specifications for the subject project. The contract has been awarded to Ace Pipeline Construction, Inc. of Pmna. Ed ELM/1dg PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS I wi 0 11-0 i Jankin Construction i;ompany Post Office Box 1497-. Long Beach, Califorats 90801 0 Subjects Annual altar Main PAPIaCOMt. Corona d61. Mar Area and in Vista Baya. 1969 -70 (Contract;[ '1247) Gentleman: ?his is to inform you that Ace Pipeline Constsvationo Inca, of Pomona. California. submitted the low bid of $111,280 for the subject project. We wish to thank you for submitting a bid and hope you will continue your interest in future projects for the City of Newport Beach. Vey truly yours. Ed L.. McDonald Design Engineer ELWbg Jankin Construction i;ompany Post Office Box 1497-. Long Beach, Califorats 90801 0 Subjects Annual altar Main PAPIaCOMt. Corona d61. Mar Area and in Vista Baya. 1969 -70 (Contract;[ '1247) Gentleman: ?his is to inform you that Ace Pipeline Constsvationo Inca, of Pomona. California. submitted the low bid of $111,280 for the subject project. We wish to thank you for submitting a bid and hope you will continue your interest in future projects for the City of Newport Beach. Vey truly yours. Ed L.. McDonald Design Engineer ELWbg 0 0 Miller-8riffin, Inc, Box 578 Sunland. California Subjects Annual Mater Main Replacement. Corona del Mar Arm and is Vista Baya, 1969 -70 (Contract No. 1247) Gentlemen: This is to inform you that Ace Pipeline Construction, Inc Pomona. California submitted the low bid of $111.280 for the = subject project, We wish to thank you for submitting a bid and hope you will continua your interest in future projects for the City of Newport Beach. Very truly yours, 7� Ed L, Mcabnald Design Engineer ELMJbg ?c 1-1 L 0 0 0 April 30. 1970 Barron and Elkhart Engineering Contractors 2561 Strozier South El Monte, California Subjectr Annual Water Main Repla, nt. Corona del Mar Area and in Vista Bass 1969 -70 (Contract No. 1247) eentlemena This is to inform you that Ace Pipeline Construction. Inc. of Pomona. California submitted the low bid of $111.250 for the subject project. We wish to thank you for submitting a bid and hope you rill continue your bterest in future projects for the City of Newport Beach. Very truly yours. Ed L. McDonald Design Engineer ELKIN s i I a: April 30. 1970 The 6allacher CaopNOR- 1127 Baker Street Costa Mesa, California Subjects Annual Water Main Replacement, Corona M Mar Area and in Vista Bay &. 1969 -70 .(Contract No,ld7) eentlenant This is to inforstyou that Ace Pipeline.Constrration. Tnc.. of Poswna, California submitted the low bid of =1110260 on the subject project, We wish to thewk' you for subimitting a bid and h4pe you will continue your interest in future projects for the City of Newport Beach. Very truly yours. Ed L. McDonald Design Engineer EWbg 4I p Y 1 ! . 0 C- -,z-, April 30, 1970 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA, 1969 -70, C -1247 Attached are three sets of the subject documents and the required insurance certificates. Please approve as to form and content and return to our office. Ed L. McDonald Design Engineer ELM /ldg Att. CITY OF NEWPORT BEACH CALIFORNIA Ace Pipeline Construction, Inc. 1312 W. First Street Pomona, California 91766 City Hall 3300 W. Newport B". Area Code 714 673 -2110 April 29, 1970 SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA AND IN VISTA BAYA; 1969 -70 C -1247 Gentlemen: Enclosed are four 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 27, 1970. 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 the City executes the agreement. The value of each Bond is to be 50% of the amount of the bid. The contract documents will be distributed as follows: ,(1) City Clerk, (2) Public Works Department, (3) Contractor, (4) Bonding Company. In addition to the above documents, please submit certificates for Public Liability and Property Damage Insurance and Workmen's Compensation Insurance. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The City of Newport Beach is to be named as an additional assured 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: .Each person $250,000.00 Each accident 500,000.00 Aggregate products 500,000.00 B. Limit of liability for property damage: Each accident $100,000.00 Aggregate protective 500,000.00 Aggregate products 500,000.00 Aggregate contractual 500,000.00 Page 2. .3. The Policies shall be endorsed as follows: "It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California,.of a registered written notice of such cancel- lation or reduction in coverage." The specifications require that all of the above documents be executed and returned to the City within 10 days after they have been mailed to you. Very truly yours, Ed L. Mc Donald Project Engineer ELM /ldg cc: Frank E. Rowsey 510 So. Spring Street Los Angeles., California Enc. a. April 29. 1970 Newport Beach Cablevision. jw 2624 Wast,Coast Highway Newport 8041cha California 9266Ai Attentions Mr. Thoemg,1L Anderson. prosident Subjects Water Haft- construction Gentlemen's On April 27i 1970 the City of Newport a Oatreet to Ace Pipeline Cmtructjon$ Inc* of Pomona t I 61A I Waft or wing and water services. The work is located A' a !mlter -.,%essa del Alit, d In Vista 21ya In the Back Bayo The general locatt,40--is qhown`,"; 1ho attached drawing, Work will probably commence In UN days, more or less* Many of the 41140 and Streets contain CATV faciliwill ies in clos# proximity to the now Water U11416 The now water mains have Is mininwin cover of 30 inches, mole than any CATV Installation except V&Ult4, The Indivi> dual water services my conflict with CATV trunke asWer,,j&t@nU, It is requested that Newport SaW Cablevision.. I Inc. contact Ace Pipeline Construction, Inc. in qp&O to 4nVAV* for you to emst or otherwise indicatt the location of your 4LfttnMtW" to minimize damage to thwo if there a I any questions, plea* call the City's Field ftylamarl, Mr- Qo P. Oust are Jr... at 673-2110* extension 26. Very truly yours._ Davila is Director Att. cos Field Engineer , -1 L:-lGE s - Gy124 -7 CITY akEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: Field Engineer Date April 29, 1970 FROM: Ed MdDonald SUBJECT: Water Main Replacement - CDM and Vista Baya C -1247 Copies To: Pli,'+� f`SpECi Attached are 3 sets of prints for above mentioned project.. Rq LW d � -\ v 9 `fa � LC� tJ A 6.L /F�tl A �, >7 �� cn �c E �: Cm •� :T ..> A' -Pop r� ytt r Ec McDonald Signed PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS To: CITY ATTD FROM: public No SUBJECT:, ANNUAL NA VISTA BAY Six bids Clark at Will you the contr Cal ifon:i Ed McDonald Design Engineer EM/ldg Wo IN the City project* awarding p000m 9 E 0 A, i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION FROM: L=- i� tilC Sic 4- =�:`�- C� IN PERSON 1 I FIRM:-Z��- ,1:p� `„4 -r. TEL. '.- TELCON ht� I I ND: NIT_ DATE P.W. DIRECTOR ASST.P.W. DIR. UTILITY SUPT. TRAFFIC ENGR. ASST. CITY ENGR. ,SUBDIV. ENGR. DESIGN ENGR. CO -OP. PROJ. ENGR. FIELD ENGR. SECRETARY To c-, o o CJ u 1 1 kl FIRM: �1�� 1: 1.1 o-L'' 'ilr ;�. TE L.SZ13)�o j -o cc 1 SUBJECT; /II..�I..I UL;/a -t..- �FUUcSr�cl R-r-LO� on �cu- rlLocao 2S T en.�canHA UC.ii DATE: 4- OUTLINE OF INFORMATION RECEIVED 171 GIVEN 1-1 1.,1 1 e., 4 v 1 a .� 2s az U 0. 2J�, r `1 LcFOrLa.n1»c, "p S- rarsl�. . lac P, La �,z Ccus r. I w c LU fa S -Y(,♦; G, C'S � z i (.0 A.'rGQ.L� u� L c IJ- (LA -LTO+L A 1'J 'T Ll l'e 1 fL -J+ 1E(L . "+ M4c�e M- I' T-L Go, a- ra un e- e ta s * 2 ve5 'tk4ei 2 'yc.. v N s `iLU G,-r tl V T'ILG J C c i J. M 'E !+. `ti a 4% r ra-na o U�Ly L�i1L(✓IMJC7 "d T C"rr JAG i °1(C.s05 ILmeC�i� 4%N -D E c, LuCi LS 1N t-6k L 1ti woVL.P-, 4A -w,,% -r- c C c w�. F-, P 1. '� c T� 1 Q uJ A r-wn- M c� l ri `Pl .�S -, $, -� L +vST ?�(t c� J e� -r- -r' a a -r G o r- s-: Q uG-r�. 1 Cn �..�a Inluow��i [6'' x IJ q $" LLJ o.-T'E rL -C k AYJ 5 1-4 1 s s 10 k) ti%t ra 1 v S , ACTION REQUIRED PERSON RESPONSIBLE NOTES MAKE COPIES FOR ADDRESSEES INDICATED BY °Ccc IN NO. BLOCK. DATE DUE 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION FROM: t.trp i.A �..pol.�A. L.i) IN PERSON M FIRw lest "_fEC. TEL.. ..TELCON 171 0 NO. , INIT. DATE P.W. DIRECTOR ASST.P.W. DIR. UTILITY SUPT. TRAFFIC ENGR. j ASST. CITY ENGR. !SUBDIV. ENGR. .DESIGN ENGR. CO -OP. PROJ. ENGR. FIELD ENGR. SECRETARY To: . -k R.T %CorL"IJ - & --SS,r !,AA.uaas�L \RJi6jrE T26.wr_. FIRM: lua- ,-j--rl_ - pit- rn.c-r. TEL. (-11a�.$33 -IZ't3 \ SUBJECT: �-i1�UUA.� ��[a-� -ESL �./\a��.i QCP�n =��../ �Yt•IC -124i ) FILE: L -124-1 t1, 1]Ua' =GiI CIAT D{] or, Cb�,Tn Ate-, -o l� '�c2Fe�n ..- �a�..� �, .DATE: 'qL- 21--10 OUTLINE OF INFORMATION RECEIVED 171 GIVEN I— I `Z z Fes. R,L,U GI_ 1 S M ra.4 n -i c.. L„ 1 4 q V l 2N O-S - cO T14-a I"O O.RC -.uT L.oW 'b.,o D ccL c.' etc 2CO{LN AIv C -Lr aU � sr O.�I`tT�l �YL k-a2U S Arco . l.t CL \ N 9 p �F �.�<L �' -h4-,E STATE. 'D�V�sI�D� �'� •.�iL. wc<.,c 1 ti,s o�c -roti, lS." . \� �. ia-cc o v s C,.2) � -r. 7 "� "v.a C-o �-r:L.t�� -cam l� "'1 � � � CL. �tA-i o f�. W o �-✓C 63 1la" S T�CCL LE+ItJ� LtLjen S Au-cA -� ti r, TvSi_HICw P ACTION REQUIRED PERSON RESPONSIBLE NOTES MAKE COPIES FOR ADDRESSEES INDICATED BY "C° IN NO. BLOCK. DATE DUE 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION FROM: IN PERSON I FIRM:��S44N SCc- •TEL.. .LELCON I7-11 0 NO.. INIT. DATE P.W. DIRECTOR ASST.P.W. DIR. UTILITY SUPT. TRAFFIC ENGR, ASST. CITY ENGR. ,SUBDIV. ENGR. DESIGN E R. CO -OP. PROJ. ENGR. FIELD ENGR. SECRETARY To 4dCL �- 0, u a G-c.l np 2,�F�ZS.o� // FIRM: 'P�P,LIcLUanxs idtPr TE1..`7iA> '7 v- ,_134\ SUBJECT: A 6-1 k3u A I- L0 4,lU(j,- "A. r.) C -tzN-J) FILE: Cevr4Na *j ` `r�cl o. rc u� a4: C WyL" ==ee �LfLFO RMA UCir�. DATE: OUTLINE OF INFORMATION RECEIVED 13Q GIVEN I_1 1�-E G `tic Q" F- •. " 0, ri t -rO - % fc.. L, \N4J,nL„ F ;:) 7� A lt� r ti, c-� c , C: Lea i ur-�i�' ""t Lim GeU-ftl c.crvc�„yw 0-S o r�.� Fc c� F T �4f t3 `c s^r Co trrnac-rosZS CA 4-46v(c %'i0o. >r1t� `rid Ate" k'`'L ,� Woa.el„\AUS l4uP (.0 A C4 1:.. Y C: c.. L. L. �. 1 &0 (`� 'T at A W -£ f,,t c v z b I U A o F r- 61.44 4 e 6 4, P % O L � t. • "k ^i' 4j E. �-..l , h" I f J {.{ :y F/ Ci V 1J R"' tJ f `1t.14 �ue�L�G 1�6:. .�� - t' Lc� 4N is f��5C2UCtE� SEUL -2A� �LLr C-1 F;N-- �tZo��:c- I F..a Ua L-J c (J P E A�1:a fJ A N ii I <J P '-p, - tu-) CD CL. K k C- L_ V ID, %.j Q k 'j, ti v o tit /x, Z O a -5-M R "-r i 0 lz'�o , ACTION REQUIRED PERSON RESPONSIBLE NOTE: MAKE COPIES FOR ADDRESSEES INDICATED BY "C„ IN NO. BLOCK. DATE DUE CITY OF•WPORT BEACH = PUBLIC WORKS DEP•MENT CONTRACTORS CHECK-OUT LIST 0 9 D OPENING APll.t 2I 0 1910 IoNtk PROJECT Wowi ma DAYS 1 cg= DEPOSIT REQUIRED — i..- ,e<e.as, 'Set,. �.A s>L O.a.i 9► avq awl V�sTA ��.a 9►. ENGINEER'S ESTIMATE %k-j, Soa.7 G- \241 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS c 15462 Gaan a e►o c � 4"Sal W�µKbU Ur �,I. -cry I� S2� -03 -lave. C- �eocL -clf. Mi��EIL Gca.a�., -r Ge. CZIj) [,�. �o3z YSA�uo�u� B�uO IJa�_8860 �• L �C.a.c-.c, l'i l `J �-a.. 54 I -52"3 I OP Rs�1r.c- Co ��auc.,otJ moo. I. S V.a.� b u 2a J LA E3 -c�az4 �� g, 44a °emu rc Bles Lm s li. gELe} CAL \G °boo sZ j IS 4o C. E%) t,�e1� 5ai -asz\ 1*F' 3Z60 E (L el'3��ac u. y �o4n1 L.�OW"l= 1TE� /IG�oW Co2VC+L.inO �J 1 ' �I T�.O..�OX spa II °.ib$ 'So. C...uk.v U�u4 `arc., 333 -1391 352- tz.g L) CUI.Ji.QJCTlb4} 13 Ci a.�i Gv iA,�PC -R�IaC � ~'I LC� ^aNC,>m•4.E: cif � OFIOWPORT BEACH = PUBLIC WORKS DEPOIENT A►a aT 2 rye Z CONTRACTORS CHECK-OUT LEST BIO OPENINO�Q,L 2111970 Io►K PROJECT 1.A WORK? N0 DAYS 1 c p DEPOSIT RECu IRED i•1 C3 aJa Cntio.�r.'17nL Us� ��ca► -� �a� /�Snn�4�. ENGINEER'S ESTIMATE 1 \'1Ii00; C -12�k, NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS �EV Liz n i�A�FG•- bCsV•C -4L Ceus <a.,«,.N Ce. �'� M91A4FO ^ CJ I 0 St 1 U L2. Np °i02Z *, A"5 o GS .63 Barron and Eckhart Engineering Cont. �I 16. 2561 Strozier Ave 91733 So. E! Moite 448 -4118 United Concrete Pipe Corp. 17. P.O.Box 3033 Riverside, Calif. 92509 Or. Co. builders 1530 E. Edinger Avenue Suite 3 18. Santa Ana, Calif. 92705 utl C . .et tl . 2 6 c• %�, cu �� iq d(•a 9ooa3 2 /�•yo 9 1��,9.s�/o dnl7 � �o 5L ' 6.;L/ 021 �N n co�c z S39 -E�oo lea —i0 C45,� S i i� � �. W • F „e,s r 3 C c rc3 1-764 All ss t - 17 Coo sf�fi�'1 carer u 0 iAk Alk m z m A NvC \1 1\ co o --1 r- < D -0 m'D Ln C 3 3 D I��IIIII� m z m A NvC \1 1\ co o --1 r- < D -0 m'D Ln C 3 3 D b rn ;u a Fn kil CD � § \ � / \ \ \ § � / / W 1z, NZ) MW | it t � } rn ;u a Fn kil CD CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM Fri `y'4 REVISION FAJF/ (JELL /il/� DATE 4-3-70 BY PRELIMINARY FINAL T� NO. ITEM QUANTITY UNIT PRICE AMOUNT So z-,yl�, ,5 G. SO L- 4.. 2 25 2 Z;4- U Soa L. � av" J - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - — - -- - - - - - - - — - - - - — - - - - - - - - - - - - - - - - - - - - - - - - - - ­ --------- . . . . ......... ... . .... . 0 CD /f Sit o -2-L Gp CP (o I SL C (', is --- -------- ­ --------- 0 CD /f Sit is --- -------- i CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: Assistant Public Works Director Date 3/27/70 FROM: En9imoria4 Desioa Division SUBJECT: Annual Water Main ftlecamt. Corona dg) liar Araa and Vista Biwa. 1469 -70 — C -17.4,7 t ■u ► _t, to advertise for bids Radar 3/23/70, Copies To: Ed. MdDM 9ne PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO To: Mid Ea91a,W and i(atar Sameriateadaat Date Mtrtb 20, 1970 FROM: Eaglaeerieo Denim D1v slam SUBJECT: Amml dater pain Roolatateaats Gorwm del Bar-Am md flu, j fin 198970 (G1247) AtttcW are a sot of Wn fleas aid Sotclflcatloes tar the subjut PNWA- w am reowstiae Csagall anma) ea HO W$ 16umh 220 121V9 to ad,aer lag ta. pn-Wt for bids, olds aro tWatiyelZ scheduled to be eaaeed as April 21- Iola at 10100 p.m W solicit ear Gwouts adfor lorava+saaU teat y► my hm erler to aw NstriwMet of the bid dommuts to tits csatttttm, Copies To: A"Istant Pabllc i(orks Director Signed Ed Le ACaoatld PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS :r ,7/) 2_rr gA-10 CITY 0 PORT BEACH - PUBLIC WORKS J — d5ow MEMO TO: Field Engineer and Waiver Superintendent FROM: Engineering Design Division DATMENT ego f/7 40 Date March 20. 1970 M� SUBJECT:—Annual Water Main Replacempot. del Mar .. Ilicta Raya 1969-7f) Attached are a set of the Plans and Specification- fnr thp qijhjPCt prnjprt We Are •. 1• Council approval on 11.1.. Marrh 23, 1Q7f). to ar1)jPrtj5e thp project for bids. Bids are tentativAl-y qrhpdijlpd to hp oppnpd an April 21 1910 at 10-OU A-m We solicit any • IUIL' 1 and/or II • . IL' 1 that I I1. havp priar to nur diztrjhutinn of the • r documents _ . the . 1 Copies To: Assistant Puhlir Wnrks nirpetor Ed L. McDonald PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS ...: a.. �a�,i,,ti. '�" •� —� -� : :xx.t,:c! "�t.�is�`tr_sr.�v.:3_. .!:atid.4� CITY 00EWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: Ed McDonald Date January 15, 1970 FROM: Joe Stucker SUBJECT: 1969 -70 WATER MAIN REPLACEMENT PROGRAM I have figured the cost estimate to install new water mains in the alleys which are to be paved under the 1969 -70 Alley Improvement Program_ My estimate of $110,000 as compared to the budgeted amount of $90-000 leaves a deficit of $20.000. Please notify me as to the steps to be taken because of this problem. Copies To: Ron, Nolan Stucker ne \ PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE J AND AVOID ERRORS CITY OF BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: €d NoDoeald Date January 15, 1970 FROM: SUBJECT: have figured the cost estimate to install new water wins in the alleys which are to be pared under the 1969 -70 Alley Improvement Program, tb eltiwte of S110.000 as cswared to the budgeted mount of $90.000 leaves a deficit of $20.000. Please notify no as to the steps to be taken because of this problem. Copies To: Ban Nolan doe J. Stucker PUT IT IN WRITING . . . . WRITTEN MESSAGES SAVE TI AVOID ERRORS MINUTES Design Conference 1969 -70 Water Main Replacement Project C -1247 Corona Del Mar Area Those attending the meeting held December 18, 1969 at 1:00 P.M. were : Joe Devlin Ed McDonald Ben Nolan Pat Dunigan Tom Phillips Joe Stucker I. Review of Prior Projects in Corona Del Mar No discussion. II. Scope of Work It was estimated that one more year (1970 -71) is needed to finish water main and alley improvement in Corona Del Mar above Bayside Drive. The area below Bayside will need to be improved starting in two to three years. III. Discussion of Problems 1. The question of whether to connect the new 6 -inch A.C. line in the southerly half of alley #8 -B to the old or new line in the northerly half of the alley was raised. It was decided to connect the new lines, both A.C., at the mid -point of the alley. 2. There was a question as to who would connect the 2 -inch laterals to the water meters in the northerly half of the alley where a new 6 -inch line exists. The City forces will make all of the connections, according to Tom Phillips. 3. Where to make a connection of the existing new line in #8 -B with the line in #8 -A was discussed. Since the oil line in #8 -A is so deep, it was decided to construct a new line from 4th Street to 5th Street. There will be a trench cut to do the work. A valve will be placed at the end of the alley paving improvements. 4. After much discussion, it was decided to continue using the City forces to adjust and connect water meters during paving operations. Adjust- ments by the water main contractor would be too costly. 5.. The City will pothole Alley #13 -D to obtain the size of the existing line. -2- is Minutes - Design Conference, continued December 18, 1969; T:00 P.M. C -'1247 6. Vista Baya water replacement was discussed in reference to the current resurfacing contract. It was recommended by those present that Vista Baya be added to the 1969 -1970 Water Main Replacement Project. It was also recommended that a letter survey be taken of the property owners as to their desire to install curb and gutter prior to reconstruction and resurfacing of the street in fiscal year 1970 -1971. 7. It was suggested by Pat Dunigan to use a sand backfill (SC -30) in water main trenches. Some type of temporary paving would be needed.. Joe /Stucker cc: Ed'McDonald ✓ Joe Stucker Tom Phillips Pat Dunigan 1.969 -70 Water Main -Repiacement Project C -1247 ll C rrona_.pel:.Mar�Area Those attending the meeting held December 18, 1969 at 1:00 P.M. were Joe Devlin Ed McDonald Ben,Nolan Pat Dunigan Tom Phillips Joe Stucker I. Review of Prior Projects in Corona Del Mar No discussion..- II. Scope of Work It was estimated that bnermore year:a'1970 -U) is,:needed to finish water main and alley improvement in Corona Del Mar above Bayside Drive:, The area below.Bayside will: need to ae,4mpr0"d,,Uartipgjn two to three years. III. Discussion of Problems 1. The question of whether to connect the new 6 -inch A.C. line in the southerly half of alley #8 -B to the old or new line in the northerly half of the alley was raised. It was decided to connect the new lines, both A.C.,'at the mid -paint of the alley: 2. There was a question as to who would connect the 2 -inch laterals'to the water meters in the northerly half of the alley where a new 6 -inch line .exists. The City forces will make :all of.'the connections, according to Tom Phillips: 3.' Where to make a connection of the existing new line in #8 -B with the line in #8-A was discussed.' Since the oil line-in #8 -A is so deep, it was decided to construct a new line from 4th jtreet to 5th Street. There will be a trench cut to do the work. A" alvi will be placed at the end of the alley paving-improvements. 4. After much discussion, it was decided to continue using the City forces to adjust and connect water meters during paving operations. Adjust - meets by the water main contractor would be too costly. 5. The City will pothole Alley #13 -p, to obtain the size of the existing line. •i i � . - _ ;: _ ... � _ _.. M _ ,._ .. ._ _ ... � _ _.. M _ ,._ .. ._ i � a .. .. ' %�0.� .. �, [ t� 1S .[ .�.... y � -�.:. 3 ..µms £ a?�� _ i 1 AGENDA �! Design Can#erence 1969 -70 Water Main Replacement Project C -1247 Corona Del Mar Area December 18, 1969 1 :00 P.M. I. REVIEW OF PRIOR PROJECTS IN CORONA DEL MAR II. SCOPE OF WORK III. DISCUSSION OF PROBLEM AREAS 1. Cs"ction of new line in southerly`half of W-B to new..or old line in %mertherly half of alley? 2. Connections of asphaltic concrete line to meters in northerly half ®f alley #8 -B. 3. Pot holing for connection of water main across 4th -Street. - 4. Miscellaneous y � v . a. r ;. LL4��t- Dece ATTENDING is Joe Devlin E Benjamin Nolan Tom Phillips Pat Dunigan �� 44� 9 0 CITY O *EWPORT BEACH - PUBLIC WORKS DEORTMENT MEMO TO: Utilities Superintendent FROM: Joe Stucker Date October 31. 1969 _ SUBJECT: I need information on the type and size of the pipe coming off the Copies To: alley drain in #18 -D, in Corona del Mar. The Alley is located between Acacia and Sagodia, and First and Second. Th ' nt runs... between 426 and 428 Acacia. Is the oe in need or reolacement2 The drain is to be re- located durin�i 1969 -70 Surveyors should be present to shoot of pot holes and survey are shown on attached plan. Surveyors i S1 gne PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS i Y i '�rYae -. �. �'vab T� '�.n+ >'+� Yaa�,. '� ��, –.—... � .a-i�s,�:ys:..*+��n<:;��_�e. -_. ,..:sa�:X�siara...�:v�a.e ��''��.�srs3:�,1 � =,i,..., �..